Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
MINUTES - 07121977 - R 77H IN 2
JULY - TUESDAY �w :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, JULY 12, 1977 IN ROOM 107, COUNTY ADMINISTRATION BUILDING, r,MARTINEZ,'CALIFORNIA. PRESENT: Vice Chairman R. L Schroder, presiding; Supervisors J. P. Kenny, N. C. Fanden E. H. Hasseltine.. - 'CLEAR: J. R. Olsson, represented by Geraldine Russell, Deputy Clerk. .ABSENT: Chairman W. N. Boggess. The following are the calendars for Board" consideration prepared by the'Clerk, 'County Administrator and Public Works Director. 00001 Ytk�rL.. AES P KENNY.RIC..— CALENDAR FOR THE BOARD OF SUPERVISORS WARREN."""" C FANDEN.uw"nNC .9000E55 �i°" - CONTRA COSTA COUNTY `"" NANCY ROREATLSCHPDDER 2r°°sTRcTY:C(CNUAuwN ROSE-1.SCNRODER—1— ANp/d1 JAMES R OLSSON c°u"iY 0.(RK 3RC SSiRICi AN°(;O/c1P0 0.PK O/T"[BOwn° WARREN'N.eOGGESS COK'ORD SPECIAL DISTRICTS GOVERNED BY THE BOARD Mq5 GERALDINE RUSSELL Si,.aSiRiCi �CMu�POD1101.ADm6iRAiIW1lY6DING U.I(I(t(RK ERIC N.NASSELTINE MTSwRG PNONEI41S1372d371 ST..ascan 1-11 11 MARnNEZ CALIFORNIA 94553 TUESDAY JULY 12, 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 grievance appeal of Ms. Hope Denisoff, Ms. Linda Dow and Ms. Joan Kane. 11:00 A.M. Hearing on appeal of Ms. Beverley Glieden from Planning Commission denial of application for Minor Subdivision 7-77, Walnut Creek area. The Board on July 5 declared its intent to continue hearing to August 2 at 11:10 a.m. 11:30 A.M. Hearing on appeal of Mr. Claude G. May from Planning Commission denial of tentative map for Subdivision 5025, Lafayette area. 2:00 PAL Initial hearing on Proposed County Budget for fiscal year 1977-1978. ITEMS SUBMITTED TO THE BOARD ITEMS 1 - 7: CONSENT 1. ADOPT ordinance (introduced July 5, 1977) establishing area planning commissions for Orinda and San Ramon Valley areas. 2. ADOPT ordinance (introduced July 5, 1977) transferring the Ambulance Permit Officer functions from the County Administrator to the County Health Officer. 3. INTRODUCE ordinance updating provisions pertaining to Director of Building Inspection; waive reading and fix July 19, 1977 for adoption. 4. FIX August 9, 1977 at 11:00 a.m. for hearing on the appeal of Mr. Julius Deubner (2222-RZ) from Planning Commission denial of application to rezone land in the Pleasant Hill area. 5. AUTHORIZE extension of time in which to file final map for SubZivision 4759, Oakley area. 00002 • Board of Supervisors' Calendar, continued July 12, 1977 6. AUTHORIZE execution of agreements for construction of private improvements in Minor Subdivision 232-76, Walnut Creek area and 165-76, Pacheco/Pleasant Hill area. 7. DENY claim for damages filed by Mr. Bob Muegge. ITEMS 8 - 17: DETERMINATION (Staff recommendation shown to owing the item). 8. LETTER from Ms. Mary Ann Quinn, Aerial Engineering, requesting permission to film on July 16, 1977 the painting of the flagpoles located in front of the County Courthouse. CONSIDER APPROVAL 9. MEMORANDUM from Director of Planning responding to Board referral of letter from Mr. Anthony G. Lagiss related to a General Plan Amendment in the south Taylor Boulevard area, and suggesting that the matter has been thoroughly reviewed by the Planning Commission and should be concluded, but that if the Board desires to pursue the matter further it can be referred back to the Commission for a public hearing and recommendation. CONSIDER APPROVAL OF FINDING 10. LETTER from Mrs. Virgie V. Jones (in response to Board request) transmitting complimentary copy of her book entitled, "Remembering Alamo...and Other Things Along the Way," and portions of proposed second book "Historical Persons and Places... In San Ramon Valley" for review. ENDORSE ISSUANCE OF BOOK AS REQUESTED 11. MEMORANDUM from Director of Planning (in response to Board referral) recommending that the section of road designated as Commerce Lane in the map for Subdivision 3949, Concord area, be known for all county purposes as Commerce Avenue. APPROVE RECO11MENDATION 12. MEMORANDUM from Director of Planning (in response to Board referral) advising that the Park and Recreation Facilities Advisory Committee recommends approval of the request of the Citizens Advisory Committee for County Service Area R-7 for transfer of all available monies ($137,048.32) held in the Park Dedication Trust Fund for acquisition of a community park site in Danville area. APPROVE. RECOMMENDATION 13. MEMORANDUM from Director of Planning recommending refund of a $585 park dedication fee paid by Mr. William C. Connolly in connection with issuance of a building permit for Parcel No. 29-100-43. APPROVE RECOMMENDATION 14. MEMORANDUM from Director of Planning (in response to Board referral) advising that the Park and Recreation Facilities Advisory Committee recommends approval of the request of the Citizens Advisory Committee for County Service Area R-6 for transfer of all available monies ($28,774) held in the Park Dedication Trust Fund for completion of Phase III of park development at Orinda Community Center. APPROVE RECOMMENDATI0N 15. LETTER from Chairperson, Social Action Committee of Mt. Diablo Unitarian Church, Walnut Creek, transmitting petition expressing concern with respect to construction of county jail and urging that alternatives to incarceration be considered. REFER TO COUNTY ADM NISTRATOR FOR RESPONSE 16. LETTER from PSr. Blackie Burak, attorney, requesting that the Board reconsider and grant a new hearing on the appeal of Lafayette Morehouse, Inc., from denial of Land Use Permit No. 2180-76 to establish a school and related facilities in the Pleasant Hill/ Walnut Creek area, and further requesting findings of fact and conclusions of law with respect to denial of said permit. REFER TO COUNTY COUNSEL FOR RECOMI-ES DATION 00003 Board of Supervisors' Calendar, continued July 12, 1977 17. MEMORANDUM from Director of Planning responding to Board referral of letter from Danville Fire Protection District expressing concern with respect to impact on local facilities of East Bay Regional Park District proposal for Golden Loop horse trail and related facilities and advising that in due course the County Planning Commission will hold a public hearing and will determine whether the proposed trail is in compliance with the County General Plan. ACKNOWLEDGE RECEIPT ITEMS 18 - 19•INFORMATION (Copies of communications listed as information items. have been furnished to all interested parties.) 18. LETTER from Chairman, Contra Costa County Aviation Advisory Committee, urging favorable consideration of a County Health Department budget item for acquisition of a portable noise monitoring system. (Consider approval in review of the proposed Budget.) 19. LETTERS from county taxpayers urging that property taxes be reduced in view of increased assessments. Persons addressing the Board should complete the form rp ovided on the rostrum ana turnssh th er wit a written copy ortheir presentation. DEADLINE FOR AGENDA ITEMS: WEDNESDAY, 5 P.M. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . MEETINGS OF BOARD COMMITTEES Finance (Supervisors R. I. Schroder and J. P. Kenny) July 11 and July 18, 1977, 9:00 a.m., Room 108, County Administration Building, Martinez. Internal Operations (Supervisors E. H. Hasseltine and N. C. Fanden) Room 108, Wednesday, July 13, 1977 at 3:30 p.m. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . NOTICE OP IIE.t'TINCS OF PUBLIC INTEREST, (For additional information please phone the number indicated) San Francisco Bay Conservation and Development Commission lst and 3rd Thursdays of the month - phone 557-3686" Association of Bay Area Goverrents 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, Con-ol District lst, 3rd and 4th Wednesdays of the month - phone 771-6000 23etroaolitan Transportation Cotrission- 4th Wednesday o= the =onth - phone 84-9-3223 Contra Costa County Nater District 1st and 3rd Wednesdays of the month; study sessions all other k'edaesdays - phone 682-5950 00004 OFFICE OF COUNTY ADMINISTRATOR CONTRA COSTA COUNTY Administration Building Martinez, California To: Board of Supervisors Subject: Recommended Actions July 12, 1977 From, Arthur G. Will County Administrator I. PERSONNEL ACTIONS I. Additions and cancellations of positions as follows: Cost Department Center Addition Cancellation District 581 1 Office -- Attorney Services Worker- CETA II. TRAVEL AUTHORIZATIONS 2. *Tarte and Destination Department and Date Meeting (a) Arthur G. Will Columbia, MD National Council County 7-29-77 to 7-31-77 cf ASPA Administrator (time only) (b) R. E. Jornlin Washington, D. C. House of Represent- Social Service 7-19-77 to 7-21-77 atives Hearings on AFDC Program (c) Betsy F. Rahn Chicago, IL American Bar Asso- Judge of the 8-4-77 to 8-9-77 ciation Annual Meeting Municipal Court (d) Richard E Chicago, IL American Bar Asso- A-reason, Superior 8-4-77 to 8-11-77 ciation Conference Court Judge III. APPROPRIATION _DJUST-ME.\iS None. _TV. LIENS AND COLL:CT10NS :lone. _ 00005 To: Board of Supervisors From: County Administrator Re: Recomaended Actions 7-12-77 Page: 2. V. CONTRACTS AM. GRAMS 3. Approve and authorize Chairman, Board of Supervisors, to execute agreements between County and agencies as follows: ABY Purpose Amount Period ^-r (a) Dr. D. Stuart Psychiatric $100 7-15-77 MacRobbie consultation to (one day only) Conciliation Services (b) University of College Work- $260 6-28-77 to California Study Program 6-30-78 (c) William Roth Continuation of $2,340 7-1-77 to speech consulta- 6-30-78 tion services for County Medical Services patients (d) ,Arthur Holstein Consultation ser- $4,950 5-1-77 to vices to County (state 8-31-77 Health Department funds) to develop model CAL/OSHA contract format (e) Craig Bryan Alcoholism consul- $14,760* 7-1-77 to tation and educa- 6-30-78 tion services for County Health Denartment AIRS Program *(90% state funds) (f) State of Continuation of $59,612* 7-1-77 to California, County Health 6-30-78 Department of Department Geriatric Health Screening Project *(state funds, plus $60,102 county in-kind) (g) Contra Costa Provision of pro- $724,252 7-1-77 to Radiology Group fessional radiology 6-30-80 services to County Medical Services 0i)006 To: Board of Suue--visors From: County Administrator Re: Recommended Actions 7-12-77 Page: 3. V. CONTRACTS AND GRANTS - continued 3. Agency Purpose Amount Period (h) State Depart- on-the-job $11,498 7-13-77 to meat of training, (state 7-12-78 Rehabilitation Probation funds) Department (i) Housing Alliance 3rd Year $44,500 7-1-77 to of Contra Costa Community 6-30-78 County, Inc. Development Program, Fair Housing Services City of Concord 3rd Year City to 7-1-77 to Community pay 6-30-78 Development County Program, Fair $8,500 Housing Services, City share (j) State of Various clarifying -0- 6-2-77 to California, amendments to 12-31-77 ar Deptment of existing PHP Health contract (k) George Hills Amend service Increased Effective Co., Insurance fee agreement from $17 7-1-77 Adjusters to $18 per hour �. VI. LEGISLATION 4. Consider status, and possible adoption of County position, on legislation affecting County. VII. REAL ESTATE ACTIONS 5. Authorize Chairman, Board of Supervisors, to execute a montly rental agreement between County and Buchanan Oaks Partners for premises at 2401 C Stanwell Drive, Sute 320, for use by file 1 :man Resources Agency, Manpower Program. VIII.OTEER ACTIONS 6. Authorize reimbursement for damage to personal property incurred in the line of duty for following employees:. .. Deputy Sheriff M. L. Doe_zzmazm - $42.70 Deputy Sheriff C. D. Carey - 52_00 08007 Deputy Sheriff G. Ward - 29.29 VIII.OTHER ACTIONS - continued 7. Authorize an Agreement of Sale between the County, City of Clayton, and State of California for the sale of a certain parcel of land to the City of Clayton pursuant to Revenue and Taxation Code Section 3771 et seq. as recommended by the County Treasurer-Tax Collector. 8. Authorize reimbursement for actual and necessary expenses, such as mileage and authorized travel, lodging and meals, for members of the Contra Costa County Advisory Council on Aging while on official business. 9. Adopt resolution pursuant to Government Code Section 29127 authorizing an emergency appropriation in the amount of $10,000 for the purchase of required medical equipment and prosthesis devices pending adoption of the final budget for the 1977-1978 fiscal year. 10. Authorize Economic Opportunity Program Director to submit a grant application in the amount of $53,216 ($50,000 federal funds, $3,216 county funds) to the U. S. Depart- ment of Health, Education and Welfare for continued provision of Head Start Services to Handicapped Children during the period September 1, 1977 through August 31, 1978. 11. Adopt resolution establishing rates to be paid to child care institutions used for placements by the Probation and Social Service Departments during fiscal year 1977- 1978. 12. Adopt proposed budgets for the 1977-1978 fiscal year for County Special Districts (exclusive of fire protection districts) and County Service Areas, as submitted by the County Auditor-Controller. NOTE At the close of the County Administrator's agenda, the Board Chairman will ask for 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 AGMMA ITEMS: WEDNESDAY 12 NOON 00008 CONTRA COSTA COUNTY 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 July 12, 1977 SUPERVISORIAL DISTRICT V Item 1. PITTSBURG WATERFRONT ROAD - SET ABANDONMENT HEARING - Pittsburg Area Dow Chemical U_S.A. and United States Steel Corporation have requested the abandonment of that portion of Pittsburg Waterfront Road which extends northerly from an angle point in the road located approxi- mately 1,000 feet westerly of Loveridge Road, in the Pittsburg area. Dow Chemical U.S.A. and/or United States Steel Corporation own all of the adjacent property and aze requesting the abandonment to facil- itate an anticipated property exchange between them. It is recommended that the Board of Supervisors declare their inten- tion to abandon the aforementioned portion of Pittsburg Waterfront Road and set a date for a public hearing on the proposed abandonment (10:30 a.m., August 16, 1977, suggested) . (LD) EXTRA BUSINESS Public WorksDepartment Page I-6- July 12, 1977 (10009 w. CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT Martinez, California TO: Board of Supervisors FROM: Vernon L. Cline Public Works Director SUBJECT: Public Works Agenda for July 12, 1977 REPORTS Report A. BETEEL ISIrYD FI_RE APPARATUS BUILDING - AWARD CONTRACT - Bethel Island Area On June 21, 1977, bids were received by the Board of Supervisors for the new metal apparatus building at the Bethel Island Fire Protection Dis- trict. The bid proposals were referred to the Public Works Department for review and recommendation. It is recommended that the Board, as ex officio the Governing Board of the Bethel Island Fire Protection District, award the contract for the Bethel Island Fire Protection District to Ted A. Molfino, Builder, Lodi, who submitted the low bid of $23,652, base bid plus Alternate No. 2. It is further recommended that the Public Works Department.be.directed to'prepare'the appropriate'documents and the Public Works Director be authorized to execute the contract for this Board. (RE: 7003-4095) (B&G) SUPERVISORIAL DISTRICT I _ Item 1. BERKELEY PARY BOULEVARD - TRAFFIC REGULATION - Kensington Area At the request of local citizens and upon the basis of .an engineering and traffic study, it is recommended that Traffic Resolution No. 2346 be approved as follows: Pursuant to Section 22507 of the California vehicle Code, parking is hereby declared to be prohibited at all times on the west side of BERKELEY PARK BOULEVARD (41655E) Kensington beginning at a point 52 feet north of the centerline of Ocean view Avenue and extending southerly a distance of 104 feet. (TO) SUPERVISORIAL DISTRICT II Item 2. SUBDIVISION MS 207-76 - APPROVE AGREEMENT - Martinez Area It is recommended.that the Board of Supervisors approve the Deferred Improvement Agreement with Alhambra Valley II, a joint venture, and authorize the Public Works Director to execute it on behalf of the County. The document fulfills a condition of approval for Subdivision MS 207-76 as required by the Board of Adjustment. Owner: Alhambra Valley II, a joint venture Alhambra Valley Road _ Martinez, California 94553 Location: Parcel 'B' of Subdivision MS 123-73, fronting for 161 feet on the north side of Alhambra Valley Road approximately 1,030 feet east of Vaca Creek Road. (RE: Assessor's Parcel No. 367-170-013, 367-160-0). (LD) A G E N D A Public [forks Department Page i of 6 July 12, 1977 00010 _ L SUPERVISORIAL DISTRICT II & III Item 3. EL SOBRMNTE-ORINDA OVERLAYS - INCP.E?.SE CONTRACT CONTINGENCY FL"ND - Orinda-E1 Sobrante Areas It is recommended that the Board of Supervisors approve an increase of $5,000 in the contract contingency fund for the El Sobrante-Orinda Overlay Project in order to provide for (a) shoulder conform work, (b) asphalt concrete quantity overrun and (c) maintenance of the contin- gency fund balance to allow for other unforeseen work. Sufficient funds for this increase are available in the 1976-77 road budget. (RE: Project No. 4370-0925-77) (C) SUPERVIS0RIAL DISTRICT III item 4. RUDGEAR ROAD - INCREASE CCNTRACT CONTINGENCY FUND - Walnut Creek Area It is recommended that the Board of Supervisors approve an increase of $2,000 in the contract contingency fund for the Rudgear-Road Reconstruc- tion Project in order to compensate for underestimation of the cost of force account work which was the partial subject of a previously authorized increase in said fund. Sufficient funds for this work are available in the 1976-77 road budget. Most of the additional cost will be borne by Paul C. Petersen, Builder- Developer. (RE: Project No. 4141-4542-661-72) (C) Item S. SUBDIVISION r1S 232-76 - APPROVE AGREEMENT - Walnut Creek Area It is recommerded .that the Board of Supervisors approve the Deferred Improvement Agreement with Caroline Mattioda, and authorize the Public Works Director to execute it on behalf of the County. The document fulfills a condition of approval for Subdivision MS 232-76 as required by the Board of Adjustment. Owner: Caroline Mattioda 81 Bradley Avenue Walnut Creek, CA 94596 Location: Fronting 85.5 feet on the western termines of Bradley Ct., southwesterly of Walnut Boulevard. (RE: Assessor's Parcel No. 178-390-033) (LD) Item 6. SUBDIVISION 4670 APPROVE AGREMMMT - Walnut Creek Area It is recommended that the Board of Supervisors approve the Road Imprc:,e- ment Agreement with Silverwocd Development Company and authorize the Public Works Director to execute it on behalf of the County. The Agreement provides for the construction of road, bridge and appur- tenant drainage improvements as shown on the plans entitled Subdivision 4670 - Canal Bridge Crossing. Developer: Silverwood Develcpment Company 1033 Detroit Ave. Concord, California Location: Subdivision 4670 is located on the west side of Bancroft Road south of the Contra Costa Canal. (LD) A G E N D A Public Works Departivent Page 2 of 6 July 12, 1977 nnr�11 SUPERVISORIAL DISTRICT IV Item 7. STORM DRAIN %=4T ENANCE DISTRICT NO. 1 - ACCEPT EASEMENT - Concord Area It is recommended that the Board of Supervisors accept a Grant of Ease- ment dated June 21, 1977 from the Mt. Diablo Unified School District and direct the County Clerk to accent said document for recording. The parcel of land is being dedicated in connection with the development of Shadelands Park Assessment District, L.I.D. 125. (RP) SUPERVISORLAL DISTRICT V Item 8. LINES E & E-1 - ACCEPT DEED - Brentwood Area It is recommended that the Board of Supervisors, as ex officio the Board of Supervisors of the Contra Costa County Flood Control and Water Conser- vation District, accept a Grant Deed and Right of Way Contract, dated June 27, 1977, from Rudolph J. Vera, et al., and authorize the Public Works Director to execute said Contract on behalf of the District. It is further recommended that the County Auditor be authorized to draw a-warrant,"ia-the-amount of $837, payable to Title Insurance. and Trust Company, Escrow No. CD-236682. Payment is for 3,646 square feet of agricultural land and damage to improvements outside of the right of way. (RE: Work order 8514-2521) (RP) Item 9. SUED--TVISION 4777 - APPROVE MAP - Byron Area It is recommended that the Board of Supervisors approve the Final Map for Subdivision 4777. Owner: Peterson & Sons Route 1, Box D 223 Byron, CA 94514 Locationr--Subdivision 4777 is located within the Lido Circle Loop within the Discovery Bay Development. (NOTE TO CLERK OF THE BOARD): No Subdivision Agreement required. (LD) Item 10. SUBDIVISION 4764 - APPROVE MAP AND AGREEMENTS - Danville Area It is recommended that the Board of Supervisors: 1. Approve the Final Map and Subdivision Agreement for Subdivision 476.1. 2. Accept the cash contribution for the off-site storm drain. 3. -Approve the Deferred Improvement Agreement with First American Title Insurance Company and authorize the Public Works Director to execute it on behalf of the County. Owner: First !Lmerican Title Insurance Company Subdivider: G. L. Lewis Homes-- __•. ..r..•- u�.RlsC-.. �._. � r -_... _ 47 Quail Court, Suite 213 Walnut Creek, CA 94596 Location: Subdivision. 4764 is located approximately 1,000 feet west of San Ramon Valley Boulevard at Podva Road. (Rz:: Assessor's Parcel No. 208-150-00'_) (LD) A G E N D A Public Works Department Page 3 of 6 July 12, 1977 03012 Iten 11, SUBDIVISION 4627 - ACCEPT SUBDIVISION - Danville Area It is recommended that the Board of Supervisors: 1. Issue an Order stating that the construction of improvements in Subdivision 4627 has been satisfactorily completed. 2. Accept as County roads those streets which are shown and dedicated for public use on the map of Subdivision 4627 filed April 22, 1977 in Book 183 of Maps at page 46. Subdivider: Dame Construction, Inc. P. O. Box 100 San Ramon, CA 94593 Location: Subdivision 4627 is located east of E1 Capitan Drive, north and south of Borica Drive. (LD) Item 12. SELLERS AVENUE - APPROVE AGREEMENT - Oakley Area It is recommended that the Board of supervisors 'approve Agreement for the annexation to a future drainage area with Clara Galli, 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 208-76 as required by the Board of Adjustment. Owner: c/o Emily M. Rossi 2521 Stansberry way Sacramento, CA 95826 Location: On the west side of Sellers Avenue, approximately 640 feet south of Cypress Avenue. (RE: Assessor'.s Parcel No. 033-170-010) (LD) Item 13. PINE VALLEY ROAD-DAVONA DRIVE - TRAFFIC REGULATION - San Ramon Area At the request of local citizens and upon the basis of an engineering and traffic study, it is recommended that Traffic Resolution No. 2347 be approved as follows: Pursuant to Section 21101(b) of the California Vehicle Code, the intersection of PINE VALLEY ROAD (Road No. 5204) and DAVONA DRIVE (Road No. 5403), San Ramon, is hereby declared to be a four-way stop intersection and all vehicles shall stop before entering or crossing said intersection. (Traffic ,Resolution No. 1789 pertaining to the existing two- way stop signs on Davona Drive- is hereby rescinded.) (TO) item 14. STARVIEW DRIVE - TRAFFIC REGULATION - Danville Area At the request of local citizens and upon the basis of an engineering and traffic study, it is recommended that Traffic Resolution No. 2345 be approved as follows: _ Pursuant to Section 22507 of the_California Vehicle Code, parking is hereby declared to be prohibited at all times on the east side of STARVIEW DRIVE (4472538), Danville, beginning at a point 35 feet south of the centerline of Del Amigo Road and extending southerly a distance of 405 feet. (TO) A G E N D A Public Wor je tee nt _—?age 4 of 6 July �{Q7 Iter 15. SOUTH DANVILLE STORY DRAIN - ACCEPT DEED - Danville Area It is recommended that the Board of Supervisors accent the Indenture for storm, drain facilities dated June 1, 1977, from Southern Pacific Transportation Company, and authorize the Board Chairman to sign said document on behalf of the County. (RE: Work Order 8537-667) (RP) GENERAL Item 16. DETENTION FACILI_'Y PROJECT - AUTHORIZE AGREEMENT AMENDMENT - Martinez Area It is recommended that the Board of supervisors authorize the Public Works Director to execute an Amendment to Consulting Services Agreement with Leptien-Cronin-Cooper, Inc. The Amendment modifies the Consulti.:c_ services Agreement dated Febrcary 15, 1977, to increase the contract scope of work for engineering and surveying services required in the development of the Civic Center site and the construction of the Pine Street Diversion. Maximum payment shall not exceed $49,200 under the amended Agreement without authorization of the Public Works Director. (RE: work Order 5269-926) (DFP) Item 17. DETENTION FACILITY SITE GRADING PND TEMPORARY PARKING - APPROVE PLXNS PND ADVERTISE FOR BIDS - Martinez Area It is recommended that the Board of Supervisors approve plans and specifications for the Detention Facility Site Grading andTemporary Parking work and advertise for bids to be received in three weeks at 11:00 a.m., Tuesday, August 2, 1977. This work will-prepare the site for foundation construction and provide temporary parking to replace parking lost during the construction period. The Construction Manager` initial construction estimate is $150,000. The Planning Commission reviewed the Environmental Impact Report per- taining to this project on April 26, 1977, and found it to be adequate and found the project to be in compliance with the General Plan. The Environmental Impact Report was Filed with the Board on May 3, 1977. (RE: Work Order 5269-926(42)) (DFP) Item 18. ACCEPTANCE OF INSTRMM'NTS It is recommended that the Board of Supervisors: A. Accept the following instruments: No. .Inst-went Date Grantor Refererc- 1. Relinquishment of 6-6-77 Yellow Freight LLP 2121-7 Abutter's Rights System, Inc. 2. Grant Deed 4-29-77 Gregory B. Sub. MS 113-7- Cherezian, et al 3. Consent to Offer of _2-8-77_. State of Cali- Sub. MS122-7 m Dedication and Sub- fora ordination of Ease- ment Rights 4. Grant Deed 6-28-77 Caroline :fattioda Sub. 5 232-7 (continned on next pace) AGENDA Publ� Degar:.-.an_ gage 5 of 6 �FUV U-1, 1977 Item 18 continued: B. accent the following instruments for recording only: No. Instrument Date Grantor Reference 1. Offer of Dedication 6-6-77 Yellow Freight LUP 2121-76 for roadway purposes System, Inc. 2. Offer of Dedication 5-31-77 Alhambra Valley Sub. MS 207-76 for drainage purposes II, a joint venture 3. Offer of Dedication 3-1-77 Frank Mori, Jr., Sub. MS 122-76 for roadway purposes et al 4. Offer of Dedication 2-23-77 Lucy Lindsey, Sub. MS 122-76 for roadway purposes formerly Lucy Rocha 5. Offer of Dedication 2-4-77 William H. Sub. MS 122-76 for roadway purposes Snelson, et al (LD) Item 19. CONTRA COSTA COUNTY WATER AGENCY MATTERS A. Reports 1. Calendar of 'nater Meetings to be attended by Staff: Date Sponsor Time/Place Remarks July 11 State Water 9:00 A.H. Phase II Hearings 12 Resources Resources Bldg. Delta Water Qual- 13 Control Board Sacramento ity Control Plan 2. Status Report on Phase II Delta Water Quality Hearings is sub- mitted for Board information. 3. A report on Bureau of Reclamation statements relating to Delta Water Quality is submitted for Board consideration. 4. The Delta 6Tater Quality Report is submitted for the Board of Supervisors' information and public distribution. No action required. B. Consulting Services Itis recommended that the Board of Supervisors approve a Consult- ing Services Agreement with S.B. Gilbert and Associates, Planning and Engineering Consultants, and authorize the Public Works Directc. to execute the Agreement. A report on this matter was submitted to the Board last week. (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 -Pzge 5 0£ 6 July 12, 1977 n )015 x Contracts, Agreements, orother documents approved by the Board this day are microfilmed with the order except in these 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). su _ _ t r 1 ',yp4 xa t 3 ��In1 s In the Board of Supervisors of Contra Costa County, State of California July 12 .19 77 In the Matter of Ordinance(s) Adopted. This being the date fixed to adopt the ordinance(s) indicated, which amend(s) the Ordinance Code of Contra Costa County and was (were) duly introduced and hearing(s) held; The Board ORDERS that said ordinances(s) is-(are) adopted and the Clerk shall publish same as required by law. Ordinance Humber Subject Hewspaner 77-61 Transferring the Psebulance Contra Costa Times Permit Officer functions from the County Administrator to the ". County Health officer. - PASSED on by the follotamg vote of the Board: Supervisors AYES NO ABSENT J. P. Kenny (X) ( ) ( ) N. C. Fanden (X) 44 ) ( ) R. I. Schroder (X) l ( W! Y. Boggess ( ; E. H. Hasseltine (X ( ) ( ) I hereby certifythat the foregoing is a true and cerred copy of an order entered an the minutes of said Board of Supervisor on the date aforesaid Witness my hand and the Sea[of the Board of Supervisors affixed this 13th day of July 19 77 / ' / J. R. OLSSON,Clerk B�R�r C �Yliau2d--.Deputy Clerk x 24 12173.154A Janie L. Johnson In the oar or 5upervisors of Contra Costa County, State of California July 12 19 77 In the Matter of Ordinance(s) Introduced. The following ordinance(s) which amend(s) the Ordinance Code of Contra Costa County as indicated having been,introduced, the Board by unanimous vote of the members present vratves-full reading thereof and fixes Julv 19, 1977 as-the time for adoption of same: Pepealing and-re-enacting-in amended fora Chapter 72-2 of the County Ordinance Code pertaining to the Building Inspection Departtrent. PASSED by the Board on Jul- 12, 1977 I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisars on the date aforesaid. Whness my hand and the Seal of the Board of Supervisors aEuced fhis 12th day of Julv 19 77 J fi.aLSsan, Clerk By Akm,6e,e-✓b4iEdcep ty i� H x 12/76:7537 Jar•ic L. Johnnon Deputy Clerk 00018'` i In the Board of Supervisors of Contra Costa County, State of California July 12 19..x,,, In the Matter of Deferred Adoption of the Revised Ordinance Establishing Area Planning Commissions for San Ramon Valley and Orinda Areas. This being the time filed toconsideradoption of the revised version of an ordinance introduced July 5 1977 which amends Article 26-2.2 of the Contra Costa County Ordinance Code providing for establishment of Area Planning Commissions in the San Ramon Valley and Orinda areas; and Good cause appearing therefor, IT IS BY THE BOARD ORDERED that consideration of said ordinance is DEFERRED to July 19, 1977. PASSED by the Board on July 12, 1977. i I hereby certify that the foregoing Is a true and corred copy of an order entered on the minutes of sold Board of Supervisors on the date aforesaid. 1Kdness my hand and the Seal of the Board of cc: County Counsel. Supervisors Director of Planning County Administrator affixed thls 19r}day of 1"1y 1977 1J, R. OLSSON,Clerk 1 Deputy Clerk Ronda Amdahl H.24 3176 13m In the Board of Supervisors of Contra Costa County, State of California July 12 .19 In the Matter of Approving Personnel Adjustments. As recommended by the County Administrator, IT IS BY TBE BOARD ORDERED that the personnel adjustments attached hereto and by reference incorporated herein, are APPROVED. PASSED by the Board on July 12, 1977. I hereby certify that the foregoing k a true and:c:-ed copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid Witness my hand and the Seal of the Board of Supervisor affixed thisl2thday of July 19 77 J. R. OLSSON, Clerk B1CL�NfF/a-�Y;Ti i✓J?9l .Deputy Clerk ramie L.-Johnson 000)20 H-24 W6 ism POSITION ADJUSTMENT REQUEST No: p/ Department _ DISTRICT ATTORNEY Budget Unit 581 pate June 24, 1477 (replaces one dated 4-22-77) Action Requested: Classify one Office Services Worker - CEM position, ' r-' Proposed effective date: A.S.A.P. i 1 ' ttt Explain 'iiy g1TuStment is needed: To fulfill the special record and supply delivery needs _ �, to and other carfed�Zffice service requirements of the District Attorneyrs Office Estimated cast of adjustment: Amount: Increase perm. sakries by $644/mo. 1. -Sala�es-and wages: for fiscal year 77-78 $ 8,046 2. FixeiPAssets: (tiet.items and coat) Estimated total n $ B, , 1:Z- Signature , r._.. ., qy,,,a artme t e Hicha i 1. Phe Initial Determination of County Administrator Da To Civil Service: Request recommendation. Cbubty Adfda Personnel Office and/or Civil Service Commission DaZ: 3uly 6, 1977 Classification and Pay Recommendation Classify (1) Exempt position of office Services Worker-CE[A. Study discloses duties and responsibilities to be assigned justify classification as Office Services Worker-CEIA. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 by adding (1)-Exempt position of Office Services Worker-CETA, Salary Level 183 (644-783). Assistant -.-'G"''`' Personn LLnrector Recommendation of County Administrator Date: Jnly 7. 1977 Recommendation of Personael Office and/or Civil Service Commission approved, effective July 13, 1977: - County_ nistrator �ti•■� Action of the Board of Supervisors Adjustment APPRDVED on JUL 121977 L 12 1977 J.R. SQN. County Clerk Date: 3t� By: It t_J" ttt aq ttX� Depute Clerk _ APPROVAL of thiA adJustmeaat conatEaLUd an AppwpVAtion Adjuetment and Peuonnet Reaobkuon Amendment. NOTE: Top section and reverse side of form awt be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 (M347) (Rev. 11/70) �� �} � IN THE BOARD OF SUPERVISORS 0£ CONTRA COSTA COUNTY, STATE OF CALIFORNIA Abandoning a portion ) Resolution NO. 7.7/558 Pittsburg Waterfront Road, ) Date: July 12, 1977 Pittsburg Area ) Resolution & Notice of Intention to Abandon County Road (S. 6 H. Code 956.8,958) The Board of Supervisors of Contra Costa County RESOLVES THAT: Pursuant to the Streets and Highways Code it declares its intention to abandon the hereinafter described County Road_ It fixes Tuesday, August 16, 1977 at 10:30 a.m. (or as continued) in its Chambers, Administration Building, 651 Pine Street, Martinez, California, as the time and place for hearing evidence offered by any interested party is to whether this road is unnecessary for present or prospective public use. This matter is referred to the Planning Commission for 'report before the hearing. The County Clerk shall have notice of this matter (1) published in the . Pittsburg Press, a newspaper of general circulation published in this County which is designated as the newspaper most likely to give notice to persons interested in the proposed abandonment, for at least two successive weeks before the hearing and (2) posted conspicuously along the line of this road at least two weeks before the hearing. DESCRIPTION: See Exhibit "A attached hereto and incorporated herein by this reference. PASSED unanimously by Supervisors present July 12, 1977. Originating Department: PW (LD) cc: Contra Costa County Water District Stege Sanitary District of C.C.C. East Bay Municipal Utility District Oakley County Water District San Pablo Sanitary District Director of Planning Public Works Director Draftsman (4) W. G. Clark, Manager Plant Engineering and Construction Dow Chemical U.S.A. P.O. Box 1398 Pittsburg, CA 94565 01 nqn RESOLUTION NO. 77/558 rZ Road No. 6265E Pittsburg Waterfront Road° - Exhibit "A' ABAMOMENT Portion,of,Pittsburg Waterfront..Road described a$ follows: recorded September ll All that parcel-.of laaddescribedin the deed to Contra Costa County, a political subdivision of the State of California,.Records of Contra _ 1962 in Book 4199 of Official Recocds, at page Costa County, California- A 4 w , _ C a 0002D-Fl IN THE BOARD OF SUPERVISORS OF . CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Approving Plans ) and Specifications for ) Detention Facility Site Grading and } RESOLUTION N0. 77/559 Temporary Parking, ) _ Martinez, California ) Re: Work Order 5269-926-(42) )) WHEREAS Plans and Specifications for the Detention Facility Site Grading and Temporary Parking, Martinez, California, have been filed with the Board this day by the Public Works Director; and WHEREAS the Board CONCURS in the recommendation of the Public Works Director that the work is necessary for the construction of the Detention Facility; and WHEREAS the general prevailing rates of wages, which shall be the minimum rates paid on this project, have been approved by this Board; and WHEREAS the Planning Commission reviewed the Environmental Impact Report pertaining to this project on April 26, 1977, and found it to be adequate and found the project to be in compliance with the General Plan; and WHEREAS the Environmental Impact Report was approved by the Board on May 3, 1977; IT IS BY THE BOARD RESOLVED that said Plans and Specifica— tions are hereby APPROVED. Bids for this work will be received on Ai at il•nn AM , and the Clerk of this Board is directe 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 MORNING NEWS GAZETTE PASSED-AND ADOPTED by the Board on Julv 12. 1977 Originator: Public Works Department Detention Facility Project cc: County Administrator County Auditor-Controller Public Yorks Director County Counsel RESOLUTION N0. 77/559 00023 i RESOLUTION N0, 77/559 0,9023 NOTICE TO CONTRACTORS CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT MARTINEZ, CALIFORNIA CONTRA COSTA DETENTION FACILITY PROJECT SITE GRADING AND TEMPORARY PARKING Project No. 5269-926-(42) Notice is hereby given by order of the Board of Supervisors of Contra Costa County, that the Clerk of said Board will receive bids until 11 AN on August 2, 1977 for the furnishing of all labor, materials, equipment, trans- portation and services for: Detention Facility Grading and Temporary Parking, which includes: Site grading including excavation and structural backfill to prepare the building pad for the new Detention Facility. Work will also include grading and installation of a four inch deep section of cement treated base rock in areas designated for temporary parking. Contractor will provide curb cuts, barricades, asphalt dikes, drainage pipes and drainage structures as shown or noted on the Contract Drawings. The Project is located in the County Civic Center, Martinez, California. The Construction Manager's initial estimated construction cost is $150,000. The work shall be done in accordance with the OFFICIAL PLANS AND SPECI- FICATIONS prepared in reference thereto. A pre-bid conference will be held for all prospective bidders at 1236 Escobar Street, Martinez, California, at 11 AM on July 26, 1977. Any questions in regards to this Contract should be directed to Craig Braccia, Turner Construction Company, Telephone (415) 372-4497, 1236 Escobar Street, Martinez, California. Only bids submitted by Contractors licensed by the State of California will be considered. Each Proposal is to be in accordance with the Plans and Specifications on file at the Office of the Clerk of the Board of Supervisors, Room 103, County Administration Building, 651 Pine Street, Martinez, California. 00024 NOTICE TO CONTRACTORS (Continued) The Plans and Specifications may be examined at the Office of the Clerk of the Board of Supervisors. Plans and Specifications (not including State Standard Specifications or other documents included by reference) and proposal forms, may be obtained by prospective bidders at the Detention Facility Project office, 1236 Escobar Street, Martinez, California. upon request. Each bid shall be made on a proposal form to be obtained at the Detention Facility Project Office, 1236 Escobar Street, Martinez, California 94553. Bids are required for the entire work described herein. and neither partial bids nor contingent bids will 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 form of a cashier's check, certified check or bidder's bond, made payable to the order of "The County of Contra Costa°. The above-mentioned security shall be given as a guarantee that the bidder will enter into a contract if awarded the work, and will be forfeited by the bidder and retained by the County if the successful bidder refuses, neglects or fail to enter into said contract or to furnish the necessary bonds after being requested to do so by the Board of Sypervisors of the County of Contra Costa. Bid proposals shall be sealed and shall be submitted to the Clr_rk of the Board of Supervisors, Room 103, County Administration Building, 651 Pine Street, Martinez, California, on or before the 2nd day of August 1977 at 11 AM and will be opened in public and at the time due in the Chambers of the Board of Supervisors, Room 107, Administration Building, Martinez. California, and there read and recorded. Any Bid Proposals received after that time specified in this notice will be returned unopened. 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 Bond 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 Director of Department of Industrial Relations has ascertained the general prevailing rate of per diem wages and rates for legal holidays and overtime in the locality in which this work is to be performed for each type of workman or mechanic required to execute the contract which will be awarded to the succes- sful bidder. The prevailing rate of per diem wages is on file with the Clerk of the Board of Supervisors, and is incorporated herein by reference thereto, the same as if set forth in full herein. 00025 NOTICE TO CONTRACTORS (Continued) For any classification not included in the list. the minimum rate shall be the general prevailing rate for the County. The said Board reserves the right to reject any and all bids or any portion of any bid and/or waive any irregularity in any bid received. BY ORDER OF THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY J. R. OLSSON COUNTY CLERK AND EX-OFFICIO CLERK OF THE BOARD OS SUPERVISORS CONTRA COSTA COUNTY, CALIFORNIA �/. /0- BY N PODS Deputy DATED: JUL 12 1977 PUBLICATION DATES: 00026' (Bidder) DIVISION C. PROPOSAL (Bid Form) BIDS WILL BE RECEIVED UNTIL 2nd Day of Au ust at 11:00 a. m., in Room 103, Administration BuMing, Martinez, Ca ifornia, 94553. (A) TO THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY: Gentlemen: The undersigned hereby proposes and agrees to furnish any and all required labor, material, transportation, and services for the Contra Costa County Detention Facilit Site Gradin and Temporary Paving. n strict conformity with the P ons, Specifications, and other contract documents on file at the Office of the Clerk of the Board of Supervisors, First Floor, Administration Building, Martinez, California 94553, for the following sums; namely: BASE BID: Shall include all of the work for the construction and com- pletion of all facilities therein, but not including any of the work in the following Unit Prices: For the sum of: Dollars UNIT PRICES: Unit prices shall include all labor, material, equipment, taxes, fringe benefits, overhead, fee and all other costs and/or charges. 1. Additional excavation of unsuitable foundation material beyond the scope presently defined by the Contract Drawings and Specifications. Quantity Unit Price Total 500 C.Y. X = -10- Contra 4jjfiaq�nty Detention Facility Microfilmed with board order DIVISION C. PROPOSAL (Bid Form) - Continued) 2. Additional compacted select fill in excess of the quantities presently defined by Contract Drawings and Specifications. Quantity Unit Price Total 500 C.Y. X = 3. Compacted gravel fill as required by the Geotechnical Engineer. Quantity Unit Price Total 600 Tons X = TOTAL BID: Add total of the Base Lump Sum Bid to the Totals of Unit Price Items 1,.2, and 3. For the sum of: Dollars ($ )• It is understood, with due allowances made for unavoidable delays that if the Contractor should fail to complete the work of the contract within the stipulated time, then he shall be liable to the County in the amount of FIVE HUNDRED DOLLARS ($500.00).per calendar day for each day said work remains uncompleted beyond the time for completion, as and for liquidated damages and not as a penalty, it being agreed and expressly stipulated that it would be impractical and difficult to fix the actual amount of damage. It is understood that this bid is based upon completion of the work within 42 calendar days from and after the date of commencement. The undersigned has examined the location of the proposed work and is familiar with the plans, specifications and other contract documents and the local conditions at the place where the work is to be done. The undersigned has checked carefully all of the above figures and understands that the Board of Supervisors will not be responsible for any errors or omissions on the part of the undersigned in making up this bid. 00028 -ll- Contra Costa County IDetention Facility i DYVJSJON C. PROPML(Bid Fm) continued ,(F) The undersigned hereby certifies that this bid is ::genuine and not sham or collusive, or made in theinterest in behalf-of any Person not herein named. ad that.the uoders£gced bas not dizeetly induced or solicited any other bidder to put in a sham bid, or amt ocher person, firm, at corparacion to—f—in,from bidding, and tbac the undersigned has not in nay auaner, sought by collusion to secure far him- E self a advantage over any other bidder.. (G) Attached is a list of the names and locations of the Place of business of the subcontractors. (B) Attached is bid security as required in the Notice to Contractors. 93 Cash G Bidders Bond a Cashiers Check C3Certified Cheek E E (1)..She following addenda are hereby acknowledged as being in- . eluded is the bid. - f1 Addendum/ dated Addendum f_ dated ! j Addendum i dated ! t Firm By {{{ Title Address Phone r Uceased is accordance with an act providing for the registra- ! tine of Contractors.Classification and License No. i Dated this day of • i n�►Q9 t . DIVISION C. .PROPOSAL BIDFORKrearieued LIST OF SURCONIRACTORS• (As required b�Division B.Section 4,ParagraphL(c)). (Substi[ntioo of listed subcontractors: See OLvLeaE., Section 6.Paragraph E.). - Portion of Rork Kase Place of Bidders 43. 06030 S. Roo-discrimination. Io on event may a contractor-or subcontractor ..utilize the:anals, timetables or affirwative action steps required;by this Part Il in such a manner as to cause or result In discrimination:agalost - ! :soy person on.account of race, color, religion, Sax,or national origin. I -- !art III: Certifications. A.Bidders' Certifieatima. A bidder w111 net 1;eligible Wr award of a contract under this Invitation for Bids un- less such bidder has submitted as a part of its bid the following certiff- f cation,which will be deemed a part of the resulting enntra&U • DIDD00 Ct112FIemax - • certifies.that: (Bidder) 1. it intends to employ the following listed construction trades. in its work under the contract and 2. (a) as to those trades set forth in the-preceding paragraph one btreef for whicb it is eligible under part�L of these Bid Conditionsfor. pazticipatiom in the Contra Costa Plan;It will comply with the Contra caste plan on this and all future construction work id Contra Costs County within the scope of coverage of that plans those trades beings • , and/or •(b) as to those trades for which it is required by these Bid Conditions to comply with Part II of these Bid Conditions, it adopts the egofminority aanpower utilization goals and the specific affir- • native.action steps contained in said Ta-t 1I,on this and all future construction work in Contra Costa County aobjeet to.thew Sid Caoditiom, • tbose trades beicgr' sad S. it will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any subcontract .under this contract the subcontractor certification requlred by these Did i Conditions. (Signature of authorized representative of bidder) 1 ], f_Scontractors* Certifications. Thor to the award of any Subcontract 7 wader this Invitation.for Bids, regardless of tier. the prospective sub- contractor gout execute and submit to the Trice Contractor the following certification,which will be deemed apart of the resulting.subcontract: ' -2G- 00031 CONSTRUCTION SPECIFICATIONS FOR CONTRA,COSTA COUNTY DETENTION FACILITY C SITE GRADING AND TEMPORARY PARKING ! i PROJECT NO. 5269-926-(42) f D: 12 JULY. DATE Y 1977 L JUL/i 1977 � J.R O'SSON O:ERX BOARD O:SUPERVISORS - COS(A w. 1 PREPARED FOR: CONTRA.COSTA COUNTY PUBLIC WORKS DEPARTMENT Sixth Floor Administration Building Martinez, California 's i By KAPLAN/NcLAUGHLIN ARCHITECTS 901 Battery Street . San`Francisco, California Microfilmed with board order 00032 I TABLE OF CONTENTS DIVISION A. Notice to Contractors DIVISION B. Instructions to Bidders and Project Description Section i Competence of Bidders Section 2 Securing Documents Section 3 Examination of Plans. Specifications and Site of Work Section 4 Bidding Documents Section 5 Submission of Proposals Section 6 Withdrawal of Proposals Section 7 Public Opening of Proposals Section 8 Irregular Proposals Section 9 Competitive Bidding Section 10 Award of Contract Section 11 Special Requirements Section 12 Execution of Contract Section 13 Failure to Execute Contract DIVISION C. Proposal (Bid Form) DIVISION D. Articles of Agreement DIVISION E. Equal Employment Opportunity DIVISION F. General Conditions Section 1 Definitions Section 2 Governing Laws and Regulations Section 3 Patents and Royalties Section 4 Contractor's Responsibility for Work and Public Utilities Section 5 Bond and Insurance Section 6 Subcontracting Section 7 Time of Work and Damages Section 8 Progress Schedule Section 9 Temporary Utilities and Facilities Section 10 Permits Section 11 Conduct of Work Section 12 Responsibility for Site Conditions Section 13 Inspection Section 14 Rejection of Materials 00033 TABLE OF CONTENTS (Continued) DIVISION F. General Conditions (Continued) Section 15 Interpretation of Contract Requirements Section 16 Clarifications and Additional Instructions Section 17 Product and Reference Standards Section 18 Materials, Articles, and Equipment Section 19 Shap Drawings, Descriptive Data, Samples, Alternatives Section 20 Samples and Tests Section 21 Change Orders Section 22 Labor Section 23 Occupancy by the County Prior to Acceptance Section 24 Preservation and Cleaning Section 25 Payment of Federal or State Taxes Section 26 Acceptance Section 27 Final Payment and Waiver of Claims Section 28 Guarantees DIVISION G. Federal Requirements DIVISION H. Special Conditions DIVISION I. Information to Bidders Part I DIVISION J. Information to Bidders Part II TECHNICAL SPECIFICATIONS PAGES Section 02214 Excavation, Grading and Filling 1-10 Section 02607 Temporary Paving 1-4 00-14 re74 DIVISION A. NOTICE TO CONTRACTORS CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT MARTINEZ, CALIFORNIA CONTRA COSTA DETENTION FACILITY PROJECT SITE GRADING AND TEMPORARY PARKING Project No. 5269-926-(42) Notice is hereby given by order of the Board of Supervisors of Contra Costa County, that the Clerk of said Board will receive bids until 11 AM on August 2, 1977 for the furnishing of all labor, materials, equipment, trans- portation and services for: Detention Facility Grading and Temporary Parking, which includes: Site grading including excavation and structural backfill to prepare the building pad for the new Detention Facility. Work will also include grading and installation of a four inch deep section of cement treated base rock in areas designated for temporary parking. Contractor will provide curb cuts, barricades, concrete curbs, drainage pipes and drainage structures as shown or noted on the Contract Drawings. The Project is located in the County Civic Center, Martinez, California. The Construction Manager's initial estimated construction cost is $150,000. The work shall be done in accordance with the OFFICIAL PLANS AND SPECI- FICATIONS prepared in reference thereto. A pre-bid conference will be held for all prospective bidders at 1236 Escobar Street, Martinez, California, at 11 AM on July 26, 1977. Any questions in regards to this Contract should be directed to Craig Braccia, Turner Construction Company, Telephone (415) 372-4497, 1236 Escobar Street, Martinez, California. Only bids submitted by Contractors licensed by the State of California will be considered. Each Proposal is to be in accordance with the Plans and Specifications on file at the Office of the Clerk of the Board of Supervisors, Room 103, County Administration Building, 651 Pine Street, Martinez, California. c1) 0003 DIVISION A. NOTICE TO CONTRACTORS (Continued) The Pians and Specifications may be examined at the Office of the Clerk of the Board of Supervisors. Plans and Specifications (not including State Standard Specifications or other documents included by reference) and proposal forms, may be obtained by prospective bidders at the Detention Facility Project office, 1236 Escobar Street, Martinez, California, upon request. Each bid shall be made on a proposal form to be obtained at the Detention Facility Project Office, 1236 Escobar Street. Martinez, California 94553. Bids are required for the entire work described herein, and neither partial bids nor contingent bids.will be considered. A PROPOSAL GUARANTY IN THE AMOUNT OF TEN (10) PERCENT OF AMOUNT BID i 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°. I The above-mentioned security shall be given as a guarantee that the bidder will enter into a contract if awarded the work, and will be forfeited by the bidder and retained by the County if the successful bidder refuses, neglects or fail to enter into said contract or to furnish the necessary i bonds after being requested to do so by the Board of Sypervisors of the County of Contra Costa. f Bid proposals shall be sealed and shall be submitted to the Clerk of the Board of Supervisors, Room 103, County Administration Building, 651 Pine Street, Martinez, California, on or before the 2nd day of August 1977 at it AM } { and will be opened in public and at the time due in the Chambers of the Board of Supervisors. Room 107, Administration Building, Martinez, California, and f there read and recorded. Any Bid Proposals received after that time specified In this notice will be returned unopened. 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 Bond 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 Director of Department of Industrial Relations has ascertained the general prevailing rate of per diem wages and rates for legal holidays and overtime in the locality in which this work is to be performed for each type of workman or mechanic required to execute the contract which will be awarded to the succes- sful bidder. The prevailing rate of per diem wages is on file with the Clerk of the Board of Supervisors, and is incorporated herein by reference thereto, the same as if set forth in full herein. (2) DIVISION A. NOTICE TO CONTRACTORS (Continued) For any classification not included in the list, the minimum rate shall be the general prevailing rate for the County. The said Board reserves the right to reject any and all bids or any portion of any bid and/or waive any irregularity in any bid received. BY ORDER OF THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY J. R. OLSSON COUNTY CLERK AND EX-OFFICIO CLERK OF THE BOARD OS SUPERVISORS CONTRA COSTA COUNTY, CALIFORNIA BY Deputy DATED: PUBLICATION DATES: (3) WN DIVISION B. INSIRUMON lO BIDDERS: The bidder shall carefully examine the instructions con- tained herein and satisfy himself as to the conditions with which he must comply prior to bid in submitting his proposal, and to the conditions affecting the award of contract. SECTION 1. CMWUENCE OF BIDDERS: (a) License No bidder may bid on work of a kind for which he is not properly licensed, and any such bid received may be disregarded. (c) Sidders shall be experienced in the type of work for which they are bidding and shall, upon request of the County, "'Lit to the County a written list of completed projects,with the nam:of the owner at contract officer indicated. SEMON 2. SECURING DOdDENTS: (a) Dravings and Specifications maybe secured. as called not L.the"notice to Contzaeeor", - i SECTION 3. EYANINATION OF PIANS. SPECIFICATIONS, AND.SITE OF THE WORK: ! (a) CONTRACMR'S RESPONSIBILITY: 11 The bidders shall examine carefully the site of the work, and the plans and specifications therefor. He shall investigate and satisfy himself as to conditions to be encountered, the character, quality. and quantity of surface, and subsurface materials or obstacles to be encountered, the work to be performed, and materials to be furn- ished, and as to the requirements of the proposal, plans, and specifi- cations of the contract. Nhare investigations of subsurface conditions have been made by.the County in respect to foundation or other structural design, and that information is shown in the plans, said information represents only the statement by the County as to the character of material which has been actually encountered by it is its investigation, and is only included for the convenience of bidders. I Investigations of subsurface conditions are made for the i ppurpose of design, and the County assumes no responsibility whatever is respect to the sufficiency or accuracy of borings, or of the tog of I test borings, or other preliminary investigations, or of the interpre- tation therefor. _ I+ I S_ i I i l INSTRUCTION TO BIDDERS (continued) i There is no guarantee or warranty, either.espress or Implied, that the conditions indicated are representative'of those existing throughout the work, or any part ofit,.or that ' unlooked for developments may not occur. Making such infotme- tion available to bidders is not to be construed in an way as o a waiver of the prowisions.of this article concerning rhe Cn- tractor s responsibility for subsurface conditions, and bidders must satisfy themselves through their owninvestigations as to the actual conditions to be encountered. (b) RESPONSIBILITY FOR UTILITIES: As part of the responsibility stated in subdivision (a) above, and without limitation thereon, the Contractor shall be responsible at his own cost for any and all work, expense or special precautions caused or required by the existence of proximity of utilities encountered in performing the work, in- cluding without limitation thereon, repair of any or all damage and all hand or exploratory excavation required. The bidder is cuationed that such utilities may include commmication cables or electrical cables which may be high voltage, and the ducts enclosing such cables, and wben working or excavating in the vicinity thereof, the special precautions to be observed athis own cost shall also include the following: All such cables and their enclosure ducts shall be exposed by careful hand excava-tion so as nor to damage the ducts or cables, nor cause injury to persons, and suitable warning signs, barricades, and safety devices shall be erected as necessary or required. In connection with the foregoing, the bidder's attention is invited to Section 12 of Division F of these specifications. (c) DISCREPANCIES OR ERRORS: If emissions, discrepancies, or apparent errors are found in the plans and specifications prior to the date of bid opening, the bidder shall submit a written request for a clari- Fication which will be given in the form of addenda to allbid- dens if time permits. Otherwise, in figuring the work, the bid- ders shall consider that a�discpancies or conflict between drawings and specifications shreall 6e governed by Section 15 of Divisle:. F of these specifications. F I SECTION 4. BIDDING DOtu ms (a) Bids shall be made upon the special.Proposal (Bid Form) (See Section C of this Specification), with all items completely filled out; numbers shall be stated both in writing and in figures, the signatures of all persons signed shall be in longhand. The com- i pieced form should be without intezlineations, alterations or erasures, no alternative proposals. Additional copies of the Proposal (Bid Form) may be obtained from chose supplying these specifications. f i I I SECTION A. BIDDING DOCUMENTS (continued). (b) Bids shall not contain any recapitulation of the work to be done; alternative proposals will not be consid- ered, unless called for. No oral, telegraphic or telephonic .proposals or modifications will be considered.. - (e) List of_Pr osedosed Subcontractors: Each.proposal: stall have listed tTr�a the nave a�w �adoreas of each subcon- tractor to wham the bidder proposes to subcontract portions of the work in an amount in excess of }of l percent of his total bid, in accordance with Chapter 2, Division 5, Title 1, of the Government Code. See Section 6 of Division F of these specifications for further reference to subcontractors. (d) Bidder's Seeuri : ALl bids shall have enclosed cash, a cashier's cel�eck,-cerc check or a bidder's bond, as 3escrib a ow, executed as surety corpora—mon auc orized to issue surety bonds in the State of California, made payable to "Contra Costa Count in an amount equal to at least 10 percent of the amount of the bid. No bid shall be considered unless one of the forms of bidder's security is enclosed therewith. SECTION 5. SUBMISSION OF PROPOSALS: - Proposals shall be submitted to the Clerk of the Board of Supervisors of Contra Costa County at the place indicated an the bid proposal. it is the sole responsibility of the biddertosee that his bid is received in proper time. All proposals shall be submitted under sealed cover, plainly identified as a proposal for the work being bid upon and addressed as directed in the Notice to Contractors and the bid proposal. Failure to do so may result in a premature opening of, or a failure to open such bid. Proposals which are not properly marked may be disregarded. SECTION 6. UMMRAWAL OF PROPOSALS: f Any bid may be withdraw at any time prior to the time fixed in the public notice for the opening of bids, provided that a request in writing, executed by the bidder or his duly authorized representative, for the withdrawal of such bid is filed with the Clerk of the Board of Supervisors of Contra Costa County. An oral, tele hie, yr tele nic r uest to withdraw a bid r�000saf knot aece�ta ee. '1Rie w t rawal o a i3-s not pr3ud ce a s t of a bidder to file a new bid. This article does not authorize the withdrawal of any bid after the time fixed in the Public notice for the opening of bids. i i 0004© C_ i SMUnN 7. PUBLIC OPENING OF PROPOSALS Proposals will be publiclyopened and read at the tine and place indicated Sa the Notice to Contractors. Bidders or[heir authorized agents are invited to be present. SECTION B. IRREGULAR PROPOSALS: Proposal,may be reiarced if they ahovany alter- ,tion o£form, addition,cot tailed for. conditional bids,in- complete bids, erasures, or irregularities of any kind. If bid amount is changed after the amount Is originally inserted, the change should be initialed. The Oouncy also reserves the right to accept s%dor - all altarmtes and unit prices called for on the Bid Form and their order of listing onsued form shall in no way indicate the order fa which the bids may be accepted. SECTION 9. COMPETITIVE BIDDING. If core thao one proposal be offered by any individual, firm, paztnersbi corporation, cclaciea, or aM combination thereof, under cue same r different names, all such proposals may be re ted. A party who has quoted prices on materials or work to a bidder is cot thereb7r disqualified from quoting prices to other bidders, or fret submitting a bid directly for the materials or work. l All bidders axe put on notice that any collusive agree- sent fazinngg the prices to be bid so as to control or affect the awarding of this contract is I.violation of the conpeticive bidding requirements of the State lav and say render void any contract let under such circumstances. SECTION 10. AWARD OF CONTRACT. The right is reserved to refect any and all proposals. The award of the contract, if it be awarded, ill be to j the lowest responsible biddar whose proposal coapliea with all the I T prescribed. Such award, if wade,will be made within 3D days after the opening of the proposals. SECTION 11. SPECIAL ROOUIREMENTS: The bidder's attention fa invited to the followinUP spec lal Prwisiona of the run tract. all of which are detailed in the General Ccndicims (Division)D or other docusents included in these. specifications. (a) Bonds. (b) Insurance (e) Liquidated Damages (d) Guarantee (e) Iaspeccicu and Testing of Haterials (f) Facilities to be Provided at Site (g) Assig`menc of Contract Prohibited 01M41 SECIION 12. E%ECEMON OF CONTRACT' The contract(example foDivision¢}hallhe signed by the successful bidder in duplicate caunrarpart and returned within five(5) days ofreceipt,net including'Satur- days.=dC- and Legal holidays, together with the CLSCract goods sad Certificates of Insurance. No contract shall tie binding upon the Cmmry until same has been executed by the Cm- tractor and the County. Should the Contractor begin work in advance of receiving entire that the contract has been approved as above provided,any vorkperformed by him will be at his own risk and as a volu.ceer unl%k.said...tract is so approved. SECTION 13. FAILIRE TO E%ECOIE CONTRACT: Failure to execute a...tract a.d Ei1e a.cept- able bonds and certificates of insurance as provided beret.within 10 days, aoc including Saturdays. S—days,and legal holidays, after.the successful bidder hes received the contract for execution shall b%!—t cause for the annulment of the averd and the forfeit- I of the bidder's aecurlry. If the successful bidder refuses or fails ca execute the contract, the County may suard the contract to the second Iovest responsibIs bidder. If the second Invest resp..-. sable bidder ref—or fails to eu.ute the contract. the county 4 may award the contract to the third Invest responsible bidder. Oo. chs Failure or refusal of the second or third'louest responsible. bidder to whom"Ysuch contract is so awarded to execute the same, such bidders' securities shall be likewise forfeited to the County. The work may thm be readvertised or may be constructed by dry labor.. as provided by Scare Inv- i tliit�42 � (Bidder) DIVISION C. PROPOSAL (Bid Form) BIDS WILL BE RECEIVED UNTIL 2nd Day of Au ust at 11:00 a. m., in Room 703. Administration Biu Yding, Narttne' ifarnia, 94553. (A) TO THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY: Gentlemen: The undersigned hereby proposes and agrees to furnish any and all required labor, material, transportation, and services for the Contra Costa Count Detention Facilit Site Gradin and Tem orar Pavin . n strict conformity with the Plans, Specifications. and other contract documents on file at the Office of the Clerk of the Board of Supervisors, First Floor, Administration Building, Martinez, California 94553, for the following sums; namely: BASE BID• Shall include all of the work for the construction and com- pletion of all facilities therein, but not including any of the work in: the following Unit Prices: For the sum of: Dollars UNIT PRICES• Unit prices shall include all labor, material, equipment, taxes, fringe benefits, overhead, fee and all other costs and/or charges. 1. Additional excavation of unsuitable foundation material beyond the scope presently defined by the Contract Drawings and Specifications. Quantity Unit Price Total 500 C.Y. X = 00043 -10- Contra Costa County Detention Facility DIVISION C. PROPOSAL (Bid Form) - Continued) 2. Additional compacted select fill in excess of the quantities presently defined by Contract Drawings and Specifications. Quantity Unit Price Total 500 C.Y. X = 3. Compacted gravel fill as required by the Geotechnical Engineer. Quantity Unit Price Total 600 Tons X TOTAL BID: Add total of the Base Lump Sum Bid to the Totals of Unit Price Items 1, 2, and 3. For the sum of: i Dollars {$ ). � It is understood, with due allowances made for unavoidable delays that if the Contractor should fail to complete the work of the contract within the II stipulated time, then he shall be liable to the County in the amount of FIVE HUNDRED DOLLARS ($500.00)_per calendar day for each day said work ' remains uncompleted beyond the time for completion, as and for liquidated damages and not as a penalty, it being agreed and expressly stipulated that it would be impractical and difficult to fix the actual amount of ` damage. It is understood that this bid is based upon completion of the work within 42 calendar days from and after the date of commencement. The undersigned has examined the location of the proposed work and is familiar with the plans, specifications and other contract documents and the local conditions at the place where the work is to be done. The undersigned has checked carefully all of the above figures and understands that the Board of Supervisors will not be responsible for any errors or omissions on the part of the undersigned in making up this bid. 00044 -11- Contra Costa County Detention Facility a.f ,tzh. pjYIc10N C PROPOSAL fold F—I centin+e-d- - (� The undersigned hereby certifies that this bid is genuine,and not sham or collusive, or made in the interest on not herein named. and that the or in behalf of Any pers undersigned has not directly induced or,solicited any other bidder to put in a sham bid, or any other person, firm, or corporation to refrain from biddicoll collusion to secuand that the re for him,- has not.in any manner, anyed Souother bidder. self an advantage over any (G) Attached is a list of the names and locations of the place of business of the subcontractors. -.(H) Attached is bid security as required in.the Notice to Contractors. C3 Cash O Bidders Bond a Cashiers Check []Certified Check -(I) The following addenda are hereby acknowledged as being in- cluded in the bid: Addendum# dated Addendum# da[ed Addendum# dated __ F_rm By' Title Address Phone Licensed in accordance vith an ac[providing for the regLstra- tion of Contractors. Classification and License No. Dated this day of , 19__. -12- 00045 DIVISION C. PROPOSAL BID FORM continued 1 LIST OF SIBCONTRACTORS• ' (As required by Division B. Section 4. Paragraph (c)) (Substitution of listed subcontractors: See Division E., Section 6, Paragraph E.). Portion of pork Name Place of Bidders i I i 1 . i ! 1 c • 1 i _3_ i t AM i CONTRACT (Construction Agreement) (Contra Costa County Standard Form) 1. SPECIAL PERILS. These special terms are incorporated below by reference. (SS2,3) Parties: [Public Agency) [Contractor] Complete legal name (S2) Effective Date: [See 54 for starting date.] (S3) The Work: (54) Completion Time: [strike out (a) or (b) and "calendar" or "working"] (a) By [datel (b) iiithin calendar/worY.ing days from starting date. (55) Liquidated Damages: $ per calendar day. (56) Public Agency's Agent: (57) Contract Price: $ (for unit price contracts: more or less, in accordance with finished quantities at unit bid prices.) [Strike out parenthetical material if inapplicable.) 2. SIGdATURES S ACENOWLEDGMENY. Public Agency, By: (President, Chairman Or Other Designated Representative) (Secretary) Contractor, hereby also acknowledging awareness of and compliance with Labor Code 51861 concerning Workers' Compensation Lax. By: [CORPORATE Designate official capacity in the usiness SEAL] By: Designate official capacity in the usiness Note to Contractor (1) Execute acknooledgment form below, and (2) if a corpora- tion, affix Corporate Seal. - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - State of California ) ACZNOWLEDGMENT (by Corporation, County of ) ss' Partnership, or Individual) The person(s) signing above for Contractor, known to me in individual and business capacity as stated, personally appeared before me today and acknowledged that he/they executed it and that the corporation or partnership named above executed it. Dated: (IJOTARIAL SEAL] Notary Public - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - FORH APPROVED by County Counsel. - 14 - 1)004'7 (CC-1; Rev. 11-76) 3. 4401UA COr4TRACT, CHANGES. ( By their signatures in Sectic 2, effective on the above date, these parties promise ane. agree as set forth in this cont_..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 cork; and will furnish all materials, labor, services and transportation necessary, convenient and proper in order fairly to perform the requirements of this contract, all strictly 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, i 4. TIME: 140TICE TO PROCEED. Contractor shall start this work as directed in the speci- fications or the Notice to Proceed; and shall complete it as specified in Sec. 1. 5. LIQUIDATED DAMAGES. If the Contractor fails to complete this contract and this work 1 within the time fixed therefor# allowance being made for contingencies as provided herein, f he becomes liable to the Public Agency for all its loss and damage therefrom; and because, from the nature of the case, it is and will be impracticable and extremely difficult to ascertain and fix the Public Agency's actual damage from any delay in performance hereof, it is agreed that Contractor will pay as liquidated damages to the Public Agency the reasonable 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 sane from any money due or to become due Contractor under this con- tract. If the Public Agency for any cause authorizes or contributes to a delay, suspen- sion of wort; or extension of time, its duration shall be added to the time allowed for i 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 DOCUIi:UTS. The plans, drawings and specifications or special provisions of the Public Agency's all for bids, and Contractor's acce ted bid for this work are hereby incorporated into this contract; and they are inten a to co-operate, so that any- thing exhibited in the plans or drawings and not mentioned in the specifications or special provisions, or vice versa, is to be executed as if exhibited# mentioned and set forth in both, to the true intent and meaning thereof when taken all together; and differences of opinion concerning these shall be finally determined by Public Agency's Agent specified in Sec. 1. 7. PAYMENT. (a) For his strict and literal fulfillment of these promises and conditions, and as full 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 101 thereof pursuant to Government Code Sec. 53067, but not until defective work and materials have been removed, replaced and made good. H. PAYMENTS WITHHELD. (a) The Public Agency or its agent may withhold any payment, or because of later iscovered 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 any defective work or parts. 00048 (c) 35 calendar days after the Public Agency files its notice of completion of the entire - 14a - w work, it shall issue a certifi. ze to the Contractor and pay t.. balance of the contract price after deducting all amounts withheld under this contract, provided the Contractor. shows that all claims for labor and materials have been paid, no claims have been presented to the Public Agency based on acts or omissions of the Contractor, and no liens or withhold notices have been filed against the work or site, and provided there are not i reasonable inuications of defective or missing wort: or of late-recorded notices of liens or claims against Contractor. 9. INSURAHCL. (Labor Code 551860-61) On signing this contract, Contractor must give Public Agency (1) a certificate of consent to self-insure issued by the Director of Industrial Relations, or (2) a certificate of 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. 37DO 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. FAILLHE TO PERFU101. If the Contractor at any time refuses or neglects, without Fault of the Public Agency or its agent(s), to supply sufficient materials or workmen to complete this agreement and work as provided herein, for a period of 10 days or more after written notice thereof by the Public Agency, the Public Agency may furnish same and deduct the reasonable expenses thereof from the contract price. 12. LAWS APPLY. General. Roth parties recognize the applicability of various federal, state and local laws and regulations, especially Chapter 1 of Part 7 of the California Labor Code (beginning with Sec. 1720, and including 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 6 1813, concerning prevailing wages and hours, shall apply to this agreement as though fully stipulated herein. 13. SUBCONTRACTORS. Government Code $54100-4113 are incorporated herein. 14. WAGE RATES. (a) Pursuant to Labor Code Sec. 1773, the Director of the Department of Industrial 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 be performed, for each craft, classification, or type of workman needed to execute this contract, and said rates are as specified in the call for bids for this work and are on file with the Public-gancy, 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) 'r'he 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- cacion or type of work (except executive, supervisory, administrative, clerical or other non-manual workers as such) for which no minimum wage rate is specified, the Contractor shall immediately notify the Public Agency which shall promptly determine the prevailing wage rate therefor and furnish the Contractor with the minimum rate based thereon, which shall apply from the 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 work by the Contractor or by any sub- contractor shall be required or permitted to war)-. longer thereon except as provided in Labor Code Secs. 1810-1815. 16. APPRLNTICES. Properly indentured apprentices may be employed on this work in accordance with Labor Code Secs. 1777.5 and 1777.6, forbidding discrimination. - 14b - 00049 '.(CC-1; Rev. 11-76) 17. P1UFL1U'NCE FOR MATERIAL'. The Public Agency desires to. emote the industries and economy of Contra Costa County, and tine Contractor therefore promises to use the products, workmen, laborers and mechanics of this County in every case where the price, fitness and quality are equal. 18. ASSIG11=1T. This agreement binds the heirs, successors, assigns, and representatives of the Contractor; but he cannot assign it in whole or in part, nor any monies due or to become due under it, without the prior written consent of the Public Agency and the Contractor's surety or sureties, unless they have waived notice of assignment. 19. :10 WAIVER BY PUBLIC AGENCY. Inspection of the work and/or materials, or approval of work and/or materials inspected, or statement by any officer, agent or employee of the Public Agency indicating the work or any part thereof complies with the requirements of this contract, or acceptance of the whole or any part of said work and/or materials, or payments therefor, or any combination of these acts, shall not relieve the Contractor of his obligation to fulfill this contract as prescribed; nor shall the Public Agency be thereby estopped from bringing any action for damages or enforcement arising from the failure to comply with any of the terms and conditions hereof. 20. HOLD 11AR11I.CSS 6 I11UMMITY. (a) Contractor promises to and shall hold harmless and indemnify from the liabilities as defined in this section. (b) The indemnitees benefited and protected by this prwnise are the Public Agency and its elective and appointive boards, commissions, officers, agents and employees. (c) The liabilities protected against are any liability or claim for damage of any kind allegedly suffered, incurred or threatened because of actions defined below, including personal injury, death, property damage, inverse condemnation, or any combination of these, regardless of whether or not such liability, claim or damage was unforeseeable at any time before the Public Agency approved the improvement plan or accepted the improvements as completed, and including the defense of any suit(s) or action(s) at law or equity concerning these. (d) The actions causing liability are any act or omission (negligent or non-negligent) 3n connection with the matters covered by this contract and attributable to the contractor, 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 onew i— th�not any Indemnitee has prepared, supplied, or approved any plan(s), drawing(s), specification(s) or special provision(s) in connection with this work, has insurance or other indemnification covering any of these matters, or that the alleged damage resulted partly from any negligent or willful misconduct of any Indemnitee. 21. EXCAVATION. Contractor shall comply with the provisions of Labor Code sec. 6705, if app ick able, 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. I 00050 - 14c - (CC-1; Rev. 11-76) DIVISION E-IIH CORDMOM, ACTe!zammHExr. Ixtul EhTWXPRW apiratmir: Part 2I: She 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 SOCK labor organizations haw agreed to the Tripartite Agreement for Contra Carta County,California(bot only as to those trades as to which there are commitments by labor organizations to specific goals or minority manpower utilization)together withall implementing agreements that haw been and may hereafter be developed pursuant thereto,all of Which documents are incorporated herein by reference and are hereinafter euaalatively referred to as the Contra Costa Plan. Any bidder,contractor or subcontractor water.non or more trades of . comtrucUm employees most comply with either Part I or Part II or these Hid Conditions as to each much trade. Thus,a bidder,contractor or subcontractor. many be in coepliames with these conditions by its inclusion,with its union,in the Contra Costa Plan a specific commitment by that union to a goal of minority aupower utilization for such trade-Av,thereby m atter the provisions of this Part I,ad by its commitment to Part IT in regard to trade•Hv in the instaoee in which it is cot included in the Contra Costa Plan and,therefore,cannot meet the provisions of this Part 1. To be eligible for award of a contract order Part I of this Irritation for Rids, a bidder or subcontractor vas.execute and submit as part of its bid the certification required by Part III bereof. _ Part II: A. Coverage. She provisions of this Part II shall be applicable to those bidders,coutraetora and subcon ractora,who,in regard to - these construction trades to be employed by thea on the project to which there bid conditions pertain. • 1. ire not or hereafter Cease to be signatories to the Contra Costa Plan referred to in Part I bereot: 2. Are signatories to the ContaCwta Plan but are not parties to collective bargaihdo:agreements: 3- Are signatories to the Contra Costa Plan but are parties to I collective bargaining agree—t3 with lair organizations who are cot or here- i after cease to be signatories to the Contra Costa Plan. h- Are siCnatories to the Contra Costa Plan but as to which not specific commitment to goals of minority manpower utilization by labor organi- zation have been executed pursuant to the Contra Costa Plan;or 1 ii I i i s. Ate the Mmtetlmiet yartieipatiag u m fescreen plm a[cry tablas m ur.OFCC,imldlC-t-Ce g the Coots u YIm. , S. ie-ireseat-An Afffee l--lee Plan. The bidders.teees � and tabmetracwa described u perayapha 1--pgh S abna v111 met.. . eligible for—d of a merrmt order this larlestim far Bich.ml- St eertifiea as presczibIt is parat<aph Ib of sbe csruftutiee sp"Ified Se.Part III bersf that it adepfi the:dal-Swl.aed li-rebles of simeity eaap—vtillzatlm,_ sad ryetifit afftrmsti.e scum:cepa er fourth Se.Seetiee 1.1 and 2 of tbia Part II diretted 0-r faareasiai aimricy vaapoaer atilSsatlae by meet of a"13rini Seed faith effotts to -MS.,ser sorb steps m l dosed u ba-.1.' d each•progao per- aoant to Sectim 1.3 eI tbta kart U. Seib the peals aed tleerahle..aM ,be affirmtlee attlm steps sort seat the rageleeamts of Chia Part II set fetch beleu for all tradea ranch ate u be ettlired w the projeet. - .betbee mbcmtratted 0-r ser. 1. Cala and Tleerablu. Thi Seal et eieerlry—rt ilitetloe for ibe bidder sad-b---..-ate applitabla u cath trade ort oth - vise bond by the pre.iaims of Part I hereof for the follnetos tis periods. Let garb trade vdtb mill be used m the ptojree vlthia cee-fee.Cwty. Oaiitesaia. The reeiea for all trade w be etillsed m the project shall be as follwa: i Pam 4-30-75 tt•fb-19.51 Iothe ateat.that mist a tootrxt edtitb Is wbject to theta Bid Cow aides. ty met 1t periaraad ie a year latae that the:lataat year far+hub ein tee-rfet ptable i�p Sue stun its y as u be been sorb .erg. t 'ibv peacnoulca of eimrlty-poem oUli.ati..ab-u0-a,p--d io term - of adimn 0-Y traidrg am esploymet as a praporttee at the tool voboma t. be-Ad by the bidder's,rnnt'attar'n eed s.br.etraetor-a entire cork f- 1.that a1.'that trade mall projects in Centra Costa Canty,Gliforaia daring the parfarmete of its contract or tabrootraet. The aanhmra fm aLwrity cork 0-M' tsateleT east be anbslntiaW armies thmoglwot the length of the cwtract, ` all leetee.0-M for eatb of the prods. Yartber,the traesfer a[aSmrity f _ .M -er tralotea hos aq:oye-to-eepl.yer or free Prajeat-to-project for the sole purpose of.eating the emtnt aabemtrart-1,goals shall be a fiolatim cf U-teMiti— - ty le etueed as .Iudieg KW-,Spa ih Sur-.I Amm rdet , _ Orlmtala and Iaetlem IodU-. 1 _ I t nr►r�5� _ and for-3%of the trades. Further. the transfer of a£nority employ*" .ar;traineesfrom employer-ro-employer or from project-trproject farthe sole purpose of mating the.contractor's or subcontractor's goals shall be violation of these conditions. In reaching the goals of minority sacpwer".utilization,regniredof bidders, contractors andsubcontractors pursuant to this Part:I1, emery effort shall be Bade to find and employ qualified journeymen. However, - wbere minority journeymen are not available.Wz rity trainees in pre- apprenticeship.apprenticeship,jourmy—training or other training programs may be used. In order that the nomorking.training'.boars of trainees my be counted in meeting the goal..suth trainees most be mployeed.by the con- tractor during the training period. the contractor.a st have made■ccm- mitm at to employ the trainees at the csplotion of their training and the trainees vast be trained pursuant to established training programs whichaust be theequivalent of the training programs now or hereinafter provided for in the Contra Cosa Plan with respect to the nano,.extent and duration of training offered. ' A contractor or subwutractor'shall be deemed to be in cocpliance with the teras and requirements of this Part.I1 by theemploymentand training of mimricies in the appropriate percentage ofhisaggregate work fosse in Contra Casa Canty,California.for each trade for whichr it is coa£tted to a goal under this Part 11_ Beuever,on con=acar or subcontractor shall be fa nd to be in 000copliaace solely on account of its failure to neat its goals within Its timetables.but such contractor shall be given the opportunity,to 'r demonstrate that it has instituted all of the specific affimative action steps specified in this Part 11 and bas rade every goodfaith effort to .cake these steps work toward the artaimeat of its goals within its time- tables,-all to the purpose of expanding Woritl'maopwer utilization on ., all of its projects in Contra Casa County.California. m all eases,the compliance of a bidder, contractor or.subcontractor will bedetermined in accordance with its respective obligations under the terms ofthese Bid Conditions. Therefore,contractors or subcontractors :who are governed bythe provisions of this part xi shall be subject to the requirements of that Part regardless of the.obligatiom.of is prime cam- . `tractor or lower tier subcontractors. " All Ladders and all contractors and snheoutraetors performing or to perform work on projects subject to these Bid Conditions hereby agree to : inform their subcontractors of their respective obligations under the and requirements of these Bid Ceoditiom, including the provisions i, `:ng to goals of olo city mployoent and training. -17 Hff � l_ I tf Incl3 L Seeeffic Affirmatfwe action Stensbidders.contractors and mbcootraetorssub)act co this Part U.mat anpgt in affircaLive ac- _ Linodirected at increasing dnoricy vanpwar otilltarlon.which is at. -bast ase —1-and as specific.an ne fnlladng step.- a. She contractor.hall notify camorganization that organizatiothat th.--v Us mploynaac opportmitloa available and shall maintain woad.of the or=antaatieu't-Poo.e. h. me contractor shall maiatalm a file of the haus and ad- dtesan of each mtnnrlcy.tackes rafferrd to his and what action was taken with respaet to each suh referred mrker,and if the marker w not eoployed,the reasans thatefor. If snch mortar oat act seat to the wino Airin=ha11 for referral or it such worker was not employedby the emtrannr,the cmotractmr'a fila shall doaumt thin and aha:canons therefor. She contractor shall Pa'dPily notify the(ag81 06571 OWgff ! Pgffi.IC:IC8.3 IIYP:A'bt91T Mr.the naion or oitm with.6a th emtraeWr bas a collective b-galafag agreaomt bas not rafaraad to the contractor a j mla fty mortar seat by the conirattar or the contractor bas other iafornstien that th onion referral p—as bas lryeded hie 1.bis effort.to meet hie goal. - d. The contractor shall Partiripata ln.training pmgras In tba area..espatially those forded by the fapartmant of Labor. 1 e. In,contractor sbali dlssaciun bis E111 policy within his .. ave oncott.tion by lacludiog it in my policy.awil:.by pablict ing it In cempacy ncwgm para.anal reports.ate.:by eood—img staff.amployaa and union rapt entatiw'asetinp,m eaplain and dicnoss'che policy.by os Pting of the policy:and.by specific rawlaw of the policy with minority emplofcaa. j f. Mm cootratmr.ball dissaxioate his EM Policy eateroally by infocoing and dismasing it with all cercaltrsnt sommas:by adverbs- ' lag fm sews media,specifically Sanlodiog mlmbcy Haus—ft.;and by mtifylag and disausini it with all sobcmtractors and aoppliara. j g. Sha contractor shall make specific-and constant Personal _ Thoth wbttco and oral) —J—.efforts directed at all minority ee=mltatfooa.school.with dmriq stodants.minority rectnitacat or=anlzatloas and minority traiaia=or=anlr.bnoa within the contractor's renminoant area. I h. The contractor shall make np-iffe efforts to--Z. `f Presort minority-ply—m recmit their friands and..Lawes. j f. The contractor shall walidan all w sp.cLfl.tL—,selac-- tlon regairvmeott,teen, -lh I - � 111�iftl� I i The contractor shall coke evccy effort to prow[.atter-- •., school,anmer and y tiara employee"to mincrity youth. k. Ibe contractor shall develop m-tbe-Sob traiaimsopportm- ities and participate and assist is my.mandation or amployar-izary training programs selevaet to the contractor's employee needs caesistmt with its obli=atio si wader chis Part it. L lbs contractor shall eoutimully imcatM ama evaluate all mlaozity personnel for promotion opport—Itics and escoursse ai—vity or plcyees.to seek such opportmities. a. Ibe c retractor shall make sore tbat senlority practices Sob classiflcetioos,etc.,do not have a discrlminatoty effect._ _ a. the met...-..r shall sake certain that all facilities and cmc.m activities are tons-segtegatsc i o. me court—tov ball coatitmally suitor all personnel ac- 1 .itis.to ensure that his EEO policy is being carried out. !1 p. lbe contractor shall solicit bids for subcantraets from available uiwriLy sobcoottactoes eagaged 1.the trades--ad by thea lid maditious,including circulation of minority contractor association. J.. Coatraeton and Sabeontrattnrs Deemed to be Soundby Part II_ la the evme a contractor or subcontractor.who is at the time of bidding eligible miler Part I of thou lid Caadltions.is m looser participariat ieaD sfft.sa.ive atcinq plan acceptable to the"Director of the Office of Federal Contract Compliaua,iacludint the Cmtza Casts Plan,be shall be deemed to be committed to Part II of these lid Conditions. Fusthsr.;who- . .ser a contractor or smbcwtraetor.who at the tie of bidding is eligible suder Part II of these lid Conations.uses trades not contemplated at the tied be submits his bid,be shall be committed to Part II for those . trades. Tbmever a contraetor or sobcoatractov is deemed to be.committed .. to Part II of those lid Conditions.be shall be considered to be twitted . to a m mpouit utilitatim tool of the percentage mase for that tr}de for the appropriate year. .. ,s. Ssbsewest Sismatary to the Coots Costa Plan. Any ssmtractor. or subcontractor:abject to the requirements of this Part lI for may trade at the clam of the subofssion of his bid vbo together vith the labor or-..... Palmation wish wham it baa a mllective bargaining atcs—t sobsegomtly becomes a signatory to the Cmtra Costa Plw. either indivldaally or through. e an assoeitatim,say nest its reWircesats under these lid Gonditiom for C' such trade.If such contractor or subcontractor.recutat,and sabatu a oev certification twitting biasalf to Part I of these lid Coaditioas. ito . .contractor or subcmu ontractor shad be dewed to be suDject to the require- . - aof Part I ontil such etztificetim is aaeeuted mad submitted. I S.:xou•dlserintaacim. Ie an event say a contractor or subcontractor- utilize the Souls,timetables or affirmative action steps required 11 this. Tart Il in such a mmur as to cause or result in discriadnatioe against any.person an account of race,color.religion,sexor national origin. -. Tart 2II; Certifications. A.Bidders' Certification. A bidder will. net be eligible for award of auwtratt under this Invitation for Bids"a- less such bidder has submitted as a part of its bid the following csrtift-. cation. &$cb will be deemed a part of the resulting contract certifies that; (Bidder) 1. it intends to employ the following listed construction trades to its work under the contract and L (a)as G 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" tbsG Plan on this and all future construction work 14 Contra Costa County within tae Scope or coverage of that Plan,theta trades hniogt • .and/or -(b) as to those trades for which it is required by these Bid conditions to comply With Part 11 of these Bid Conditions,it adopts.. E the minion nioerity amnpower obligation goals and the specific.affir- mative=ties steps contained to said Pat Ile on this and all future construction work in Contra Costa County sobJect to these hill Cooiitions, tbeee trades baiter Sad 3. it will obtain from,each of its subcontractors and"bait to the contracting or administering agency prior G the:card of any subcontract • -under this contract the subcontractor certification required by these Bid S Conditions. T (Signature of authorized representative of bidder). (tt ]. S"gcmtractors' Certiftcatims. Piior to the award of Spy.subcontract under this Invitation for aids,regardless of tier, the prospective sub- contractor east esecuce and submit to the Trina Contractor the following certificatLna.which will be deemed a part ofthe resulting"subcontract: -20- (f` I i •.sumc#rBear1ts.Cf32l.FICA1loA. cartiZfes.that: (Sabcwtraetos) L it dnterds W mplay the fallowing listed amstmetfm traded to irs mrk under the wboeo r t 1 L ( u m tbasd wades sec fatth in Lbe Fretdies paragnpfi nae bersof for tddch it is eligible eedrr part 1 of tb—Aid C.*4 tuns for partiefpatfea is the contra testa Flea.it will amply with the rAnta � C"m Plan m this and all fatare crostmctdm wrk in contra cm"cee t mabjact W Uses Hid Cuditiom,theta trades beiagt and/or. (b) as m Haat trades far terleh It is regnised by these Bid faaditiou W rmplr wib part 11 of these Aid Canditio6,it adoPW the sini—mimHty marywver atilisatim$mla sad the aP-M.affiraaa— ataa tiasteps emtafaed in said Hrt 11 m this ud all tams mutteetlm matt in C era Cm.a co®i;F dWde t to thew Aid Coaditiaas.tbms tradm beings 3. it will abrsfa frau each of its subeenrrsccors prier-the award . of a7 subwacrut under thisW—.rice wbtmrractor eerrifitatioo rego'ird by ibese Aid rmditimt. (Signawte or autbe ited:epres .i..of bidder) In Odes W encore that the said submntraetors`tertificatfm be- mws apart of all wcanb =M orme der the prim tee a t.m subeoe r t sball be—td as eetlwrlsd repr[seatitive of the Contra costa Cunnus-Public clerks Atpartaeat bas ddterafad,in to•-1ti.ng,that the said trtittcatiw atm baa been ip--td Sn math mbomtract,rdg rd1s. of tier. Asp mbcmtr tt executed rdthut mrA Wittedgpronl atoll. be YWded. - C. Xaterialitp and U—si—sa. The eestiffmtjaes regaird W be made�the bidder pvrsvmat W shade Ala fnadtrians is au[eHat sad wilt govern sus biddae's perfoxuaaea m the project sad will be rads a part. +f Lis u!. FalSora m salols the certiticatim ill render the trill - amrespmdfee. j AN Part Iv: Compliance and Enforcement. Contractors ace responsible for ioforaing thclr subcontractors treqardicss of tier)as to their respective, obi taction under Parts 1 and 11 hereof(rt applicable).- The bidder,contractor - { or subcontractor shall carry out such sanctions and penal tics for violation of 1 .the equal unr. opportity clause including suspension,tcleatioo and cancellation of existing subcontracts as may be imposed or ordered by the Contra Costa County Public Yorks Oepartment. Any bidder,or contractor or subcontractor who shall fail to carryout arry out such saactlms and penalties shalt be deemed to be In noncom Ill.with these bid Conditions. violation of any substantial requirewent in the Contra Cosa Plan by a contractor or subcontractor covered by fart 1 of these bid Condt[Ions Inctuding the failure of such contractor or subcontractor to make a good faith effort to a,"t Its fair share of the trade's goals of minority manpower-utilization.or of the requiremnts of Part 11 hereof by a contractor or subcontractor who Is - covered by Part 11shall be deemed to be In nonmomptiance by such contractor or subcontractor with the Equal Opportunity Clause of the contract,and shall be grounds of tmvosition of the sanctions and penalties provided hereto. The Contra Costa County Public Yorks Department shall review Its contractors' and subcontractors'employment practlees during the performance of the contract. In regard to Part 11 of these conditions if the contractor or subcontractor 1 meets its goals or If the contractor or subcontractor can demonstrate that It has every r`t made good faith effort to meet those goats, the contractor or subcontractor shall be Presumed to be to compliance with tnese bid Conditions and no formal sanctions.,,:r Proceedings leading toward sanctions shall be instituted unless the agency otherwise determines that the contractor or subcontractor is not providing equal employment opportunities. to)udgtag whether a contractor or subcontractor has act its goals.the agency will consider each contractor's or subcontractor's minority manpoucr utilization and will not take foto consideration the minority manpower utilization of its subcontractors. Yhere the agency finds that the contractor or subcontractor has failed to empty with the requiremmncs of these bid Conditions.the agency shall take such action and Impose such sanctions as mar ke approprtate inctuding,Lbut rot Ibhad to.- 1. o.1. Vithholdirg of payrws is to the contractor under the contract until the ` contractor complies,and/or 2. Caocellatim,teraination or suspension of the contract.In whole or In part,and/or 3. To the extent at lowed by appl lcabie State Statutes,the contractor nay be declared Ineligible for further County Public Yorks contracts until. ' he satisfies the County that he has established and Is implementing an Equal Employment Opportunity program which conforms to the prevlstons contained herein. U mn the agency proceeds with such format action it has the burden of proving that the contractor has not met the requtreaents of these Old Conditions,but the contractor's failure to meet his goals shall shift to him the requirement to come forward with evidence to sbow that he has mit the"good faith^raWt,—ts of these Old Conditions by Instituting at least the Specific Afflrwtive Action steps listed above and by making every good faith effort to sake those steps work toward theattainment of Its goals within its timetables. The pendency of such I.—]proceedings shall be taken Into consideratlm by Contra Costa County 1 f f i i In detereiatuug whether such contractor u:Subcontractor can reTrirements caatainad therein and is therefore "res comply with the contractor," Pemstbic prospective It shall be no excuse that the union with which the .collative bargaining sgreeaent Providingcontractor has a. - - -referminority employees.. theuclusivereferral`failedto7bg Procedures set ' forth In eontract when the Contra CostaCounty pubo Works shall me apply to any.. . such usotrsct in essential to the national security and that itsaward without talentdett followingsuch Procedures Is necessary to the national.security.- 'Contractors and subcontractors must keep Such records and filesuch reports relatirg to the.Provisims of these Did Conditions as shall fi required .�:by the Contra Costa County Public Works Department. Submittal of fl be requir d FEDERAL-AID N16FINRy CDWSTRIKT1011 COuiRACTOAS EEC REPORT or optimal form M PDWfER UTILIZATION REPORT will be re"ired monthly. Additional wforces or reports that may be required will be Presented at a pre-construction afer•enceto beheld prior to the start of.work. For the Information of bidders.acopy of the Contra Costa Plan may be; obtained from the Contra Costa County Public Works Department. +r x f I j -23- 4 \� i i DIVISION F. GENERAL CONDMDNS SECTION 1. Definitions: whenever the following terms, pronouns in place of them, or initials of organizations appear in the contract documents, they shall have the following meaning: Adder -A document issued b7 the County during the bidding per ch modifies, supersedes, or supplements the original contract documents. Affitmative Action Na er Utilization Report A�en�ocument�owy, weekly, or monthly prepared - prepared by the contractor for submission to theCovnty which reports the total number of employees, the total comber of min- ori[y employees, and the present minority manhours of total sum- hours worked an the project. Agreement -The written document of agreement, exe- cuted by the County and the Contractor. rchiteet or Engineer-Shall mean the architect, engineer, v ua or co-partnership, employed by the County of Contra Costa; as designated on the title sheet of these speci- fications. When Contra Costa County is designated as the Engineer, Engineer shall mean the Public Works Director, or his auttn tined 4 representative. Bidder -Any individual, partnership, corporation, E association, o t venture, or any combination thereof, submitting a proposal for the work, acting directly, or through a duly author- { ized representative. - k Board of Supervisors - Shall mean the duly elected or i appointed ofe�ala who constitute such a Board, who will act for i the County is all mutters pertaining to the Contract. Chang Order - Is any change in contract time or price and any change in eoncract documents not covered by subcontractors Pro eet I,�r, Cons[tuctiou Supervisor. Inspector, i or Clerk of a Wor shall meant a autTiarized agent of the County at the site of the work. Contract - 2he contract is comprised of the contract documents. Contract Documents - The contract documents include the agreement, the rigs and the specifications. Proiect Manager = The Prb3ect Hanager is the authorized representative of Contra Costa County. i Construction Hamster — The Construction Manager is the County's construction representative as described in the Information to Bidders, Part I, Section 9, Page 2. i i — 24 — - oor 6o VMSTON F. GENERAL CDNDMQNS SECTION 1. Definitions' (continued) Cmtrset r-The individual,par"ecahiP.feorFotat1— msmLtlon, o c venture. nay County. ins therenE,wgo has tared Into a emt"ee with the[oonry. C nc� -Shad seen the Comry E cancra cos",a political ivbdiviaim eF the State of Califcrala and parry of the ffintatpa tut orlts duly authorized agent acting withi the scope of Field Order-Is ao instruction given during the course of the va Z--Wee Section 165). General Notes-the written instructions,provWon.. onoditiona,u-T— egniremmts PPeariag m the drayLy and so identified thereon,which pertaIn to the perfotmaoee oZ the wrk. PLns-the offieLl dravings Including plans,.1r rima,seetLons,detail draviugs,ding—. general notes, fa- fermatien and sehedul"thenen,a exert reproductions.tberenf, dopted and approved by the Comt�rahwing the lotatim,character, dimenaLuz and data1L of the wrk. 5 e ifi�eattaes-The Lostroctione,pr—LLons,ceadi- LSons and detailed require nos penal"to the sethods and man- - ser of perfcrmfng the wrk,ar to ehe qualities and quantities of wrk to ba famished and Installed under this emtraee. Suheontraetor-M Individual ppaasrenerahip,corporation,, ssociatim, c venture,es avy eombiaitSon thereof,who can- tra�ts with o Cont"eco."perfo"wok ar labor ar..oder servtee L or about the work- The term subcontractors shall not include these who supply mter"Ls only. - 5 intend."-Th a representative of the Contractor who shall be preamc ac rk$I" ll at all times during perform- ame of the wen rk. Such Superintdeno shall at atimes be fully authorized to receive and act upon instructions for the Architect or biz authorized aaxot.and to execute and direct the wrk on be- half of the Contractor. lenses Aer.esent-A written ogre®not providing for alteratimu nrt,or sznuslon of the contract. Vork-Th.funisbing and installing of all labor, saterLL,ar[Tles, Wvpilplies,and equipment as apenified,desig- nated,or regnirad bysche contract. -2.5- 0'0061 i DIVISION F. GENERAL.CMMITIONS (continued) SECTION 2. Coverainx taws and Regulations: A. The Contractor shall keep informed of end observe, and comply with and cause all of his agents and em- ployees to observe and comply with all prevailing Federal and State laws, local ordinances, and rules and regulations made P ursuant to said laws, which in*W waw affect the conduct of the work of this contract. E. All work and materials shall be in full accord- ame with the latest roles and regulations of the Uniform building Code, the State Fire Marshal, the Safety Orders of the Division of Industrial Safety. the National Electric Code, the Uniform Plumbing Code published by the Western Plumbing Officials Association, and other applicable State laws or regulations. Nothing in these Plans or Specifications is to be construed to ppesmit work not coofnrming to these Codes. The Contractor shall hceep�ies of Codes on Job at all times during construction eerrii C. Excerpts from Section 6622 of the Labor Code of ' the State of California are included below. The Contractor shall comply fully with this section of the Labor Code as applicable. "No contract for public works involving an estimated expenditure in excess of$25,000.00 for'the excavation of any trench or trenches five feet or more in depth, shall be awarded • unless it contains a clause requiring submission by the Contractor ' and acceptance by the awarding bods or by a registered civil or structural engineer, employed by a awarding body to whom autbority to accept has been delegated, in advance of ex- cavation. of a detailed plan showing the design of shoring, brae- - Ing, sloping, or other provisions to be made for worker protection from the h ..rd of caving ground during the excavation of such trench or trenches. If such plan varies from the shoring system standards established by the Construction Safety orders, the plan shall be prepared by a registered civil or structural eagineer. "Nothing in this section shall be deemed to allow the use of a shoring sloping, or protective system less effective than that required by the Construction Safety Orders of the Division of Industrial Safety. . "Nothing in this section shall be construed to impose I tort liability on the awarding body or any of its employees. "rhe terms 'public works' and 'awarding body' as used. in this section shall have the same meaning as in Labor Code See- -tions 1720 and 1722 respectively." -26- i } _ I y i i DIVISitNN F. GENERAL CONDITIONS (covtLonotn SEMOR 3. patents and Rovalties: A. M Ceatraetnr shall provide and par for 411 1lcmaes sad royaltlu amesaaq for chs legal we and oopperation of ao, of the equipment ur epeeSaltLas wed is[he vuorit. CertlfLnstes showing the payment of any such liceous or royalties,and per- mits for rise nae of mr patented ur copyrighCed devices shall be secured sad paid for br the Contractor aM delivered to'be County m completion of the work, if required. SfI.TIOH 4. Contrietvr's Bea onaibilie for Work and Public c ee A. The Work- Hatil the formal amepcmre of cta Work M the Consty,the Contractor shall have the charge and care the a�shall bear the ria"of injury or damage to auy pare of the j work by the action of the elements or from a7 other cense aa- ceps—prnvlded in Section 23. The C—trent—.at Contractor's oat,shall rebuild, pair,restore,and make good'11. ll such damges to aq portion of the work occasioned by any of suchuwes before its accept- ance. - `r H. Public Utilities: The C—traeton shall seed proper ootie—,make all neeeazery-r aageamuand Perform all other services regoired in the care and malnteuace of all public utilities. The Con- , tractor lall—some all responsibility concerning same for Which the County may be liable. b. Hulwi1nngg—b*t-n in,for portercion of any public tion �uwork ipment,a.Con ado@ bf 1111—a allutilenclosnre�fill in all mp—iags�n masonry,ec—tin the ease watertight,and leave 10 a finished eondltiou. C. All connections to public ucilitles shall be=do and maintained!o such maintained-not to interfere with the con, ;1;we of sem 67 the Camey doting the more progress of the vork SEMONi 5. Bond and Inaurane A. The Contractor to whom the work is awarded shall within five(5)working days after bef:ug notified enter into a contract with the ouaux on the Me Costa Cama Standard Fotm for the work is accordance vlth the droving affi Spectficatiom, shall fur- afah and file ac thn sem time lobar and materiel and faithful per- for.anee bonds-sec forth in the advertLsemewt for bids,as a fora acceptable to the Canty. -27- 1 o!M63 I DIVISION F. GENERAL COI:DITIONS (cont'd) SECTION 5. Bond and Insurance (cont'd) B. Comoensation Insurance: The Contractor shall take out and maintain during the life of this Contract adequate Workmens' Compensation Insurance for all his employees employed at the site of the project, and in case any work is sublet, the Contract shall require the sub- contractor similarly to provide Workmen's Compensation Insurance for the latter's employees, unless such employees are covered by the protection afforded by the Contractor. In case any class of employee engaged in hazardous work under the Contract at the site of the project is not protected under the Workmens' Compensation statute, or in case there is no applicable Workmens' Compensation statute, the Contractor shall provide, and shall cause each subcontractor to provide, adequate insurance for the protection of his employees not otherwise pro- tected. C. Public Liability and Property Damage Insurance: The Contractor, at no cost to Public Agency, shall obtain and maintain during the term hereof, Comprehensive Liability Insurance, including coverage for owned and non-owned automobiles, with a minimum combined single limit coverage of $500,000 for all damages due to bodily injury, sickness or disease, or death to any person, and damage to property, including the loss of use thereof, arising out of each accident or occurrence. Consultant ' shall furnish evidence of such coverage, naming.Public Agency, its officers and employees as additional insureds, and requiring 30 days' written notice of policy lapse or.cancellation. The Contractor shall submit a Certificate of Liability Insurance which shall include the "hold harmless" agreement as required in the Articles to Agreement. D_ Fire-Insurance: Not required. 1! t I ( DIVISION-F. GENERAL CONDITIONS (continued) SIYTIDN 5. DOIID Atm INSIDuta:E(continued) • E. CE8T7FIGTES OF INSURANCE• Certificates of such Worlmen'a Ceapemation,Public Liability,Ptopazt7 Damage Insurancee and Fire Iasur' shall be filed vlth the County and shall be subject[o Coonty appzwal for adequaty o£protection. All certificates dull indicate that Contra Costa County has been easedases an additional insured.. These certificates shall contain a bewfr�lad until e[glesat fm A under the policies will mt be thirty days'prior written notice has been given to Contra Costa - Comty. F. PERFORMANCE BOND: Oae bond dull be 1n cbe aassust of One Hundred percent (100x)of the Contract, d shall inure the Dunt during the life of the Contract and for the ears of one(1) ear from the data of aceeptanea of the work agarose Eaulty or improper mater- . [els or wotl®anahip that any be diarwered durL,g that time. C. PAYMEMr MND- of bond hall he in cbe amount of fiftq pp rant(SUl) of the Contract price,and shall be!a accordance wLth the Iowa f the Scat.of California to secure the ppaayment of all claims for labor and teriala used or consumed is the pperForsunee of this eoneraee and of all amounts under the Unemployment Insurance Art. SECTION 6. SUBCONIRACTINC• A. The Contractor shall be responsible foe all-k per- formed under chis eonezaee,and on sub... .craw 11 be recogg- nized u such. All persons engaged in the work will be considered u employees of the Conmetor. B. She Contractor shall give his personal attention to the ful- filhomt of this contract and shall keep the work under 41s control. When any subcontractor fails to pprosacuor a portion of the work in manner utisfactorp!to the Azchlteet or Engineer, the Contractor shall rmoue such subcontractor iaediacely ups written serest of the Architect or Engineer end he shall not again be employed on the wart. C. Although the specification seetiom of chis contract may ba arranged according to various trades,or goner 1 grouping of woxk,the contractor is not obligated%sublet the work in.cath amoner. Iha Cty will not entertain requests to arbitrate di.- .'gr.pates among traeIs or between the Contractor and one w more sabeonerareors concerning ceapomibility for performing any pact of the work. -29- t tl�l(►6� 1 DIVISION F. GENERAL CONDITIONS (Continued) - ...swrl N 6. Subcontracting (continued) D. Subletting or subcontracting any portion of the work as to which no subcontractor was designated in the original bid shall be permitted only io case of public emergency or necessity, and then only after a finding reduced to writing as public rec- ord of the awarding authority setting forth the facts constituting such emergency or necessity. E. Substitution of Subcontractors: Contractor shall not substitute any person or subcontractor in place of a subcontractor listed in his bid proposal without the written approval of the County. Substitution of subcontractors must be in accordance with the provisions of the "Subletting and Subcontracting Fair Practices Act" begiuning with Section 4100 of the Government Code. Violations of this Act by the Contractor may subject his to penalties which any include cancellation of contract, assessment of 10 percent of the subcontractor's bid, and disciplinary action by the Contractors' State License Board. SECTION 7. TINE OF WORK AND DAMAGES: A. The County will designate the starting day of the con- tract on which the Contractor shall immediately begin and thereafter diligently prosecute the work to completion. The Contractor obli- gates himself to complete the work on or before the date, or within the number of calendar days, set forth in the Proposal (gid Form) for completion, subject only to such adjustment of time as may be set forth in this article or pursuant to Section 21. g. If the work is not completed within the time required, - dam aagge will be sustained by the County. It is and will be impract- icabie and extremely difficult to ascertain and determine the actual damage which the County will sustain by reason of such delay: and it is therefore agreed that the Contractor will pay to the County the scam of money stipulated per day in the Specifications for each and every day's delay in finishing the work beyond the time Pres- cribed. If the Contractor fails to pa such liquidated damages the County may deduct the amount thereof from any money due or that may become due the Contractor under the contract. C. The work shall be regarded as completed upon the date the County has accepted the same in writinx. D. Britten requests for contract time extensions, along with adequate justification, shall be submitted to the County not later than one month following the delay.. E. Any money due or to become due the Contractor, may be retained to cover said liquidated damages and should such money not be sufficient to cover such damages, the County shall have the right to recover the balance from the Contractor or his sureties. _30- 01106S MEN DlmJ(F P. GIQZBAT.cohmI-a=(continued) SECTiQq 1, TME gF WORK AM-DAMAGES• (continued) - F_ Should the County, for any cause, authorize a sus- ton of work the time of such suspension will beaddedto the time allowed for completion. Suspension of work by order of the county shall not be deemed a waiver of the claim of the County for damages for non-completion of the work after the _ adjusted time as required above. .SECTION 8. PROGRESS SCREOOL6- See Special Conditions paragraph 1.6 SECFION 4. TEMPORARY UnLITIES Ab'D FACIIZTIPS: A. All water used on the work will be furnished ind paid for by the Contractor. She Contractor shall furnish the necessary temporary piping from the distribution point to the points on the / .site where water is necessary to carry at the work and.upon com' t. pletion of the work shall remove all temporary piping. B. The Contractor, at his own cost, shall furnish and in- stall all meters.all electric light and power equipment and wiring, i all gas maters. gas equipment and piping that is necessary to Per- form his er- formhis work and shall remove the sass upon the completion of the work. The Contractor shall pay for all power, lightand gas used 4 in the construction work. C. The Contractor shall furnish.wire for. install and main- tain temporary electric light wherever it is necessary to provide - Illumination for the proper performance and/or inspection of the work. She Lighting shall provide sufficient illumination and shall be so placed and distributed that these Spacifieations can be easily read 1aevery place velure amid mark L beinggtrformed. This tes- porary lightio6 equipment noaayy be saved about Mut shall be maintained throughout the mark. available for the use of the Engineer,project laspector. or any other authorised representative of the County. whenever required for inspection. Rev. 5116 -31- 0,9067 31n 067 I DIVISION F,.:.GENERAL CONDITIONS (Continued) SECTION 9. TEMPORARY UTILITIES AND FACILITIES (Continued) D. The Contractor shall provide and maintain for the duration of the work, temporary toilet facilities for the work- men. These facilities shall be of as approved type conforming to the requirements of the Cowq Health Department, and shall be weaWertight structures with raised floors. Structures are to have adequate light and ventilation and door equipped with latch or lock. Contractor shall service such facilities daily, maintaining same in a clean and sanitary condition. Portion of site occupied by toilet facilities shall be graded and cleaned up upon removal of facilities when so ordered and/or upon completion of work. E. The County will pay directly to the utility companies connection fees, anaeratTw fees, permit fees, acreage fees, and all other fees required by the utility companies and associated with the permanent utility services. If additional fees sssoei- ated with the temporary services are required they will be paid b the onthe The County will not far eater, gem, telr pUe and electricity consumed m the pro�ct until after the County makes written request to the utility companies that bil- lings be sent to the County. (Normally the County will make these requests after the project is accepted as complete.) F. See Special Conditions for variations to the above requirements. SECTION to. PERMITS.• - A. The Contractor shall make application for all permits, that are required for the performance of his work by all laws • ordinances, rules, regulations, or orders, of any body lawfuliy empowered to make or issue the same and having jurisdiction, and shall give all notices necessary in connection therewith. The Contractor is not required to pa any charges associated with per- sits. (It is not the present po�icy of the County to pay fees to the incorporated cities for pemits.) SECTION 11. CONDUCT OF WORK. A. The Contractor shall observe that the County reserves the right to do other work in connection with the project by Con- tract or otherwise, and he shall at all times conduct his work so as to impose no hardship an the County.or others engaged in the work. He shall adjust, correct and coordinate his work with the work of others so that no discrepancies shall result in the whole work. B. The Contractor shall provide an adequate work force, " materials of proper quality, and equikppent to properly carry as the work and to insure completion of each part in,accordance with his schedule and with the time agreed. -32- 000fi8 ' t DIVISION F. GENERAL CONDITIONS (Continued) - SECTION 11._ CONDUCT OF WORK. C. The Contractor shall personally superintend the work and -shall maintain a competent superintendent or foremen at all times until the job is accepted by the County. This superintendent shall be empowered to act in all matters pertaining to the work. D. Daily Manpower Reports shall be signed by the Contractor, or his Superintendent, and submitted weekly. E. Unless otherwise specified, the Contractor shall clear all obstructions and prepare the site ready for the construction. Be shall verify dimensions and scale of plot plans, and shall check all dimensions, levels, and construction. F. Where work of one trade joLob or is on other work, there shall be no discrepancy or incomplete portions when the total project is complete. In engaging one kind of work with another, marring or damaging same will not be permitted. .Should - Improper work of any trade be covered by&=that which results in damage, or defects, the whole work affected shall be made good by - the Contractor without expense to the County. C. The Contractor shall anticipate the relations of the various trades to progress of the work and shall see that required anchorage or blocking is furnished and set at proper times. An- chorage and blocking for each trade shall be a part of same, ex- cept where stated otherwise. C H. Proper facilities shall be provided at all times for access of the County representatives to conveniently examine and - inspect the work. I. Watchmen, at Contractor's option, shall be maintained during the progress of the work as required, at the expense of the Contractor. J. If any subcontractor or person employed by the Contractor shall appear to the Engineer to be incompetent or to act in a Us- orderly or improper manner, be shall be discbarged immediately on the written request of the Engineer/Architect, and such person shall not again be employed am the work. SECTION 12. RESPONSIBILnT FOR SITE CONDITIONS. . The following shall constitute exceptions, and the sole axeeeppr3ona, to the responsibility of the Contractor set forth in Section 4, in the Instructions to Bidders: A. If during the course of the mark the Contractor eacount- ers active utility installations which are not shows or indicated - in the plans or in the specifications, or which are found in a location substantially different from that shown, and such utilities are not reasonably apparent from visual examination, then he shall -33- l • C1(1t��9 I DyISION F, CENERAL CONDITIONS (Continued) SECTION 12. RESPONSTSILITT FOR SITE (continued) promptl notify the Comfy in writing. Where necessary for [be vo of the contract, the County aha11 Lssus a wrLttan order to the Contractor to make sue6 d�utment,reerrangesent, repair,removal,alteration, or apaelal handling of such ut111ty, including repair of the damaged utility. For the puryosea of the foregoing,"active,shall mean other than Of=d ^utiliq inatalLcions^shall include the following: Steen,petroleum products air, ch-1 1,water, sewer, store ester,gu, electric,and tefephone pipe linea or condulta. The Contractor shall perform the work described in such written order and compensation therefor will be aade in accord- ce with Senclon 21,relating to dung*.in the work. Except for the it—of cost specified Ln such Sections, the Cmtrector shall meLve no eompenaatim for any other coat,damage oc delay to bL due to the press of such utiliq, If the Contractx fails to give the notice specified above and thereafter acts with- out Lnatructima frus the County, than he shall be liable for any or all damage to such oolitic"or other.wrk of the contract which ariau from his operations subsequent to discovery thereof, and be aha11 repair and make good such danage at his awn cost. g. If thecmtraet requires excavation or other work to a stated 1Lmlt of=Vatican beauth the surface, sad if during the course of the work the Cwmcc77 orders a changa of depth or dimea- aiona of such subsurface work dus to dlamvesy of_suitable bearing material or for any otlur cause, than adjutment to con- tract price for such change will be made in accordance with Sec- , tion 21. Except for the items of cost specified thareLt, the Con- tractor shall receive no carpeosation for any ocher cost, damage, or dela to his d_to the presence of s.b unsuiGhis bearing i nater!N or other obstruction. SECTION 13. TNSPECFION- i A. The Contractor shall at all times permit the County and j their authorized agents to visit end inspeet the work or a y part thereof and the shops _'=*'!:r is in preparation. This obla- gation shall include maintaining proper facilities cad safe access for anch inspection, Where the contract requires work to be tested, it shall not he covered up_til Inspected and approved by the Co_ty� and the Contractor shall he solely responsible for notify- ing the Count'where and when such "Ie is in readiness forlnapec- tionand testing. Should anwork rk be covered without such test and approval, it shall be uncoveted at the Cmtracter's ex- I pense. B. Whenever the Contractor intends to perform work m Saturday,Sunday, oa legal holiday,he shall give notice to the:County..-hlr atentioa at least two working days prior to performing such work, or such other peiied u may be speci- fled, so that the County nay make necessary arrangements. -34- t i DIVISION F. GENERAL CONDITIONS(Cautioned) f SECTION 13. LNWEMON: (Continued) G. The inspection o£the work or materiel.$ball not relieve the Contractor of any of 61a ebligatlans to.fulfill his contract as prtscxibed. York and materials not meeting .such requirements shall be made good and unsuitable work or materials may be rejected,aotvithatendLeg that such work or materials have boom previously inspected or such payment has been meds. SECTION 14. REJECTIONS OF NATERIAIS: A. The Cautractar shall promptly remove from Che premises all materials condemned by the County as f:ian to. woes to the Cvetuct„whether incorporated in the work or not,and the Contractor aball pr�tly replace and—to his own work in accordance with Ute Contract sad vitbow[expense to the County and shall bear the expense of making good ail work of other Contractors destroyed or damaged by such removal. B. If the Contractor does not remove such condemned work and materials within reasonable time, fixed by written notice. the Countyy may remove them and as score the materials at the ' —pens.of the Contractor. If t Cmtr=r does not pq the CouorySema7f*pau i2eID(1O)nay itteithin alnotiice.nal Such materials ac suetiom or at private sale and shall account for the net pro- tteds thereof after deducting all costs and expenses[hat should have bean borne by the Contractor. SECTION 15. INTERPRETATION OF CONTRACZ REQUIRENENlS: r .. A. Correlation: The contract documents Shall be interpreted as being courlesentacy in requiring a complete wock ready for use and occupancy or, if net to be occupied, operative. Any requirr at occut inglIn May one of the documents is as binding as through turrtng B. Cwflicts in the Contract s: In the event of conflict in the contract documents the priorities stated in sub- divisions 1, 2.3,and 4 below shad govern; 1. Addenda shall$overs near all other contract doucme .exeepc the Coauty s Standard Form Agreemant unless it is specifically indicted that such addenda shall iravai1. Subsequent addenda shall gaveru over print addenda ony to - the extent specified. 2. I.case of conflict between plans and specifi- ution$, the Specifications shall govern. 3. Conflict within the Plans: a. Schedules,when identified u such. shall.govern veer all other porticos of the plan.. b. Specific Korea,shall govern sear all .cher oaten and all stb—portion&of the plans. c. Larger sole drawings shall govern war smaller_sule drawings. -35- 000 70 -mown DIVISICN f. CFNERAL CONDITIOMS(CM-t.) SECTION 15. INTERPRETATION OF COMPACT R10UIRENENfS: (_on•t,) 4. Conflicts within the Specifications: a. The"Cenazsl Conditions of the Contract^shall Sworn"or all sections of the spec lflcstions eacpt for apeciflc modifications thereto that my be stated in the Special Conditions. b, 4lsslons/ It the contract documents are not complete as to any minor detail of a required construction system or with regard to the manner of combining or Installing of parts,mtertals, or equipment,but there exists an accepted trade standard for good and worksanllke construction, such detail shall be doomed to have been impliedly required by the contract documents In accordance with such standard. "Minor detail'shall Include the concept of substantially Identical compensate,where the price of each such component is mall even though the atgrtz.te cost or Importance is substantial, and shall include a mingle component which Is Incidental, even though Its cost or importance my be substantial. The quality and quantity of the parts or material so supplied shall conform to trade standards and be compatible with the type,composition, strength. size, and profile of the parts or materials otherulse set forth in the contract documents. SECTION 16, CIARIFICATIMS AM ADDITIONAL INSTRUCTION: A. Notlficatlon by Contractor: Should the Contractor discover _ any conflicts, emisalons,or errors In the contract documents or have any gmstlon concerning Interpretation or clarification of the contract documents. or if It appears to him that the work to be done or any matters relative there- to are not sufficiently detailed or explained in the contract documencs, that, before proceeding with the work affected.he shall immediately notify the County in writing through the Construction Supervisor, and request interpreta- tla4 clarification or furnishing of additional detailed latrucClons concerning the work. All such questions shall be resolved and Instructions to the Contractor Issued within a reasonable time by the County,whose decision shelf i be final and conclualve. ft Should the Contractor proceed with the work affected before E receipt of Instructions from the County, M shall remove and replace or adjust any work which Is not in aceordaoce therewith and he 4.11 be responsible for any resultant damage,defect or added Cost. B. Field orders: During the course of the work the Architect sod/or Engineer my issue Field Orders regarding the work. These Field order.uIII } supplement the plans and Speeifimtioos in order to clarify the intent of the contract documents by ad)ostment to met field conditions or to wake the various pbases of the work met and join properly. A Field Order i—olves oma change to contract else or price. Performance,partially or in full,of a Field Order shell constitute a waiver of claim for a change in contract ties or price for the work covered by the Field Order,unless a Clukage Order has been issued. C. Lange orders:. See SectIM 21,this Divisiom. -36- � nnnn rr}}qq • _ tfil�,(1 r DIVISION F. CEMERAL CONDITIONS (Con't.) SECTION 17. PRODUCT AND REFERENCE STANDARDS: A. .Product Designation: When.descriptive catalogue desieaations, including manufacturer's name,product brand name,or model number.are referred. to in the contract documents, such designations shall be considered as being chose found in Industry publications of current issue at date of first Invitation to bid. B. Reference Standards: When standardsof the Federal Government, trade societies, or trade associations are referred to in the contract documents r by specific date of issue, these shall be considered a pert of this contract.. t When such references do met bear a date of Issue, the current published edition at date of first invitation to bid shall be considered as pert of this contract. I i SECTION 18-MATERIALS. ARTICLES, Alm EQVIPlUNr: A. Material shall he new and of quality specified. When not particularly specified,material shall be the best of its class or kind. The i Contractor shall, If required, subu t satisfactory evidence as to the kind and quality of material. Price, fitness and quality being equal, preference - shall be given to products made In California, to accordance vltb Sectiom 4780 et seq.,of the Goverment Code, State of California. g. Mechanical equipment, fixtures and material shall be delivered in original shipping crates to the Job site and the County shall be notified of the receipt of such equipment, fixtures and material before uncrating.. The i County will,when desired, inspect such equipment, fixtures or matertal co i determine any damage or deviation from that specified. Iter damaged during 1 delivery shall be rejected. C. Wherever the name or brand of a mnufoctucer's article is specified herein, it is used as a measure of quality and utility or a standard. If the Contractor desire$ to use any ocher brand or manufacture of equal quality and utility to that specified,be shallmake application to the County in writing j for any proposed substitutions. Such application shall be accompanied by evidence satisfactory to the County that the material or process is.equal to -37- (l00 72 . I � I Dlylgltg F. GENE4A1 P`.WITIU]YS(Cm't.) qS MS 18 :AMIA15_ARTICLK.Alm EDDI Ww-(Coni.) rbat eye.if led. Sequast for substf[uciau still be.ode In asple tla for it,e cnmiy'a consideration as no delay or extra tla will be allwed m ac—unt therwf. &Idem,fw..lshad to the County by the Contractor shell cmalat of If adegoa[e sire sawle.of satetial,test/t lobo..ioe reports on satell. - prxeas ®nurae[urer'a speclftu[fon data,field..parts m.9rmYt[•s apprw,l AM use by.,her public aRe.rcies,eater I. costs,and insrallaclon costs am ealncetmn..prwiniona and aspetleaee-other data as required by the Cooncy. TM Comty'a decisla coon ming the refusal o seteptume of pl"-"sub.cltute for that specified shall be accepted as flal.t leV—A for soh,titotlen v111 only be considered when offered by the Contractor vlth the reason for subatttutlon. •allure to subslt tapetent evidaoca 11..qulred and xequescad by Comty atoll be conslderM X—da for re oast of subscf[u[1m. The,Contractor shelf include n —Ic.of change In eancrall prices, If sub,tIt.tI-Is apprwad. D. All mtatials shall he delle- rad a as to insure a speedy am-intexxupted—ogre..a it.work. ase 11.11 be.coxed s a to e 0 obst—tion,a1.s u to pr—Overloading at any portionof the stxu[-a, a1.the Contract—shall be entirely refponsibl,for deasss er loss by vutsar d.:other cause. E. within flftsen[ll)loss it the 11m1n¢of the Contract. the Contractee atoll sial Ler ad.o Oval a the Com v•sew lets slat e[a1/ .Asia it Is EropesMd use uMer this Contract,[which dl[[er In say rasps.[ teen rterfals spectf led. Tills list shell Loci.a all saterials which are nrgwsM by the-bio —lora as—11 as by blsself for use In vork of his S Contract andi which are not apeclfically eentlmM in the Speclflatlnns. S This list soft also lnelvde"'figure.recelved by the Contractee Is bid fats f-the se-1.1 or as 1.1.whlcb are sabsltted for ."rewI or substitution. tocath--ch the figure.I'bid Eyre of the specified aterlal—satecfats for whfcb aubstlmelms a..Propoaad. 1.caae a avbstitute fa affects a1.accepcad of approved aquel to aaterlala tpaclflb.the caae of vhlch is less than the coal of the satarial-equlpaant apes if 11.,than•credit shallhe taken for the dlffenme between the two costs In order that the County shall obtain vlm[ever benefits my be derived fra the sobatl[otlon. Pallors - I to propou [M the aubatiwtlon of any,amici.vI.IA thirty-flw(11)days attar slRn7n[o[the Contract ae he dewed sufficlent.a Me for the denial of repast for substlmtlon. .ION 19. SDDP nMUIMS.DEMkIPME MTA.SOWLMq ALTMMTIVESt A. the Cmtraet-shall—hall pxaptly to the Coonty.s as to delay In the wrk,all shop d-1,4ii.dasrrlpt)w data a1.sample cause m for the—rlaa trades as regulred by the fpatlfl—los,am offers of alter. natlwa,if alp. Su.b su Zcal.shall'.T— and coordinated by the Central[—with che-k of other trades Iwolead bald...the a..submitted to the Coon"for esasi�utim. i i I i 000'73 DIVISION F. CBM AL COMMONS(Can't.) SECTION 19. SHDP DRIIYIICS, DESCRIPTIVE DATA, SUIPLES,AL7! MTIVES: (Can't.) E. The Contractor shall submit to the County shop or diagram drawings in the number of copies as required in submittal schedule, or five (5) copies if on schedule is included in these documents. The drawings shall show completely the work to he done; any error or omission shall be made good by the Contractor t at his awn expense, even though the work be installed before same becomes apparent,- !I as approval by the Comp covers general layout only. Fabrication, details"and inspection shall conform to approved Contract Drawings. C. Descriptive Data: Submit sets of maaufacturer's brochures or ocher data required by the specifications in the number of copies as required in submittal. 11 schedule,or five (S) copies if no schedule is included 1n these documents. The f County will wain such submittals, noting thereon corrections, and return three copies with a letter of transmittal indicating actions taken by the County or required of the Contractor. D. Samples: Submit samples of articles,materials or equipment as required by the specifications. The work shall be in accordance with the approval of the samples. Samples &hall be removed fres County property when directed. Samples not removed by the Contractor, at the County's option, will become the property of the County or will be removed or disposed of by the County at ContraceWs expense. i E. Alternatives: For convenience in deslgnatlon an the plans ( ± or in the upeclflestlons, certain materials, articles, or equipment may be ' dasignated by a brand or trade name or the name of the manufacturer together with catalog designation or other Identifying Information, hereinafter referred to generically as "designated by brand name'. An alternative material, article. or equipment which 12 of equal quality and of the required characteristics for the purpose intended may be proposed for was provided the Contractor complies with the following requirements: 1. The Contractor shall submit his proposal for an alternative In writing within the time limit designated in the speelfleatlons, or if not designated, then within a period which will cause no delay in the work. . 2. No such proposal will be considered unless accompanied by couplet* Information, and descrlptive data, necessary to determine the equality of the offered materials, articles, or equipment. Samples shall be provided when requested by the County. 7be Contractor shall once that the burden of proof as to the comparative quality or suitability of the offered materials, articles, or equip- ment shall be upon the Contractor. The County shall be the sole fudge as to such matters. In the event that the County rejects the use of such alternative materials,articles, or equipment, than one of the particular products designated by brand name shall be furnished. -39- 00 n1v1s1c,:F. c(M.".Ai civam Ns(eat.) _ I -•ERitN 19- ifLP DIAV IIG>.0SCR1 L"6t 1. >AMRLE+.ASTEdNtTIM (Con t.) Ina Cowq will esasf nee with reaaombie pragmm,.,such s 'tttals.—4 rarurn of auMctala to tha C..—tor:hall not rallawe the C--.cot f—reapomlblllty for deviation.and.Iteemtive.[row the wtraet cion and epee i f 7eatf an,,nor:lull It relieve 6V trm re.ponsl6lllty tar.errors 1.the s.bol—l.. A[allure by the Contract to Identify In hls etter of tYansittal anter l+l devlectmu fret the pion and SD-1[leatlons ,:t all veld the s.bsltc.l and any action t.ken thereon by the Cauncy, vh,n :peri,holly:quested by ch.Cewt},w Cuntr..re.lull resubslc each,hop drut m..ae.crlptive data,and.ap1e.a.my b,req.lred. If any sech.nlc.l,elettrleal,strvctursl.er other thanses artrequired for the proper installation and fl[of alternat Iwa mhrLt,, teles,or q.1peon'or because ofd—l. —fres the eon[ncr DI.-and spec lflc.tfam,each chance.shall not be mde without the cement of the County and :lull be mde without.dditlooal coat to the County. SECTION 20 GNPI.Ci AVD TEMt The County reserves the nicht at 1ta ownexpw,to order taste of any part a: I the work. If• lt e[any.arh...t thet work I. found—cepc.bte, it.111 be rejected u .a tleMy.ddicl—I teat....[red by the County.hall be at Cmtiacror•.cape"*. Dnleu othavuls.directed.all seeples fort,.tiAg will be taken by tb,County it,,the mterlal:,article.- , e.alpaant dallverM.or fro:work perfor+ed,and to will De weer the super- wl.lon at,or abetted by,and a1 such 1I.—a.—7 be carvers lent to the County. i OLterl+l,.orticlea,and e.ufysene requiring casts.hall be delivered In ample tlse her,"Intended vee to allow for resrial,and none say b,mad before receipt of written epprovsl 6}the County. My:ample delivered to[ha County-to the prestses for, j,tloo.Incl Wing test ing.1-11 be.dtspmed of by[he Centraeror at Me sun expense wlthl.not sore than ten(10)days after the Co+tracter acquit.. k-wl,d,that such exasination is cmcluded.roless oth,rwlse directed by the I Cowry. j SECTION 21. Mi CE ORDERS: The County rm rvm the right-order ie writing change.I.the plane .ad speeifiu[iw,vl[hoat woidtpg the-'tract,and the Contractor shall rawly with..ch order. w change or deviatlea fret the plain and specific+ttoa.will be .do without authority in writiz from the County. Ch..ged wrk:lull be per£oreed ie accordance with the orlgiml r.e.lremnt.of the Cootratt)bun r.sad prowl—fully executed Change Orders.. Atbao age Order my adjmt the contract price either upward r d - - ward In ec—rdae—with either or a coubloation of rho following bases,as thowne County my elect: - 1 (1) On•Ine,eon heals as supported by breakdown of cadenced I -ata. -40- 00075 i DIVISION F. CEMMLCOIm1TIWS(Omn't.) SrCrIOD 21. a"=OPDf1S. (Coote.) (2) Oo a.mica price basis. ()) Os s east-plus basis in actmrdamea with the follw{og e-dittooz: 1. For wrk performed by the Contractor m mmme equal to cbe direct mat(as defined herein)of the work piss In of tba direct mets for overhead and profte. 2. Far work performed by a sub-outractor an amowt egal to the direct costs(as deflmeA bereia)of the work plan=of the direct costs for averbasd and profit. - (Suggested breakdown: 15%to the sub-rmtraetor, 52 to-. _ Centraetor.) J. For wrk performed by a sub-sW-emtrsse cost m aort equal to the direct costs(as deLived herein)of the wrk Pima 252 of the direct costs for overhead and profit. (Suggasted bteakd— 152 to cub-sub-cmtracter,52 to sob-contractor,SL co concracter.) 6. Ia m uas will the total cork-.p be greaser than 252 I of the direct co me-Ithmteodisg the—6-of wet:act tiers actally existing. _ 5. For deleted wrk the mark-up shall be 102 of the direct costs or [be agreed upon estimate therm(. (b) DIBEQ'mSfS- i 1. labor: The costs for labor,hall include my employer payments to or m behalf of the wtkem for bealtb awl j welfare,pemaim,—ion and similar purposes. Labor rates + will cot be recagoited vhm Is cscess of those pterailtmg Is the ' locality and time the wrk is being performed. 2. materale: The1 cost to the Costraetor for the mcerials atrectly required for—performance of ebe chamged I wrk. Suebmat of materials may iselvde the coat of pr—.—.,creasy tatim and delivery if setassa.11,lm—red. If a trade discemt by the actual sopplier is aestlable ce - cbe C utracter,Sc shall be credited to the Monty. If rias ,_"J.are obtained from a supply or sou: weed virally ar Is part by the Costractor,payseet therefore.111 cot exceed 1 the current wholesale price for such materials. The term"trade. _ diammty includes the costept of cash discount. 7 Revs. _41_ DIVISION F.• GEMML a NDITIOSS'(Con't.) SECTIb 21. CRRNCE OSnERS: (Can't.) . 2. Materials: (Coni.) l - Ifs In the opinion of the County, the cost of macerials.is. excessive, or if the Contractor fails to furnish satisfactory evidence of the cost to him from the actual supplier thereof,: then in either case the cost of the materials shall be deemed to be the lowest current wholesale price at which.similar materials are available in the quantities required. The County reserves the right to furnish such materials as it-deems advisable,and the Contractor shall have w claims for costs or profits an material _ 1 furnished by the County. 11 i 3. Equipment: The actual cost to the Contractor for the use of r equipment directly required in the performanceof the changed work. In computing the hourly rental of equipment, any time less than 30 minutes shall be considered one-half hour. No payment will be made for time while equipment is inoperative due to breakdowns or for non-working days. In addition, the rental time shall include the time required to mare the equipment to the work from the nearest availablesourcefor rental of such equipment, and to return it. to ` .the source.If such equipment is not moved by its own power, then loading and transportation costs will be paid in lieu of rental time.therefor. However, neither moving time nor loading and transportation costs will be paid if the equipment is used on the i project in any other way than upon the changed work. Individual pieces of equipment having a replacement value of 51,000 or less shall be considered to be tools or small equipment, and no payment. `.will be made therefor. For equipment owned, furnished, or rented by the Contractor, !( no cost therefor shall be recognized in excess of the rental rates. I established by distributors or equipment rental agencies in the locality where the work is performed. The amount Co be paid to the Contractor for the use of equipment ' as set forth above shall constitute fullcompensation co the i Contractor for the cost of fuel, power, all, lubrication, supplies, .small tools, small equipment, necessary attachments, repairs and maintenance of any kind, depreciation, storage, insurance, labor .(except forequipment operators), and any.and.all costs to the Contractor incidental to the use of such equipment. (e) AIMMAEtB TIME E1[MSIONS- For any change in the work, the Contractorshall be entitled only to such adjustments in time by wbLch completion of the entire work is delayed due to performance of the changed work.' Each estimate. far a change in the work submitted by.the Contractor shall state the amount of extra time that he considers should be allowed for making the requested change. i i -42- 000 7y7 DIVISION F. CRUCIAL 0W9ITIONS(C-'C.) SECTION 21. GIMME OIQD l : (Can't.) (d) NECOMS AND SUPFOMVE TWOVATICN. (1) Tha Ooat-ctor shall sutatata his records le curb a maser as to provide,a clear diatinccion betwere the ditecc costs of matte work paid for m a mat-plea basis and the re..of other operatiow. (2) coutractor stall ealatain daily records-bow i g me hours a.d setertal quantities required for cmc plus wrk. The.Wocraccor - bell uaa a farm approved or Prodded by the Cowty. The forms.will be filled out 1.duplteste and the Couary's Seapeecet will reef-and .[tach his atmroviog s� E. foss oo the day the work L performed. (y) Aeatal and mterial charges shall be substantiated.by valid copies of wreder'i lnwteea. (4) She coat actor's mat records pertaiming to rest-plug work*ball ep . be Pre to Sospertim or audit by the County. FAIME SO ACM/S SO DOST• Notvitbst—ding cbe failure of the Cowty and the Coacractor to agree as torest of cbe proposed change order,the Contractor,open wrtttm orderf—the O000cy,shall p—ad imedLtely with the changed wrk. Da.y Job records shall he kept as tadieated in Paragraph(d)above and whm agreed to by the Contractor and the toestructiou iwpector, it-ball become the basis for payment of the<Iasacd wrk. Agrcemmt. and esarutfen of the daily Job record by the cenetrectiom imspectmr atoll sot preclude subsequent adjestment based upona later audit by the county. —43- 00f)78 DIVISION F. CESIERAL ODNDITIONS (Cosi.) 1 SECTION 22. LIBOR- Every part of the work shall be accomplished by workmen, laborers, or mechanics especially skilled to the class of work required and vorimanshlp shall be the best. SECTIGN 23_ OCCUPANCY BY TRE COUM PRIOR TO ACCEPTANCE: The County reserves the right to occupy all at any part of the project prior to completion of the work. upon written order therefor. In such event. the Contractor will be relieved of responsibility for any injury or damage to such part u results from such occupancy W use by the County. Such occupancy does not constitute acceptance by the County of the work or any portion thereof, nor will it relieve the Contractor of responsibility for correcting defective work or matarlaLs found at any time before the acceptance of the work as set forth in Section 26 or during the guaranty period after such acceptance, as set forth to Section 28. SECTION 26 PRESERVATION AIM CLEANING: A. The Contractor shall protect and preserve the work from all damage or accident, providing any temporary roofs,vindw and door coverings. boxings or other construction as requlral by the County. This shall include i airy adjoining property of the County Aad others. B. The Contractor shall properly clean the work as it progresses. As directed during construction, rmbb isb shall be removal, and at completion the whole work shall be cleaned and all temporary construction, equipment and rubbish shall be removed tram the site, all being left in clean and proper condition satisfactory to th:Comnty. SECTION 25 PAYHar OF FEDERAL OR STATE TAXES: Any Federal. State or local tax payable on articles furnished by the Contractor, wider the Contract,shall be Included In the Contract price and paid by the Contractor. The County will furalsh Excise Tu Exemption Certificates - to the Contractor for any articles which are required to be furnished under the —44- 00079 I DIVISION F. GENERAL CONDITIONS (Can't.) - 1 SECTION 25 PAYMENT OF FEDERAL OR STATE TAXES:. (Can't) 1 Contract and which are exempt from Federal Excise Tax. SECTION 26. ACCEPTANCE- A. The work shall be accepted in writing only when it s shall have been completed satisfactorily to the County. Partial payments shall not be construed as acceptance of any part of the. work B. In judging the work no allowance for deviations from the drawings and Specifications will be made, unless already approved in writing at the time and in the manner as called for heretofore. C. County shall be given adequate opportunity to make any necessary arrangements for fire insurance and extended coverage. D. Final acceptance of the Contract will not be given until all requirements of the contract documents are complete and approved by the County. This shall include, but is not limited to, all construction, guarantee forms, parts list, schedules, tests, operating instructions, and As-built drawings -all as required by the contract documents. SECTION 27. FINAL PAYMENT AND WAIVER TO CLAIMS: After the official acceptance of the work by the County, the Contractor shall submit to the County. an a farm acceptable tothe County. a (. t. Therffoorm"Statementuest for ttto Accompany Ft in full In inal with the contract. 68 ) shall be completed, signed by the Contractor, and submitted to the County with the final payment request. SECTION 28. GDARAN=. A. The Contractor hereby unconditionally guarantees that the work will be done in accordance with requirements of all con- tract and further guarantees the work of the contract to be and remain free of defects in workmanship and materials for a period of one year from the date of acceptance of the contract, unless a logger guarantee period is specifically called for. The Contractor hereby agrees to repair or replace any and all work, tooggether with say other adjacent work which my be displaced 1a ao doing that may prove to be not in its workad_sUp or material within the guar- antee period specified, without any expense whatsoever to the County, ordinary wear and tear and unusual abuse or neglect excepted. B. Contract bonds are in full farce and.effect during the gvaraatee period. C. The Contractor further agrees, that within LO calen- dar days.after being notified in writing by the County of any work .not in accordance with the requirements at the contract or a" t r -45- 00080 i n10ISION F. -CMMRAL COMMONS (Coni) SECTION 28. GUARANTEE (can't.) ".defects in the work, he will commence and proseen a with doe diligence all work necessary to fulfill the terms of this guarantee. and to complete the work within a reasonable period Of rise, and in the event he fails to so comply. he does hereby authorize the Coonty to proceed to have such work done at the Contractor's expense and he will pay the cost thereof wpm de- ssmd. The County shall be entitled to all costs, including reasonable attorneys fees, necessarily incurred upon the can- tractor's refusal to pay the above costs. Notwithstanding the foregoing paragraph, in the event of an emergency constituting an Immediate hazard to the health or safety of the County's employees. property, or lien- aees, the Coonty ma undertake at the Contractor's expense with- out prior notice m work necessary to correct such hazardous conditions when it was caused by work of the Contractor not being In accordance with the requirements of this contract. D. The general contractor and each of the listed sub- contractors shall execute and furnish the County with the standard Want" form. (see Page 4S) s' Rev. 5176 ' 1 f _ nnr�81 I i i Z F—XAM)'Lt i COARARM FOR OMM MSTA MVWrT BUILDING "UTD=,CALIFORNIA We hereby gaarsacee to the County of Contra Costa the Cr,"of York) which we have installed In the (Nsee of Building) callfornis,for year(a)use from data of filing of the cenpletien outin the Office of the County Bscorder. We agree to repair or replace to the aacls6etipn of the W®q any or all such work ' that say prove defective In wor)®nehip or materials within that period,ordinary veer and tear and—abuse or neglect eacepced,together with any other work which say b.damaged or displaced in an doing. If we fail to eovply with the above mentioned conditions within a reasonable tine after being notified 1.writing, - eolleccively and separately,do hereby authorize the owner to proceed ro have the defects repaired and made good at our expense and we will pay che at.and charge•therefore imaedfately upon demsed. This awar-I..cover,and innlnd.. soy spatial terra;including tine period.,specified for this work or materfat. is the plane and specifications for this project. Thi.guarantee supersede,any previous guarantee we have made for this particular project. SURCONLRACIOR Date: (Affix Corporate Bell) GENERAL CMMACrOR Date: (Affix Cnrperata Sul) NOIR: If.the fire is not a corporation,add a paragraph stating the type of business arganizatioo and the capacity and authority of the parses signing the guarantee. Rev. 12/72 -47- / nan82 C cX4ft,PLf� PDRH:STATEMM TO ACCOMA" _ - P11"PA-111M To: Contra Costa county public Works.Department '� S County Administration maildiog -: Maitinez California aLi: Final Payment (project) .Dear Sir: ` .. i Theundersigned Contractor represents and agrees that the final payment -includes herein all claims and dean", of whatever naturep which he has or -. may.have,agaiost the County of Contra Costa in connectiowith rofttbe "to:toastrott the above-entitled project,and that paymentby County final estimate shalldischarge and release it from any and all claims. The undersigned hereby certifies that all worko labor, and materials' an this project have been furnished and purchased in full compliance with the contract and with all applicable laws and regulations. The undersigned states that his claim for final payment is true and correttp l that ao part has been theretofore paid,and that the ascont therein is justly ..due. .rl T declare under penalty of perjury that the foregoing Is true and correct. Dated at (city) _J ' California. - - 1 i 1 Rev. 12/72 -48- F nunC I I I IN 11 FEDERAL REQL'IREWNTS DIVISION G. The Contractor is informed that Federal Funds will be used to finance this Project and the following Federal requirements must be compiled with: E ual Em to nt Opportunity -- During the performance of this ontract the Contractor agrees as follows: (1) Minimum Wages (i) All mechanics and laborers employed or working upon the site of the work, or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project, will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR Part 3), the full amounts due at the time of payment computed at wage rates not less than those contained in the wage determination decision of the Secretary of Labor which is attached hereto and and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics; and the wage determination'decision shall be posted by the contractor at the site of the work in a prominent place where it can be easily seen by the workers. For the purpose - of this clause, contributions made or costs reasonably anticipated under section 1 (b) (2) of the Davis-Bacon Act on behalf of laborers or mechanics, subject to the provisions of 29 CFR 5.5 (a) (1) (iv). Also for the purpose of this clause, regular contributions made or costs incurred for more than a weekly period under plans, funds, or programs, but covering the particular weekly period are deemed to be constructively made or incurred during such weekly period. (ii) The contracting officer shall require that any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the contract, shall be classified or reclas- sified conformably to the wage determination, ars:` a report of the action taken shall be sent by the Federal agency to the Secretary of Labor. In the event the interested parties cannot agree on the proper classification or reclassification of a particular class of laborers and mechanics to be used, the question accompanied by the recommend- ation of the contracting officer shall be referred to the Secretary for final determination. (iii) The contracting officer shall require, whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly wage rate and the contractor is obligated to pay a cash equiva- lent of such a fringe benefit, an hourly cash equivalent thereof to be established. In the event the interested parties cannot agree upon a cash equivalent of the fringe benefit, the question, accom- panied by the recommendation of the contracting officer, shall be referred to the Secretary of Labor for determination. (iv) If the contractor does not make payments to a trustee or other third person, he may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing benefits under a plan or program of a type expressly listed in the wage determination decision of the Secretary of Labor which is aIl�1 p -49- i n84 DIVISION G. part of this contract. Provided,however, The Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. (2) Withholding The County may withhold or cause to be withheld from the contractor so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics employed by the contractor or any subcontractor on the work the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic employed or working on the site of the work, or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the pro- ject, all or part of the wages required by the contract, the (Agency) may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. (3) Payrolls and basic records (i) Payrolls and basic records relating thereto will be maintained during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work, or under the United States Housing Act of 1937, or under the Housing Act of 1949, in the construction or develop- ment of the project. Such records will contain the name and address of each such employee, his correct classification, rates of pay (including rates of contributions or costs anticipated of the types described in section 1 (b) (2) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5 (a) (1) (iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1 (b) (2) (B) of the Davis-Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. (ii) The contractor will submit weekly a copy of all payrolls to the (write in name of appropriate Federal agency) if the agency is a party to the contract, but if the agency is not such a party the contractor will submit the payrolls to the applicant, sponsor, or owner, as the case may be, for transmission to the (write in name of agency). The copy shall be accompanied by a statement signed by the employer or his agent indicating that the payrolls are correct and complete, that the wage rates contained therein are not less than those determined by the Secretary of Labor and that the classifications set forth for each laborer or mechanic p -50- DIVISION G. conform with the work he performed. A submission of a "Weekly Statement of Compliance" which is required under this contract and the Copeland regulations of the Secretary of Labor (29 CFR, Part 3) and the filing with the initial payroll or any subsequent } payroll of a copy of any findings by the Secretary of Labor under 29 CFR 5.5 (a) (1) (iv) shall satisfy this requirement. The prime contractor shall be responsible for the submission of copies of payrolls of all subcontractors. The contractor will make the records required under the labor standards clauses of the con- tract available for inspection by authorized representatives of the (write the name of agency) and the Department of Labor, and will permit such representatives to interview employees during working hours on the job. (4) Apprentices Apprentices will be permitted to work as such only when they are registered, individually, under a bona fide apprenticeship program registered with a State apprenticeship agency which is recognized by the Bureau of Apprenticeship and Training. United States Department of Labor; or, if no such recognized agency exists in a State, under a program registered with the Bureau of Apprenticeship and Training, United States Department of Labor. The allowable ratio of apprentices to journeymen in any f craft classification shall not be greater than the ratio permitted to the contractor as to his entire work force under the registered i program. Any employee listed on a payroll at an apprentice wage rate, who is not registered as above, shall be paid the wage i rate determined by the Secretary of Labor for the classification of work he actually performed. The contractor or subcontractor I will be required to furnish to the contracting officer written evidence of the registration of his program and apprentices as well as of the appropriate ratios and wage rates, for the area of construction prior to using any apprentices on the contract work. I (5) Compliance with Copeland Regulations (29 CFR Part 3). i The contractor shall comply with the Copeland Regulations (29 CFR Part 3) of the Secretary of Labor which are herein incorporated by reference. (6) Subcontracts 1� - The contractor will insert in any subcontracts the clauses ! contained in 29 CFR 5.5 (a) (1) through (5) and (7) and such other 1 clauses as the (write in the name of Federal agency) may by ap- propriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier sub- I contracts which they may enter into, together with a clause re- i quiring this insertion in any further subcontracts that may in turn be made. i (7) Contract termination; debarment A breach of clauses (1) through (6) may be grounds for termination of the contract, and for debarment as provided in 29CFR 5.6. 00080 _51_ DIVISION G. APPRENTICE AND TRAINEE GIPLOYNENT REQUIREMENTS (1) The contractor agrees: (i) That he will make a diligent effort to hire for the performance of the contract a number of apprentices or trainees, or both, in each occupa- tion, which bears to the average number of the journeymen in that occupa- tion to be employed in the performance of the contract the applicable ratio as determined by the Secretary of Labor; (ii) That he will assure that 25 percent of such apprentices or trainees in each occupation are in their first year of training, where feasible. Feasibility here involves a consideration of .(a) the availability of training opportunities for first-year apprentices, (b) the hazardous nature of the work for beginning workers, (c) excessive unemployment of apprentices in their second and subsequent years of training. (iii) That during the performance of the contract he will, to the greatest extent possible, employ the number of apprentices or trainees necessary to meet currently the requirements of subdivisions (i) and (ii) of this sub- paragraph. (2) The contractor agrees to maintain records of employment by trade of the number of apprentices and trainees, apprentices and trainees by first year of training, and of journeymen, and the wages paid and hours of work of such apprentices, trainees and journeymen. The contractor agrees to make these records available for inspection upon request of the Department of Labor and the Federal agency concerned. (3) The contractor who claims compliance based on the criterion stated in Sect. 5a.4 b agrees to maintain records of employment. as described in Sect. 5a.3�a (2), on non-Federal and non-Federally-assisted construction work done during the performance of this contract in the same labor market area. The contractor agrees to make these records available for inspection upon request of the Department of Labor and the Federal agency concerned. (4) The contractor agrees to supply one copy of the written notices re- quired in accordance with Sect. 5a.4(c) at the request of Federal agency compliance officers. The contractor also agrees to supply at 3-month intervals during performance of the contract and after completion of contract performance a statement describing steps taken toward making a diligent effort and containing a breakdown by craft, of hours worked and wages paid for first-year apprentices and trainees, other apprentices and trainees, and journeymen. One copy of the statement will be sent to the agency concerned, and one to the Secretary of Labor. (5) The contractor agrees to insert in any subcontract under this con- tract the requirements contained in this paragraph (29 C.F.R. 5a3(a) (1), (2), (3), (4), and (5)). Sections 5a.4, 5a.5, 5a6, and 5a7 shall also be attached to each such contract for the information of the contractor. The term "contractor" as used in such clauses in any subcontract shall mean the subcontractor. 00087 -52- ' _ •� •.Be: •;or�68..8`w'^6S ^o 5�CC€6���1$`C='� ¢a'.5 Y.•G: 9: :8:8:,a:�'. .S7S��55.4��^B£S.o 9F:5 � - as.y a • :o. r `�'.sa EsB•sr f G. .G rw 6i; 44 P w7 ww rr TSS N � ' o. o L a =S:�re csosecesrc Fe'spe'-lgu..O;F s ee aos >• $65s5�'4gs•��'�=^e;�<sast=$F�=�56�s`? �sr:seFrgs�ae� �5"':'7'ec �':as'B=s=o�rr �:•sn'�a::33 al •: en^^� is i B�.ia.aagSs .0 w:err Qz: ass .. ... Soso w .T M illy ~ w r .. K �a3 www w Sis ii 8688 r• w r . w ww w RRR www .. YRR r HR ww :r MOSS - Tom S33UON - s3�uoN . TSOa6 , a�55ss:z :gcsa � a aae bre a,S re"? 6y :8 Ys4 �5' V a€K.SBys-a�<'ae6a': �s7ss"s.sso� 5� E L G . I • i 9Y §�iiiSas587-l3. I J= I s fiflf, 9 �� S3311ON € -= . SH. if S •� a' �a a�•ua G c�r�� . E2' i s� = Kis: i6i � r3r 5 211 2w • ,. ,. C� A z« o.c. • O M M O O •_ M M Y r r - Y P O • A' ' 3a:pser �gagn eb' b 'o o ✓Y - �� a �ootgp� LR:d&� 00 M O M .♦ O.. . : . ' 0 Y l H = � • n C�Sp w 0 Y•'•8 Y 0 0 o r= I I� � Y M O « .Oiw ALPO • I "r 6 i�• ' j rZiaW :'�� NEE: � • yr ✓D 6:CS+� Oma'^ZLti) "� Y4 p - 14 ".' u YY a • �p5► p6• +w=n r 1�w� S • • � � D wG^ � OO�Si 'w .'.00 �'L Off• � • >T • • F M r ASO • Y•O♦ «r - �M YM V O Yr MO M O O O • MM MV 00 MM M M .. VV • � d O = � M M M O O M r✓ ✓ ✓ V J YO Oae .� V V .•• M V Ooo9o. iGGOa - - 53�IlOT}� 0 r _ _ » _^ »» __ 0009l -- - .537I10N 'iGSaZ o - r c • '$a Y _ ZZ, - = 2 •' RRn:�d$$Sn�a-_-.:reR+.`.CSCn;:n�T r:�n re1!.'� N _A � •�7�11 � IC •� yy i � -J Liu LLU LL Lui.7 LL LL >i�•r•YJ Y �� it . _ 7 i- Y + ase • rr.Ji .+r rrr rw r .. y •. • x . J.J..J. 'nae + r Y r - ` . JJV • O L1• JJJ �r MMY O O Yrs M Y rrr rr r - • J - • • �I =7 • r z. --Y -YY r MYY MM S i • MY 22 t- .j . e_ K .b.:gcs�-��� rri+.i�a�w->•Rao�ne:g�±�F7t+ r CiS RU lf- I'D b• �9i.��a'O rya=n *g- -� 1 i�.-. ■o:w- :mow s G=-:•=R"-� CEM as•= --- an H n: ~ vy` r rrr rrr w e:�: •. • � er. L. M rr r J r V Y t. • O r' r zz AZA • - . •.LL Orr J.J• rare a rr � . • • - Mr r � I• Y S f ' • f U • 00 O • •�? rr Y YM r wwr • i ........... . - rei.rrr r8 .J #SF UN— • ga=rs '��c taa ..^�a. rr rrr -' O r s - i " rsF.�_•'Fo aSa�. _ ..._r .Yyq_�€`S:S�� � - '_ -_ oS� Le�•P'- oS32537� 3r a -a�t3H_ 3 r vva vvao .v v s = -[r o ooi X 94 .SGGOZ SDIION AI Fxe" ?>ECss°":t�-r«=c�s'a�F:�eEyr-za>. ; rim i ZZ ^� ; e v � _ vvs yr •� = ASH - = z Woo s HE rr_a�s_. s_ � • , - n c = k s x. ae= MUCH 9GGOZ Coo11 Z LI a" all . . — O z - T i F H F s E s G'` Z Cv =2 i 62, 00095 LGGOZ MMON • �r�t�r�z,.eYs� yr: �r�aa;«�zra^evi .5•'3p¢.• • s" M .• ' O• z low gDa? .eeQ :.er rs sese? ts= •,},�, Y: [':8'`x.5' : . 'r. C fl • 7 GC SMUON 1►{11� S 666OZ 5660 WILON ..O{ o9s a8a :1s Fe - •• t�C 7€gs� �g3 4a •� .-.tg .; ' all • YL63zz: o �6• : i . .. .. - •7Y 7:33 :�Y a� ••'E 14.11 a § _ i ar- - er 7age Reofteffefiff --- is ------ r - - - •• I - esss sss' rr rrrr 6G6Gb S331LOH �Y I�a71 1 in nspdr rn vain.�.jop oa:, IM I�Si.Rte ��� zcs W" IN EEM-1 2 7 Or fK In - - Y t Li�� CREW"•�: C$�:a'..t6.. ' _ ..� ef4fJF 9 Iftic �g +y • `$$33 3 �a33 g Z A. s3auoro 00019 t . . .222..> £ i \ E, . �� =! # / � ^ �� , E • . . . . .. . � } k �§. | |;|i||(| §� ' • V Htfi - 7h7 ^/ S2S q9.r00099. Tool z ' s M . • . ��. .. .��� .. . �.�. �. . . . . . . . . . ____ _. : x TWU- 01099. ra -. u___ =Alb �sss sssz ss sssz � . rr:r .r r: 7 r=== -- .ikLu ulil kit .... b i . . rss _sss : , .Iiis=r s ( •��$=E �r a gil- • ... a eE .E_ �s � �s� ams ��� e ru • sii r=�a 00100 i i Y e a - evooevoao = a_,as.ti gsZC o:a: 339 9 b 9 ZF Ge?= -s-�� s '001ol soot saMON j L'COI7, MlION II I _ •.7; :990: >° `ti.tie l - " II &9.g<_egq e3 g$�9 . g9 RIF S" Po b - r;�z=E>iY:_ << ;`=e .Y• • asgcea��s�c_s"e ;"Cla=ys= er` :`E_C $"e.3' = g .37 07 i UP, BIZ, > 00102 i nitfn. If 17+ • gt•�IIYi law Tas l�yy� y� •a4 M b r bYM t� •r_� Yen Ott• '.J_O ^N_.i�_Y�t M-.M�'1.� ai F.� J� Y�Sb Y• o•SOar 1;0 �[C lrrM=y �waV yY +�MYO 1Y� ` Y 6itl fS�tlY7iMy� !a4 Y .i3+•� S �..... s_lago was«_ iawR .•-- '« «««Y_+Y!� uw`«8s3� •.•:�1 Mw`8itv.'�oa:r /�...• �'--A �-_ � S-d«Yii 4pMSV'Y�� Y_w.� M_ M '■ ai� 4YwMi+�_r 3 i�r3� _ Mner :� r,r .e 6.. x09-11+. -■ �"'•��4r .�ir. r�.w y� `i, >n�"ax a e.'i�iSSe � S • CY■1�OY •�"`a:Sia!•w.' a rN.wY�rw•J +!••J+ S*-Ki ei V 40Y0 Ny��w_pO S+_�••�••-r •-w.l C� iY'TV '-• i� _S /�O �iL 6/� S i_.■i= i-ir�IY-iZ4i • .Zt.•i Ori�Sp i iS1=+ y -�M�ZMQ XS`-asw: ! i_ YerC7' •i w0tw 'yo` ..'S'::wR`b7Cl�.`.: LwK. 1' ir.'r_-bw+ +..=0+a.. i'+.•b 9^Y rMsaa +�y. wY_ 3-•-« r"i•t�ss•!`srr ar a `.■•. as-:v a:� rw�►ww_•�nw 's'YwYa":'r.�. •c'43' �ri ■Scla► aetYrw.. ��rio'+o�•a�4u+3i ': a�ie'.r.«rO 4e;as a«3LT ��i� a�':«.l.�rr�a•: .. 40 x.•.. S�i .,d 3_ =.4cwY aa�iia! �rwr a S'�CwN'q.r.` a 40 r■yT �i MIS •! o«; njj:- cg� L _ � 6-3 -fun.g.- L._rePM =w s.gNi��assti= ww pVi r$ t�ri`rw.�- y`e ;rS�M Y¢� =an ws�r �i'w1c�.-.z gwt. -ia �w•6' s -- ew MY'}rr_ww 1p�e� AMM=! '' `ll a•Y a.•6►4 j rM rwn.gi.pG np •' q .tt N+I�'$`29-0-U.N.-IA Oa ZTI V."8�i =nr'.ep.�Y l:-w`.r.Z a "s -a�w1. "- 77•V Na •:�.Oi 4-r .S •e e or••ra-r «•. ,r wM� E'�e ne wr « wq•ri a..� __ Y w e.•,w:"�n <-elSo.� ".. r^r cr r e b •�....ew'SL ,� .moi. �«. ..«i a.l.�p��p.ii�t•e•sti _rein r "ts��r;.�'.-r r�s�l�a+�i�«4.p■ �' •�~ `«"�1[g•i aiai� 4�-• srx�r���+�S$�• .i•i�e� iriw � _ t '.'.� S�«i_ rw«�w.tw R -!•�_w3.4 _aw; ��'.�^�_ t _� s Mr a '� i■ n' ::a �o o Sw s« rp,�-,■^ abw�w O O HNI. qii- 21UH12. IMA - Sr g t E='S?!1$�3$S�C ge_ws!�a' as r �$. s •�i� �.'.:_b ^mow_.'. CC oc�"r 1. « Wit I iv '1iSr r «0'1�.�.s•� • is c :c i.q.+w a N.s-ww�_9¢YriY ar :.re_`.i r-daZ ' • . ; r Y^NG.. 6•■iy b.�..6i� ��i■yyi■ywa �'!-�h 6+1•.Jp 3r . . i •e�•[A cyr«w 'J•. n.$Y•YrS r�' qn�0 wS9�+ . - •= =.0 6wt `OSCM4OC Sei+nYO wY�.♦bi`86S ' P w+OT Y.J i�y'si p H: pq♦qC • ' tw& O eGg 6i �^l rC+C AJ t a CIE =Ersfic! • _ .e.'$p '� Yttw .�t Si-i��r_n • 7a 'nC•.iwgY«Ca�rS' wa..Y-_- ~ ••a�r •b'6r►nr"-;6�Ct ys Y'j •RS;YC: . 3$n' lrt-Zt' KVi6 N r's b -ii eew A7LSC •�«34gg ■i w6_ i w. Sr rip . 001ID3 . s UON , . g '="= -' ..F��n�♦t== gK:� '.�'�^'<:»fig:: • � 6o=��e:r'L.-..r�r8 ',�"'�•'a:ro�^.•e X.�.na-�_«a , t S A + tt `L p y rt,��-O•M �Cy wi p2 Z t as 115, i' �� -�• OwMi iP wy�wr L % � K% •( „C . • • .-'.� M.P.. Y�'Z w� �.<.."..��� - v ' y M p . Z • i tMllf t t:a is I • $c :. o: rw � �o�+nab :D����`_:: .��� S i Hl A. o _ Y � 11 r - w - y » sa Z-9.. zz �vae =c= • _ � ca—c `a�GFB� —� asp; x3 _ _ S - t i �OTZ 13311ON t __ggc_caossa'ac o ' i • XM :4$o'aL -YR.'3: 2C_peFe pbazi: n R Alf if ' Yr • e 8 i tz . 5 f @-«S: _ :529 __- .3: �L ............. .. » s"La ZC • II - i o - r 33; '`333b33333333 M£3335 �iySe - oC 5s5 , GOD1Z - S33UON ............... i • - •'' ^rte»C a333�3�333..3 .333.3.333�33s ��3;333�4�3;35f33 O O Z - - - 333 - '3353 ,5c - 3. GSY �Y�3.3F5533 1 1 NT— • i NEW __ �pCECL�C Y (!A1 08 • p�.�y:S�7: w :;7y A OF MH Zl ZC s 03109 i NON" SDUON :� DIVISION H. SPECIAL CONDITIONS Section 01010--Page 1 1.1 GENERAL A. Information given in the Special Conditions shall supersede informa- tion given in the Information for Bidders, General Conditions, and Supplementary Conditions, whenever discrepancies arise. 1. The Information for Bidders is made a part of the Contract Documents to the extent applicable thereto. 1 B. Under the direction of the Project Manager the Construction Manager shall inspect and supervise the construction of the Project building through to completion and shall see that the materials furnished and the work performed by the Contractor are in accordance with the Con- tract Documents. His supervision shall in no way supersede or dilute the Contractor's obligation to perform the work in conformance with all Contract requirements, but the Construction Manager is empowered by the County to act on its behalf with respect to the proper execu- tion of the work and shall give instruction to require such corrective measures as may be necessary in his opinion to ensure the proper performance of the Contract or to protect the interest of the County. Except as otherwise provided herein, the Construction Manager shall determine the amount, quality, acceptability, fitness, and progress of the work covered by the Contract. i 1. It shall be the duty of the Contractor to comply with all procedures established and/or implemented by the Construction Manager and approved by the Project Manager as stated above. In the event any such procedures are at variance with other provisions of these Special Conditions, such procedures shall f prevail. i 2. The Construction Manager may call for meetings of the contrac- tors, subcontractors, and material suppliers as he deems t necessary for the proper coordination of the work. Such meet- ings shall be held at the sites on regular working days during regular working hours, unless otherwise directed by the Project Manager. Attendance shall be mandatory for all parties notified I to attend. i C. Nothing in any of the Contract Documents shall-be interpreted as being contrary to law or ordinances, and all codes and laws of governing agencies shall be followed as though they were herein bound. i i 011110 Contra Costa County Detention Facility : awe, DIVISION H. SPECIAL CONDITIONS Section 01010--Page 2 1.2 CONSTRUCTION MANAGER A. The Construction Manager has been given the authority to act for the Project Manager as follows: 1. Coordinate the work of the various contractors on the Project; 2. Maintain a competent full-time construction supervisory and inspection staff at the job-site for the coordination and direction of the work of the various contractors; 3. Establish on-site organization and lines of authority in order to carry out the overall plans of the County in all phases of the Project on a totally coordinated basis; 4. Establish procedures for coordination among the Project Manager, the Architect, the various contractors and the Construction Manager itself with respect to all aspects of the Project and implement such procedures at the direction of the Project Manager. 5. Prepare a comprehensive construction schedule for the Project which will include a schedule for each of the various contractors and trades, and submit such schedule for approval by the Project Manager. The Construction Manager will revise such schedule as necessary to incorporate approved scheduling data submitted by the various contractors; 6. In cooperation with the Architect, coordinate and inspect the work of the contractors on the Project until final completion and acceptance of the Project Building by the County to assure that the materials furnished and work performed are in accordance with the requirements of the respective contracts and that the work on the Project is progressing on schedule. 7. Determine the adequacy of the contractors' personnel and equip- ment and the availability of necessary materials and supplies and take the action necessary to maintain the job schedule; 8. Monitor contractor's submittals to Architect for approval of all shop drawings, catalogs and samples, and establish procedures for expediting the processing thereof. 9. In cooperation with the Architect review all requests or recom- mendations for changes; 10. Implement the County's procedures for the processing of change orders, including applications for extensions of time. 11. Review all applications by the various contractors for progress payment and final payment and make recommendation to the Manager for approval. MM Contra Costa County Detention Facility 1 DIVISION H. SPECIAL CONDITIONS Section 01010--Page 3 12. Receive, assemble and transmit written guarantees,warranties, instruction manuals and other data required of the contractors. 1.3 CLEANUP A. Each Contractor for a Work Category or Categories shall: 1. Clean up all waste material, rubbish, and debris resulting from his own operations on a daily basis. 2. Not allow waste materials, rubbish, and debris to accumulate on the site and become unsightly or hazardous. 3. Remove all waste materials, rubbish, and debris from the site at least once a week. 4. Remove grease, dust, dirt, stains,labels, fingerprints,and other foreign materials from interior and equipment furnished as a part of his subcontract. S. Repair; patch, and touch up marred surfaces to match adjacent iinished damaged by his work forces. B. If, in the opinion of the Construction Manager, any of the work � described above is neglected by a Contractor or Contractors, the Construction Manager shall have the work done and deduct the cost from his (their) contract{s) as their interests may appear. 1.4 OTHER WORK A. To the extent that any part of the Contractor's work is to interface with work performed or installed by other contractors, the Contractor i shall inspect and measure the in-place work and promptly report to the Construction Manager any defect of such in-place work that will impede, or increase the cost of, the Contractor's interface unless corrected. The Construction Manager will require the Contractor i responsible for the defective work to make corrections so as to conform to his Contract requirements or, if the defect is the result of a defect or omission in the Specifications or Drawings, issue a change order. If the Contractorfails to measure, inspect, and/or report defects that are reasonably discoverable, all costs of accom- plishing the interface acceptably shall be borne by the Contractor. The foregoing does not apply to latent defects; the Contractor shall report latent defects in another contractor's work at any time such defects become known, and the Construction Manager shall promptly thereafter take such steps as may be appropriate. Contra Costa County Detention Facility f f DIVISION H. SPECIAL CONDITIONS Section 01010--Page 4 B. All contractors on the Project shall have equal rights on the premises for the performance of their work, but shall follow the sequence estab- lished by the approved progress schedule and/or instructions issued by the Construction Manager. 1.5 COORDINATION WITH OTHER CONTRACTORS A. During the progress of the work other contractors will be engaged in performing other work on this Project. The Contractor shall coordinate the work to be done hereunder with the work of such other contractors in such manner as the Construction Manager may direct. B. The Contractor shall immediately notify the Construction Manager of any actual or impending labor dispute which may affect or is affecting the Schedule of the Contractor's or any other contractor's work. In addition, the Contractor shall take all appropriate measures to eliminate or mini- mize the effect of such labor dispute on the Schedule, including, but not limited to, such measures as: promptly seeking appropriate injunctive relief; filing appropriate charges with the National Labor Relations fE Board under the applicable provisions of the Labor Management Relations Act of 1947, as amended; filing appropriate damage actions; taking such i measures as establishing a reserved gate, as appropriate; if reasonably E feasible, seeking other sources of supply or service; and any other measures that may be appropriately utilized to limit or eliminate the effect of the labor dispute. i 1.6 PROJECT SCHEDULE A. The Construction Manager will develop a construction Schedule for the Project and will utilize it in the planning, coordinating, and perform- ing work under this Contract, including subcontractors, equipment vendors, 4 and suppliers. r 1. The Schedule, when approved by the Project Manager, shall be the t basis for the dates for starting and completing the work (including changes) for the Project. It shall be the duty of the Contractor ` to conform to the approved Schedule and to arrange his work in such a manner that it will be installed in accordance with the Schedule. 2. The Construction Manager will establish a program to reevaluate and update the Schedule periodically in accordance with the require- ments of the job. A representative of the Contractor shall meet with the Construction Manager and shall furnish to him information necessary for such reevaluating and updating and, if applicable, t information in regard to changes in the work and the Contractor's proposed effort to overcome any incurred delays. The form of such information shall be specified by the Construction Manager. 00113 Contra Costa County i Detention Facility �*f DIVISION H. SPECIAL CONDITIONS i Section 01010--Page 5 3. The Contractor shall coordinate his letting of subcontracts, material purchases, delivery of materials, sequence of operations, etc., to conform to the approved Project Schedule and shall furnish proof of same as may be required by the Construction Manager and the Project Manager. B. Whenever it becomes apparent that any completion date will not be met, the responsible contractors shall take some or all of the following actions at no additional cost to the County. 1. Increase construction manpower in such quantities and crafts as will substantially eliminate the backlog of work. 2. Increase the number of working hours per shift, shifts per working day, working days per week, or the amount of construction equipment or any combination of the foregoing, sufficient to substantially eliminate the backlog of work. 3. Reschedule activities to achieve maximum practical concurrency of accomplishment of activities. 17. PAYMENTS A. The Contractor will submit a request for progress payment to the Con- struction Manager on the 20th of each month. The Construction Manager will review the payment request and modify as necessary to protect the best interests of the County. The Contractor will be allowed to project work he will have completed through the 25th of that month. Upon approval by the Project Manager the payment will be disbursed by the County through the Construction Manager on or about the 10th of the following month. B. In making such progress payments, there shall be retained 10 percent of the estimated amount until final completion and acceptance of the Contract work. However, if the Project Manager, at any time after 50 percent of the work has been completed, finds that satisfactory progress is being made, he may authorize any of the remaining progress payments to be made in full. i —END OF SECTION" i 00114 Contra Costa County Detention Facility i DIVISION I. INFORMATION TO BIDDERS PART I Pa ge 1 The information and instructions included herein constitute a part of the Contract Documents and are given for the purpose of assisting Bidders in properly preparing their bids or proposals. Each bidder shall prepare his bid or proposal in strict compliance with all of the requirements of the Contract Documents and with the following instructions. Bidders are to take special notice of item 9. 1. Proposal shall be made on the form provided in this bound copy of the Specifications. The requested Bid Package is described in Part II of Information for Bidders. 2. Bidders must fill in all spaces on the form provided, including all requests for alternates and unit prices. 1 3. Bidders may not withdraw their bid for a period of thirty (30) days after Bid Opening. The Bid Opening date is stated in the Advertisement for Bidders. t Bidders will be required to complete all of the Work included in the classification of which they are bidding as described in the Contract Documents. All Drawings and Specifications will be incorporated into the Contract Agreement as a part of the Contract Documents. 4. IF INFORMATION IS REQUIRED REGARDING THE BID PACKAGE, DRAWINGS, AND/OR SPECIFICATIONS, THE BIDDER SHALL NOT CONTACT THE COUNTY I OF CONTRA COSTA OR THE ARCHITECT. ALL QUESTIONS AND REQUESTS FOR INFORMATION SHALL BE DIRECTED TO TURNER CONSTRUCTION COMPANY, (415) 372-4497, MUM HEREINAFTER REFERRED TO AS THE CON- STRUCTION MANAGER. I 5. Each Bidder shall visit the site and familiarize himself with the existing conditions which may influence the Work. The submitting of a bid will be considered an acknowledgement on the part of the Bidder of familiarity with all such conditions. 6. The successful Bidder will be required to execute a Contract with the County of Contra Costa, a copy of which is included herein. 0011 Contra Costa County Detention Facility DIVISION I. INFORMATION TO BIDDERS PART I Page 2 7. Permits will be required by the Contra Costa County Department of Public Works; however, no fee will be charged for said permits. Other permits as may be required shall be obtained and paid for by the individual Bidder for the applicable Bid Category or Categories he is submitting his Proposal for. 8. It shall be the responsibility of each Bidder to obtain any j permits and/or permissions from governing bodies for any work that affects vehicular or pedestrian traffic pertaining to his ' Work. 9. TURNER CONSTRUCTION COMPANY WILL PROVIDE CONSTRUCTION MANAGEMENT SERVICES TO THE COUNTY OF CONTRA COSTA AND SHALL ORGANIZE, MONITOR, i COORDINATE, AND DIRECT ALL PHASES OF THE CONSTRUCTION AT THE NEW t DETENTION FACILITY. THE ROLE OF TURNER CONSTRUCTION COMPANY THROUGH THE CONSTRUCTION I PERIOD WILL BE EFFECTIVELY THE SAME AS A GENERAL CONTRACTOR. TURNER I WILL CONTROL THE SCHEDULING OF WORK, COORDINATION OF CONTRACTORS, j RESOLUTION OF PROBLEMS BETWEEN CONTRACTORS, BETWEEN THE ARCHITECT AND CONTRACTORS/OWNER, AND BETWEEN CONTRACTORS AND UNIONS. THERE WILL BE REGULARLY SCHEDULED MEETINGS AT THE SITE, CONDUCTED BY TURNER, TO ENSURE THAT THE WORK PROCEEDS ON SCHEDULE AND THAT ! PROBLEMS ARE PROMPTLY RESOLVED. 10. Certificates for insurance shall provide that the insurance will I not be cancelled until the expiration of at least thirty (30) days after written notice of such cancellation has been given to the County of Contra Costa. Certificates shall include as additional insured the County of Contra Costa, the Construction Manager, and the Architect. 11, Space for storage and temporary buildings will be allocated by the Construction Manager as job conditions permit. Temporary offices or sheds shall be constructed of fireresistant materials. Material and layout must be approved by the Construction Manager prior to installation. 12. Proposals must include all cost for the full compliance with all safety requirements, including any safety apparatus primarily, for the protection of Bidder's employees that might be required by any Federal, State, County, or local agencies having jurisdic- tion. 00116 Contra-Costa County Detention Facility DIVISION I. INFORMATION TO BIDDERS Part I Page 3 13. Testing and inspection shall be as specified in the Specifications. Contractors shall be required to cooperate fully with the inspecting agency during inspections at a fabricating plant and/or on the job site and shall provide ladders, platforms, scaffolds, and/or safe accessibility to the Work for such inspections and/or tests. 14. Where applicable to the Bid Category as described in Part II of Information for Bidders, proposals shall include all costs for the following: a. Scaffolding required for the Bidder's Work. b. Hoisting required for the Bidder's Work. 15. Primary control for the building will be provided by others. Primary control will be in the form of a baseline for horizontal control and a bench mark for vertical control. The Contractor will perform his own engineering layout (survey staking) including elevations as required and where applicable to the Bidder's proposal. 16. Force reports indicating trade and personnel per trade shall be submitted by the successful Bidder to the Construction Manager daily. A brief description of work performed shall be included. 17. Safety. Each Bidder shall read the GENERAL SAFETY REQUIREMENTS BULLETIN, a copy of which is included herein. Adoption of the directions and suggestions contained therein is a condition of submitting a proposal. **END OF PART I� 00117 Contra Costa County Detention Facility. DIVISION J. INFORMATION TO BIDDERS PART II Page 1 i 1. Proposals for the work of this Bid Package shall include all of the Work ! involved in the following sections i Specification Section I i A. Excavation, Filling and Grading Section 02214 i B. Temporary Paving Section 02607 i All Proposals for this Work shall be in accordance with Part I, Para- graph 2, of the Information For Bidders. i A. Excavation, Filling and Grading 1. Contractor shall excavate, fill and grade to the final elevations as shown or noted on Contract Drawings. Work shall be performed in full compliance with Technical Specification Section 02214. i This Contract includes clearing and stripping, including break- up and removal of paving and base materials within the indicated i work limits. The Contractor shall include in his base bid the cost for strip- ping of the site to the depths specified in Section 02214 and the removal of existing trees, vegetation, paving, slabs, debris, rubbish, existing utility lines as indicated and other encum- brances not required to remain. Once the site is stripped and cut the required grades and prior to the placement of any back- fill, the Geotechnical Engineer will inspect the site and will direct the Contractor to excavate and remove any soft spots, j and replace the unsuitable material with select fill. The excavation and filling of soft spots will be paid for on a unit price basis, and the Contractor should include no monies for this work within his base bid. 2. The Contractor shall include in his base bid all cost to provide the required surface drainage, including catch basins and associated piping. t B. Temporary Parking i 1. The Contractor shall provide temporary paving areas as shown or noted on the Contract Drawings and as specified in Section ! 02607. Contra Costa County Detention Facility i DIVISION J. INFORMATION TO BIDDERS PART II Page 2 1. (Continued) All work including barricades, asphalt driveways, temporary sidewalk curverts, concrete curbs, wood tire stops and construction barriers around existing trees, shall be included in the base bid. i 2. Sequence of Work l� A. Areas being developed for temporary parking must be complete and I ready for use prior to the commencement of any work in the exist- ing parking lot area bounded by Court Street, Green Street, Pine Street and Thompson Street. 3. Time For Completion A. The Contractor shall complete this Contract within forty-two (42) calendar days from and after the date of commencement. i' 4. Liquidated Damages j A. It is understood, with due allowances made for unavoidable delays, that if the Contractor should fail to complete the work of the contract within the stipulated time, then, he shall be liable to the County in the amount of Five Hundred Dollars (*$500.00) per calendar day for each day said work remains uncompleted beyond the time for completion, as and for liquidated damages and not as a penalty, it being agreed and expressly stipulated that it would be impractical f and difficult to fix the actual amount of damage. t 5. Dumping A. The City of Martinez will allow the Contractor to waste both excavation materials and concrete and asphalt rubble in the f approximate areas indicated on Page 4. The Contractor will at all times meet the City's requirements for dumping in these areas. B. The City reserves the right to require asphalt and concrete waste generated from demolition operations to be dumped in areas seperate from those to receive excavated materials. Concrete and asphalt rubble shall not exceed a dimension of 2 feet in any direction. The City reserves the right to specify at all times the exact locations where material may be"deposited. n111 1.9 Contra Costa County Detention Facility DIVISION J. INFORMATION TO BIDDERS PART II Page 3 C. Organic matter obtained from the clearing and grubbing operation shall be disposed of by the Contractor.`:The City will not provide an area to dispose of this type material. x 03120 Contra Costa County Detention Facility mom DIVISION J. j;.4 Y �~ INFORMATION TO BIDDERS $ �! PART II S Page 4 - "Marina ~ a y 1.�arino 1 680 SITE �G � �° 04 j0b�y Shell Oil � M°91,.0 �•==�. SJ O �a V = 4 0 p $ s County rr,ctt a a �rr1� n ; c S 4 i ., _ Glacier Drive r APPROXIMATE AREAS FOR DUMPING OF EXCAVATION MATERIALS ANO - 3 r CONCRETE AND ASPHALT Brc} SCALE: I"= 2000 +tel j t - � i EXCAVATION, FILLING AND GRADING Section 02214--Page I PART 1 -- GENERAL 1.1 RELATED DOCUMENTS A. The General Conditions, Supplemental General Conditions, and Special Conditions apply to work specified in this Section. B. This Section is a referenced Section for work specified elsewhere. 1.2 DESCRIPTION OF WORK A. This Section describes excavation, filling and grading. Includes but is not limited to the following: 1. Clearing and stripping, including break up and removal of paving and base materials. 2. Preparation for site fill. 3. Engineered fill. 4. Rough grading for building and site. 5. Storm drainage. B. Related Work Specified Elsewhere: 1. Temporary Paving: 02607 1.3 REFERENCE STANDARDS The following specifications, standards, test and recommended methods shall govern the quality of materials and methods: American Society for Testing and Materials (ASTM); Standard Specifications are latest edition of the Standard Specifications of the State of California, Department of Transportation; Materials Manual is that of the State of California, Business and Transportation Agency, Department of Transportation. Contra Costa CoVpy1 22 Detention Facil( EXCAVATION, FILLING AND GRADING Section 02214--Page 2 1.4 TESTS AND INSPECTIONS A. Contractor shall notify the Construction Manager and the Geotechnical Engineer two working days prior to any fill or backfill operation. B. All soils work, materials and compaction will be tested and inspected by the Geotechnical Engineer for compliance with the specifications. The Geotechnical Engineer shall be the County's representative to observe the grading operations both during preparation of the site and the compaction of any engineered fill. C. Soils Materials 1. The Geotechnical Engineer will observe, test, and approve for use all soils materials. 2. The Contractor shall provide samples of all proposed imported l select fill materials for suitability tests by the Geotechnical Engineer. D. Engineered Fill Tests and Inspections 1. The Geotechnical Engineer will observe the grading operations both during and preparation of the site, and during compaction of any fill to insure conformance with the specifications. 2. The Geotechnical Engineer will make observations and field tests to enable him to approve the site prior to placement of engineered fill. I 3. The Geotechnical Engineer will observe, test and approve the engineered fill materials and its field placement; all backfill and fill in trenches will also be observed, tested and approved. 4. All initial testing will be performed for and at the request of the County. All retesting will be paid for by the Contractor by change order. I E. Notification of Revision; The Geotechnical Engineer will immediately notify the Architect of any job conditions which may cause revisions to the plans or specifications. i 41:3123 Contra Costa County Detention Facility I 0: 123 Contra costa County Detention Facility II ANN ROOM_ EXCAVATION, FILLING AND GRADING Section 02214--Page 3 1.5 SITE SOIL CONDITIONS A. Soils Investigation 1. A soils investigation has been made for site and is contained in a report by Woodward-Clyde Consultants, Oakland, California, dated 18 April 1977. The soils investigation report is on file and is available for reference in the offices of the Architect, County and Construction Manager. 2. Subsurface information was obtained primarily for use in pre- paring the foundation design, but the Contractor may draw his own conclusions therefrom. No responsibility is assumed by the Architect or the County for subsoil quality or conditions other than at the locations, and at the time the exploration was made. No claim for extra compensation or for extension of time will be allowed on account of subsurface conditions inconsistent with the data shown except as provided elsewhere herein. B. Site Conditions 1. The Contractor shall familiarze himself with the soil conditions at the site, whether covered in the soils report or not, and shall thoroughly understand all recommendations associated with site soils, excavation and grading covered in the report. 2. Existing grade conditions as shown on the plans by contours and spot elevations are as accurate as could be obtained. The Contractor shall accept the site as it exists and complete the site work. 1.6 JOB CONDITIONS A. General 1. The Contractor shall confine his operations to the area within the Work limits unless specifically shown otherwise or approved by the Construction Manager. 2. Upon completion of the construction work, the Contractor shall certify that all compacted fills and foundations are in place at the correct locations, have the correct dimensions, and are plumb and otherwise have been constructed in accordance with sound construction practice. Further, that the materials used are the types, quantity and quality required by the plans and specifications. t1;112'� Contra Costa County Detention Facility. are the Hypes, 4U..1-L, ai A yudi iLj 4un s specifications. (1t112� Contra Costa County Detention Facility. EXCAVATION, FILLING AND GRADING Section 02214--Page 4 B. Project Lines and Levels 1. The building, paved areas, and developed areas shall be located accurately, and all lines, grades and elevations laid out with all stakes set as necessary during the course of the work by a licensed surveyor, acceptable to the Architect and paid for by the Contractor. Location and alignment of buildings and paved areas must be approved by the Construction Manager before pro- ceeding and excavating, filling and grading. 2. All existing bench marks and other reference marks shall be protected and maintained during the entire course of the Con- tract. Monuments or stakes disturbed or destroyed by anyone during the course of the Contract shall be re-established under this Section without additional expense to the County. C. Protection of Property 1. Contractor shall take care during all site work operations to avoid disturbing adjacent buildings, properties, streets and trees. 2. No grading equipment shall be allowed to pass over unprotected existing streets, sidewalks, curbs, etc., and if the same are damaged, they shall be restored to their original condition as directed by the Construction Manager at the Contractor's expense. No patching will be accepted. 0. Existing Utilities All existing utility lines encountered or shown on the drawings shall be protected and carefully kept from damage by the Contractor. Notify the proper authority and allow ample time for continuation of required services. Utility services which are to remain, as deter- mined by the Architect, and which are disconnected, removed, damaged or destroyed in the course of the Work shall be replaced as required by the Architect. E. Shoring, Bracing and Barriers Adequate shoring, bracing, barriers and signs, including lights when necessary, shall be designed and provided by the Contractor. F. Parking Meters and Posts Salvage all existing parking meter posts within the defined limits of work. Salvaged posts shall be delivered to the City of Martinez. Parking meter heads will be removed by the City of Martinezcpri to post removal. �f 1 Contra Costa County Detention Facility EXCAVATION, FILLING AND GRADING Section 02214--Page 5 1.7 SOILS TEST A. Compaction Control Test: Degree of compaction is the ratio, expres- sed as a percentage, of the dry density of the fill materials as compacted in the field, to the maximum dry density of the same material as determined by Test Method 216-G, as described in the Materials Manual. B. Notification: The Geotechnical Engineer shall be notified for inspections and tests by the Contractor at least two working days prior to commencement of any work at the site. If the work is interrupted by an equipment breakdown or any other cause for more than 24 hours, the Contractor shall notify the Geotechnical Engineer at least one working day prior to resuming work. 1.8 SUBMITTALS Sources and samples of imported fill and other aggregate materials proposed for the work shall be submitted for approval. PART 2 -- PRODUCTS 2.1 FILL MATERIAL - GENERAL A. FILL is all soil material placed to raise the natural grade of the site or to backfill excavations. B. ON-SITE MATERIAL is that which is obtained from the required excava- tion on the site. C. IMPORT MATERIAL is hauled in from off-site borrow areas. D. COMPACTED FILL is a fill upon which the Geotechnical Engineer has made sufficient tests and observations to enable him to issue a written statement that in his opinion the fill has been placed and compacted in accordance with the specification requirements. E. SELECT MATERIAL is a soil material meeting the requirements of this specification. F. Gravel fill is material meeting the requirement of this specification. 00125 Contra Costa County Detention Facility EXCAVATION, FILLING AND GRADING. Section 02214--Page 6 2.2 GENERAL FILL 1. All fill and backfill shall be select fill. On-site material will not qualify as select fill. 2.3 SELECT FILL A. The material shall be an imported soil or soil-rock which is free from organic matter or other deleterious substances. It shall•be well graded, non-expansive, predominatly granular material and with sufficient fines to be impervious when compacted in place. At least ten percent of the soils shall be finer than the 1200 sieve. The material shall not contain rocks or lumps over three Inches in greatest dimension, and not more than fifteen percent shall be larger than 2-112 inches in the upper two feet of fill. B. In addition to the requirements above, select material must conform to the following requirements: Minimum "R° Value* 25 Maximum Expansion Pressure 100 Maximum Plasticity Index 12 Maximum Height Loss (Corfield 1 gram Corrosion Test) *Values at an exudation pressure of 300 psi as determined by Test Method No. 301-F of the Materials Manual. 2.4 GRAVEL FILL Gravel fill shall consist of clean crushed stone, conforming to the following grading requirements: Sieve Size Presentage Passing Sieves 1' 100 3J4" 90-100 No. 4 0-10 Gravel will be installed in areas as directed by the Geotechnical Engineer. Payment for gravel fill will be on an unit price basis. Height tickets will be submitted to the Construction Manager for verification of quantities. 00127 Contra Costa County Detention Facility EXCAVATION, FILLING AND GRADING. Section 02214--Page 7 1 PART 3 -- EXECUTION 3.1 SITE PREPARATION A. From entire area within designated work limits, remove existing trees, vegetation, paving, slabs, debris, rubbish or other encum- brances not required to remain; strip site free from top soil; and remove subsurface soils not approved or when containing debris or vegetation. Soft zones encountered during stripping shall, also be excavated. Remove all debris and loose materials to approved off- site locations. i B. Remove all existing asphalt and concrete paving, sidewalks, curbs, gutters and underground utilities beneath existing Pine Street, Thompson Street, and Green Street within the area designated as "Limit of Select Fill" Cap abandoned utility lines with concrete i plugs as noted on the Contract Drawings. The Contractor shall remove any existing concrete paving sections. Work performed I under prior contracts indicates a concrete paving section exists under Pine Street. r C. Grade and shape surfaces to level or slopes indicated or required. Slope grades away from structures and for positive drainage. •. D. Tolerances for subgrades: Not more than 0.10 feet variation above or below theoretical grade. I I 3.2 PREPARATION FOR FILL I I A. All excavations shall be carefully made true to the grades and i elevations shown on the plans. The excavated surfaces shall be properly graded to provide good drainage during construction and prevent ponding of water. B. The site shall be stripped to a mimimum depth of six inches to remove existing root mats and other deleterious materials. The six inches of stripping will be in addition to any concrete, or paving sections that are removed. The Contractor will strip the existing sidewalks and parking lot bounded by Green Street, Thompson Street, Court Street and Pine Street to a depth of two and one half (2-1/2) feet below the top.of existing paving, within the areas indicated to receive select fill. The cost of this stripping shall be included in the base bid. C. Loose fill material and soft spots shall be completely removed 00128 and shall be recompacted, if approved, or replaced with approved select fill. Contra Costa County Detention Facility EXCAVATION, FILLING AND GRADING Section 02214--Page 8 D. Where stripped subgrade is sloping more than 6 horizontal to 1 vertical, horizontal benches shall be cut into subgrade to allow subsequent fill to be keyed into the subgrade. E. After being stripped and excavated, the exposed surfaces shall be scarified to a depth of at least 8' minimum and compacted at a moisture content that will permit proper compaction as hereinafter specified for fill. Before placing fill, the Contractor shall obtain the Geotechnical Engineer's approval of the site prepara- tion in the area to be filled. F. The last eight inches of subgrade sail shall be compacted at a water content one to three percent above optimum and covered immediately with select fill to prevent drying. 3.3 PLACING AND COMPACTING FILL MATERIAL A. All fill material shall be compacted so as to bring the material to a minimum compaction of 95% of maximum dry density under all buildings. A minimum of 92%compaction will be required under temporary paving and all other areas. All compacted fill place above the specified stripping elevations will be included in the Base Bid. B. Any slope greater than 5 horizontal to 1 vertical shall be contour ploughed or benched, as deemed necessary by the Geotechnical Engineer, prior to the placing of any fill. The fill shall be placed in sections which are essentially horizontal. C. Fill material shall be evenly placed in horizontal layers not exceeding eight inches in uncompacted thickness. D. Before compaction begins, the fill shall be brought to a water content that will permit proper compaction by either (1) aerating the material by blading or discing if it is too wet, or (2) spray- ing the material with water if it is too dry. Each list shall be thoroughly mixed before compaction to insure a uniform water content. E. Compaction shall be by sheepsfoot rollers, multiple-wheel rubber tire rollers, or other types of compaction equipment, approved by the Geotechnical Engineer, which will compact the fill to the specified denisty. Compaction shall be accomplished while the fill material is within five percent of the optimum specified moisture content. 00129 Contra Costa County Detention Facility 001 29 Contra Costa County Detention Facility EXCAVATION, FILLING AND GRADING Section 02214--Page 9 F. When compaction tests indicate that the density of any layer of fill or portion thereof is below the minimum compaction specified, the particular layer or portion shall be reworked until the required density has been obtained. G. The filling operations shall be continued as specified until the fill has been constructed to the grades shown on the drawings. H. No fill material shall be placed, spread or compacted during unfavorable weather conditions. When work is interrupted by heavy rains, filling operations shall not be resumed until field tests by the Geotechnical Engineer indicate that the moisture content and density of the fill are as previously specified. 3.4 TREATMENT AFTER COMPLETION OF GRADING A..After grading is completed and the Geotechnical Engineer has finished his observation of the work, no further excavation or filling shall be done except with the approval of and under the observation of the Geotechnical Engineer. B. It shall be the responsibility of the Contractor to prevent erosion of freshly graded areas during construction and until such time as permanent drainage and erasion control measures have been installed. 3.5 FINISH GRADING A. General i 1. Grades shall be accomplished as necessary to bring surfaces to grade shown an the drawings or to prepare the subgrade to receive fill or construction, as specified herein or in other sections. B. Removal of Excess Materials: Excess excavated materials shall be removed from the site during the course of the work. No material shall be dumped on public or private property without prior arrangements. No.rubbish or debris shall be buried on the site. See information to Bidders, Part II in reference to available dump sites. i 00130 Contra Costa County Detention Facility j I 1 EXCAVATION, FILLING AND GRADING Section 02214--Page 10 C. Dust Abatement: 1. Contractor shall exercise all responsible and necessary means to abate dust throughtout the entire construction period, including work days, holidays and weekends as required. Dust control equipment shall be available and ready for use. 2. Sprinkling and wetting of entire assigned area shall be performed as often and in the amounts as necessary to maintain the entire assigned area free from dust and to prevent air borne dust due to operations under this Contract. Chemical or oil palliation will not be permitted. 3. Off-site roads immediately adjacent to assigned area shall be kept reasonably clean and free from material or dust deposited by vehicles or equipment performing work under this Contract. Cleaning and washdown of said roads shall be provided as often as necessary. D. Surface Drainage The Contractor shall provide and maintain uniform grades, slopes, crowns and ditches on all excavations and fills to insure satis- factory drainage at all times during the construction period. He shall be responsible for the construction of temporary dams, silting basins, operation of pumps, and other facilities.as required and as directed by the Construction Manager, to prevent softening of compacted earth, formation of mud, or deposition of eroded earth and silt on adjacent properties of work in progress of completion. No separate payment shall be made for this work, but it shall be con- sidered as being included in the Contract for the earch work invol- ved. Finish grades and surfaces for all work under this heading shall shed water completely. Contractor shall provide drainage structures and associated piping as shown or noted on the Contract Drawings. 3.6 Measurement for Payment Unit Price Items: A. Unit price items will be paid for on`the basis of the actual quantities of work performed. Volumes,.for unit price work will be calculated from cross sections developed by a Licensed Land Surveyor or a Registered Engineer. The cost of obtaining volumes for unit price items will be borne by the County. 31 **END **END OF SECTION** Contra Costa County Detention Facility TEMPORARY PAVING Section 02607--Page I PART I -- GENERAL 1.1 RELATED DOCUMENTS A. The general provisions of the contract, including General and Supplementary Conditions and Division 1, General Requirements, apply to the work specified in this Section. The cost of all work described in this Section shall be included in the Base Bid portion of your Proposal. 1.2 DESCRIPTION A. The work described herein includes cement treated aggregate base with prime cost, bituminous binder and screenings. B. Some of the items specified herein are: 1. Above described work 2. Wood Headers 3. Protection of trees indicated 4. Install Standard County of Contra Costa Street Barricades (See Drawing No. CC103 attached to these Specifications.) 1.3 SOIL ENGINEER A. Work covered under this Section shall be performed under the inspection of the Geotechnical Engineer, who will be retained and paid by the County. The Geotechnical Engineer will be present at the site to inspect the work and perform field and laboratory tests to evaluate material quality and compaction. Cooperate with the Geotechnical Engineer in performing inspec- tions and tests. At completion of the work, the Geotechnical Engineer will submit a report to the County, including a tabulation of all tests performed. The costs of reinspection and retesting of unsuitable work will be paid by the County but deducted from the Contract price. 1.4 STANDARDS A. Standard Specifications: Where referred to in these Specifi- cations, "Standard Specifications" shall mean the CAL TRANS Standard Specification dated January 1975. All work shall be carried out in conformance with the Standard Specifications 00132unless otherwise specified herein. •J Contra Costa County Detention Facility TEMPORARY PAVING Section 02607--Page 2 1.4 B. Percent Compaction: As referred to in these specifications, percent compaction or relative compaction is the required in- place dry density of the material expressed as a percentage of the maximum dry density of the same material determined by the Geotechnical Engineer in accordance with ASTH Test Method D1557-70(C). Optimum moisture content is the moisture content by ASTM Test Method 01557-(C). 1.5 SPILLAGE, DUST AND EROSION CONTROL A. Spillage: Prevent spillage when hauling on or adjacent to any public street or highway. In the event that spillage occurs, remove all spillage and sweep, wash, or otherwise clean such streets or highways as required by local City and County authorities. B. Dust and Erosion Control: Take all precautions needed to i prevent a dust nuisance to adjacent public and private i properties and to prevent erosion and transportation of soil to downstream properties due to work under this con- tract. Any damage so caused shall be corrected or repaired at no cost to the County. 1.6 LINES AND LEVELS A. A licensed surveyor or registered civil engineer shall lay out and establish all lines, levels, grades and positions of all parts of the work. B. Finished grades shown on the plans are given in feet and decimals of feet and are to be the top of all graded or paved surfaces. Slope uniformly between given spot elevations unless otherwise indicated. 1. Minimum thickness of pavement section shall be 4°. C. Surfaces shall be true to within plus or minus 1/10 of a foot. There shall be no pools of water standing on the pavement after a rain. D. Transition between changes in vertical gradients of paving shall be smooth and gradual with no abrupt or sharp changes. 00133 i Contra Costa County Detention Facility r TEMPORARY PAYING Section 02607--Page 3 PART 2-- PRODUCTS 2.1 CEMENT TREATED BASE A. Base shall be Class B as specified in Section 27 of the Standard modified as follows: 1. Cement content shall be 3% by dry weight of aggregate. 2. Plant mix only shall be used. Proportioning, mixing and testing shall he in accordance with the referenced Standard. 3. Prime Coat: MC-70 Liquid Asphalt in accordance with Section 93 of the Stan3ards. a. Apply at the rate of 0.15 gallons per square yard. 4. Bituminous binder: NC-3000 Liquid Asphalt in accordance with.. Section 93 of the 5tanrds. a. Apply at the rate of 0.4 gallons per square yard. 5. Screenings: Medium 5/16° by No. 8 in accordance with Section 37 of the Standards. a. Broken stone or curshed gravel b. Apply at a rate of 16 to 20 pounds per square yard. 2.2 OTHER MATERIALS A. Headers, tree barricade material, etc: No. 2 foundation grade redwood Inspection Service grading rules or chemonite treated. Douglas Fir. PART 3-- EXECUTION 3.1 TREES A. Protect trees to remain with temporary barricades as directed. 1. Do not injure roots, limbs, or trunks and do not raise or lower grades within the boundaries marked by the barricades. 00134 Contra Costa County Detention Facility I TEMPORARY PAVING Section 02607--Page 4 2. Report accidental damage to the Construction Manager immediately after any incident and proceed with remedial measures as he directs. Trees that are damaged beyond treatment, or are killed shall be replaced by specimen trees of same species. 3. Tree limbs that are designated by the Construction Manager to be cut shall be neatly sawed. Avoid stripping bark, and immediately apply approved tree wound paint to the cut areas. B. Headers and permanent barricades: Install in accordance with details on Drawings. t 3.2 TEMPORARY PAYING A. After area to receive temporary parking is stripped a minimum f depth of 6' - the top 8' of subgrade shall be compacted to 92% maximum dry density. t B. Install the cement treated aggregate, compacting and grading in accordance with Section 27 of the Standards with the follow- ing exception: 1. Spreader box will be permitted. C. Install the specified prime coat and provide the required curing time in strict accordance with Section 27 of the Standards. D. Provide warning signs, string fence with streamers and all other required measures to prevent traffic from entering onto newly F sealed areas until curing time has elapsed. E. Readjust grades as directed where final inspection reveals tolerances in excess of those required by 1.6.C. **END** 0013 Contra Costa County Detention Facility i ISA D1 �i bs � m O � �r Y r M N 9 V ri A O O vs N, Qsc 7pZ0<G to A in c t mto O m o a N a 04 wi 0 M c�'° �9 �C f < yfl 0afP Z Asn O� O apt a COs Ao t Irl ,� .t o t to p fmyAO W ips O �y Zp 4 to y- 0-4 p(n= ; Z O o O -4O'.� ?� Wi G-t p p iA� � 4 � •'.r' � O. q• 9 �O h 04 N G 7 tA nt O O to a n O q 9?p C7 in� ti-tn. a o GO yam vw \��'`tl N w a ::;Tn M N •+' A�Z A O V Ul ��- t t ,� � a s i e • 4 ''•c4=�� \ • baa^o ��io ,E ro D�i�j $ �.=e s c�'. is.P �b -t"-1b.tSiE1 3 o s .b P Q g -sit y o f � , 'n`.. ^ b s SSS��� o!'�te�'\(oto EaP .�b s ~•t q,��n S�� •ei t� Sr ,°{D E -{ � D�l„to+~1+�4to r -o s b w o 2 as+ f ^.�• Y3 e:o R.t Sit% E n.' E + C eo� i o rM� o pi••� or f grA ��- � ftp m e Pgx - > gf 9i •.. i" 1, 1 � L 55� � S « f g a s moo-� .4f • � � s j gr �� • XXII �, 4 0 I o < t' it r• t � � o a F' ts � > tom" •, C� '� JA s s: n ••• .t n P _ a nLor ;ca 'r 4 P. orox IO _ ` 9Npe Z j IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Establishing a Schedule of Rates for Institutions RESOLUTION NO. 77/560 Used for Placement of Delinquent ) and Dependent Children ) WHEREAS the Board has considered the matter of rates to be paid to child care institutions for the fiscal year 1977-78 and has determined that certain ad3ustments are necessary; NOW, THEREFORE, BE IT BY THE BOARD RESOLVED that the following maximum monthly rates shall be-effective July 1, 1977: Private Institutions -Monthly Rate Ahwahnee, Inc. School for Boys/Ahwahnee Grandma's Ranch/Oakhurst 986 Fresno Group Ham/Fresno 846 Aldea/Napa Redwood 1408 Franklin .1093 Along the Hay Group Home/Elk Grove 942 American Boys' Ranch/Beaumont 1143 Arbutus Youth Association/San Jose 1147 Arnold Homes for Children/Carmichael Residential and Re-education Program 1696 Post Treatment 1054 Awake--Home for Children/Redwood Valley 935 Bachman Hills School/Booneville 804 Because of Youth/San Jose 965 Berkeley Youth Alternatives/Berkeley 999 Boys Republic/Chino 820 Breaux Foundation/E1 Cerrito 879 Burt Center 2328 California Youth Homes/Inglewood 1009 Castagnola Family, Inc./Sacramento 958' Catholic Social Service/San Francisco Kronin/Cromwell 959 Sunset House 1243 Cedars Development Foundation/Ross 714 Cedu Foundation/Running Springs 955 Chamberlains Children's Center/San Martin 1343 Charila Foundation/San Francisco 1356 Charter Oak Psychiatric Hospital/Covina 1027 Children's Garden/Novato 1034 Children's Garden Placement Program/Novato 1716 Children's Home/Stockton Foster Homes 283 Group Homes 830 Residence 1074 Treatment Home 421 Lincoln Treatment Group Home 1026 Christ Circle Group Home/Boulder Creek 795 Circle 8 Ranch 1122 Circle Y Freedom Ranch/Lancaster 1009 Community-Developmental Services/San Jose Foster Home 357 Therapeutic Residence 1196 Convent of the Good Shepherd/Los Angeles 817 RESOLUTION N0. 77/560 i Private .Institutions XantWy Rate Delta Youth Development/Carmichael $ 1170 Deseret Homes/Bloomington 985 Devereaux Schools/Santa Barbara 1291 E. Ross Clark Home/Modesto Residential 1387 Community Based 1114 Eastfield Children's Center/Campbell 1799 Edward C. Boyle Group Home/Los Angeles 750 Ettie Lee Homes for Boys/Baldwin Park 711 Fillmore Feil/tan Francisco Private Institution 830 Transition 883 Day Program 379 Ford House/Carmel Valley •922 Four C's Ranch/Orland X872` Fred Finch/Oakland Group Home 1447 Youth Center 2325- Good Samaritan Homes/Corona Foster Home 395 Group Home 814 Residential 1086- Group Six/San Jose 856 Growing Mind/Berkeley Full Circle/Bolinas 1720 Growing Mind/Berkeley, 535 Guadalupe Guadalupe Home for Boys/Whitewater 1078 St. John's School/Riverside 1012 Trinity School/Ukiah 1271 Halloran Hall/Aptos 890 Hanna Boys Center/Sonoma Group Home 700 Residential 700 Hitching Post/Nevada City -713 Holeman, Inc./San Mateo (aka Bay Area Boys Home,,Inc.) 1100 Homewood Terrace/San Francisca 1674 Ingleside Mental Health Center/Rosemead 1800 " Interfaith Home for Girls/San Jose 657 Jacqueline House/Los Angeles 525 Jade Mountain Educational Projects, Inc./Palermo 917 Joychild/Santa Cruz 745 Kate School/Fresno 1270 Kennon House/Los Angeles 785 New Dimensions School 1265 Lakeshore Ministries Mandana House/Oakland 999, Epsilon House/Oakland 479 Lane Ranch/Sebastopol Foster Home 400 Group Home 1200 Residential 1359 .Langley Porter Neuropsychiatric Institute/San•Francisco 700 Las Trampas/Lafayette 778. Laurel Hills/Sacramento 711 Learning House/Palo Alta 1088 Lincoln Child Center/Oakland Group Home 1200 Residential 1667 RESOLUTION NO. 77/560 00139 Private Institutions Bonthly Rate Manhattan Project/Salvation Army/Los Angeles $ 750 Marin Foundation/San Rafael 918 McCobb Home for Boys Foundation, Inc./Los Angeles 946 Merlin School/Long Beach 750 Milhous Boys Ranch/Nevada City 694 Moreno Boys Home/Moreno 680 Moss Beach Home for Boys/Mass Beach 850 Mount Hope Foundation/San Francisco 831 Mount St. Joseph's Home/San Francisco Group Home 1093 Residential 1400 Nancy Nutting Nursery/South San Francisco-- 625 New Hope School/Philo 650 Our Corner/Pollock Pines 850 Palomares Group Home/Campbell 991 Penny Lane/Sepulveda 939 Plumfield/Santa Rosa 1133 Progress Ranch/Davis -1188 Rehabilitation&ntal Health Service/Sad Jose' . Adolescent Center for Boys '741 Adolescent Center for Girls 711 Remi Vista/Whitmore 829 Rubicon Centers/Fremont 1065 St. Bernadette's/Sacramento 1625 St. George's Home/Berkeley 1760 St. Patrick's Home/Sacramento Group Home ` 1295 Residential 998 ,. St. Vincent's School for Boys/San Rafael 1326 St. Vincent's School for Girls/Santa Barbara 790 Sacramento Children's Home Residential Treatment Center 1190 Helen E. Cowell 1490 Sacramento Treatment Center 963 San Antonio Youth Project/Oakland 838 San Francisco Boys Home/San Francisco 1240 Schnuhr's Group Home/San Jose 638 Second Chance Ranch, Inc./Auburn 925 Serene Community Hames/Sacramento Serenity House 1134 Halcyon House 884 Smith Group Home/Stockton 787 Stalag 13/Carl Valley 925 re Stanford Lathrop/Sacramento Group Home 1213 Residential Treatment Center 1694 - STAR House/Cupertino 878 Sunny Acres/Paradise Large Group Hae 678 Small Group Home #2 665 Small Group Home #3 669 Sunny Hills/San Anselmo Day Care 770 Group Home 1695 Residential Center 1967 Teal House/Concord 1081 Teen Enrichment Center/Milpitas 928 Teen Hope FoundationlConcord -1163 The Willows/Compton 509 Unfinished Symphony Ranch/Agoura 909 University Mound School/San Francisco 1297 RESOLUTION NO. 77/563 00140 Private Institutions monthZy Rate Van's Boys Home/Gilroy $ 1025 Victor Schools/Redding Stepping Stones I 1248 Stepping Stones II 1185 Stepping Stones III 1185 Stepping Stones IV 1185 Wagon Valley Ranch/Healdsburg 704 Walden Environment/Citrus Heights 1155 Walden House/San Francisco 466 Western Institute of Human Resources/San Rafael - 1195 Willow School Ranch/Santa Rosa 780 Wilmington Boys' Home, Inc./Wilmington 870 Work Training, Inc./Santa Barbara 829 Young Lives/St. Helena 1664 Youth Advocates Alternative Living/Sao Francisco .485- Greenhouse/San Francisco -1448 Huckleberry House/San Francisco 1020 Middleground/San Francisco 1333* 19 Grove Lane/San Anselmo 1148 Alternative Living/Sausalito 779 Youth Homes/Walnut Creek 1150 Zahnd's Girls' Residence/Paradise. 990 sspec a.ited roster Homes and-Small'Family'Group Homes Aunt Sue's Nursery/Pacifica 400 Banks' Ranch/Sebastopol '425 " Brock Family.Name/Vacaville 400- Calhoun Family Home/Oakland 400 Harruth Home/Santa Clara 612 Henri's Children's Ranch/Sonoma :594 High Sierra/South Lake Tahoe 600 Kendra Family Home/Oakland 306 Knittel Foster Group Home/Novato 420 Little Ponderosa/Oakdale 350 Northwest Passage Ham for Boys/Lucerne 733 Proschold Home/Santa Rosa 475 R & R Reed Ranch/Sebastopol 550 Reality Ranch/Grass Valley 780 Robbins' Nest/Santa Rosa 608 Rucker's Group Home/El Verano 350 Shiloh Home for Children/Sacramento 530 Sierra Group Home/Vacaville 350 Star Boal Ranch/Grass Valley 937 Williams' Group Home/Concord 445 Wood Group Home/Gilroy 300 Yoder Group Home/Martinez 445 Xaternity Homes Booth Memorial Ham/Oakland Mother 754 Infant 154 Florence Crittenton/San Francisco Mother 1080 Infant 188 St. Elizabeth's Infant Hospital/San Francisco' Mother- 1024 Infant 167 " RESOLUTION NO. 77/560 00141 i Day Treatment monthly Rate Actualizing Relationships/Pleasant Hill $;472 Child Resource Center/Danville S days/3 hour sessions 155 3 days/3 hour sessions 95 2 days/3 hour sessions 70 All others 8/hr. LaCfieim School/Berkeley 475 Reach...for Learning/Berkeley (Maximum 4-hours.per week) 18/hr.. Billings for medical costs of placement in maternity-homes shall be'made under the California Medical Assistance Program, rather than to the County. The rates listed above are applicable to all placements of children under the jurisdiction of County Departments and are to be considered maximum amounts with lower or going rates below► the maximum to be paid wherever feasible. This resolution cancels and supersedes the previously adopted'Resolution No. 76/638, and said cancellation becomes effective July 1, 1977. = PASSED AND ADOPTED BY THE BOARD on July 12, 1977. 4y s 9^ t Orig: Director, HRA cc: County Welfare Director County Probation Officer County Administrator County Auditor-Controller Superintendent of Schools RESOLUTION No. 77/560=- tinJA9 IN THE HOARD OF SL-PERVISORS OF COIPM COSTA COLETY, STATE OF CALIFOMA In the Matter of Authorizing ) 11iscellaneous Equipment, ) Miscellaneous Surgicel ) fi�uipcent, and Prosthesis ) Ru^gOLIPPIOII t70. 77/561 and Assistive Devices, ) County Medical Services. ) - ) WHEREAS Section 29124 of the Government Code does not. permit the purchase of fixed assets until the final budget is adopted, which normally is done at the end of August, thereby leaving a period of two Deaths during.which fixed assets may not. be purchased; and _. WHEREAS some miscellaneous equipment, some miscellaneous _. surgical instruments, and some miscellaneous prosthesis and assistive devices (wheelchairs and respirators) are required on an immediate basis _ for the health and protection of County patients inside and outside the Couaty-Hospital; NOV, THEREFORE, BE IT BY THIS BOARD RESOLVED that for the preservation of public health it does hereby DEC=- that an emergency exists; =d BE IT FURMER RESOLVED that, pursuant to Goverameat Code Section 29227, an emergency appropriation in the a=unt of '-,."10,000 is.APPROVED to permit acquisition of such aisc 11.neous equipment, miscellaneous surgical instruments, and miscellaneous prosthesis and assistive devices : o_ to adoption of the 19T7 1.973 final budget. PASSED and ADOPTED by the Board on July 12, 1977 by a four-fifth's vote, Supervisor W. N. Boggess being absent. CERTIFIED COPY 2 rxrUfF that this Ls a Lott.true•E eorreet enpy of the original ea tuuent uhkh is on ole to my office. "aad thea It was passed t adored by the Board of super•fsuts of Coaxa Cats County.Caiifwara,on ohs:date shorn.ATTF-ST. S.Ft. OLS3011,County. Clerk&esaffu:io Clerk of said Board of Superrlaon, br Deputy Clerk Jl1L JV 1977 / cc: Director, Hum--u Resources Agency County Yedical *Director County Auditor-Controller Count: a:stratar Pur I sing Department Rssaw_IDSI ;ro. 77/561 00143 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COU.ITY. STATE OF CALIFORNIA In the Hatter of Completion ) RESOLUTION NO. 77/562 of improvements and declaring ) certain roads as County ) roads, Subdivision 4627, ) Danville Area. ) The Public Works Director has notified this Board that improvements have been completed in Subdivision 4627, Danville area, as provided in the agreement heretofore approved by this Board in conjunction with the filing of the subdivision map; NOW, THEREFORE, BE IT RESOLVED that the improvements in the following subdivision have been completed for the purpose of establishing a terminal period for filing of liens in case of action under said Subdivision Agreement: Subdivision Date of Agreement 4627 April 20,.1976 (United Pacific Insurance Company - U806402) BE IT FURTHER RESOLVED that the $500 cash deposit as surety (Auditor's Deposit Permit Detail No. 134988 dated April 9, 1976) be RETAINED for one year pursuant to the requirements of Section 94-4.406 of the Ordinance Code. BE IT FURTHER RESOLVED that the hereinafter described roads, as shown and dedicated for public use on the map of Subdivision 4627 filed April 22, 1976 in Book 183 of maps at page 46 , Official Records of Contra Costa County, .State of California, are accepted and declared to be County.Roads of Contra Costa County: Como Way 32/52 0.11 Balceta Court 32/52 0.14 Borica Place 32/52 0.09 Castenada Court 32/52 0.09 PASSED by the Board on July 12, 1977. v 0 D U Originating Department: Public Works Land Development Division cc: Public Works Director - Maintenance Recorder Public Works Director-LD Planning Director Dame' Construction Company, Inc. P. O. Boa 100 San Ramon, CA 94583 RESOLUTION N0. 77/562 00144 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Batter of Approval of ) ; , RESOLUTION NO. 77/5.63 the Final Map of Subdivision 4777, ) ,z Byron Area. ) ) The following documents were presented for Board approval this date: The Final Hap of Subdivision 4777, property located in the Byron area, said map.having been certified by the proper officials; Letter from the County Tax Collector stating that there are no unpaid - County taxes heretofore levied on the property included in 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 $8,000; Security to guarantee the payment of taxes as required by Title 9 of the County Ordinance Code, as follows: a. Cash Deposit (Auditor's Deposit Permit Detail No. 148188 dated June 30, 1977) in the amount of $8,000, deposited by Peterson & Sons, 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- PASSED BY se.PASSED-BY THE BOARD on July 12, 1977. .J f 7C } 5 Fa A Originating Department: Public Works Land Development Divisioai. cc: Public Yorks Director-LD Director of Planning Tax Collector Peterson & Sons c/o Western Title Company 1401 N. -Broadway Walnut Creek, CA RESOLUTION NO, 77/563 94596 QW45 .J IN THE BOARD OF SUPERVISORS OF .CONTRA COSTA COMM, STATE OF CALIFORNIA In the Matter of Approval of ) the Final flap of Subdivision ) RESOLUTION NO.77/564 4764, Danville Area. ) , The following documents were presented for Board approval this dater The Final Map of Subdivision 4764, property located in7 the Danville area, said map having been certified by the proper officials; A subdivision agreement with G.L. Lewis Homes, subdivider, wherein said subdivider agrees to complete all improvements as required in said subdivision agreement within one year from the date of said agreement; Said documents were accompanied by the following: A cash contribution of $49,450 for off-site storm drainage improvements to be completed by the County. Security to guarantee the completion of road and street improvements as required by Title 9 of the County Ordinance Code, as follows: a. Surety Bond (No. 7ST 340 473) issued by Lumberman Mutual Casualty Company with G.L. Lewis Homes, Inc., a California corporation as principal, in the amount of $131,900 for Faithful Performance and $132,400 for Labor and Materials; r� b. Cash deposit (Auditor's Deposit Permit Detail No. 148060, dated June 28, 1977), in the amount of $500.00, deposited by G.L. Lewis Homes, 47 Quail Court, Walnut Creek, CA 9,595. 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 is a lien on the first day of March 1977, is estimated to be $25,000; a Security to guarantee the payment of taxes as required by Title 9 of the 9 County Ordinance Code, as follows: Q. M a. Surety Bond (No. 7SE 340 479) issued by American Manufacturers Mutual mInsurance Company with G.L. Lewis Homes, Inc. as principal, in the amount of $25,000 guaranteeing the payment of the estimated 1977-79 tax. 0 t' A deferred improvement agreement with First America Title Insurance Company. 0 r 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. BE IT FURTHER RESOLVED that said Deferred Improvement Agreement is also APPROVED and the Public l:orks Director is authorized to execute the agreement on behalf of the County. PASSED BY THE BOARD ON July 12, 1977. Originating Department: Public Works Land Development Division cc: Public Works Director-LD Director of Planning G.L. Lewis Homes RESOLUTION NO: 77/564 47 Quail Court Walnut Creek, CA 94596 Recorder (Via P.14.) 00146 Tax Collector's Office '[U I SUBDIVISION AGREEMENT (§1) Subdivision: 4 7 6 Q (§I) Subdivider: (Government Code §§66462 -and 9§66463). 01) Effective Date: Q,. /2 1977 (§l) Completion Period 1. PARTIES 6 DATE. Effective on the above date, the County of Contra Costa; California, hereinafter called "Count ', and the above named Subdivider, mutually promise. and agree as follows, concerning ME subdivision: 2. IMPROVEMENTS. Subdivider shall construct, install and complete road and street improvements, tract drainage, street signs, fire hydrants, and all improvements as required by the County Ordinance Code, especially Title 9, and including future amendments, and all improvements required in the improvement plans of this subdivision as reviewed and on file in the County's Public Works Department. Subdivider shall complete this work and improvements (hereinafter called "work") within the above completion period from date hereof as required by the California Sub- division Map Act (Government Code §§66410 and following), in a good workmanlike manner, in accordance with accepted construction practices and in a manner equal or superior to the requirements of the County Ordinance Code and rulings made thereunder; and where there is a conflict between the improvement plans and the County Ordinance Code, the stricter requirements shall govern. 3. GUARANTEE- Subdivider guarantees that the work is and will be free from defects and will perform satisfactorily in accordance with Article 94-4.4 of the Lusty Ordinance Code; and he shall so guarantee it for one year after its completion and acceptance against any defective workmanship or materials or any unsatisfactory performance. 4. L3IPROVEMENT SECURITY: Upon executing this agreement, Subdivider shall, pursuant to Government Code §§ 66499, deposit as security with the County: A. For Performance and Guarantee: S 5-aa- a-c cash, plus additional security, in the amount of his/,fd-••a- which together total the estimated cost of the work. Such additionai•security— is presented 'in the form of: ❑Cash, certified check, or cashier's check ®Acceptable corporate surety bond ❑Acceptable irrevocable letter of credit With this security the Subdivider guarantees his performance of this agreement and of the work for one year after completion and acceptance thereof against any defective workman- ship or materials or any unsatisfactory performance. Upon completion of the work, Subdivider may request reduction of the amount of this bond in accordance with County Ordinance. B. For Payment: Security in the amount of S which is the estimated costo the work. Such security is presented in the form of: ❑Cash, certified check, or cashier's check (3 Acceptable corporate surety bond ❑Acceptable irrevocable letter of credit With this security the Subdivider guarantees payment to the contractor, to his subcon- tractors, and to persons renting equipment or furnishing labor or materials to them or to the Subdivider. 00147 AAicrofilmed with board order S. WARRANT'. Subdivider warrants that said improvement plans are adequate to accomplish this'w`or3�c as promised in Section 2; and if, at anytime before the County's resolution of.completion for the subdivision, said improvement plans prove to be inadequate in any respect, Subdivider shall make changes necessary to accomplish the work as promised. 6. NO WAIVER BY COUNTY. Inspection of the work and/or materials, or approval of work and/or materials inspected, or statement by any officer, agent or employee of ` the County indicating the work or any part thereof complies with the requirements of this. Agreement, or acceptance of the whole or any part of said work and/or materials, or pay- ments therefor, or any combination or all of these acts, shall not relieve the Subdivider of his obligation to fulfill this contract as prescribed; nor shall the County be thereby estopped from bringing any action for damages arising from the failure to.-comply with any of the terms and conditions hereof. 7. INDDINITY. Subdivider shall hold harmless and indemnify the indemnitees from the liabi sties as defined in this section: A. The indemnitees benefited and protected by this promise are the County, and its special districts, elective and appointive boards, commissions, officers, agents and employees. B. The liabilities protected against are any liability or claim for damage of any kind allegedly suffered, incurred or threatened because of actions defined below, and including personal injury, death, property damage, inverse condemnation, or any combi- nation of these, and regardless of whether or not such liability, claim or damage was unforeseeable at any time before the County reviewed said improvement plans or accepted the work as completed, and including the defense of any suit(s), action(s) or other pro- ceedings) concerning these. C. The actions causing liability are any act or omission (negligent or non- negligent) in connection with the maths covered by this Agreement and attributable to the Subdivider, contractor, subcontractor or any officer, agent or employee of one or more of them. D. ;ion-conditions: The promise and agreement in this section is not conditioned or dependent on whether or not any Indemnitee has prepared, supplied, or reviewed any plans) or specification(s) in connection with this work or subdivision, or has insurance or other indemnification covering any of these matters, or that the alleged damage resulted partly from any negligent or willful misconduct of any Indemnitee. 8. ' COSTS. Subdivider shall pay when due, all the costs of the work, including inspections thereof and relocating existing utilities required thereby. 9. SURVEYS. Subdivider shall. set and establish survey monuments in accordance with the filed map and to the satisfaction of the County Road Commissioner-Surveyor. 10. NONPERFORMANCE AND COSTS. If Subdivider fails to complete the work within the time specified in this Agreement or extensions granted, County may proceed to complete them by contract or otherwise, and Subdivider shall pay the costs and charges therefor immediately upon demand. If County sues to compel performance of this Agreement or recover the cost of completing the work, Subdivider shall pay all reasonable attorneys' fees, costs of suit, and all other expenses of litigation incurred by County in connection therewith. 11. ASSIG&MTr. If,before County accepts the work, the subdivision is annexed to a city, the County may assign to that city the County's rights under this Agreement and/or any deposit or bond securing them. _2_ 011148 12. RECORD Me. in consideration hereof, County shall allow Subdivider [o file and record the Final .Sap or Parcel *Sap for said Subdivision. CONTRA COSTA COUNTY SUBDIVIDER: (see note below) Vernon L. Cline, Publi Director jav'w' /�j1/J% B Y puty IV (Designate official capacity in the buisiness, RECONiNMNDED FOR APPROVAL: Note' to Subdivider; (1) Exe,ste,"cAngwledg- sent fora below; and if a.0 rpa:- ion,"a.Efix. corporate seal. By AdsistAA Publi orks Director (CORPORATE SEAL) 1 ,' FORM APPROVED: JOHN B. CLAUSEN, County Counsel State of California ) (Acknowledgment by Corporation, Partnership, County of Contra Costa )ss- or Individual) On June 27, 1977 , the person(s) whose name(s) is/are signed above for Subdivider and who is/are kawon to me to be the individual(s) and officer(s)- or partner(s) as stated above who signed this instrument, personally appeared before me and acknowledged to me that he executed it and that the corporation or partnership named above executed it. =@OFFICIAL SEAL (NOTARIAL SEAL) CE FAUAT UC CALIF.RNIA _OSTA CO4-Mirn A?6 13.1991 - `N0ry Public for said County and State (Subdiv. Agrmt. CCC Std. Form) LD-9 (Rev 1/77) n� 149 Bond No. 7ST 346 473* Premium= $1,324.00 IMPROVEM- 14T SECURITY BOND FOR SUBDIVISION AGREEMENT (Performance, Guarantee, and Payment) (Calif. Government Code §§66499-66$99.10) 1. OBLIGATION. G, L_ LEWIS HOMES, INC., a California Corporation as Principal, and UAL CASUALTY CO.'dPANY _ a corporation organized and ex sting under :he laws of the State of r i'no+s and authorized to transact surety business in Califprnia, 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. Performance & Guarantee)-ONE HUNDRED THIRTY-ONE THOUSAND, NINE HUNDRED AND NO/100ths------Dollars a 131,90 .0i a'� for itself or any c ty-assignee under the HUNDRED cREDunTHIRTyb TWo Tlp&Salloe Tait,�aw (B. Payment) H AND NO/100ths_-__-- ------Dollars '(5;132',400.00 to secure the- claims to which reference~is made in Title 15 commencing; with Section 3082) of Part 4 of Division 3 of the Civil Code of the State of Califor- nia. 2. RECITAL OF SUBDIVISION AGREEMENT. The Principal has executed an agreement with the County to install and pay for street, drainage, and other improvements in Subdivision Number avr;a , as specified in the Subdivision Agreement, and to complete said work within the time specified for completion in the Subdivision Agreement, all in accordance with State and local laws and rulings thereunder in order to satisfy conditions for filing of the Final Nap or Parcel Man for said Subdivision. 3. CONDITION. A. The condition of this obligation as to Section 1.(A) above is such that if the above bounded principal, his or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and provisions in the.said agreement and any alteration thereof made as. therein provided, on his or its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the County of Contra Costa (or city 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 force and effect. As a part of the obligation secured hereby and in addition to the face amount specified therefor, there shall be included costs and reason- able expenses and fees, including reasonable attorney's fees, incurred by County"(or city assignee) in successfully enforcing such obligation, all to be taxed as costs and included in any Judgment rendered. B. The condition of this obligation as to Section 1.0) above Is such that said Principal and the undersirned as corporate surety are_ held firmly bound unto the County of Contra Costa and all contractors, subcontractors, laborers, materialmen and other persons employed in the performance Qf the aforesaid agreement and referred to in the aforesaid Civil Code for materials furnished or labor thereon of any kind, or for 00150 —I— Microfilmed with board order I STATE OF CAUFORxiA, Contra Costa ss. (*Lilly of M June 27 , 2 74 7 before re, the ur4'prsvW. a Notary Public in and for said State, personalty ap ared F._ n_ Wennstrcm ,known to me to be the Vice President Of the G. L. Lewis Homes the Corporation that executed the within Instrument, Mown to me to be the person who oFFIC_ executed the within Instrument,on behalf of the C*raGon,therein named,and acknowledged BEW CENIA ::�Mlkj to me that such Cogmratian executed the same. NOTARY PUBLICL TliM COS my oOMAL a WITNESS my hand and official seal., � �J Notdfy p lic in dAd for Said SUte. coaroaare aca+o�osrcxr FmN n f��C Microfilmed with board order a r! C,1 az amounts due under the Unemployment Insurance Act with respect to such work or labor, that said surety will pay the same in an amount not exceeding the amount hereinabove set forth, and also in case suit is brought upon this bond, will pay, in addition to the face amount thereof, costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by County (or city assignee) in successfully enforcing such obligation, to be awarded and fixed by the court, and to be taxed as costs and to be included in the Judgment therein ren- dered. _ It is hereby expressly- stipulated and agreed that this bond shall Inure to the benefit of any and all persons, companies and corporations entitled to file claims under Title 15 (commencing with Section 3082) of Part 4 of Division 3 of the Civil Code, so as to give a right of action to them or their assigns in any suit brought upon this bond. Should the condition of this bond be- fully performed then this obligation shall become null and void, otherwise it shall be and remain in full force and effect. . r C. No alteration of said suidivision agreement or any plan or specification of said work agreed to by the Principal and the County shall relieve any Surety from liability on this bond; and con- sent is hereby given to make such alterations without further notice to or consent by Surety; and the Surety hereby waives the provisions of Calif. Civil Code 52819, and holds itself bound without regard to .and independently of any action against Principal whenever taken. SIGNED AND SEALED on _ June 27. 1977 ':1 PRINCIPAL SURETY G: L, •LEWIS H0. INC_ LiJ[�iBER,. A Ty- COMPANY' �y i� B.- ar Adair, Attorney-in-Fact State of California o County of Los Ancreles ))ss. (ACKNOWLEDGMENT BY SURETY). on June 27, 1977 , the person(s) whose name(s) is/are signed above for Surety and who is/are known to me to be Attorneys)-in-?act for this Cornorate Surety, personally appeared before me and acknowledged to me that he signed the name of the Corporation as Surety and his/ their own nameZs) as its Attorneys)-in-Fact. (NOTARIAL SEAL) Notary Public for County and State (Rev. 2/76) . -- ---l- ESH:bw # OFFICaL srx GRONY:YN MURDOCi-.2I -p NJTARY Pu2llc CALIf'ORM" PRjqzjP,%L OFFICE IN - .i � Lp5:,A;GELES CCWTY 00152 S Commission Expires April 29.1930 Microfilmed- with board order LUIIBERNENS MUTUAL CASUALTY COMPANY w coetrouna,. Hem er acme Offer:Loa GMTC6 nfoois 6004 POWER OF ATTORNEY Show ALL Aim BY TimsE Pslsnvrs: That the LUlasesunts MUTUAL CASUALTY Coup—,a corporation organized and misting under the laws of the State of Illinois,and having its principal ofiire in the Village of Long Grove,Illinois,does hereby appoint Richard Adair and Howard Siskel both of Los Angeles, California** its true and lawful agent(s) and attomey(s)-in-Eaux, to make, execute, seal, and deliver during the period beginning with the daft of issuance of this power and ending December 31,1978,unless sooner revoked for and y on its behalf as surety,and as its act and Beed: Anand all. bonds and undertakings * This appointment may be revoked at any time by the LumBEnmNs MUxuAL CASUALTY CostPANY. The exertion of such bonds andundertakings in puvatoonce of these presents shall be as binding, upon the said T***r+tzRwms MUTUAL CAsuALTr Co3sAa-r as fully and amply to all intents and purposes, as if the same bad been drily—ted and acknowledged by its regularly elected ofncers at its principal office in Long Grove,Illinois THIS APPOINTMENT SHALL CEASE AND TERMINATE WITHOUT NOTICE AS OF DECEMBER 31,1978 This Power of Attorney is esecoted by authority of a resolution adopted by the Board of Directors of said MUTUAL CAsUA.TT CoxPAiY on bray 18,1965 at Chicago,Illinois,a true and accurate ropy of which is herinafter set forth and is hereby certified to by the undersigned Secretary or Assistant Sec- retary as being at full force and effect: •VOTED,That the President or nay Vice Praideat or Secretary or any Assistant Secretary Abad have power and aathoriy m appoint meats and attorouM to tan,and to autharix them to execute as behalf of the cane Aad attach the seat of the company thereto,boads and..ndcruki gs,rem�caatn,contaw of htdetani; Aad other writings abTiYatorr in the nature thereof,and any such affi of the company may appoint agents for aaQsas of proms.' This Power of Attorney is signed,sealed and L--tined by faain, under and by authority of the following resolution adopted by the Board of Directors of the company at a meeting dully called and held on the 18th day of May, 1965: V000 k ,That and t Sat the by u4 Secretary V=President.Secretary or or Assistant Secretary,and the Seal of the vary,nay be affixed by faciat.e an any power of attorney catcated pusss=to redntian adopted by the}lwrd of Directon an hfay 16.1962,and nay saxh power so eattated sealed and Ctrdhed With .. respect to any bond or .,deem to which it is attached,shall cooNane to be valid and biaura upon the Coapany.' IN Tfs=cLw waaE F.the L1r3®Enmrs MUTUAL CASUALTY Cow?ANY has caused this instrument to be day of and pts corporator seal to be affixed by its—19) 9 tl7ozized afficas,ra,;. 1 h` M92'Ch L� LUMBERMENS MUTUAL Attested and Certified: CASUALTY COMPANY i iRZe LS � Iiy G G Sew Seaeary 8 L Senator,Tr. Via President STATE OF LI.LLVOIS 1 sy COUNTY OF LATE r Jean Petxdd.a?rotary Public,do hereby certify that M L ren-cot4 Jr and C G.Swan penooally taown to me to be the same puusom whom ntmes are respectively as vim President and Secrewy of the r•M+bera•••a Mutual Casualty Company,a Corporation of the State of Ill boil,subscribed to the foregoing isatmurent,appeared before me this day is person and severally aclaowdedi ed that they betas thereunto duty authorized signed,seated with the corporate seal and delivered the said instrument ss the fate and cohsaury act of said mtpaation and ss their own free and voluntary act for the user and purposes therein set forth. My r,. .Rion eapitcs-sfay 10,19:6 -z�-!� Notary lean Pe,add +y Public CEBTL1- ZION I.Sven L Johanson.Secretary of the Lumber`eas Munn!C:sraly Coapasy,do hCtbY ceBify that the attached Power p��ttom�r^^ Ain v as bcsif r�f�AdaLr—and�.o7A. ri. _, y�.l,SfS;e O QS ire Q—" � •a rU true and correct copy and that the same has been in full force and eEect since the ate therrof and'ser is full tome and edmt on the date of this ctniecare:and I do further srly that the said EL L Fcaaiwtt.Jr.and C.G.Swan who executed the Power of ittoraey as Vice Prgidmt Aad Sect,- .vary zz3peeticety +ere ore the date of the execution of the atae*ed Power of Attatney the duty dotted vice President and Steretary or the LLzaberaers 31nma1 Casualty Company. V TESTTD10-W WEMMOF.I FSR haemto aubsCiibed ety tame and al-A the corporate sal of the Luxhemcs Mutual Casualty Company on muss 7*ti day of .Tis no 19. � � ...�/ S.ea L jvesawa Mary This Passer at k-torney hits Le ars of throe coed there'z to the bo:ds and under.kiags s;edimLy rued therein,an.d ha::as author•:y to bind:he Campanv eseat is:he Lusa.-er and to rte es:eat herein saved. 1 t, FA 362.2 11-73 5M t��� GENERAL CERT:F:CA-.E 1963 Microfilmed with board order EDWARD M.ZEAL ALFRED P.LOHELF coudr 7}.osuret-Tes Cottectee Aiefateat county Treesur.r. TAY COLLECIOWS OFFICE Tes Cou.ctor Flet ad a rubl.d Sassy t CONTRA COSTA COUNTY_• D.,t;��"-r°t of T°.., Da and Pa7aWe ee the Fist Dar of N--Dber m MARTINEZ,CALIFORNIA the Teeth Dar of Decemb.r ------------- -----__ soe d In=brltmeat ofTarr Pbme 229-3000,ret.2393 Secoad Installment of Tosss Due and Palabl- - Deunquent on the Flet Dor of retaasr7 - June 28,19 t t. m the Teeth Dor of Aprlt IF THIS TRACT IS HOT F= BY OCTOBER 31, 19 77, THIS L*WER IS VOID This will certifr that I have examined the map of the proposed subdivision entitled: TRACT NO. 4,764 and have determined from the official tax records that there are no unpaid County taxes heretofore levied on the property included In the map. The current 1976-77 tax lien has been paid in full. Our estimate of the 197744 tar lien, which became a lien on the first dLV of March, 1977 . is $ 25,000.00 ZMARD W. LEAL Tax Collector B9= ` , t dl Microfilmed with board order �� 1 ` sn� t�•a V,t'� Va SS c-r co t i of Z o . N Cf% °i i •moi 'O t ...-' � lT' it `•t .- '.. •e to p .. tt0. 1 01- f it\ <" p�- 0 � p NX to . cs C '2 ,-% o oc o V to s^ 4 o e S 0 0 n o ♦ .o - '1 tom•,,, v ,CK Cv` 1 �•a e Y n syr YO. ♦ W ,... Co. G-rJ'— t. C... :`te° p : n y.. O ...L O �' fai $ G Y t, ;G ..TT7"` p C" r '(� o•` .o `e O C0cl- i t 'R Com' 0 W Ln W n t^ t^ Zo ° zo O r g i4 cr% UN •Q Y to o C.V a o o* 2 m `-A o G p 3 w cry r4 o 61 W 16,0 +t $ 0 A � C,% � �t7 r1OO o 9 C r �� p n Q _, O ,A t o= �cc 0 CD to 0� O N N Q o e^3 t1 t9 0 CS ttt O N h Cl :{ ko • ' E ate` 7 a :ovi u u a aal �a aa� 1r f ��.�`:?tea.-r,•+.�J,�-�?iri'...i��ay�.r�;irGYY�s?�'..y.>..-.a:-a.., -:`r � - "?=.=i-'..,:.��..:+„irr...!ter;.,-.ii�..1:/�...fr�..i i-;.... � StAtf Of CALiFORt+!!r, 1 _ L Contra Costa Zt W---June--Z a. before me, the +xxte(signed. a Notary Public in and for said State. persov2jr a pw--d known to me to G:the L, Le43.S domes OFisICIAL y the Corporation that executed the wiWm Instrument. known to me to be the person who sgg 0 BEATRit �I1L A executed the within Instrument,on behalf of the Corporation,therein named,and acknowledged rooTxurr>uatro,CAMORNK to me that such Corporation executed the same. cotkav eek"An 14.1951 WITNESS my hand and official seal. ' natuy t?ahiic is aaQ tar said State. (1!3 f �,-.-_r- ", ":r:- -. . . . .r+. - --. -`_ ..- +•%r +. +�+:. �rrrr..�,+r'.':'ri. J.t 11r1►tr.•.11,.f/ CORPORRTE ACKNOW&COCRENr"IV Miuofitmed with board order Ho No. SE 340 479 Premium: $25.00 rF!.ATCO 00801313 BOND AGAINST TA?.E„' KNOW ALL MEN 3y THESE PRESENTS: THAT G. L. LEGIS HOMES, INC. as principal and AMERICAN MANUFACTURERS MUTUAL t TNCrIRANCF. C� �7�I as 9UP " are held and firmly bound unto the County of Contra Costa, sure y State of California, in the penal sum of TWEM FIVE THOUSAND AND NO Dollars ( 95 nnn nn to be paid to the said County 0f Contra Costa, for the payment of which vie and each of us bind ourselve3, our heirs, executors, adminis- trators, and successors, jointly and severally, firmly by these presents. SEMED with our seals and dated. this 27th day of • June 19 77 The conditions of the above obligations are such. that LTERaAS', the above bounded principal is about to file a Mao entitled SUBDIVISION 4764 and covering a subdivision of a tract of land in said County of Contr= Costa, and there are certain liens for taxes and special assess.aencs collected as tames, against the said Tract of land covered by said ima-,, which taxes and special assessments collected as tars, are not as Jet due or payable._ Now, therefore, if the said G. L. LEGIS HOMES, INC shall pay all of the ta.ces and special assessrtert:� co_ ecce as taxZs which are a lien against said tract of land covered by said ,.Sap at the time of the filing of said Map of said Tract, then this o'�_igation shall be void and of no effect. Otherwise, it shall remain -in-full force and 'effect, G. L. LEMS HOMES, IHC AMERICAN MANUFACTURERS MUTUAL WAN X hard Adair Attorneyit- a -in-Fact 500 Shatto Place, Suite 601 Angeles,Bea J STATE OF CALIFOF.NIA COUNTY OF ; ss. IAS ANGELES AMERICAN•MANUFACTORERS MUTUAL ZM INSURANCE COMPANY Surety .ZK,Kxxxr named in the foregoing bond, being duly sworn, each for himself says: That he is a freeholder and resident crithin said State and is North the said sum or: $28,280,000.00 Dollars, over and above all his debts la alltaes, exclusive or property exewCt from execution. s AMERICAN MANUFACTURERS MUTUAL . INSURANCE COMPANY Surety gym Subscribed and sworn to before me R chard Adair, AttorneyLareciact this 27th day of June 19 77-- Microfilmed with board order �- CFFiCUL SEAL QRONlorIN MURDOCK �<•.•, �.. ;�..r.;E - ri�rARr Pueue t:L. -::'A 1r (i'rte 'F}'�• PRMCIVA:Mricc'•: �•�/ �� lYOt3r„ rl:V��C -iY. LOS AtZELES COt,; i ���1E ✓/� My Cc_i'¢ n E..Irl"A,161 try.1 •^.0 II� rMERICAN RMACMERS HUTUAL DRUM COMPANY A MU=AL COarORAnON 00ORrORAixD KAaQ ae.I= Ham Office:Long Grove.Dlinois 60019 POWER OF ATTORNEY Bxow ALL MEN By Tj s PEEsENTs: That the.UMRMAN MANVPAcruau ns 3lu=AL LvsusANcs ComPAar:,a corporation organized and eaist- ing tinder the hws of the State of Illinois,and having its principal offmc in the village of Long Grove,Illinois, ��y qtMand Adair tad Howard Sis%el both of Los Angeles, rlif E�meoaa3�aawfaI ager?.,) and atmrrey(s)is fan w make, esttute, seal and deliver during the period =W with the date of r-- r.of this power and ending December 31,1977,unless sooner revoked for and on its behalf as surety,and as its act and deed: Any and all bonds and undertakings K This appointment may be revoked at any time by the A3==AN MArrvrAcmitrm ium'AL LYsuluxtx COWANT. The ezeaition of such bonds and undertakings in pursuance of these presents shall be as binding upon the said Av=cAN MANwAe=zm MLnvAL I1h3uR;wcz CouPANx as fully and amply to all intents and pur- poses, poses,as if the same had been duly executed and ackocwledged by its regularly elected officers at its principal office in Long Grove,Elinois THIS APPOINTMENT SHALL CEASE AND TERMINATE WITHOUT NOTICE AS OF DECEMBER 31, 1977 This Power of Attorney is executed by authority of a resolution adopted by the Board of Directors of said Alr>=A-c MAxmAczrants MartrAL ItrsuRmce COYPANy on Starch 29,1962 at New York,Nese York,a true and==rate copy of which is berednafter set forth and is hereby certified to by the undersigned Secretary or Assistant Secretary as being in fall force and effect: -VOTED.That the President or President or Secretary or nay Assistant Secretary stall have power and appam:aracaeys m fan,sad to authuia them to tanxate as behalf of the ampacT and attach the rampaay therein.bonds mad m�� tec'4 a carman of fademniiy and other wtitfats abligamy in the mune thesenf,and to'crept service of ptocetL' This Power of Attorney is signed,sealed and certZed by facd- under and by authority of the following resolution adopted by the Board of Directors of Lbe company at a meeting duty called and held on the 7th day of Jane,1962: eVOIID,That the sigatnre d rho Pimidect.any Vit¢PrmidcaL Secretary or Assotaat Secretary,and the Sol or the Cumlmy.and the,,.wra^.a..,by nay Seaetsry or A-d—at Secretary.may be affaed by faaimite an any power power .e..r —1 and cwuficd with adrupetto to as bond or of to which it is a96���shalyl matlnm to be varrd and binding upon the Compaepf.- IN TasmcoNy Wizsmr,the Awzzm-Y 3Lu;urAcrv9xn MUTUAL LnSUSAxca COYPANy has caused this m Mt Sa be signed and its corporate seal to beby its authorized officers,this_—].5.tll___._._. day of M2X Cfa 19 a ALiERICAN MANUFACTURERS MUTUAL Attested and C dfied: f V>� INSURANCCEE COMPANY .rL J /.l�„•/fir:'7�� By C G.Swan.Saaetaty H.L ls'ennimtr,Jr„We President STATE OF MZINOLS L COUNTY OF IJUX I- I.Jess Pesmld,a Notary Publk do hereby certify that I.L Sennicad,Jr.and C G.Swan.personally known to me to be the same pen=whox names are tepectieely as Vice President and Secretary of the American Manufacturers Srutuat f=rame Company.a Corporation of the State of lmm is,subscribed to the foregoing immtm— appeared before me this day in person and siveragy acimowiedged that they being thetemto duly amhod d signed,seated with the corporate sal and delivered the said;mu moent as the free and aohmtary am of said corporation and as their own free and votuatary act for the uses and purposes therein set focth. My commission eapiret May 10.1976 Notary PmbUc CERTMCATION I—Pct-td or the imedam ter•-^r••-••Ts Mutual t•••wance 7,Sven L Johanna.Secretary Company. do hereby certify that the atraehed power of.At.arsy data llto.•r•1, Ir l0!'79 on behalf ofA_ e'IJ-0_Area{- ane 0��${5xe bD±112 Q�TQ dn�+aa_I PS a 1{.peel n :.a the Lad carat copy mad that the same has beca in!a force and elect sace the due thermf d h is full faros and effect on the 'rade of'4;-Certidatet and I do further certify that the said ii L Snmicvtt.Jr.and C- G.Swaa who eamsted the Power of Attar-cy as Vice P—ddcat and Secretary respeCiv47'wee on the date of the esewtion of the ACamed Power a[Attorney the duly deC[d ria President and Sctaa- tu7 of the America,,MamufaCmas Unroll Lm ---Company JN TES=O,`ly wEaMEOF.I have beremm >atb=ibed' hay came and -iced the corporate sal of the Ameiao Maanfatturm Mutml T^a^-T Company on tLr- 27th of June .19 77 (10 s.,a�Jaa,aaaa — tai)�e�e�.• This Power of Attorney!units the acts of the= named therein to the bonds and und=Engs sF�` 127 ru ned therein,and they bave no authority to bind the Ca--;any a¢t7t it the wh=et and to the cent herein stated. GENERAL .7-; IM ER ANcrofilmed with board order - FN GENERAL 9.C ER s� In the Board of Supervisors of Contra Costa County, State of California July 12 1977 In the Matter of Approval of State Contract Amendment #76-56983 A-2 (County 029-609-2) Prepaid Health Plan IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute State Contract Amendment 076-56983 A-2 (County #29-609-2), effective June 2, 1977, for the County Prepaid Health Plan, to clarify contract specifications and conform with proposed Title 22, California Administrative Code regulations. PASSED BY THE BOARD on July 12, 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: Human Resources Agency Witness my hand and the seal of the Board of Attn: Contracts 6 Grants Unit Supervisors cc: County Administrator affixed thisl2th day of July 19� County Auditor-Controller County Medical Services State Department of Health � J. R. OLSSON, Clerk ByLDeputy Clerk Maicine M. Nelyfeld d 010159 r�+33h6 rsm r ❑ CDYT..Cro- STAN,QiRJ AGREEMENT •e(NC, yT•Tp•or-Cam+oay.a -ID. Z •N[Y.••'175:1 Q Ocpr.or GE•..%t F ❑ coYTnoLLCN TMS AGREEMEN"r.taaec and entered into this 2% day of 111aY . 19-E— ❑ in the State of Califumia, by and between State of California,tlu mem its duty elected or appointed. ❑ qualified and acting ❑ LE or oFr:c En-GT.NG ran,TATcAGENer NYaIeEn _ .'eDuty Director, Alliin. Divisio Deoartment of Health 76-56983 A-2 :tc:rt cul."d:he swza.rad County of Contra Costa 29 -609-- 2 _ •t,I'ter called the Cwlneetor. 7NESSE171:That the Contractor for and in consideration of the covenants,conditions,agreements,and stipulations of the Sr.ttt winafter expressed,does hereby agree to famish to the State services and materials,as follows: •t I:r:h umv ca 61 be nm:laned fry Careumla,awngt to ba grit Cw ntrani ar.time for tnft+w=m or eempGniun.and attadl plans and sy[a f ilatimm.if my.l AMENOMBIT -#A-2 TO C04TRACT #75-56983 BiEMEEN THE STATE OF CALIFORNIA AND COUNTY OF CONTRA COSTA WHEREAS, the State of.California and County of Contra Costa entergo into.a contract for oreoaid health care services, dated December 30, 1970 and snimseTuently aaended, dated May 15, 1977 and rrr,ERE.;S, it is in the interest of all aarties to modify this contract of fective Jure 2, 1977, RECEIVE3- ;:ow, THEREFORE, the contract is modified as follcras: JUlit Q2 1,077 1. Article I is amended to read: . This contract is entered into under the orovisions of the Naxman- Wiy Prepaid Health Plan Act, Section 14200, et sen., FORK APPROVED 1mW a.dataE I cow*counsel 'he provisions on tate reverse side hereof constitute a part of this agreement. 4 tib y�+I I%IT\F.SS IMEREOF.:his aweement has been executed by the parties hereto,upon the date first above written.�R ��- STATE OF CALIFORNIA NTRACTOR CQNTN•c TOM U e 7r4 rr O.Y1,r IL.at•Tc.IM tT.as.c9•re+•It9Y " ant [. . W1 Ira Costa _ . Department of Beal th �ounYv � ' .Y'MO+N.En S+G4a TYAEI aT' UL TYn ct 1 Sch.-•..-� e // 12-1977 1' WRY Director TI TLC Administration Division Chapman, Board cf Supervisors auoacss Administration Bldg., 651 Pine Street •:Tt\VED�� 3-.EFTS.[a^-.PEanWe NavE Or ONTgi TOq• Martinez. California -94SS3 Gepti'ment of tiT vmt sr—icas aVOLNT ENCY+•al NED aVrNOVN.aTION N a ruo UseONLY S -0- Section 14157 Health Care Cenosi t a 4ENCI1aIDENED aaLA%CE ITa.V CMaoTEn 3TiTYTEV +,$CAL ve— S •sI. JYc TIo•I S ••t•. OT UI•N�a I•[.+•p••[L Lr..t;II I.•I•LLD TVL-WT f h•T. aa•Ttifr urea or rw Lm.alhdetr dist laltr•talfawl T•a•a•I•D. a.N.•.o_ .:n•naTlihll hr 4r On prru•1.[rl rrnpta r..l U.r.,trnditar t,wo+l aba.• _ 3h16Natund Or accout.t».a o"IcEN aaTc Y - 1 b.aa�y aa•ritft'IStt rtl a.r.•I:tr.v..f.r.-a.�pti.a a.!1 4.rh rq SWt.t;46rinr•tgtarl•!yrneel5r+:tir.r t_Iry bast lIv. vw4dn.l Ylth cwt t51s eb.tnl+srt nI rtrapt Inv w%rim. by the froynrtn+rnt of sm%arunc or ar{Ic/:N a.t3Nerr oY uCNaLr Or TIIE ace.Ncv OaTE D. Mierofilmerd with Bo A bre D' County of Cont-ra Costa Welfare and Institutions Code. The Contractor is registered with the State Department of Corporations under the provisions of the Knox-Keene Health Care Service Plan Act of 1975. 2. Article II, Section K is amended to read: K. "Enrollee" means any eligible beneficiary who vol- untarily elects in writing to receive his Medi- Cal benefits under this contract, whose eligibil- ity for enrollment has been verified by the Depart- ment, and whose name has been added to the approved list of enrollees furnished by the Department to the Contractor. Dependent minor children and per- sons legally incapable of making decisions on their own behalf may be enrolled under this contract by their parents or legal guardians. 3. Article 1I, Section M is amended to read: M. "financial Security" means the mechanism whereby the Department retains title to the monthly capi- tation payment paid the Contractor until midnight of the last day of the month for which the capi- tation payment is paid. The mechanism exists sole- ly to protect the Department's financial interests in cases including but not limited to the following: 1. Contract Termination 2. Contractor Default 3. Collection of overpayments made to the Contrac- tor. 4. Article II, Section p is amended to read: P. "Newborn Child" means a child born to an enrollee during her enrollment under this contract. S. Article III, Section E is amended to read: E. The Contractor may obtain reinsurance for the cost of providing covered services under this contract. Such reinsurance shall not limit the Contractor's liability below $5,000.00 per enrollee for any one 12-month period, except that the Contractor may al- so obtain reinsurance for the total cost of services provided to enrolees by non-Contractor emergency service providers, and for 90 percent of all costs exceeding 115 percent of its income during any con- tractor fiscal year. The risk limitation provisions of this contract, including those regarding reinsur- ance, may be amended by mutual consent of the par- tiesas outlined in Attachment IV (consisting of l' " p L.. 1U, 11n- ,.Ylal L-.L U, ae,v,"eD provided to enrolees by non-Contractor emergency service providers, and for 90 percent of all costs exceeding 115 percent of its income during any con- tractor fiscal year. The risk limitation provisions of this contract, including those regarding reinsur- ance, may be amended by mutual consent of the par- ties as outlined in Attachment Iv (consisting of o o ,. County of Contra Costa -3- one page) to this contract. 6. Article III, Section F is amended to read:- E. The Contractor will not discriminate against any employee or applicant for employment because of race, color, creed, sex, religion, age, physical disability, or national origin. The Contractor will take affirmative action to ensure that appli- cants are employed and that employees are treated during employment without regard to their race, color, creed, sex, religion, age, physical disabil- ity, or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. 7. Article III, Section G is amended to read: G. The Contractor will, in all solicitations or adver- tisements for employees placed by or on behalf of the Contractor, state that it is an equal op- portunity employer. 8. Article III, Section I is amended to read: I. Standard Form 3, Fair Employment Practices, is at- tached hereto and incorporated in this contract as Attachment I (consisting of one page). 9. Article III, Section J is amended to read: J. The Contractor will not discriminate against en- rollees or eligible beneficiaries because of race, color, creed, religion, national origin, age, sex, or physical or mental handicap in accordance with Title VI of the Civil Rights Act of 1964, 42 U.S.C. Section 2000d, rules and regulations promulgated pursuant thereto, or as otherwise provided by law. For the purpose of this contract, distinctions on the grounds of race, color, creed, religion, age, national origin, or physical or mental handi- cap include but are not limited to the following: denying an enrollee any covered service or avail- ability of a facility; providing any covered ser- vice to an enrollee which is different or is pro- vided in a different manner or at a different time from that provided to other enrollees under this I contract; subjecting an enrollee to segregation or separate treatment in any manner related to his receipt of any covered service; restricting 001 6 an enrollee in any way in the enjoyment of any An 9 S2 II ao . i ,. County of Contra Costa -4- advantage or privilege enjoyed by others receiv- ing any covered service; treating an enrollee or eligible beneficiary differently from others in determining whether he satisfies any admission, enrollment quota, eligibility, membership, or other requirement or condition which individuals must meet in order to be provided any covered service; the assignment of times or places for the provi- sion of services on the basis of the race, color, creed, religion, age, national origin, or physi- cal or mental handicaps of the participants to be served. The Contractor will take affirmative action to ensure that enrollees are provided cov- ered services without regard to race, color, creed, sex, religion, age, national origin, or physical or mental handicap, 10. Article III, Section K is amended to read: K. The Contractor agrees that complaints alleging discrimination against enrollees or eligible bene- ficiaries because of race, color, creed, sex, re- ligion. age, or national origin will be referred to the Department for review and appropriate ac- tion. 11. Article V, Section A is amended to read: A. Provision of Services Provide, or arrange and pay for, covered services to any and all enrollees needing such services. 12. Article V, Section B is amended to read: B. Availability and Accessibility of Services Demonstrate the continuous availability and accessi- bility of adequate numbers of institutional facili- ties and professional, allied, and supportive para- medical personnel to provide covered services, including the provision of all medical care necessary under emergency circumstances on a 24-hour-a-day, 7-day - a-week basis. The Contractor shall have as a mini- mum the following: 1. No fewer than five physicians with at least one physician representing each of the follow- ing specialties: pediatrics,-Internal medicine, general surgery, and obstetrics-gynecology. 2. One full-time equivalent primary care physician per 1,600 subscribers. /�f1 rry 1 ftl�i)cl. a" Caunty of Contra Costa 3. One full-time equivalent physician per, 1,200 subscribers. 4. One acute hospital bed per 500 subscribers. S. One licensed pharmacy. 6. One pharmacist per 5,000 subscribers. 7. A designated emergency services facility, providing care on a 24-hour-a-day, 7-day-a week basis. Such designated emergency ser- vices facility shall have one or more physi- cians on duty in the facility at all times. 8. The availability of the services. of the fol- lowing specialists, on at least a referral basis; orthopedists, urologists, dermatolo- gists, podiatrists, otolaryngologists, oph- thalmologists. optometrists, neurosurgeons, phsicai therapists, radiologists, physicians of nuclear medicine, pathologists, anesthesi- ologists, psychologists, psychiatrists, occu- pational therapists, speech therapists, chiro- practors, and audiologists. 9. , A system, consistent wtih good medical prac- tice, for offering enrollees their choice of seeing an optometrist or an opthalmolo- gist for the initial visit for vision care services. 10. A system, consistent with good medical prac- tice, for offering enrollees their choice of seeing a psychologist or a psychiatrist for the initial visit for mental health ser- vices. 11. A system, consistent with good medical prac- tice, that guarantees enrollees direct ac- cess to dental care providers without prior screening by non-dental providers. 12. A system for informing enrollees about the contributions they can make toward the main- tenance of their own health. 13. Article V. Section 0 is amended to read: D. Early and Periodic Screening, Diagnosis, and Treat ment ESD Services CC� At least every six months, notify enrollees under0 01 61 21 years of age of what EPSDT screening services o° County of Contra Costa -6- are, when and where they are available, and how to make an appointment for obtaining these ser- vices. The Contractor shall 'schedule eligible enrollees for appointments to obtain EPSDT screen- ing services within 60 days of the request for such services. The Contractor shall follow up on all missed ap- pointments for EPSDT screening services by con- tacting the eligible enrollee within 15 days and rescheduling the enrollee for EPSDT screening; services. In addition to the above, the Contractor shall also provide EPSDT screening services to enrol- lees under 21 years of age according to the fol- lowing process: 1. Upon an non-emergency primary care encounter with an enrollee under 21 years of age, in- form the enrollee (if he is an emancipated minor), parent or guardian of the EPSDT screen- ing services available. 2. Provide EPSDT screening services immediately, or schedule the enrollee for these services within 60 days, or obtain voluntary refusal of these services. 3. Document the enrollee's medical record, his receipt of EPSDT screening services, his fu- ture appointment for such services, or his refusal of the services in the form of a signed statement. if the responsible party refuses to sign such a statement, such refusal shall be noted in the enrollee's medical record. Diagnosis and treatment of enrollees for con- ditions discovered during the EPSDT screen- ing shall be initiated by the Contractor with- in 60 days of the screening., 14. Article V, Section F is amended to read: F. Emergency Services Reimbursement Pay for emergency services defined in Section K of Article II received by an enrollee from non-Contrac- tor providers shall be for treatment of the emergent medical condition, including medically necessary ser- vices rendered to the enrollee until such time as he can be transferred to an appropriate provider of the Contractor. Such emergency services shall not be subject to prior authorization by the Contractor. I1f11 fi� County of Contra Costa _7_ Properly documented claims for emergency services rendered by a non-Contractor provider shall be paid for at not less than the current Medi-Cal reimburse- ment levels within 60 days of receipt,by the Con- tractor. 15. Article V. Section G is amended to read: G. Organizational and Administrative Capability Have the organizational and administrative capa- bilities to carry out its duties and responsibil- ities under the contract. This shall include as a minimum the following: 1. A full-time administrator to administer the day-to-day business activities of the Contrac tor. 2. Sufficient support staff to conduct the Con- tractor's daily business in an orderly man- ner, as determined through management and _medical audits. 3. A medical director to oversee and be respon- sible for the proper provision of covered services to enrollees. 4. Enrollee and enrollment reporting systems. 5. An enrollee grievance procedure. 6. Data reporting capabilities sufficient to provide necessary and timely reports to the Department, as required by the Director. 7. Financial records and books of account main- tained in accordance with generally accepted accounting principles to fully ;disclose the _disposition of all Medi-Cal program funds received. 16. Article V. Section H is amended to read: H. Consumer Participation Provide a mechanism for enrollees and other sub- scribers to participate in establishing the pub- lic policy of the Contractor in accordance with the provisions of Section 53270, Title 22, Cali- fornia Administrative Code. This mechanism will require the Contractor either to have a governing board composed of at least one-third subscribers or to establish a consumer advisory committee, 0016,01 a D I R County of Contra Costa -8- composed of at least 50 percent subscribers, re- porting directly to the governing board on all public policy matters. 17. Article V, Section I is amended to read: I. Subcontract Execute subcontracts pursuant to Article Xl within 120 days of the effective date of this contract' when services under this contract are provided ' by persons other than direct employees of the Con- tractor. 18. Article V, Section J is amended to read: J. Professional Review System Use a professional review system for evaluating the appropriateness and quality of the covered services provided to enrollees; and for period- ically reviewing the performance of health per- sonnel, the utilization of services;and facili- ties, costs and the standards for acceptable medi- cal care. This professional review system shall : 1. Set standards for the provision of medical care commensurate with prevailing profession- al judgment and technical competence in the medical community. 2. Involve all primary care physicians, a Phar- macist, appropriate medical specialist and other appropriate health care providers in standard setting. 3. Involve all primary care physicians and other , appropriate health care providers directly in the review process. 4. Identify deficiencies in the provision of services and assure that appropriate correc- tive action is taken. Corrective action shall encompass professional education for the pro- vider and remedial treatment for the enrol- lee if necessary. 19. Article V, Section M is amended to read:. M. Medical Audit Assistance Provide any necessary assistance to the Depart- ment in its conduct of facility inspections and medical audits of the quality of care being pro- videdto enrollees. Contractor shall correct de o° County of Contra Costa -9- ficiencies as identified by such inspections and audits, according to the time frames delineated in the resulting reports. 20. Article Y, Section S is amended to read: S. Notification to Enrollees About Covered Services Within seven days after the effective date of en- rollment, notify enrollees in writing, concerning the type, scope, and duration of covered services to which they are entitled. Such notification shall be approved by the Department prior to use and shall include: 1. The effective date of enrollment. 2. The term of enrollment. 3. A description of all covered services pro- vided by the Contractor, and exclusions or limitations thereto. 4. An explanation of the procedure for obtain- ing covered services. 5. The addresses, telephone numbers and office hours of each physician,dentist, optometrist, . other nonphysician provider, hospital . Phar- macy, or other service locations where basic health care services may be obtained. The location where each medical specialty is a- vailable shall be indicated. 6.. The name, telephone number, and service site address of the primary care physician chosen by or otherwise made available to the enrol- lee. 7. Locations, telephone numbers, and procedures for obtaining health services in the event of an emergency. 8. Explanation of coverage for health services rendered in emergency circumstances occur ring outside the Contractor's service area. 9. The causes for which an enrollee shall lose enrollment. 10. The grievance procedure, including the name,' address, and telephone number of the person responsible for resolving grievances or ini- tiating the grievance procedure. 8 County.of Coatra Costa _10- 11. Disenrollment procedures. 12. The appropriate use of health care services. 13. Information concerning emerge ncy' transporta- tion arrangements offered by the Contractor." and the availability of public transporta- tion. 14. Any other information determined by the De- partment to be essential for .the proper use of covered services. 21. Article V, Section T is amended to read: T. Notification to Enrollees About Changes in Covered Services -- Notify all enrollees in writing of any changes in the availability of covered services being pro- vided by the Contractor at least 14 days prior to the effective date of such changes. Such no- tification shall be approved by the 'Department prior to release. 22. Article V, Section Z is amended to read: Z. Financial Resources Have sufficient financial resources to carry out the obligations under this contract. Such resources shall be in addition to any requirements pertain- ing to non-Medi-Cal activities. ' For the purpose of this contract, sufficient financial resources are: 1. The tangible net equity requirements of the Knox-Keene Health Care Service Plan Act of 1975; and 2. A working capital ratio (current assets minus restricted capital divided by current liabil ' . `' ities) of at least 1:1. This working capi tal ratio must be attained by the ninth month of this contract and maintained thereafter. 23. Article V, Section CC is amended to read: CC. Return of Prorated Capitation Payment Return a prorated amount of the capitation pay- ment following the Director's determination in- voking the catastrophic coverage limitation. The amount returned will be determined by divid- ()f1169 ing the total capitation payment by the number of days in the month. Such amount will be re— OD County of Contra Costa • -11- turned to the Department for each day in the month after the Director has invoked the catastrophic coverage limitation clause. 24. Article V. Section DO is amended to read: DD. Recovery From Other Sources or Providers Hake reasonable efforts to recover the value of covered services rendered to enrollees whenever said enrollees are covered for the 'same services, , either fully or partially. under any other state or federal medical care program or under other contractual or legal entitlement, including but not limited to a private group or indemnification program, but excluding instances of the tortious' liability of a third party. Such monies recov- ered are retained by the Contractor. , 28. Article V. Section GG is amended to read: GG. Reporting Requirements Furnish the following reports and information to the Department: 1. On an annual basis: a. A financial audit made by an independent certified public accountant within 90 days of the close of the Contractor's fiscal year. This audit shall be;prepared ac- cording to Article XII of this contract. b. The information specified in Article V. S, 3 through Article V, S, 14 by July 31, 1977- c. A renewal proposal as specified in Sec- tion 53500, Title 22, California Admini- strative Code. at least 120 days prior to the expiration date of this contract. 2. On a quarterly basis (within 30 days of the end of each quarter under this contract): " a. Unaudited financial data sufficient to disclose the current assets and liabili- ties of the Contractor, its profit/loss incurred during the quarter, its current working capital ratio, and the levels of deposit in its reserve accounts. b. Data on the quality of care rendered to n��f (� enrollees and the functioning of the pro- t a • County of Contra Costa -12- fessional review system; including the number and types of casesreviewed, the nature and extent of problems identified, and the corrective actions taken by the professional review system. c. Information regarding emergency services provided to enrollees including: the number of emergency calis received both, during regular working hours and after regular working hours, evenings, week- ends, and holidays; and emergency care provided in these instances. d. Data on the mortality and morbidity rates of enrollees. 3. On a monthiy basis (within 30 days of the end of each month): a'. Utilization data, in such format as pres- cribed by the Department,.:on covered ser- vice 'provided to enrollees, specifically identifying those services rendered by providers of unusual or infrequently used , services, including the name of the pro- vider. b. A"report on the grievances filed by en- rolles, including the nature of the griev-- ance, how it was adjudicated, and its outcome. c. A report on the Contractor's personnel transactions, including hirings, promo- tions, and terminations from employment. 4. within ten days of occurrence or receipt of the Contractor: a. Copies of all reports relating to qual- ity of care assessments of the 'plan's services which are made available to the Contractor, unless specifically prohib- ited by federal or state laws or regu- lation. Sources of such report or in- formation may include but are not lim- ited to, federal, state, county, or local government agencies, medical societies,. PSRO groups, or hospital committees. 'b. The birth of a newborn child, including the date of birth and the mother's Medi- Cal identification number. 00171 00 County of Contra Costa -13- c., A report on any situation in which it appears that an enroll.ee ,cou4d benefit from an action involving the.'tort 'lia- bility of-a third p"arty. S. Within the time periodspecified by the De- partment: a. ' Information needed by the Department to conduct medical audits or facility in- _ spectians. , b. Reports in response to the Department's findings in medical audits, facility in- spections, on-site reviews, and manage- ment audits. c. Copies of enrollee medical records as requested by the Department. d. Any other information- specifically re- quested by the Department. 26. Article V, Section HH is amended to read: HH. Obtaining Department Approval Obtain written approval from the Deputy Director of the Department in charge of administering the Alternative Health Systems Division prior to im- plementing, or using the following: 1. Providers of covered services. r r 2. Facilities. 3: Subcontracts. 4: Administrative organization, including grin cipals and key personnel. 5. Professional review system. 6. Patient referral and follow-up system. 7. Utilization control mechanisms. 8. Medical record content. 9. Marketing activities. O O Couaty of ;Ontra Costa ' -14- 10. Marketing materials, promotional .materials, and public information releases relating to performance under this contract; enrollee service guides; enrollee newsletters; and provider claim forms unique to the contract. 11. Enrollment verification system, 12. Enrollee grievance procedure. 13. Enrollee disenrollment procedure. 14. Enrollment, disenrollment, and grievance forms. 15. Mechanism for enrollee participation in estab- lishing the public policy of the Contractor. Revisions to Items #1,2,3,8,10,11,12,13,14 and 15 must be approved by the Department prior to taking effect, the Contractor shall notify the Department in writing of the na- ture of the revision and the reason there- for. 27.. Article VI, Section H is amended to read: H. Approval Process Acknowledge in writing the receipt of any provider re- quests, subcontracts, informational material , systems descriptions, or other material sent to the Depart- ment by the Contractor under the provision of Article V, Section HH within five working days. Within 60 days of receipt approve in writing the use of such providers, subcontracts, informational material, systems, etc. , or provide the Contractor with a written explanation of why their use is not approved. 28. Article VII, Section A is amended to read: A. The following sanctions may be applied, at the dis- cretion of the Director, for improper enrollment, dfs enrollment, or marketing techniques: 1. Contractor will be warned that further improper ' enrollment, disenrollment, marketing techniques, or contract violations will result in forfeiture of some or all enrollment and marketing privileges. 2. Contractor will be required to terminate one or more of the enrollment and marketing methods.' nnz'73- County of Contra Costa -15- 3. The Department will refuse to ac'ce'pt>fur.ther enrollment applications from "the-Contractor for a period of time as determined by the Director. 4. The Department will withhold all or part of the capitation payment for a period of time as determined by the Director. 5. The Director will terminate the contract. 29. Article VIII, Section E is amended to read: E. Disenrollment may take place under the following conditions: A. Disenrollment of an enrollee is -mandatory when: a. The enrollee requests disenrollment within 30 days after the effective date of his enrollment. b. The enrollee loses his public assistance recipient status except in those instances when a person would be eligible for continu- ation of PHP enrollment pursuant to Section 14412, Welfare and Institutions Code as amended by Chapter 1374, Statutes of 1976. c. The enrollee elects to terminate this enrollment subsequent to completion of the required period of enrollment speci- Pied in Section B of this Article. d. The enrollee is enrolled through unau- thorized solicitation or enrollment mis- representation by the Contractor or its marketing representative. 2. Notwithstanding paragraph l of,this Section, disenrollment of an enrollee may be approved when there is reasonable cause as determined by the Director. Reasonable cause includes, but is not lim- ited to: a. The medical need of the enrollee for ser- vices exempted from coverage under Arti- cle II, E of this contract. 01 7,4 00 County of Contra Costa -16- b. The transportation difficulty encoun= tered by, the enrollee in gaining access to health care services under this con- tract. - c. The enrollee's having, a preexisting meds- . - cal .condition which is under specific treatment plan by a provider of health care services not participating in this: contract. ;- d. A change in the legai residence of the enrollee, such new residence being out- side the service area. e. The need of an enrollee for the services of a skilled nursing facility or inter- mediate care facility for at least two months after his month of admission to the facility. Disenroilment requests for such enrollees shall be accompanied by,documentation sufficient to ensure the enrollee's orderly transfer from the Contractor to the Medi-Cal fee-for-ser- vice system, as determined by the Depart- ment. Such disenrollment shall become effective on the first day of the third month following the enrollee's admission to the facility, provided that disenroll- ment is requested at least 30 days prior to the above date. f. ,The medical need of the enrollee to re- ceive Crippled Childrens' Services (CCS) under CLS case management`. 3. The Contractor shall have the right to recom- mend to the Director the disenrolJment of any enrollee in the event of a breakdown in the "doctor-patient relationship" which makes it impossible for the Contractor's providers to render services adequately to an enrollee or in the event any enrollee has abrogated his enrollment agreement by habitually seek- ing and receiving covered services, other than emergency care, from a provider other than the Contractor or his subcontractors. The decision to allow disenrollment of any enrollee shall be solely that of the Direc- tor. _ �flyA County of Contra Costa -17- 30. Article IX, Section A is amended to read: A. Each provider who delivers covered services to enrollees shall meet applicable requirements es- tablished under Title XVIII and XIX of the Social Security Act, unless exempted therefrom;_ those standards expressed in Title 2.2, California Ad- ministrative Code, Division 3. Article 3, Chap- ters 3 and 4, and the standards expressed in this contract. All providers of covered services must be licensed by their respective Healing Arts Board or appropriate licensing agencies when applicable. 31. Article IX, Section C is amended to read: C. Each primary care physician and each general sur- geon providing in-patient services to plan mem- bers shall have staff privileges in at least one general acute care hospital within the service area which has a subcontract with the pian. All physicians providing in-patient services to plan members shall have staff privileges in at least one hospital appropriate to the specific kinds of services that they render. 32. Article IX, Section D`is amended to read: D. The Contractor shall appoint a physician as medi- cal 'director. His responsibilities shall include, but not be limited to: 1. Ensuring that medical decisionsarerendered by qualified medical personnel, unhindered by fiscal or administrative management. 2. Ensuring that the medical care provided meets the standard for acceptable medical care. 3. Ensuring that medical protocols and rules of conduct for medical personnel are followed 4. Developing and implementing medical policy. 5. - Resolving medically related grievances. The medical director shall refer nonmedical griev- ances, and other grievances which he deter- mines may be appropriately resolved through the grievance procedure, to the grievance coordinator. 6. Actively participating in the functioning of the grievance procedures. 0017i as County of Contra Costa -18- 1n addition to the Medical Director, the Contra c for shall designate Directors for services which shall include, but not be limited to the follow- ing- laboratory Services, Pharmacy Services, Ra- diology Services. Dental Services, and Medical Records. These Directors shall be responsible for monitoring the continuity and quality of care being provided enrollees by their respective services. 33. Article 1X, Section G. Paragraph I is amended to read:`. 1. Such examination shall include a physical examina- tion; chest X-ray or Department-approved intrader- mal skin test for tuberculosis followed, if posi- tive. by a chest X-ray; and necessary.laooratory work. N. Article X, Section 8 is amended to read: U. For all covered services required by this contract, the State shall remit to the Contractor on behalf of each enrollee in the categories below, the follow- ing capitation payment rates for each month of en- . roIIment: AFDC - $31. 18 Aged $40.76 Disabled - $72, 37 Blind S53. 57 These capitation payment rates are based on the Medi Cal program's actual cost by aid category for the scope of covered services to be provided in the ser- vice area covered by this contract. Such capitation payment rates provide for the Contractor's adminis- trative costs- as well as covered service costs, con- stitute pyament in full for services rendered purse- ant to this contract, but do not include payment for recoupment of previous losses incurred by the Contrac- tor. The basis for the determination of capitation payment rates is outlined in Attachment II (consist- ing of three pagefi) to this contract. 35_ Article X1, Section D is amended to read: D. Subcontracts for the provision of covered services' submitted to the Department for approval shall contain, at a minimum, the following elements: 1, specification of the covered services to be provided to enrollees by-the subcontractor. (If11'7S OW County of Contra Costa -18- In addition to the Medical Director, the Contrac- tor shall designate Directors for services which shall include, but not be limited to the follow- ing: laboratory Services, Pharmacy Services, `Ra- diology Services. Dental Services, and Medical Records. These Directors shall be responsible for monitoring the continuity and quality of care being provided enrollees by their respective services. 33 _ Article IX, Section G. Paragraph 1 is amended to read:. 1. Such examination shall include a physical examina- tion; chest X-ray or Department-approved intrader- mal skin test for tuberculosis followed, if posi- tive, by a chest X-ray; and necessary laboratory work. 34. Article X, Section 8 is amended to read: 8. For all covered services required by this contract, the State shall remit to the Contractor 'on behalf . of each enrollee in the categories below, the follow-' ing capitation payment rates for each month of en- rollment: AFDC $31.61 Aged $46.83 Disabled - $91.20 Blind - $53.00 These capitation payment rates are based on the Medi Cal program's actual cost by aid category for the scope of covered services to be provided in the ser- vice area covered by this contract. Such capitation payment rates provide for the Contractor's adminis- trative costs as well as covered service costs, con stitute pyament in full for services rendered pursu- ant to this contract, but do not include payment for recoupment of previous losses incurred by the Contras tor. The basis for the determination of capitation payment rates is outlined in Attachment II (consist- ing of three pages) to this contract. 35. Article XI , Section D is amended to read: D. Subcontracts for the provision of covered services submitted to the Department for approval shall contain, at a minimum, the following elements: 1. Specification of the covered services to be provided to enrollees by the subcontractor. 0,1177 WW County of Contra Costa _19- 2. Specification that the subcontract will not become effective until approved in writing by the Department, unless the Department has acknowledged receipt of the proposed subcon- tract and has failed to formally approve or disapprove the proposed subcontract within sixty (60) days of receipt. 3 A Statement of the times, days, and places at which the services to be provided by the subcontractor will be available. a. Subcontracts for the provision of in-pa- tient services shall specify the hospi- tal occupancy rate by type of bed. b. Subcontracts for the provision of emer- gency services through in-patient facil- ities must specify how intensive care _ unit (ICU) beds will be made available to enrollees. 4. A description of the method and amount of compensation or other consideration to be paid to the subcontractor for the covered services to be rendered to enrollees, unless the subcontract provides for full-time sala- ried employment by the Contractor. S. Specification of the term of the subcontract, including the beginning and ending dates, as well as methods of extension, renegotia- tion, and termination. 6. A provision that by this subcontract the Con- tractor delegates to the subcontractor duties _ of providing covered services but does not terminate the Contractor's legal responsibility to the Department to assure that these services are provided to enrollees. 7. A provision specifying the subcontractor's agreement to use the Contractor's medical record system as approved by the Department and to preserve medical records for the length of time prescribed in Artivle V, FF. For those subcontracted specialties which pro- vide services on a referral basis only, the provision must specify the subcontrac- tor's agreement to provide adequate documen- tation of the service provided each enrollee for entry into the enrollee's medical record maintained by the Contractor. 031'78 County of Contra Costa -20- 8. Subcontractor's agreement to maintain the confidentiality of the enrollee's medical -records and enrollment informationand pre- vent unauthorized disclosure. 9. Whenever the subcontractor maintains enrol- lee medical records for the Contractor, the subcontract must contain a provision speci- fying the subcontractor's agreement to per- mit inspection and medical audit of such rec- ords by the Contractor, the Department, other 'State agencies, and the Department of Health, Education and Welfare or their duly authorized representatives and to comply with the require- ments issued as a result of such inspection or audit. 10. Subcontractor's agreement to participate and cooperate in the professional review process, to comply with resulting requirements, and abide by the Contractor's adjudication process for medically related enrollee grievances. 11. Subcontractor's agreement to submit utiliza- tion reports as required by the Contractor. 12. Subcontractor's agreement to allow inspec- tion of financial books and records to the extent of its dealings with the Contractor under this contract by the Department, other State agencies, the Department of Corporations, the Department of Health. Education and Welfare,, the Comptroller General of the United States, ortheirduly authorized representatives. 13. Subcontractor's agreement to maintain finan- cial records for the length of time prescribed in Article Y, FF and to report financial infor- mation required by the Contractor. 14. Subcontractor's agreement to notify the Depart- ment and the Commissioner of Corporations in event its contract with the Contractor is amended or terminated. Notice to the De- partment and the Commissioner of Corporations is considered given when put in the United States registered mail with first-class post- age addressed as follows: Alternative Health Systems Department of Health 714 - P - Street, Suite 1540 _ Sacramento, California 95814 00179 County of Contra Costa -21- Department of Corporations 600 South Commonwealth - los Angeles, California 90005 15. Assignment and/or delegation of the subcon- tract shall be void unless prior written ap- proval is obtained from the other party. 16. Approval of the subcontract by the Department of Health does not constitute approval of the method and amount of compensation. 17. A provision stating that the subcontract is to be construed according to applicable state statutes and regulations. 18. A provision whereby the subcontractor agrees to hold harmless both the State and enrollees in the event the Contractor cannot or will not pay for services performed by the subcon- tractor pursuant to the subcontract. 19. Copies of documents demonstrating the subcon- tractor's ability to perform must be referred to in the subcontract and'attached thereto. 20. A provision specifying that if the subcontrac- tor enters into subcontracts in order to pro- vide any of the services implied or expressed in the contract between the Contractor and the subcontractor, all applicable subcontract elements required in this Article must be included in these subcontracts, except that such elements may be modified to provide for approval and notification responsibilities to be conducted by the Contractor instead of the Department. 36. Article XI, Section E is amended to read: E. Subcontracts for marketing and administrative ser- vices submitted to the Department for approval shall contain. at a minimum, the following ele- ments: 1. Specification of the service to be provided by the subcontractor to the Contractor and its enrollees. A marketing subcontract must include a description of the boundaries of the area to be marketed.- nt1180 County of Contra Costa 2. Specification that subcontract will not be- come effective until it is approved in writ- ing`by .Department of Health, unless the De- partment has acknowledged receipt of the pro- posed subcontract and has failed to formaiiy approve or disapprove the proposed contract within sixty (60) days. 3. Specification of the method and amount of compensation or other consideration paid to subcontractor to services rendered. 4. Specification of the contract period includ- ing the beginning and ending dates as well as methods of extension, renegotiation, and termination. 5. Subcontractor's agreement to hold harmless the State and enrollees from actions brought against the Contractor. 6. Subcontractor's agreement to allow inspec- tions of financial books and records to the extent they concern the subcontractor's trans- actions with the Contractor by the Contractor, the Department, other State agencies, the Department of Health. Education and Welfare, the Comptroller General of the United States, or their duly authorized representatives. 7. Subcontractor's agreement .to maintain finan- cial "records for the length of time prescribed in Article V, FF and to report financial infor, oration required by the Contractor. 8. Subcontractor's agreement to maintain the confidentiality of members' enrollment infor- mation and medical records as appropriate. 9. Subcontractor's agreement to comply with the Contractor's grievance procedure and abide by the Contractor's adjudication process for enrollee grievances. 10. Subcontractor's agreement to notify the De- partment and the Commissioner of Corporations in the event its contract with the Contractor is amended or terminated. Notice to the Department of Health and the Commissioner of Corporations will be considered given when put in the United Stated registered mail with first class postage and addressed as follows: nn�a� County of Contra Costa -23- Alternative Health Systems Department of Health 714-P-Street; Suite 1540 Sacramento, California 95814 Department of Corporations 600 South Commonwealth Los Angeles, California 90005 11. Marketing subcontractors must, in addition, a. Agree to submit through the Contractor to the Department and the Commissioner of Corporations prior to use, marketing- plans, procedures, and materials. b. Agree to have marketing representatives, participate in training provided by ,the Department. c. Agree to use only trained and certified` marketers. 12. Assignment and/or delegation of the subcon- tract shall be void unless prior written ap- proval is obtained from the other party. 13. Approval of the subcontract by the Depart- ment does not constitute approval of the meth- od and amount of compensation. 14. The subcontract is to be construed according to applicable state statutes and regulations. 15.: Copies of documents demonstrating the subcon- tractor's ability to perform must be referred - to in the subcontract and attached thereto. -16. A provision specifying that if the subcontrac- tor enters into subcontracts in order to pro- vide any of the services implied or expressed; in the contract between the Contractor and the subcontractor, all applicable subcontract elements required in this Article must be included in these subcontracts, except that such elements may be modified to provide for approval and notification responsibilities to be conducted by the Contractor instead of the Department. 00182 County of Contra Costa -24- 37. Article XII, Section A is amended to read: A. The Contractor shall maintain financial records and be audited annually by an independent certi- fied public accountant. A consolidated and com- bined audit report for the business entity con- tracting with the Department as the Contractor, prepared by said accountant, including certified financial statements with all notes related there- to, shall be filed with the Department as soon as practical after the close of the Contractor's fiscal year, and in any event, within a period not to exceed 90 days thereafter. 38. Article XII, Section C is amended to ready C. Upon written request of a State Agency, the Contrac- tor shall authorize the accountant to allow repre- sentatives of the Department or the State agencies to inspect any and all working papers relating to the preparation of the audit report, including notes, comp- utations, worksheets, and rough drafts, at the accoun- tant's place of business during normal business hours. 39. Article XIV, Section A is amended to ready A. The Contractor shall maintain books and records as specified in Article V, FF and make them readily available to the Department, other State agencies, the Department of Health, Education and Welfare, or the Comptroller General of the United States, or their duly authorized representatives for review, evaluation, and reproduction. Such rec- ords shall include, but are not limited to, all physical records originated or prepared pursuant to the performance under the contract including working papers, reports, financial records, medi- cal records, prescription files, and other docu- mentation pertaining to medical and nonmedical services for enrollees. 40. Article XIV, Section is amended to read: B. The Contractor shall allow the Department, other State agencies, the Department of Health, Educa- tion and Welfare, or the Comptroller General of the United States, or their duly authorized repre- sentatives to inspect its, or its subcontractors', records and facilities at any time during normal business hours. 0.1183 County of Contra Costa -25- 41. Attachment 1V is added to read: The State and the Contractor agree that they will endeav- or to amend, pursuant to Article III C. the risk limita- tion provisions of this contract to conform with proposed Title 22, California Administrative Code, Section 53322, when it becomes effective. Although the State and the Contractor have agreed that the risk limitations under this contract should be those specified in the proposed regulation, they cannot be written as •such at this time. The reason that the risk limitation provisions of this contract do not presently conform to the proposed regu- lation is that the Regional Commissioner, Department of Health. Education, and Welfare will not grant prior ap- proval pursuant to Title 45, Code of Federal Regulations , Section 249.82 (d) (2) (i) to PHP contracts containing risk limitation provisions of the proposed regulation unless the conditions of Title 45, Code of Federal Regu- lations, Section 249.82 (c) (2) (ii) are satisfied. To satisfy the conditions of 45 CFR 249.82 (c) (2) (ii), Section 53322, 22 CAC, must be in effect as a state regu- lation. Because Section 53322 is in the process of being promulgated as a regulation, and is not in effect at the time this contract is entered into, DREW will not grant prior approval to PHP contracts containing risk limita- tion provisions as proposed in the regulation. Once the regulation is in effect, however, NEW will grant prior approval to amendments which bring the PHP contract language regarding risk limitation into conformance with the regu- lation. Both parties agree that they will endeavor to amend the contract provisions regarding risk limitation to conform with Section 53322, 22 CAC, when it becomes effective. This regulation basically provides that: 1. The Contractor shall obtain reinsurance or shall self- insure for the costs of covered services provided enrollees, effective July 1 , 1977. 2. The Department shall terminate a Contractor's finan- cial liability to provide covered services to enrol- lees who, prior to July 1 , 1977, have received cov- ered services from the Contractor in excess of $10,000 within a period of twelve (12) consecutive months. These enrollees shall be disenrolled from the PHP and the Contractor will be reimbursed by the Department` for the cost of covered services in excess of $10,000. Reimbursement for covered services in excess of $10,000 will be made only for medically necessary services, according to Medi-Cal fee-for-service pro- gram's level of payment. 84 0 . County of Contra Costa -26- 3, The Contractor's liability for providing covered services to childrenwho are born to .enrollees dur,- ing'the timtheeriod of thel ' .the ildenro�smbirthhadntil limit June 30;, 1977. Effective July 1 , 1977, this lia ty. period shall be the' month of, the rh ad's : birth and the following month. . The Contractor, in.`tioth°.cases, assumes this liability for providing; covered; ervices tor mentsbmade by thesDepartmentAeration fon the capitation pay agent. behalf-of the` child s p This contract amendment must bf Genera Servicesebeforevtakingteffectte Department o 42 Allt eheartiestto thisduties, contractaremainaunchanged.ties of p x � , } es{ H n 2 T f 4i ,7 3 � y a =5 SJ z. Amid MAIRD ACTION BOARD OF SUPERVISORS OF CO.NTR.4 COSTA COUVff. CALIFOPUM July 12, 1977 NOTE TO CLAM-UNT Claim Against the County, ) The copy o6 tW-cGc-=-e-rrt--x-a-4W to you 16 you% Routing Endorsements, and ) notiee o6 the action taken on yoLvt elaim by.the Board Action. (All Section ) 8oand o6 &gMAvidoxd 1PMagaaplt III, belotol, references are to.California_. ) . . . given puxduant to Gouvai melt Code Sections 911.8, Government Coder ) 913, 6 915.4.- P&6e note Ae- %wtniv" beeow:" REC8VF7 Claimant: Bob Maegae, 25 Santa D* a. , Valnut Creek, California Attorney: Stephen M. Tarrchin UEi Address: Galli S Tanchin, Attorneys at Law, 3824 Grand Avenue, Oakland, . California 94610 Amount: 5691.87 Date Received: June 7, 1977 By delivery to Clerk on By mail, postmarked ori June 3, 1977 I. FROM: Clerk of the Board of Supervisors TO: County Counsel Attached is a copy of the above-noted Claim or Application to File Late Claim. DATED: June 7, 1977 J. R. OLSSON, Clerk, By - GrnwdDeputy a Jazmia T._ Jehnenn II. :FROMN: County Counsel TO: Clerk of the Board of Supervisors (Check one only) ( ) This Claim complies substantially with Sections 910 and 910.2. ( j This Claim FAILS to comply substantially with Sections 910 and 910.2, and we are so potifying 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 aTate`-Maamm -ct 9I1.6). DATED: G-13-77 JOHN B. CLAUSE!, County Counsel,\Hg--}�L'7- :r- Deputy III. BOARD ORDER By tmar��us vote of 5upervisors present (Check*one only) (7at) 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 Baar Order entered in its minutes for this date. DATED: Julv 12, 1977J. R. OLSSON..Clerk, by tv . Deputy • o ARNI\'G TO CLAIMANT Government Co a Set:tso 1i.8 691 You have o am .6 ywo the muLug o notice to yam wttun which to site a count action on tVa xejeeted Claim (zee Govt. Code See. 945.61 at 6 omnthA gram the deniat og youn Applicat ox to File a Late Clain wt&n Wsieh to IMUVan a cmuat gon A,etieg groom Section 945.4'4 etaim-giLing deadline (zee Section 946.6). You msy 4eek the advice os any atManey og yours choice.in connection wi&t tkia matte![_ wa I� you nt to conautt an atfojneu_.you ahoutd do 6o imedLzWq. IL'. FROMN: Clerk o£ the Board TO: I) County Counsel, [2) County Administrator, & (3) Public Works, Business b Services Division Attached are copies or 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 a Board's copy of this Claim in accordance with Section 29:03. DATED: Julv 13, 1977J. R. OLSSON, Clerk, By r^ De�ttty ROb ie G V. FROM: (1) County Counsel, (2) County Administrator. TO: Clerk of the Board (3) Public Noris of Supervisors Received copies of this Claim or Application and Board Order. DATED: July 13, 1977 County Counsel, By County Administrator, By Public Works, By „ 8.1 Rev. 3/77 GAW&TAMCHIN ATTORNEYS AT LAW 392.4 Grand Avenue Oaldand,cahlu nia 94610 June 2, 1977 (415)f5l-4500 A-P 04 CLAIM AGAINST CONTA COSTA COUNTYFLJ!UN LED Clerk, Board of Supervisors ? 1977 Contra Costa CountyCounty Administration Buildingassw�Martinez, California 94553 of SUPERVISORSA CO. Re: Claimant's Name: Bob Muegge Claimant's Address: 25 Santa.Rita Court Walnut Creek, California Claimant's Telephone: 952-0268 Amount of Claim: $691.87 Address to Which Notices are to be Sent: Galli & Tamchin Attorney* at Lary 3824 Grand Avenue Oakland, California 94610 Date of Occurrence: March 2, 1971 Place of Occurrence: At or about 2108 San Ramon Valley Boulevard San Ramon, California How did accident occur: Claimant, the owner and driver of a 1970 International Travelail automobile, license No. 495 LZV suffered damage to said vehicle as a result of a collision with a fence because said fence was negligently designed, installed, erected, repaired, and maintained by Contra Costa County, its agents, employees and/or service, and thereby created a substantial risk to any person operating a motor vehicle in proximity to it. Itemization of Loss: Property damage to the aforementioned vehicle and loss of use of same. I, Stephen M. Tamchin, the undersigned, am the person presenting this claim on behalf of the claimant above named.. . Dated: June 2, 1977 GVqW4 STEPHEN M. TAMCHIN SMT:rs t � In the Board of Supervisors of Contra Costa County, State of California AS Ex CFF==BOARD OF SUPMUSORS OF TO OMM OOM COMFY FWM COMM Arra WATER CONSERf7A'LSocr DISI= July 12 .19 77 In the Matter of Approving and Authorizing Payment for Property AoV s tion Marsh Creek T.i nPc E &E-1, Brentwood Area, Work Order 8514-2521 IT IS BY ME BOARD OMEMM that the fnllnrim settlement and Right of Way Contract:is APPROM and the Public FJorks Director is AUnMRMD to execute said contract on behalf of the District: Contract Payee and Reference Grantor Date ESM-OW Number Amount M E &E-1 FhOolph J. Vera, et al June 27, 1977 Title Insurance & $837.00 Trust CORD.M Y :-Escrow No. CD-236682 Me Coumty Auditor-Cont roller is AUIHMM D to draw a -drra*+t in the amount specified to be delivered to the Canty Principal Real Propety Agent. he County Clerk is DD:W= to accept a Deed from above-named Grantor for the Contra Costa County Flood Control District. PASSED by the(board on July 12, 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. Orygimt or: Public 11arks department %Viitness my hand and the Seal of the Board of Real Pmperty Division Supervisors affixed this 12thday o{ July , 19 77 cc: Public Works Department County Auditor-Controller Flood Control District 1, O J. R. OLSSON, Clerk County Administrator Sy // /Guo . Deputy Clerk N. Pous 00188 H-2J3l;G0., r In the Board of Supervisors of Contra Costa County, State of. California July 12 ;1977 In the Matter of increase in Contract Contingency Fund E1 Sobrante-Orinda Overlays Project No. 4370-0925-77 On the recommendation of the Public Works Director, IT IS BY THE-BOARD ORDERED that an increase of $5000 in the contract con tingency'fund for El Sobrante-Orinda Overlays project is APPROVED, said increase to provide for (a) shoulder conform work, (b) asphalt concrete quantity overrun, .and (c) maintenance of the contingency fund balance to allow for other unforeseen work. PASSED by the Board on July 12, 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 an the data aforesaid Originator: Public Works Department Witness my hand and the Seal of the Board of- Construction Division Supervisors cc: Asphalt Surfacing Company affixed thisl2thday of_ July 197 22 Carison Blvd. Richmond, CA 94804 J. R. OLSSON, Clerk Public Works Director County Administrator sY . Deputy Clerk Auditor-Controller N. Pous H-24 3r.6 15. In the Board of Supervisors of Contra Costa County, State of Califomia July 12 .19 77 1n the Matter of Authorizing Attendance at Meetings IT IS BY THE BOARD ORDERED that the person listed below be AUTHORIZED to attend the following meeting, charges to be at COUNTY expense unless otherwise indicated: NAME & DEPARTMENT MEETING DATE R. E. Jornlin, Director Hearings of the U. S. House July 19, 1977 to Social Service of Representatives'Inter- July 21, 1977 governmental Relations and Human Resources Subcommittee of the Committee on Government Opera- tions PASSED BY THE BOARD on July 12, 1977. 1 hereby certify that the forogoung Is a true and correct copy of an order entered on the minutes of said Board of Supeivisors on the dale aforesaid. Orig: Director, HRA Witness my hand and the Seal of the Board of cc: Director, Social Service Supervisors Employees Named affixed thisl2thday of July . 19 IL County Administrator County Auditor-Controller �} J. R. OLSSON. Clerk By' iftii}t c x Cl P.C.c< .Deputy Clerk 99 Patricia A. bell 00190 H.24 3/76 r5m In the Board of Supervisors of Contra Costa County, State of California Ju1Y 12 .19<77 In the Matter of Travel Authorization IT IS BY THE BOARD ORDERED that the Honorable Richard E. Amason, Judge of the Superior Court, is-AUTHORIZED to attend the American Bar Association Conference in Chicago, Illinois, during the period August 4 - 11, 1977. Passed by the Board on July 12 1977. 5, Vk z - N 1 hereby certify that,the foregoing Is a true and correct copy of an order,entered on The minutes of said Board of Supervfsots an the date aforesaid cc: Superior Court Judge VIdness my hand and the Seal of the Board of Richard E. Arnason Supervisors County Administrator affixed thfrl2th d of July . 1977 County Auditor—Controller ay J. A. OLSSON, Clerk sy \C h s 1, QaQ t-9 . Deputy Clerk Patricia A. Bell 00191 H-v3mtsm In the Board of Supervisors of Contra Costa County, State of- California July, 12.19,-,�• In the Matter of Travel Authorization IT IS BY-THE BOARD ORDERED that Arthur, G','will,•County; Administrator, is AUTHORIZED to attend (time only) the National Council for the American Society for Public`Administration3'w . Columbia, Maryland during the period July 29 31, 1977. Passed by the Board on July 12, 1977. yi $ Pi R " fr hereby certify that;the foregoing Is a true and correct copy of an order entered on,the minutes of said Board of,5upervison on the date aforesaid Orig: Administrator Witness my hand and the Seal of the Board of Supervisors cc: Auditor-Controller affixed thbi 2tb day of Tut 19F� J. R. OLSSON, Clerk Byalt2 c (A `mac I Ir-• Deputy Clerk Patricia A. Bell 00192 H-24 4M 15m A i In the Board of Supervisors of Contra Costa County, State of California July 12 ,19(77 In the Matta of Authorizing Attendance at Meeting IT IS BY THE BOARD ORDERED that Betsy.FitzGerald Rahn, Judge of the Municipal Court, Walnut Creek-Danville Judicial District, is AUTHORIZED to attend the annual meeting!of"the American Bar Association (Judicial Administration Division) and participate as Secretary Nominee and as Delegate representing the California Judges Association on August 4, 1977 through August 9, 1977; in_Chicago, Illinois. Expenses will be paid'by .the-County of Contra Costa. PASSED BY THE BOARD ON July 12,1977. f 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 data aforesaid. Witness my hand and the Seal of the Board of Supervisors affixed this 12th day of July 19 77 J. R. OLSSON, Clerk ;1, , (k t?,e 00 Deputy clerk Patricia A. Bell Orig: Walnut Creek-Danville Municipal Court cc: County Administrator County Auditor-Controller 0193 H 24 e/15 10M I In the Board of Supervisors of Contra Costa County, State of California July 12 ,14 77 In the Matter of Accepting Grant of Easement, Storm Drain Maintenance District No. 1, Shadelands Park Assessment District, L.I.D. 'a25 IT IS BY THE BOARD ORDERED that a Grant of Easement, dated June 21, 1977 from the Mt. Diablo Unified School District is ACCEPTED. The County Clerk is DIRECTED to accept the above deed for the County of Contra Costa-for recording. PASSED by the Board on July 12, 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 Originator: Public Works Department Supervisors Real Property Division affixed this 12tWcy of July. 19-17 cc: Clerk-Recorder (via R/P) Mt. Diablo Unified School DistrictJ. R. OLSSON, Clerk 1936 Carlotta Drive By�1 a,1I, Deputy Clerk Concord, CA 94519 (via R/P) Patricia A. Bell Public Works - Flood Control oral 94 H-233/:4 lim R In the Board of Supervisors of Contra Costa County, State of California July 12 "1971- In the Molter of CLAIM FOR LOSS OF PERSONAL PROPERTY Prusuant to County Ordinance Code Section 36-8.1604, IT IS BY THE BOARD ORDERED that the County Auditor-Controller is AUTHORIZED to reimburse Carl D. Carey the stmt of $52.00 for a pair of uniform trousers and George ward the sum of $29.29 for a watch damaged in the line of duty. PASSED by the Board on July 12, 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: Auditor-Controller Witness my hand and the Seal of the Board of County Administrator Supervisors County Sheriff-Coroner affixed thisay of July . 1972 Claimants - Carl Carey George hard J. R. OLSSON, Clerk By��'rn u t!<� �1_v� .Deputy Clerk Patricia A. Bell In the Board of Supervisors of Contra Costa County, State of .California July 12' .19 L7- in the Matter of Claim for Loss of Personal Property Pursuant to County Ordinance Code Section 36-8.1604, IT IS BY THE BOARD ORDERED that the County Auditor-Controller is , the sum of AUTHORIZED to reimburse 14icharel _ Doeee in'the line of dutyTO for damage to personal propsty i Passed by the Board on July 12, 1977• 1 hereby certify that the foregoing is a true and correct wPy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hood and the Seal of the Board of cc: Auditor-Controller Supervisors County Administrator Sheriff-Coroner axed this 12th day of July 19-� affixed Claimant c/o Sheriff J. R. OLSSON, Clerk By 4l_ � h tC �Z���DeputyClerk ricia A. Bell (1(119 H-24 4/77 ISM " ( In the Board of Supervisors of Contra Costa County, State of California As Ex-Officio the Governing Board of the Bethel Island Fire Protection District July 12 .19 -17 In the Matter of Awarding Contract for the Metal Apparatus Building at Bethel Island Fire Protection District. (7003-4095) BIDDER TOTAL AMOUNT BOND AMOUNTS Ted A. Molfino, Builder S23,652.00, Labor & flats. $11,826.00 635 N. Sacramento Base Bid Plus Faith Perf.. $23,652.00 Lodi, California Alternate 2 The above-captioned project and the specifications therefor being approved, bids being duly invited and received; and The Board on June 21, 1977 having referred to the Public Works Director for review and recommendation the matter of bids for the Metal Apparatus Building at Bethel Island Fire Protection District; The Public ,orks Director having this day recommended that the bid be awarded to the above listed bidder; The Board, as ex-officio the Governing Board of the Bethel Island Fire Protection District, ORDERS that the contract for the furnishing of labor and materials for said work is awarded to the aforesaid bidder at the listed amount and at the unit prices sub- mitted 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, the Public :forks Director is authorized to sign the contract for this Board. IT IS FURTHj'R ORDERED that, upon signature of the contract by the Public lyorks Director, the bonds posted by the other bid- ders are to be exonerated and any checks submitted for security shall be returned. PASSED by the Board on July 12, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered an the minutes of said Board of Supervisors on the date aforesaid. Originator: P. !.. Dent. Witness my hand and the Sea(of the Board of Bldgs and Grounds Supervisors cc: Public !`.arks (2) affixed thisa?thday of_ .1„4, i9 77 Contractor _ County Auditor-Controller County Administrator l, J. R. OtSSON. Clerk P. Burton gy ,/. /OGw, Deputy Clerk K.POus 00197 If•24 3i76 ISm I i In the Board of Supervisors of Contra Costa County, State of California July 12 .19x22- 1n the Matter of Appointment to the Moraga Fire Protection District of Contra Costa County. On the recommendation of Supervisor R. I.� Schroder,_IT IS BY THE BOARD ORDERED that Mr. Richard H. Soper, 10,Beaconsfield Court, Orinda, California 94563 is APPOINTED as Commissioner to;the Moraga Fire Protection District of Contra Costa County'to fill the unexpired term of Dr. William V_ Bernard ending December 31, 1978. PASSED by the Board on July 12, `1977. 1 hereby certify that the foregoing is a true and correct copy of on order entered on the minutes of said Board of Supervisors on the date aforesaid. Witnen my hand and the Seal of the Board of cc: Mr. Richard H. Soper Supervisors Moraga Fire Protection District affixed this 17r1;day of Tt,Ti 19 77 County Auditor-Controller Public Information Officer - Ili OL$SON, Clerk County Administrator gy^, .v � _.r I. . l%. Deputy Clerk J Ronda Amdahl 00198 H-N 317615m - In the Board of Supervisors of Contra Costa County, State of California July 12 11977 in the Matter of Increase in Contract Contingency Fund Rudgear Road Reconstruction Project Walnut Creek Area Project No. 4141-4542-651-72 On the recommendation of the Public Works Director,IT IS BY THE BOARD ORDERED that an increase of $2,000 in the contract contingency fund for the Rudgear Road reconstruction project is APPROVED, said increase being needed to compensate for underestimation of the cost of force account work which was the partial subject of a previously authorized increase in said fund. PASSED by the Board on July 12, 1977. hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date oforesaid. Witness my hand and the Seal of the Board of Originator: Public Works Department Supervisors Construction Division affixed thPsl2thdoy of July 19 '77 cc: George P. Peres Company, 120 South 23rd Street J..R. OLSSON, Clerk Richmond, CA 94804 By Pauo . Deputy Clerk Public Works Director N. Pous County Administrator Auditor-Controller 00199 H-243j741Sm L. In the Board of Supervisors of Contra Costa County, State of California July 12 In the Maher of Granting Extension of Time in which to File the Final Map for Subdivision 4759, Oakley area. On the recommendation of the Director of Planning, IT IS BY THE'BOARD ORDERED that the request of R. Kellner for a one-year extension of time in which to file the Final Map for Subdivision 4759, Oakley area, is GRANTED, thereby, extending the final filing date to September 2; 1978. Passed by the Board on July 12, 1977. r; 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. (P) Witness my hand and the Seal of the Board of cc - Director of Planning SuperAsors Public Works Director affixed this 12tbday of July . 19 77 R_ Kellner County Counsel J. R. OLSSON, Clerk County Administrator Supervisor Hasseltine y cA .Deputy Clerk rar.r1cla it. Bell H•24 3/7615m rY�144, RECEIVED CONTRA CA COUNTY PLANNING D PARTMENT JUL-5' 1977 1.t OFRON amc aAw or woflvuoN By A CO. TO: Board of Supervisors DATE: June 30, 1977 FROM: Anthony A. Dehaesu SUBJECT: Subdivision 4759 Director of P1 fY Transmitted herewith is a copy of arequest from R. Kellner of KADCO for an extension of time in which to file the Final Map for Subdivision 4759, Orchard Park, a proposed subdivision of 96 lots on 20 acres in a Single Family Residential District (R-6). The property fronts 1,320 feet on the north side of Cypress Road and 660 feet on the east side of O'Hara Avenue in the Oakley area. The tentative map for this subdivision was approved by the Planning Commis- sion on September 2, 1975. An extension of ane-year in which to file the Final Map was granted by the Board of Supervisors to September 2, 1977. Because of the lack of availability of water service at this time, the Final Subdivision Map may not be filed. The Subdivision Map Act, Chapter 3, Article 2, Paragraph 66452.6 (c) allows for granting of extensions of time in which to file Final Subdivision Maps for a period or periods not to exceed a total of two years. In view of the circumstances, I recommend approval of an extension of one year to September 2, 1978.- AAD:lsw cc- Supervisor Hasseltine County Counsel County Administrator fD��2,�11 mcroll0med with board order t In the Board of Supervisors of Contra Costa County, State of California July 12 19 77 1n the Matter of Reptrt of Director of Planning on Proposed Las Trampas to Mt. Diablo Regional Hiking and Riding Trail (Segment of Golden Loop). The Board having received a June 27, 19M-status-report from Mr. Anthony A. Dehaesus, Director of Planning, responding to Board referral of a letter from Chief Michael W. Blodgett, Danville Fire Protection District, expressing concern with respect to the impact (large numbers of horses, persons and vehicles) on local facilities which would result from construction of the proposed Las Trampas to Mt. Diablo Regional Hiking and Riding Trail (part of.a trail connecting Las Trampas Park, Mt. Diablo Park, and Briones Regional Park--referred to as the Golden Loop); and Mr. Dehaesus having advised that the trail proposal is included in the East Bay Regional Park District Master Plan and the County General Plan, and that compliance with the General Plan is to be determined in the future; and Mr. Dehaesus having listed concerns of the Danville Fire Protection District, the County Sheriff-Coroner's Office, and the Public Works Department, and having stated that these concerns will be addressed in the Final Environmental Impact Report of the East Bay Regional Park District; IT IS BY THE BOARD ORDERED that receipt of the aforesaid status report is ACKNOWLEDGED. PASSED by the Board on July 12, 1977• 1 hereby certify that the foregoing is a true and correct copy of an order entered an the 'minutes of said Board of Supervisars on the date aforesaid Witness my hand and the Seal of the Board of cc: Danville Fire Prot. Dist. Supervisors Chief M. W. Blodgett East Bay Regional Park Distafrmed this i r day of 7t,i; 19-7-7- Director of Planning Public Works Director J. R. OLSSON, Clerk County Sheriff-CoronerII�! , '1 � u County Administrator BY L.)G�,p�J - Deputy tY Clerkrk Helen C. Marshall 002c,2 H-24 4177 15m RECEIVED CONTRA COSTA COUNTY JUL G 17377 PLANNING DEPARTMENT J.2'aL5:o:z CWX eoAan o:wrawz L cor, ....fora co. TO: Board of Supervisors DATE: June 27, 1977 J FROM: Anthony A. Dehaes SUBJECT: Las Trampas to Mt. Diablo Director of Planni r Regional Hiking and Riding Trail On May 17, 1977 the Board referred a May 5, 1977 letter from Chief Michael W. Blodgett. Danville Fire Protection District regarding the impact of the proposed Las Trampas to Mt. Diablo Regional Hiking and Riding Trail to me for review in conjunction with other County departments. STATUS REPORT This East Bay Regional Park District project would establish a seven-plus mile long hiking and horseback riding trail connecting Las Trampas Regional Wilderness with Mt. Diablo State Park. This trail segment will eventually be part of a lengthy regional trail connecting Las Trampas Park, Mt. Diablo Park, and Briones Regional Park-- referred to as the "Golden Loop". The trail proposal is included in the East Bay Regional Park District Master Plan and the County's General Plan. In addition, Senator Nejedly has sponsored legislation to help finance the project. In the past few years the County has secured several easements for the trail through the subdivision approval process. Presently, the East Bay Regional Park District is studying alternative alignments for this trail. A Corridor Study and Draft Environmental Impact Report for several alternative routes was released on March 8, 1977. Several public meetings were held to discuss the alternatives and many local residents have expressed concern regarding different aspects of the alternative routes. A major concern being the location of staging areas. Staff of the East Bay Regional Park District have indicated that a Final Environmental Impact Report will probably be prepared for the portion of the trail from the vicinity of Interstate 680-Danville Boulevard to Mount Diablo State Park in the near future, and that additional study will be required for the remaining link to Las Trampas Park. It is also likely th8x staging areas will not be included. Pursuant to Government Code 65402, the County Planning Commission will have to determine in due course whether the proposed trail is in compliance with the County General Plan. A public hearing on this particular aspect will be held before the Planning Commission. However, this hearing is not intended to discuss the design details or merits of the trail, but merely whether it conforms to the General Plan in terms of use and general 1,Dcation amons other considerations. 019203 Microfilmed wifli UodA orAer NONNI Board of Supervisors -2- June 27, 1477 OTHER CONCERNS The Danville Fire Protection District has indicated that their primary.concern is lack of information on the number of users of the trail at any one time. The Fire District is concerned that a large parade or event could have detrimental impacts as follows: 1) A large number of trail users could impede cmergency vehicle access in residential areas. 2) A large number of staging area users could also impede emergency:"vehicles and cause localized policing problems. 3) A large number of trail users will have difficulty crossing Danville Boulevard and cause congestion. The Fire District wants the East Bay Regional Park District to address these matters by determining potential use level and by providing proper management and- notifica-tion procedures for any major events. The County Sheriff-Coroner's Office is concerned about any new activities in the San Ramon Valley and the accompanying potential for an increase in crime and com- plaints because of lack of manpower. The County Public Works Department is generally concerned regarding the portions of the regional trail which would be adjacent to public roads and where intersections and trail crossings are required. The Public Works Department will review the pro- posed alignments in detail The East Bay Regional Park District staff has stated that the concerns of the various County departments will be addressed in the Final Environmental Impact Report. AAD:BIA cc - Supervisor Hasseltine County Counsel Public Works Director Sheriff-Coroner County Administrator Danville Fire Protection District East Bay Regional Park District 00204 i In the Board of Supervisors of .Contra Costa County, State of California July 12 .19 77 In the Matter of Request for Refund of Park Dedication Fee by r•.illiam C. Connolly. The Board having received'a July 5,. 1977 memorandum from Mr. Anthony A. Dehaesus, Director of Planning; recommending the refund of a $585 park dedication fee paid by Mr. V7illiam C. Connolly in connection with the issuance;of a building permit for Parcel No. 29-100-43. IT IS BY THE BOUND ORDERED that the recommendation of Mr. Dehaesus is APPROVED. PASSED by the Board on July, 12, 1977. } I hereby certify that the foregoing is a true and cad rrecopy of on order entered on the minutes of said Board of Supervisors an the date aforesaid cc- +`r. W. C. Connolly, 3703 V?illol, Witness my hand and the Seal of the Board of Rd., Bethel Island, Ca. per visors Director of Plannino offixed this 12thday of July 1977 Countv Auditor-Controller County Administrator J. R. OLSSON, Clerk By.. Deputy Clerk . ar12 e Johnson H-2.13/7,613. 00205 7 In the Board of Supervisors of Contra Costa County, State of California July 12 19 77 In the Matter of Appeal of Beverley Glieden from Action of the Planning Commission on Application for M.S. 7-77, Walnut Creek Area. The Board on June 21, 1977 having fixed this date as the time for hearing on the appeal of Ms_ Beverley Glieden from Planning Commission denial of Application No. M.S. 7-77 for a minor sub- division in the Walnut Creek area; and Chairman R. I. Schroder having declared the hearing open, asked if there were any persons wishing to speak on the aforesaid proposal, and having noted that no one in the audience wished to speak; and The Board on July 5, 1977 having declared its intent to continue the aforesaid hearing to August 2, 1977, and having subse- quently received a request from Mr. Henry Schmidt, opponent, that the matter be continued to a later date and Mr. Michael T. Stoddard, attorney for the applicant, having agreed to the proposed continu- ance; IT IS BY THE BOARD ORDERED that the hearing on the appeal of Ms, Beverley Glieden is continued to August 16, 1977 at 11.30 a.m. PASSED by the Board on July 12, 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. Witness my bond and the Seo[of the Board of cc: Ms. Beverley Glieden Supervisors Mr. J. R. Lynn affixed this 12th day of July 1977 Mr. Henry Schmidt Mr. D. H. Woodworth Mr. M. T. Stoddard J. R. OLSSON, Clerk City of Walnut Creek By X,&�,L Deputy Clerk Director of Planning Public Works Director Vera Nelson Land Development Director of Building Inspection 00 206 H-24 V77 15m r In the Board of Supervisors of Contra Costa County, State of California July 12 19 7j— In —In the Matter of Appointment to Contra Costa County Assessment Appeals Board. Supervisor R. I. Schroder having noted that the terms of Mr. Thomas C. Garrick as an Assessment Hearing Officer of Contra Costa County and an alternate member of the Contra Costa County Assessment Appeals Board have expired, and having recommended that Mr. William C. Spalding, 3425 Bayberry Drive, Walnut Creek, California 94598 be appointed as Assessment Hearing Officer for a term ending in June, 1978 and as an alternate member of the Assessment Appeals Board for a term ending in June, 1979; IT IS BY THE BOARD ORDERED that the recommendation of Supervisor Schroder is APPROVED. IT IS FURTHER ORDERED that the Chairman is AUTHORIZED to execute a Certificate of Appreciation to Mr. Garrick. PASSED by the Board on July 12, 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 dale aforesaid Mrdneu my hand and the Seal of the Board of cc: lir. T. C. Garrick Assessment Appeals Board �'p°ry7SOrs County Assessor affixed this 12th day of July 19M County Auditor-Controller County Counsel J. R. OLSSON, Clerk County Administrator Public Information By Cra Deputy Clerk Officer g 03207 2 t!7 H-24 am ISM In the Board of Supervisors of Contra Costa County, State of California July 12 ,19 IL in the Matter of Appointments to the Citizens Advisory Committee for County Service Area R-7. Supervisor E. H. Hasseltine advised the Board' that the Citizens Advisory Committee for County Service Area R-7 (in accordance with the Board's policy governing Committees) had on February 17, 1977 established staggered terms for its members as follows: Term Member Expires Mr. Edward E. Best June 30, 1977 Mr. Gordon Britz June 30, 1977 Ms. Sandy Myers June 30, 1977 Mr. Robert D. Beratta June 30, 1978 Mr. Ronald C. Crane June 30, 1978 Dr. Joseph L. Hirsch June 30, 1978 Ms. Frankie Ross June 30, 1978 On the recommendation of Supervisor Hasseltine, the Board hereby CONCURS with the terms established by said Citizens Advisory Committee. IT IS BY THE BOARD ORDERED that Ms. Sandy Myers, 20 Smokewood Court. Danville, California 94526 and Mr. Edward E. Best, 146 Via Copla, Alamo, California 94507 are REAPPOINTED to said Advisory Committee for two-year terms ending June 30, 1979. IT IS FURTHER ORDERED that Mr. Richard McNeely, 9 Ocho Rios Place. Danville, California 94526 (replacing Mr. Gordon Britz) is APPOINTED for a two-year term ending June 30, 1979, and the Chairman is AUTHORIZED to execute a Certificate of Appreciation to Mr. Britz for his service to County Service Area R-7 during its formative years. PASSED by the Board on July 12, 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: Ms. S. Myers Supervisors Mr. E. Best Mr. R. McNeely affixed this l friday ofY.1{ 19 77 County Service Area R-7 % r __ Public Works Director ` t \J.iR�OLSSON, Clerk County Administrator f` County Counsel Deputy Clerk Director of Personnel Ronda Amdahl Public Information Officer 00208 H-24 3/76 Itm I y In the Board of Supervisors of Contra Costa County, State of California July 12 .14 In the Matter of Approval of Cash Deposit for 1977-1978 Tax Lien. IT IS BY THE BOARD ORDERED that cash Deposit (D.P. No. 000185) in the amount of $1,000 from Mr. Patrick J. Fahey for estimated 1977-1978 tax lien for Subdivision Not 4832,, City of Pinole, is APPROVED. IT IS FURTHER ORDERED that Cash Deposit (D.P. No. 000179) in the amount of $10,000 from Cataline Built Homes, Inc., for estimated 1977-1978 tax lien for Subdivision No. 4740, City of Antioch, is APPROVED. PASSED by the Board on July 12,:197.7. I hereby certify that the foregoing is a true and eorred copy of an order entered an the minutes of said Board of Supervisors an the date aforesaid Witness my hand and the Seal of the Board of cc: County Treasurer-Tax Supervisors Collector with of epsoit(Permit)Py DaW ed thisl2thday of July , i9 77 J. R. OLSSON,Clerk By20��t e s-"I DL R�A-" .Deputy Clerk Patricia A. Bell H-=a 3176 15. EDWARD K.L.EAL ALFRED P.L.OUELI C.u.ty 7-00 —rTo.cau.etsr Assistant Cnantt Treasurer- . Tax C Uocta. TAX COLLECTOR'S OFFICE Fin!L:sTelaent e!Tna.s Fltst 8rstoLtnent et Tams Dne and Fsyabl. CONTRA COSTA COUNTY D.Ummm.t err Lhe F::at Day at l:seet•S.y - ao the Tenth Day of D.r.ubst MARTMEZ_CLLIFOWMA _-------- S—d LulalIxet e!Taxes Pbm.ZZS--3WC.Zst.23n Second rystattarot at Tarin Due ced Payable L DslraC..st eco the First Dry of FebmwM July 6,•15-IT an tb.Tenth Day at Apra -U MIS T.�Ci 15 NOT F=- By _QC MER 31, 19 77, TTM IS YM Zhir. will certify :*at I have exant;nr:d the mp of the proposed subdivision entitled: . MCT ISO. 1;t j2 (Cit_- of P=no1e3 and hive dete-wed frcm the official tax records that there are no— unpaid County taxes heretofore levied on the prop-rty included in the =,lo. Tsa 1=^6-77 tax I.-Len has been paid in frill. Ota estiate .of the 19J7=r8 tax lien, which beca a lien'cm the•tirst day of bars-, -1917, is 5 3-,L{.f0.00 _ ». EMARD Wi. =aT" Tax Collector n rf By: -�! `4 Ca RECEIVED _ JUL 1:1 1977 J. R.CSSON -01210 CLERK BOARD OF SUFfavISCRS 7^ A Co. Iicrantned vAth b=d order OFFICE OF COUNTY AUDITOR-r y CONTROLLER It TREASURER MARTINEZ.CALIFORNIA I AVED FROM PATR CK J. FANEY ORGANIZATION NUMBER trot Cosh Cettenom Procedures see Courey Adminattetor's SulteT-r.I US.1 DESCRIPTION FUNDrORG. SUB. TASK OPTION WORK AUTACiKAW ACCT. H TAX C-LIPP ME 810400 o2on s le(,;VV t t _ t t I t t t t t t t I • t I t I t t t t • r t r EXPLANATION: TOTAL S TRACT x4y ' I OF PINOLE DEPOSIT 1000 Deposit consists of the following items COIN and CURRENCY S CHECKS.MO..ETC. S BANK DEPOSITS S • FOR AUDITOR-CONTROLLER USE ONLY DEPOSIT PE"w45IT DP 00195 tri:5ER WE 7 / 11 1 77 At,tGNED T ne ar.•aunt of r---,ey dcsa-l-d cbc%-e is for Treasurer's reap of cba•e omoww a approved. vect V of c:n.ve Cmeure is hereby dear• she Co etemov. acirgw:rdged. S.Sned Dme_l� �'� e�9t. Sig ^ �'' Dep .ay Auditor Murex r,3r REV.Sr77 ftr►iaoii�med with board Order ..=x;-iD K.LEAL , ALEW-0 P.LOWELI C—*r Tr.ssurer-Tas Coleetoe Assistenl conetr Ttestorer. TAX COLLLCTOWS OFFICE Tei cou.ct.. Fsslsat of T— D-cd P.Y.bl. CONTRA COSTA COUNTY "Out 00 C.-r..t Lor o:2re..mb0c sa 3e Teach Der of D.ce=�sr ------------- MARTNEZ.CALIFO;0" ------------- ' -rn d_•ftla.Eaeat*IT-- " Phos.225-3000.Eit.2385 Second Lastenesnt of Tn"s Me ead Percla0 Ds:faysoet as!hc M$ t Dcr of rebrnarr July r 1977 - oo the Tenlb lar ct April Tr 'i�E'IS TACT IS NOr BIL.-D Br W7'6 R 31, 3.977 , Tffi %,='TTS 1S v®_ This viU certifg tbat"Z have e3mri ed the,map of the proposed szlbdici,ion entiti6d: M.. 4-,1.0 (Cit;- of sticch) .. and have determ red :rom the official trr_ records that there are no =rmid County taxes hrrfitofcrfa levied cn thx property included in the mime The 1076-77 tax lien has been paid in full. Our estimte a: the _1(177:E-t--x lien, which became a Len an the first day of 19'� , is a10,t1C%00 wim We mall Tax Collector IBy: RECEIVED JUL t I i917 iA COSTA[O '00212- Microfi!mrA- with board order I OFFICE OF COUNTY AUDIIOR-CONTROLLER 7 11Hl TREASURER: MARTINEZ.CALIFORNIA _CEI V ED FROM CATALIW'F Bl!II T l TF!f' ORGANIZATION NUMBER 1024 �GyxuaoN - - AM ALO TR APPT),C tFoe Coh Coiteoion Roceduwes we County Admina„otor's Eulletm 105.1 DESCRiFT102J FIR,:DlOR(. ACCT. Tj`K OMICN WO KAUt f AMOUNT S � TAX GUARANTEE 810400 08 0 1) 0100 �Vn , t , t , , t , i t t , - t , t t t t , , , , . t EXPLANATION: TOTAL S TpArT rl DEPOSIT 12,P90, QO Deposit consists of the following items. COIN aM CURRENCY s CFIECKS,ALO.,EIC. S BANK DEFOSRS S FOR AUNTOR-CONTROLLER LGE ONLY Dwesn' PErviT DP e00174 NUMZER -, / j 77 CATE The amount of money above is foe Tgemkoei secs rf ci cbcve omouro is ewovcd. Cecega cf above unount d h"cby deposa ir.o rhe Coufty T,e M. adna"d4ed. SW3WISTale: `~DW_-?CowvyAudaor Sgned. Lam- �Ccptny CountyT,cosurce Maofilmed wish board ordac 00213 In the Board of Supervisors of . Contra Costa County, State of Colifomio July 12 :19 77 In the Matter of Supervisors Salaries. Supervisor E. H. Hasseltine havingcommentedthat in its final report, the Grand Jury had recommended that the position of members of the Board of Supervisors be full time and that the salary be commensurate with the responsibility of the office; and Supervisor Hasseltine having suggested that in response to the Grand Jury recommendations, the Board establish a blue ribbon committee to examine the responsibilities of the office of Supervisor, the amount of time that the taxpayers should reason- ably expect to be expended by the Supervisors in fulfilling the duties of their office, and what kind of salary would be commensu- rate for the position; and Supervisor N. C. Fanden having commented that she was of the opinion that it would be premature to act on this one recom- mendation of the Grand ju y, particularly since it would benefit only the Board of Supervisors; and Board members having further discussed the matter; and Supervisor R. I. Schroder having suggested that consid- eration of this proposal be delayed for one week pending Supervisor W. N. Boggess' return from vacation and provide Board members an opportunity to study the matter. No Board action taken. This is a matter of record. a matter of record 1 hereby certify that the foregoing is a true and correct copy ofd dwo"xentered on?he minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Supervisor affixed this 12 tkday of July 19 J. R. OLSSON. Clerk ey/>crcSi t %�trlJtr.�r Deputy Clerk Helen C. Iiarshall 00214 H.24),r;(.15m In the Board of Supervisors of Contra Costa County, State of California July 12 ,19 , In the Matter of Approval of Surety Tax Bond(s). IT IS BY THE BOARD ORDERED that the surety tax bondCs) in the amount(s) indicated for the following tract(s) is(are) APPROVED: Tract Bond Company No. Location Principal S No. Amount 5015 Concord Wilcox Real United Pacific $4,000.00 Estate, Inc., Insurance Company et al. U- 95 58 37 PASSED by the Board on' July 12, 1977 1 hereby certify that the foregoing b a true and correct copy of an order enftrod on the minutes of said Hoard of Supervisors on the daft aforesaid. Mrdness my hand and dw Stat of the Board of cc: Tax Collector s"Per"isoft with copy of bond(s) wed this 12t2&y of July , 19 77 } J. R. OLSSON, Clerk Bj, Deputy Uerk 031 Patricia A. Bell 00215 H-24 3x615. - . EDWARD M.LEAL ALFRED P.LONELI County T..e..,.r-Tax CaII.etoe Assistant County Tr.osjr.r- TAX COLLEZOR'S OFFICE Tax cou.elor First of Texas FIrst oftsfoll=.nt of Texas Due a.d P.T.M. CONTRA COSTA COUNTY Deuguest on the F::st coy of K—asber on fhe Toulb Day of Deeaels.r S.coad fnstoUl t of Taxes - Pbooe 22"000+.Ext.MS .. .Second Installment of Texas Due and Payable _ Delinquent on the Mat Day of F*kmawrJune S, 171-1 so&be Teeth Day of Apdt 37 Mils TRACT IS WM FII.M,BY Wkm 312,19 77,1 THIS.arm IS-VOID This id1l certify that.I have exazzined the my of the-proposed subdivision eutit'sed: TRACT 5015 (City of Comord) and have-deter.dz--d f1 as the official tax records that there are no unpaid County taxes heretofore leviedon the property included in the nap. fixe 19x6-77 tax lien has been paid in full. Our esti=te of the. :1977—?p tax lien, vich became a lien on the first day of ."aTch, ia^f is S 4,COO.c1n ._. _ _ ....._ Tax Collector %2Gc� 00216 __ Miuofikned with board order COUNTY OF � SS. Contra Costa On July 5 . ty 77 before an.the undersigned,a Notary Public in and for sand County and S_ P--Kdy appe-ed Bob Safier known to me to be the { Secretary at + the corroation thus executed the within imtaxnent,and known to nw to be the persons who executed the within instnrnent on behalf of the ewporatian therein domed,and acknowledged to rm that such z corporation execubW the scene,and acknowledged to ane that such i c rporatias exetseed the within Instrtxnent pursuant to itsby-lawsor a msoWmn of its board of director VMNESS ary land and oBdal seal . _ OFFICIAL SEAL 1EWRIE E ALERr;[dDER • NOTAKe PUBLIC —CAUMMIA 11 COMM Co.-TA COJATY I ASy Crnnma:ioa Etpias App 13. ISO (Seal) 5?'_A C3. .. •. Jaeoe r57ic in and for said C.,Iy and State . " Jeanne E. Alexander fNotory's mama shall be typed or legibly printed-Go✓L Code 820M - STATE OF CAUF04ZNIA - COUNTY OF 5S. Contra Costa 11 an before me.rhe-imianecf,a Ndosy PuWic in.aad fv sold Coenty, , and S'hae,penoeatty Bob aS�ifer known to me to be the �[ . Seas"of the corporation that execw.ed the within Imhwrw .t.and known to she so be the persons who exeasted the ahln hntrurlent an behalf of the mrporasors.therein rtaaled,and acknowledged to me that aueh mrpmatian esecused the Banns.and acknowledged to rm that such capOrmlos exeaeted the within kwnamwa pwsuou to its by-tours . . cc a resokutim of its bind of director - WnNM my bond and official seal _ OFFICIAL ckEAL JEAMIE E M.WNDER fl NWARV PUBLIC -:.01W1A • t - PRINCIPAL .i :y ft- CONTRA =...4•C04"fle My Ctmigtas:m Eipim R;nl i3. 1SED Meal) �r Notary ie in and for said County and •''[• Jeanne E. Alexander lNotarys name 0=0 be typed or legibly.pdnted-GdVr.Code 02M C091`04MM 00217 1 i STATE OF CALIFORNIA COUNTY OF u st Contra Costa on July 5 77': hsfa t me,the undanipmd,a Matory publ-W state, ic is ad for raid Cataty Todd W Loc&vood known to me to be the pts of the t t-kn that ca ut d the within 6+ttttnnaa,and known to atir to be the Per=ttt:who eaeaaed the tdthin imtmamm an behalf If the corporation therein naned•old adwxmkdgtd to me that setdt 0MCCaim eek the same,and acknowledged.to me thatsuch - oorporotka excDA d the whho imminent punamt to itt bylaws �= of o tesclution of its board of clin micrL WMJBS ary hand and oNkM Baal - OFFICIAL St:AL 1DURE E ALEXAhiOER MOT-r Pusuc YR+KQFAL OFFICE.IN Com as COSTA ctwrr, WT^commWoo des W 13. h4 kiblk to and fa sad Co and i;.� L Jeanne E. Alexander 1Tletaty's name slsoli be typed at legibly printed Go✓t code 820..ry coceoeanaa • .- w:� � t N r. 1 4 J r' _ 4 t $r s � ' •`.� � ..� .. �S IVY 00218 BOND NO. U 95 58 37 =0.C? '.G_:I':C" '::1):E`; PRMUM: $40.00 814011 ALL f EI BY __iBSP PRESENTS: WILCOX REAL ESTATE, INC.; CAL-STATE DEVELOPMENT CO., INC. Mi T FAIRVAC INC (.LL CALIFORNIA CORPORATIONQ , as principal and (Surety) UNITED PACIFIC INSURANCE COMPANY , a corporation organized and existing under the laws of the State of WASNTNCTON and authorized to transact surety business in California as surety are held and firmly bound unto the County of Contra Costa, State of California, in the penal sum of FOUR THOUSAND AND NO/IOOths - - - - - - Dollars $g,nnO.on ----.), 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 bird ourselves, our heirs, executors, administrators and successors, jointly and severally, .firmly by these presents. Sealed with our seals and dated this Ist day of JULY ,.. 19 77 The conditions of the above obligation is such that.WHERFAS, the above bounded principal '_s about to file a map entitled PARKWOOD PLACE SUBDIVISION NO. 5015 and covering a subdivision of a tract of lard in said County of Contra Costa, and there are certain liens for taxes and special assessments collected as taxes, against the said Tract of land covered by said map, 'which taxes and special assessments collected as taxes, are not as yet due or payable..• WILCOX REAL ESTATE. INC.; CAL-STATE DEVELfiME= CO.,INC NOW, THE.PEFORE, if the said FAIRVAC INC. ALL CALIFO I 45; � shall pay all of the taxes and special assessments co lected as FP_xesi which are a lien against said tract of land covered by said map, R %the.; '.• ' time of the filing of said map of said Tract, then this obl1gatioti'sh1al1-.:`, be void and of no effect. Otherwise it shall-remain in full forci�;.alyd.1-*; effect.- WILCOX REAL ESTATE. NC. CAL=STATE DEVELOPMENT CO., INC. BY. �/ r BY, Prin al UNITED PACIFIC INSURAN E COMPANY FAIRVAC INC. / y S / 6 BY , 'Y-IN-FACT ACKNICWLEDGEMIT . (By SURETY) State of California ) County of ALAIMM ) County in which acknowledge= is taken On JULY 1, 19773 before me, 835E V. AGUILLEN , a Notary Public in and fora s _•d Countyand State, personally appeared WALTER F. mow known to me to be ATTORNEY-IN-FACT of the corporation that executed the within in .l-ermt and also known to rre to be the Terson who executed { o behalf of s eb corporation and acknourledged to me that such carp brat on r. eted he �r`.hip instrument arc h•-•��•- or a resole`,' 't ar c d; tori. rukicuLM:Ar . 8 ROSE V.AGLR!LNNOURT SO=M,ULMa �. FAAyEDA ODUMV Ina ton o sig;a re type or .print name of 7tary n;)219 ex Gnra-.m b"n M.JS.lp7 Microfilmed with beard older NOTAP.Y PUBLIC In the Board of Supervisors of Contra Costa County State of California July 12 .19, 77 In the Matter of Rea_uest for Consideration of Alternatives to Incarceration. The Board having received a July 3, 1977 letter from A!s. Carol U:razen, Chairperson, Social Action Committee; Mt. Diablo- Unitarian Church, 55 Eckley Lane, Walnut Creek, CA 94598 trans- mitting a petition expressing concern with respect to construction of the county fail and urging that alternatives to.incarceration be considered; IT IS BY THE BOARD ORDERED that the aforesaid communica- tion is REFERRED to the County Administrator for response. PASSED by the Board on July 5. 1977. 1 hereby certify that the foregoing is o true and correct copy of an order entered an the minutes of said Board of Supervisors on the date aforesaid. cc: Fit. Diablo Unitarian Church W'dness my hand and the Seal of the Board of Fs. Carol Wrazen Supervisors County Administrator affixed this 1 ern day ofT.�� 1977 Director, human Resources Agency J. R. OLSSON, Clerk County Sheriff-Coroner i CCC Idental health gy11"1(� /�Ls� 7 :y[Y Deputy Clerk Advisory Board Helen C. Marshall 00,920 H-24 4/77 15m IN Thr BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Grievance of tis. Hope Denisoff, Jul 12 I Ms. Linda Dow and Vs. Joan Kane. y , 977 This being the time for Board determination on the appeals of tis. Hope Denisoff, tis. Linda Dow and Nis. Joan Kane from the Employee Relations Officer's denial of a grievance relating to decision of the County Auditor—Controller with respect to lack of approval of vacation requests as submitted; and The Board on July 5, 1977 having directed the parties to submit grievance records, written presentations and recom— mendations for Board determination; and Mr. David Platt, Business Agent, Contra Costa County Employees' Association, Local No. 1, having appeared on behalf of the aforesaid grievants, and having reviewed the circumstances surrounding the grievances; and Mr. :lilliam G. Ray, Chief, Employee Relations Division; having summarized the position of the County with respect to the aforesaid decision, and having responded to questions posed by members of the Board; and Mr. Donald Funk, County Auditor—Controller, having advised that vacation policies established for his department are based on the necessity of meeting tight schedules and that the cost of overtime or contracting out work affects his budget; and Supervisor J. P. Kenny having commented that he felt it important that Department Heads be entitled to schedule vacations so as to accommodate the best interest of the department and its work load; and Board members having discussed the matter; IT IS BY THE BOARD ORDERED that the appeals of tis. Hope Denisoff, Ms. Linda Dow and Nis. Joan Kane.are DENIED. PASSED by the Board by the following vote: AYES: Supervisors J. P. Kenny, N: C. Fanden, R. I. Schroder. NOES: Supervisor E. H. Hasseltine. ABSENT: Supervisor il. N. Boggess. Supervisor Hasseltine indicated that he vias opposed to denying the aforesaid appeals because he was of the opinion that every employee is entitled to the vacation time he desires and that the departments ought to be as accommodating as possible, and that if an employee had been accustomed to vacation at a certain time each year for four years, it was reasonable to assume that he would again be allo:•:ed to schedule that same time for the current year. cc: ta. H. Denisoff CEBT[PIF:p COPT' t':s. L. Dow I certlfr that tht:[e a f•:1!•rr.^r "-,t Mpr of Ms. J. Kane u9°rlr ^rn.•. Contra Costa County Employees' Assn. it .`. Employee Relations Officer by Ikp4tr cr_r� County auditor—Controller Director of Personnel County ;.a^inistrntor Contra t . FRECEIVED] Costa CIVIL SERVICE DEP.MMENT C0_r tj/ Administr�tior.Building_ Tyl/ Mat.inez,Catiiom is .avisoa TMA Co. Wtv Date:.. July 7, 1977 T0: Board of Supervisors FROIi: -Charles J. Leonard,"Director of Personne'QlIIva'k SUBJECT: Grievance ProcedureJ. As you know, a grievance has been submitted-to the Board for determination on - July 12,1977 pursuant to Ordinance Code Section 34-28.018. Accordingly, a description of-the grievance procedure is provided below for the Board's.infor- mation. The County of Contra Costa has a formal procedure for the processing and resolution of grievances. A grievance, as defined in County Ordinance Code 'Section 34-4.024, is any real or imagined dispute-by one or more employees concerning the interpretation or application of policies, procedures or agreements (including memorandurds of understanding) on matters-within the scope of re- presentation or on the practical consequences that decisions on these matters may have upon an affected employee or.employees. The formal grievance procedure adopted by the County is found in Chapter 34-28 of the Employer-Employee Relations Ordinance. The grievance procedure provides for the processing of grievances in an orderly and timely manner through various levels of administration culminating in arbitration or presentation to the Board of Supervisors. An attempt is made to settle all grievances on an informal basis (lowest level) by discussion between the immediate supervisor or other appropriate supervisor and employee and/or his representative. If a grievance cannot be settled at the lowest level it may be appealed to a second level management representative designated by the department head_ Generally a second level management repre- sentative is designated in larger departments, however, this is an optional level within the grievance procedure. If a department has not designated a second level management representative the grievance may be appealed to the department head or his representative authorized to make a final decision at the departmental level. If a grievance is appealed to the second level management representative or to the departmental level, an impartial fact-finding team investigates the facts pertinent to the grievance. The fact-finding team, which consists of one person selected by the grievant and one parson selected by the department head, reports in writing to the parties on only those facts agreed to by both fact-finders. A<6] - nn222 Board of Supervisors " July 7, 1977 Page 2 If the department head or his representative is unable to,resolve the grievance to the satisfaction of the grievant after receiving the fact-finders report, the grievance may be appealed to the Employee Relations Officer. If the grievance is not settled by the Employee Relations Officer it may then be appealed for final determination to either the Board of Supervisors or to an arbitrator. When a grievance is submitted to the Board for determination, it is submitted`- upon the record, (i.e- this includes the formally presented grievance, the fact finders' report and the.written determinations of the second level management representative [if any], the department head and the Employee Relations Officer), and the written presentations and recommendations of the parties. The grievance record is submitted to the Board to insure that the Board has - available to it all the pertinent background information relating to the grievance. This provides an opportunity for the Board.members to familiarize themselves with the grievance prior to the determination date that has been set. In addition to the record a written presentation and recommendation is submitted by the parties involved. The intent of the written presentation is to provide a vehicle by which-the parties may present their position on the grievance and the basis for their recommendation. In addition, the record and the written, presentations are submitted so that the need for oral presentation on the back ground of the grievance, position, and recommendations of the parties may not be necessary during the Board session. The-Board, if it wishes may.order the presentation of oral testimony and/or oral argument to supplement the written materials presented to it_ It should be noted that the intent of any oral presentation is to supplement the written materials presented to the Board. If the Board determines that oral testimony or argument is required, it should be cautious not to allow the parties to expand presentations beyond the grievance being appealed. In this regard it should be noted that there may be a tendency to use the oral testimony/argument mechanism as a means for bringing other matters to the attention of the Board. If there are any questions concerning the grievance procedure, please do not- hesitate othesitate to contact this office. WGR:pr cc: County Administrator County Counsel Clerk of the Board ✓ oom h RECEIVED Cil: JUL/a1977 A oKssav i,ui�ta •CIttL'SERV'iCE DEPA -61E,N'7 c�ac WARD O:SUKWisoRs Cc", Administration.Building ��� ACO' Mardnez,California Date: July 7,,1477 TO: Board of Supervisors FROM: Arthur G. Will, Employee Relations Officer by: William G. Ray, Chief, Employee Relations Division r SL+l31ECT: Grievance Filed on Behalf of Ms.. Hope Denisoff, Hs. Linda Dow On Juiy 5, 1977 the Board directed the parties involved in the above grievance to submit the grievance record and written presentations and recomendations to the Board for determination on July 12, 1977 at 10:45 a.m. In accordance with Ordinance Code Section 34-28.018 the Employee Relations Division is for- warding herewith the grievance-record and a written presentation prepared by the Auditor-Controller- The grievance record includes the following: letters from Mr. Henry Clarke, General Manager of Contra Costa County Employees Association, Local No. l to the Auditor-Controller filing the grievances on behalf of the grievants; a letter from the Auditor-Controller to Mr. Clarke advising him of the Departments •selectior. of"a management fact finder; the Fact Finders Report; •a letter"to Mr. Clarke from the Auditor-Controller denying the grievance at the departmental level; a letter from Mr. Clarke appealing the-grievance to the level of the Employee Relations Officer; the Report of the Employee Relations Officer; and a letter from Mr. Clarke to the Board appealing the grievance to the Board of Supervisors. NGR:pr c: County Administrator County Counsel Auditor-Controller Clerk of the Board Contra Costa County Employees Assn., Local No. 1 AK 63 -.. 0024 /�_e,dor-Controiler.OfficF Contra 1 nc}} � Accqun4r.J Fira_re 6viC�in9 - CWIa fJr�rotasG.:•torris772-22•fii :rlartin_�.Califomia9i553 _ audgs County' Chw!: D.Thompson 372.201 J—,51 372.2181 Cosi Accounting Jame.A.Horst 372.2395 H.Donatd Funk - - - . Aad:-Or-controller '- Data C.Tayfrg .,..Gt.,n C.Taylor 332.2377 Donald L. Intimal Audit Aai:tant Auditor-Cantroiler - _ John A.AyWrd 372-2161 ROM Purehasing. Willi—A.Sch idt 3722172 f - _Systams Arthur T.Sturge=372-2157 SIW4TriJuly 6, 1977 Sam Kimotoo 33772-ems Board of Supervisors - Contra Costa County Martinez, CA 94553 This is in response to Local l's June-24 letter tb Chairman Warren Boggess relative to grievances of keypunch-employees over vacation requests. I first point out that as of this date out of an original five there are only two grievants remaining, three resolved the matter with the department, one before it became a grievance. The two now remaining involve vacation requests for the first half of September and the middle of February of 1975. The employees were infomed prior to April I that those two vacations could not be approved because of work load. Thus, they were informed 5 months and 11 months in advance, certainly not a short notice. I might point out that one of those employees _ requested 5 vacation periods, 4 of which were approved; the other employee requested 3 vacation periods and 2 were approved. The Union claims that (1) the employees were given short notice, (2) the employer should grant the disapproved vacation requests, and (3) employees should receive approval within two weeks after presenting a request_ Now addressing each: 1. Five months and 11 months are not short notice_ 2. Authority for granting specific vacation periods rests with the management which-is responsible for production. 3. The present policy of scheduling vacations annually for the year beginning April 1 and accepting requests during the three months prior to that date makes the two week response impractical because of possible time conflicts which are resolved by seniority if not mutually by the employees affected. (As a matter of fact, because many of the employees submit their cards shortly before the April 1 date they receive a response within two weeks or less.) This seems to answer the Union's presentation. However, for your further information the following brief description of the present policy is offered_ 0022 (' -2- Board of Supervisors July'6. 1977 , Martinez, CA 94553 First, the Data Processing Division, of necessity, is'a round-the-clock operation financed by a budget approved at the beginning of the fiscal year. Therefore, production scheduling is very tightly planned and the labor force must be closely controlled to minimize the risk of missing deadlines and going over budget by adding the cost of overtime and outside contracting. •Management of vacation time is essential and.the present policy, which has been folloxdd unchanged for many years, is understood and has been accepted by all employees_ Until this year the Union has not chosen to test it. The procedure is: 1. Shortly after January 1, the department distributes vacation request cards for the year beginning April I- 2. Cards requesting vacations in April must be returned by January 31. Cards requesting vacations in May must be returned by February 28. All other cards must be returned by March 31. 3. There are three or four periods in the year, five days or less depending on the configuration of the calendar, during which no vacations are approved. Although these are known.to employees -because of their knowledge of the operation, the periods are identified_ (Next year, 1978, these periods will*be specifically noted by an attachment to the request card.) 4. On the first working week day after the final date for submission . the vacations are approved, or disapproved if they conflict with a critical work period. S. Khen too many requests for the same period occur they are returned 'to the group who then have the opportunity to work out the situation among themselves. If this cannot be done, seniority rules. 6. Approved vacations are firm. However, employee requests for subsequent revisions may be approved. Very ly yours, Ll LR:K Auditor-Co roller HDF:mp cc: Bill Ray, Chief, Employee Relations) Data Processing-Division- Nalfil ! t. 1,OCAL 277 :'L'ri�'Gy ?-O.BOX ZZ2 ?+9ALH0.'.BHAAVEf4UE • PHONEMS-1600 J MARTINEZ.CAUMM2IA 93557 f� w Juste 7-4, 1977. - Mr. Warren Boggess Chairr,.a Board of Supervisors Conti Costa Camty Adninistration Building _ Martinez, California 94553 Dear Sir: I have been authorized by the follpwing employees, Hone Denisoff, Linda Pow and Joan Kane, all key-punch operators in the Auditor- Controller Department to appeal a grievance to the Board of S•.ner- Visors level. They-filed a grievance on April 4th, 1977 regarding the denial or.` the part of their susicrvzsor and subsequent fiministrative levels in the.auditor-Controller Departmmt of a request for vacation leave. The Employer Relations Officer represented by)tr. iYilli=Ray, Chief of the Employee Relations Division did not satisfactorily resolve . their grievance and therefore they are appealing the grievance to the level of the Board of Supervisors. Their grievance was not Satisfactorily resolved in that the requests for vacation leave were not denied until tvio rnnths after they had registered their requests for such vacetion leaves and had already made certain vacation plans with their families presvadng t?zt their vacation requests had been granted. Their griev=ce is still based on the fact that the long delay in informing then of the denial of their request caused v-vuua and unnecessary hardship on them and their families. The solttior that they-an seeking from the Board of Supervisors on their grievances is that the Board should direct the Auditor-Controller to grant their vacatior.'requests and fn-therr:rore that the Board should direct the Auditor-Controller to resnor_d mithin at least 3 weeks in the future to emplIcyees vacation requests so that they c--,i plan their vacations without undue hardships to themselves and their f.nilies. . F THE UNION rOR PU3L(C EMPLOYEES ORG 'IIZEO 1531 00227 a f l _ f t aw8 arm -I£t l EIM"F—PS't1Si0C£ATItn, If lG4L �0..'I r Henry L. L_'arke - Ccneril ti-• � �' zza-.e: HLC: "M OWNS �?s 0Pe'- :tea-cio cc: Spa -neo I" li^i� n, ;loge K e r�lo}fir �elati�s �fEia:r, f\i-trc: �liZZia;� I�ay, t�u.e� �vil Service De?ar:roat T Joyce neZztions ?litasica VMIT 10 S 5i f t took Z141 ARCO? t t � d 4 r � ✓ 3 6` 37. � r r e Y:f J 00228 i Report of Employee Relations Officer. on _ Hope'Denisoff, Linda Dow & Joan Kane Grievance Subject: Grievance filed on behalf of Key Punch Operators Hope Denisoff, Linda Dow, and Joan Kane over the Auditor-Controller Department's decision to not approve certain days of vacation requested by the grievants. Background: From documents available to the Employee Relations Officer, the following chronology was developed: On April 4, 1977 Contra Costa County Employees Association, Local No. 1 (hereafter referred to as Local No. 1) filed a formal grievance on behalf of each grievant over the lack of departmental approval of their vacation requests as submitted. On April 12, 1977 the Administrative Services Officer in the Auditor- Controller's Department notified Local No. 1 of the management factfinder' selected to investigate the grievance. On May 20, 1977 the Fact Finders Report was submitted to the Auditor-Controller. On June 2, 1977 the grievance was denied by the Auditor-Controller. On June 7, 1977 the grievance was appealed to the level of the Employee Relations Officer. Issue Alleged: That the Auditor-Controller is required to approve vacation requests as submitted by the grievants. Findings: The Employee Relations Division has conducted a review of correspondence pertinent to the appeal, inclusive of a review of the Factfinders Report. The following factors'have a significant bearing on this grievance. 1. It has been an established Departmental practicd to distribute vacation cards to Key Punch Operators in January of each year. Those requests returned to the Department prior to the first of April are screened for approval based on work load considerations, seniority by shift, and provisions of existing Memorandums of Understanding. Vacation requests received after the first of April are granted on a-"first come, first serve basis', provided they are not in conflict with previously approved vacations or work load schedules. 00229 2. The classification of Key Punch Operator is An the Fiscal Services Unit, which has been alternately represented by Local No. 1, Associated County Employees (ACE), and Local No. 1 (effective July 1, 1977). 3. A Departmental Memorandum of Understanding with Local No. 1, effective Fiscal Year 73-74, included a provision that ". . . two day shift employees_ may have vacation during a given period of time and one swing shift employee at a given period of time." It was further specified that the vacation schedule of the Supervising Key Punch Operator would not be construed to reduce vacation scheduling of Key Punch Operator's. This Department Memorandum of Understanding was incorporated in-tate FY 74-75 Memorandum of Understanding between the County and Local No. 1. The Associated County Employees demands for FY 75-76 included a request that this Departmental Memorandum of Understanding be incorporated in their Memorandum of Under- standing with the County, but the actual settlement contained no reference to Key Punch Operator vacation schedules or the Departmental Memorandum of Understanding. The Associated County Employees FY 76-77 demands included "Clarify vacation restrictions and options, particularly an night shift." The finalized FY 76-77 Memorandum of Understanding between the County and Associated County Employees included; . . there is no specific pro- hibitation against allowing more than one person on a shift in the Key Punch Section to take vacation at any one time provided that there are sufficient personnel to perform the work as determined by the management personnel of the Auditor-Controller's Department." 4. County Ordinance Code 34-8.002 clearly states that County management is to make decisions on the methods, means and personnel by which the County's operations and services are to be conducted to insure the exercise of control over County operations in the most efficient and economical' manner, and'in the best interests of all County citizens. Discussion- After a review of the material, it appears that this grievance essentially centers on the issue of whether or not the Auditor-Controller is required to approve all vacation requests as submitted by Key-punch Operators, regardless of work load considerations. i A review of the grievance record shows that the Auditor-Controller has consistently retained the management prerogative to approve or disapprove vacation requests_ This prerogative is currently provided for in the management rights section of the County Employer-Employee Relations Ordinance. t f . i on-00 i { The grievance submitted on behalf of the grievants assumes that the Auditor-Controller is required to approve vacation requests as submitted. While negotiations between the County and employee organizations representing Key Punch Operators have resulted in the establishment of parameters and specific language in Memorandums of Understandingregarding vacation scheduling, the Auditor Controller has maintained his right to exercise discretion in decisions involving vacation requests. This right is reaffirmed in the current Memorandum of Under- standing between the County and Associated-County Employees(ACE) wherein it is recognized that the scheduling of vacations may be restricted during certain periods of time. While the grievants may disagree with the departments'decision to approve all of the vacation days that they requested, nothing has been presented that demonstrates that the department must approve each and every day of vacation which has been requested and submitted in accordance with department procedures. If additional limitations are being sought which limit the Auditor-Controller's discretion with regard to the approval or disapproval of vacation requests they should be addressed during negotiations as they have been in the past. Decision: It is the decision of the Employee Relations Officer to deny the grievance_ Date: June 22, 1977 Arthur G. Hill Employee Relations Officer , . . : y: William G. Ray Chief, Employee Relations Division WGR/AM:pr cc Grievants Contra Costa County Employees Assn., Local No: 1 County Counsel County Administrator _ Director of Personnel Auditor-Controller I.E.D.A. 611231 J . 77 T101 P,0-130X= - 2719 ALHAMBRA AVENUE - PH0NE223-1600 r.f MARTINEZ.CALIFORNIA 93553 cltCc DEPT June 7, 1977 Employer Relations Officer Contra Costa County . Administration Building Ahrtinez, California 94553 Attention: William Ray, Chief, Employee,Relations Division Dear Sir: f I have been authorized by the following members Hope Denisoff, Linda Dow, and Joan Kane, to appeal a grievance to the'Employer Relations Officer level according to the County Grievance Procedure. i These members are not satisfied with the answer of Mr. Funk, the Auditor- Controller, to their grievances and do not agree with him that the facts do not support their grievance. The three members listed above reaffirm their grievance in that they have been denied a vacation which they had properly filed for under the procedures known to them of their department and they seek a solution to their-grievance that reinstates their vacs- tion requests as well as duds some consistent position on the par-, of the Auditor-Controller in regard to the proper scheduling of vacations. Sincerely yours, ONI'RA COST[Ay COEM HROM ASSOCIATION, IAC&`10. 1 Henry 6t. Clarke General imager_ HLC/aw opeu/29/arl-cio cc: Civil Service Department H. Donald Funk, Auditor-Controller Hope Denisoff Linda Dow Joan Kane - I THE UNION FOR PUBLIC-EMPLOYEES o�aafaan leaf 00232 r .ti aodit0~-Con:ro;ler Offit Contra o.anb>9 Costa .rticbo�3s G.?Aorris 372-2246 Finan.::a::i:ding .1�' Charles D.Th'3—P-n37Z2G ?Aar;irei.C_iif.^.m:a 9.033 Cost Acwunring tc151 3f?218i Jamxs A.116M 372-2895 .Data Protwuirg H.Donaid Funk r Glan C.Taytor 372-2377 Auditor•Crn:-ollr = lammal Audit Don.id L.S.mh t - n �'1= _ John A.AYlard 3/2.2161 Assistant Auditor-Con;roilx y. YtiGiam A.Schmid:372-2172 ..Systems Arslwr T.S:t11921e 3724157 Sp�dal Dis Ar ft/T-- J�'' !971 Sam Kimoto 372.21]6 er T+ J Za. L�3L1i� mmag - �.tr7 r0.tit3 CiOL^.-���-' c7ees �BV�['?a1••i ry+a TSA,^'j3,.A.. P. Gs. :4:53 I'rye recekied a e m=ned tae Fmt,ai�3eis' F��ro�-v ± the � ���� ca .a D sW-' -1 or tt, am rot facts.) ;..:n> 7 t"'.3 �•=—°t ' re'LIJ2 to Lei£CiL3tiCC1 �p `� V; -='SSCPJPI3`3:.9- it s3ou1a be t��� that t sia ctl�sti�31SO ilr.;O'N a of hLY`�V--t. s r r ._...;,,..hm tia^s mot Y,ees �• i� ��7°res• II cc- . Bill T'Ma t',:_?zs ��E.' : ;t r 00233 t J CONTRA COSTA"COUNTYs 4 PLL►NNING DEPARTMENT; * � 4 x TO N Oonald:Funk Auditor-Controller DATE Flay Z0 7977. FROM: Jams F. Seiden SUBJECT: Management Fa ` Fact Finders` Report s ct � Attached please find the Fac Joan Kane, Hope Denist Finders' Report'on.the,,grievances filed,by = off. Linda Dow and Eun-Soak Lingo_ JFS _ § c /ral CC Contra Costa County Employees Ass6nat�on u ,wr CTv�I Service Department { r o Q � k rn k nn llal-, n iJ* NgQ - � c .i„• d � -{F3 k�9` 'fit 3`'��q,� y:,,P,,, t. r .Sc+ �' ! ;' ', 'zatc'•' ��' max,-#c "r u , , d t,+��-'y_pr¢° sm- fit . 1i 3pev .. 0 ,MP,i - r m RR 3 2i K a ti� yy X M• 1�' r FACT FINDER'S REPORT; Fact Finders: Bill Taylor,Jr.,'Grievants'Designee James Belden,Jr.,Managements'Designee In the Course of Fact Finding this grievance,the Fact Finders jointly interviewed: ' Joan Kane,Keypunch Operator(Grievant). Hope Denisoff,Keypunch Operator(Grievant) Linda Dow,Keypunch Operator(Grievant) Eun-Sook Lingo,Keypunch Operator(Grievant) Ben Dowdy,Data Processing Operations Supervisor Bob Bettencourt,Data Processing Shift Supervisor(Swing) Gerry Burchell,Senior Keypunch Operator Documents attached include: 1. Ben Dowdy memo regarding vacation scheduling of January 5,1977. 2. Kane Vacation Request Card 3. Denisoff Vacation Request Card 4. Dow Vacation Request Card. 5. Lingo Vacation Request Card. b. Grievance Letters on Apri14,1977 Facts: General 1. A departmental memorandum.of understanding between the Auditor's Office and Contra Costa County Employees Association effective from July 1, 1973 through-June 30, 1974 includes a paragraph related to keypunch operators' vacation schedules and reads as follows: "for the purpose of scheduling vacations,the day and swing shifts shall each have a vacation schedule. Based on current filled positions,two day shift employees may have vacation during a tim given period of e and one swing shift employee at a given time. In no event shall the vacation schedule of the Supervising Keypunch Operator be construed to reduce vacation scheduling of keypunch operators." 2. The memorandum of understanding between Contra Costa County and Contra Costa County Employees Association effective from July 1, 1974 through June 30, 1975 includes a paragraph on the above-mentioned departmental memorandum of understanding which reads as follows: "The current departmentmemorandum of understanding shall remain in full force and effect to and including June 30,1975: provided, however, that the Department is in the process of developing a new shift schedule for the computer operation and the parties to this memorandum of understanding agree to meet and confer at the earliest convenience over the Department's imposed shift schedules-!' { 3. --The memorandum of understanding between Contra CostaCounty and Associated County Employees for the period July 1i 1975 through June 30, 1976 representing the Fiscal Services unit (of which the keypunch operators i are a part) contains no reference to keypunch operator vacation schedules or. the departmental memorandum of understanding. i j $. The memorandum of understanding between Contra Costa County and Associated County Employees for the period July 1,1976 through June 30, i 1977 includes a paragraph on keypunch operator vacation schedules and reads i as follows- '!In the Auditor-Controller's Department, there is no specific prohibition against allowing more than one person an a shift in the keypunch " i section to take vaction at any one time provided that there are sufficient i personnel to perform the work as determined by the managerial personnel of the Auditor-Controller's Department." 1 5. In or around September 1976 supervision of the swing shift keypunch section was transferred from Gerry Burchell,Senior Keypunch Operator on day shift to Bob Bettencourt,Data Processing Shift Supervisor for swing shift. 6. Dowdy,Burchell and the Grievants agree that in recent previous years to 1977 vacations were not totally prohibited in any time period and that application of vacation review criteria has changed for the 1977 vacation season over recent previous years. This is the first year vacations have been denied during the first weeks of July and September. 7. On January 5,1977 Ben Dowdy, Data Processing Operations Supervisor,'issued a memo to"All Supervisors"indicating cautions about certain short pay period- to be considered in reviewing vacation requests, a copy of which is attached. The immediate supervisors involved in this grievance,Gerry Burchell and Bob Bettencourt,received this memo. 8. Dowdy reports that the January 5, 1977 memo was intended as a guide to the supervisors under him in considering vacation requests and that they were responsible for approving or denying vacations and meeting all deadlines. He did not place any specific limits on how many could be off on vacation at any one time,work load permitting_ 9. Neither Burchell nor Bettencourt immediately relayed their interpretation of the January 5,1977 Dowdy memo to their respective keypunch shifts although. Burchell recalls returning vacation requests to two of the grievants irr mid- March suggesting a change based on her interpretation of the memo(see separate facts on each grievant for details) and Bettencourt remembers vaguely communicating the impact of the memo to the swing shift keypunch section sometime between January-and April 10. ' As has been the practice for the past ten.years(according to Dowdy),during the latter part of January Gerry Burchell-distributed'vacation cards to keypunch operators on the day shift that she supervised and the swing shift supervised by Bob Bettencourt. No mention of the Dowdy January 5, 1977 memo was made at the time the cards were distributed: 0023 I i tr { 11. Vacation cards can be returned to the Supervisor up to April lst and at that i point seniority by shift decides who will be allowed vacation in the case of conflicts. The cards are returned April 1st each year with the decision about t approval or deniai. Requests after that date" granted provided they do not conflict with previously approved vacations and work load schedules on a"First come,first served"basis. 12. Dowdy reports that the level of staffing (filled positions) is not a factor in reviewing vacation requests. 13. Dowdy identifies three or four weeks of the 52 weeks as critical periods when deadlines are apt to be missed. Based on the number of work days before the 10th of the month,his January 5,1977 memo identifies April 1-62 July 1-8 and September 1-8. In addition he pointed out October 1-7 as being a similarly short period._ 1 ! 14. Dowdy points out that the 1st through the 10th of September is normally exceptionally difficult for keypunch because of school payroles which are complicated by teacher-related data changes with the return to school. 15. Burchell identifies these levels of keypunch time pressure when deadlines are apt to be missed as follows: Highest 1st through 6th of months with unusually short number of work days l due to holidays and weekend pattern(in 1977 these are April, July, September, October). Normally overtime has been necessary in-_ previous years due to short time and employee vacations. , Next 1st through 6t1h of other months than above, the month of February Highest which is exceptionally short because of the short month and two holidays, and sometimes adjacent to holidays such as Thanksgiving and Christmas. Normal Other times than mentioned above. 16. Dowdy reports no limit to number of keypunch operators off on vacation one time,work load permitting. 17.• Dowdy reports two missed deadlines in 1976 as follows: July 1976-"Municourts",1 hour late. September 8,1976-"School Payroll Phase 6"-11 hours late. 18. Dowdy reports work is not separated by shift. Keypunch work not finished an day shift is continued on swing shift. 19. Dowdy reports the new accounting system effective July 1,1977 is expected to increase record inputs affecting keypunch by 396. 20. Vendor payroll under the new system twill be daily instead of the 10th and 25th which should spread the burden on keypunch over the entire month instead of those the deadlines. Burchell is reluctant to speculate on the impact of this new system to keypunch workload. 21. Burchell reports that in'heavy workload periods when:deadlines are apt,to be missed she asks for volunteers to work overtime and that.she has had problems getting enough volunteers at times. She cannot remember seriously missing deadlines(i.e.,more than a few hours)in recent past years. 22. Burchell gathered the vacation cards as they were turned in and checked them in mid-March. At that time she noticed problems with the requests of Kane and Denisoff and returned them suggesting they"try to pick another time"or similar works to that effect. 23. On or about April 1st,Burchell went over the vacation cards for critical times with Dowdy and discussed the potential of denying those. 24. Cards were returned to employees on or shortly after April 1st with decisions on approval or denial of vacation requests. Hope Denisoff Facts: 1. Deni,%nff has twelve years as a keypunch operator with the County. 2. She requested June 20th through July Bth(3 weeks)and turned in her card. 3. About mid-March Burchell asked her to reconsider her request without specific indication about why reconsideration was necessary. 4. April Ist she received the card with approval for June 1S through July 1;'1977, July Rh through 8th being denied. i 5. Denisoff's husband requested the same three weeks so that they could take a trip to Hawaii(first 2 weeks)with the last week(July 4-8)being for rest after the trip.before returning to work. Joan*Kane Facts- 1. acts1. Kane has fifteen years as a keypunch operator with the County. 1 2. She requested September 2nd through 16th(two weeks)and turned in her card March 2nd. 3. About mid-March Burchell returned her card and suggested Kane reconsider her request,because no two people could be off at the same time. (Linda Dow had requested the same time W in September and withdrew her request for that time.) 4. April 1st she received the card with approval for September 12 through 16, 1977,September 2 and 8 being denied. 5. Kane has taken the first two weeks in September on vacation for the previous four years. 002-0 Linda Dow Facts - j, 1. Dow has six and one-half years as a keypunch operator with the County. 2. She requested August 1 though 7, November 28 through December 4, and February 13 through 19th(1978). t ! 3. April 1st she received the card with the February vacation denied. 1 4. In years prior to 1976, in February the Assessot's unsecured tax assessments M were handled by the keypunch section. February, 1976 was the first year keypunch did not perform this job. Burchell recalls February,1976 as being a busy month but not the hectic pace of previous years when the unsecured tax job was assigned. + Eun-Soak Lingo Facts: 1. . Lingo is Korean and has been away from her family far eight years. 2. For Christmas,1976 she sent her parents plane tickets to the United States for a visit. She states she has been planning this vacation for two years,saving up her vacation time. 3. She planned vacation for June 27 through July 24 to show her parents the l United States by motor home. A deposit was made to reserve the motor home for this time. 4. Lingo works swing shift and reports to Bettencourt. 5. .The day.after receiving her vacation card from Burchell,Lingo returned it to Burchell stating that this vacation was important to her or words to that effect. & Burchell was generally aware of Lingo's vacation plans but not specifically the dates. Bettencourt and Dowdy were not aware of her plans with her parents, the trip,etc.,until April 1st. i 7. Lingo's husband requested the same time from his employer including two weeks"personal leave".'This was approved by his employer in February 1976. 8. Burchell took the card not noting the t+me requested and, according to her, gave it to Bettencourt a few days later(early February). 9. Bettencourt recalls receiving Lingo's card in mid-March, at which time he stacked it with other vacation cards. 10. Bettencourt states that on or about April 1st he gave the vacation cards for swing shift keypunch to Dowdy stating his reservation about Lingo taking the first week of July based on Dowdy's January 5th memo and Dowdy decided to deny it. 11_ On April 1st he returned Lingo's card.and explained the denial + (NlZ 3 r _ r F r N a � 4 12. At this time there were two keypunch operatars'on swing shift The:;other, keypunch operator said that she vroutd work her vacation around Lingo's plans. 13. On April 4th,Lingo explained her plans to Bettencourt stating that because of her parents ages(in their 70's)that they probably.would not be able to return to the United States and the trip was very important to her and them. He could not or would not change the denial. 14. She next explained the problem to Dowdy but ha would not change the den'►al. 15. On April 16th,Lingo's p ents arrived on visas,good through the end of July . ..v✓� lJ 15"�i8 /7� Bill Taylor,Jr.,Grievan Fact Finder at V G im en, r.,Ma 'ement FactFinder ate JFB/cad shs/77 Z rR - r 3 r ,r t 00240. _ _•;-7�:._ ;iCii- aCA,* Kati' TOA 111 UP1 11/•5 C1: SATE ,S FROM SUBJECT MC,117h%S 2Z/II H S'l faRT P.�LY �F_R/G�7 S 1r�1;C.�. CPU SL T/a/- 7- ;SC'HEJ?!/LES 0A/ DA YS 11/n1CAti ,E-- _21,FAlS5 CCAc5 / n)c-R T,��_ A, !-FL' A PPRnrIE Ri n. (Z s F'nf i -DR. PPC7/N TA� 0R XA C AT/l?!✓A PR LL I . s2f � j ,SEPI — / _� r�r 7,r ��if A LS r7 /A/ !7 F E/1? 73�P_ -7) UR I JO' z Tf/,ee I'.E R! 12 A .S A i l s iF Y A5 Nl A Al Y 5 Jig C 'R EC,U ES T 4 A.5 fin. S/RLQ ~ P ZZ 7- 73 F SIGNEDu2 • f/ PLEASE REPLY HERE 7 DATE C s I 1 SIGNED F4ETN %OWEn T•OaNO4 AN0 SNA►OUTECA?30N2 RETAINl7alilICAIE IPIN41 ND**TUM OtIGMAL Y/1iN U�30�5,TO REVIY. I 00241 . I• ,Ire 6 1 u7 t.: 77 C�AtFLOY6 P.O.BOX222 - 2779 ALHAMBRA AVENUE PHONc ZZB-1fi00 MARTINEZ.CALIFORNIA 9.5PN ,q .; I.Lrp.F,('L�•. April 4, 1977 Air..H. Donald Funk Auditor-Controller Finance Building 625 Court Street Martinez, California 94553 Dear Sir: I have been authorized by Eun-Souk Lingo,'a Key Punch Operator, to appeal a .grievance to your level..regarding.thea refusal of herr vacation..request.. Mrs. Lingo informs me that on Friday,"April 1, she was informed by her immediate Supervisor, Mr. Bettencourt, that her vacation request is being denied by Mr. Ben Dowdy and,therefore, Mrs. Lingo met with Mr. Dowdy and he zgain denied her vacation request.- Mrs.Lingo informed both her itmiediate Supervisor and Mr. Dowdy that her va- cation request had been made to coincide with her husband's vacation-as well es her parents' vacation who are coming from Korea in order to spend their vacation with their daughter, Mrs. Lingo, and her family. I am hereby appointing Bill Tavinr. Jr•. a worker in .the Public isorks De- partment, as our-f-- der on this grievance. Please advise me as soon as possible who will be appointed as the fact finder for management. Sincerely yours, CONTRA, COSTA COUNTY UIPLOYEES ASSOCIATION, LOCAL NO. 1 Henry Clarke General Manager HLC/aw opeu/29/afl-cio cc: Eun-Soot Lingo i Bill Taylor, Jr- Employer RelationsOfficer, Attention: william Ray, Employee Ret. Div. Civil Service Department THE UNION FOR PUBLIC E-PLOYEES Oa0AMUD IKI nn242. <ti.-ti� sat acial-"ass ry o�ECS �.Ir� E it 02jai'I P_0_BOX 222 - 2739 ALI!,t]j RA AVEIJUE,Tt PHONE 228-7600 IJARTINEZ;CCALIFQ 71!1%>L,q¢533 April i, 1977 fr Mr. H_ Donald Funk Auditor-Controller Finance Building - 625 Court Street - Martinez, California 94553 Dear Sir: I have been authorized by Linda Dow, a Key Punch Operator, to file,-a grievance on her behalf over the fact that her vacation request was denied by her immediate Supervisor, Mrs. 'Gerry Burchell,una.Srvising, Kcy.Pch Operator. Linda Dupe ow'informs me that she talked to Mrs. Burchell on Thursday, March'31st, in terms of processing the first step of the grievance procedure, requesting her to revise her,decision and she was denied her request. I am hereby appointing Hr. Bill Taylor I-,,•a worker in the Public Itiorks Department, as fact fin ed r on-this grievance. Please let rde knot,` as soon as possible as to who the-fact finder will be for management on, this matter. Sincerely yours, CO,\?RA COSTA COUNTY EMPLOYEES ASSOCIATION,..LOCAL h0_ 1 . Henry Clarke General !tanager HLC/aw opeu/29/afl-cio cc: Linda Dow Bill Taylor, Jr Employer Relations Officer,:Attention::WnEcployee Rel.:Div. Civil Service Department I - THE UNION FOR PUBLIC ELiPLOYEES (9)243 LOCAL 51� ea, ,c eaar eat r.. z c Y o o n(7 n C C> C+f`/S a�BP� YY�.�.LiGlfL�La4Lilr��fllt- �'1=PLOt P.O.BO%222 - 27 9 ALHA1.9RA AVENUE.. PHONE 2a-1600 027�1/(7 MARTINEZ.CALI FORMA 96553 t'.'pi 7 . April 4, 1977 Mr. H_ Donald Funk Auditor-Controller Finance Building 625 Court Street Martinez, California .94553 Dear Sir: I have been authorized by Hope Denisoff, a Key Punch Operator, to file a grievance on her behalf over the fact that her vacation request was denied by her immediate Supervisor, Mrs. Gerry Burchell, a Supervising;. Key: Punch Operator. Hope Denisoff informs me,that she talked to Mrs. Burchell on Thursday,-March 31st, in terms of processing the first step, of the grievance procedure, requesting her to revise.her decision, and.- .she was denied her request. I am hereby appointing Nr_,_,Bi1J—T9YlQr—_y , a worker in the Public T orks Department,,as�-fact_trLCLon this grievance. Please-let me know as soon as possible as to who the fact finder will be for management on this matter. Sincerely yours, CONTRA COSTA COUNTY EMPLOYEES ASSOCIATION_LOCAL`1.10 "1 eath LI�L�p Henr Clarke General Manager HLC/aw opeu/29/afl-cio ' cc: Hope Denisoff Bill Taylor, Jr. Employer Relations Officer, Attention:,.Km `Ray, Eclployee Re1.•Div. Civil Service Department THE UNION FOR PUBLIC EMPLOYEES ' 04GG a1ZE0 14i1 00244 I yUCA[ .A ., �. "fFtO'IF'� P.77.BOX 222 - 2739 ALHA J5RA AV EMUE PHONE 228:1609 WARrIMEZ..CALIFORNIA.94533t_Cr-I_rV April 4;:1977 Mr. H:Donald Funk Y Auditor-Controller Finance'Building ¢ q 625 Court'Street " Martinez, California, 94553 Dear,Sir: I have been authorized by Joan Kane, a Key Punch Operator,. to file a grievance on her behalf over the fact.that her vacation.regOest was; denied by her immediate Supervisor, tars. Gerry Burchell,-a Supervising Key Punch Operator. Joan Kane%informs me that she talked to Mrs. Burchell on Thursday, March 31st, in terms of processing the first step of the grievance procedure, requesting her to revise her decision, and she was denied.her request: I am hereby appointing Fir. Bill Ta•2 or J ., a worker in the Public storks Department, ,as fact fin er on this grievance. Please let me know as Soon Las.possible . the fact finder,Mill be for management on this matter. Sincerely yours, CO\`TRA COSTA COU`YIY UtPLOJEES ASSOCIATION, LOCAL NO. 1 Henri, L. Clarke General Manager HLC/aw opeu/29/afl-cio Cc- Joan Kane'.' Billjaylor,.Jr. Paployer'Relations;.Officer. Attention 140: Pa►; Employee ReI :Div. Civil Service Department ` THE UNION FOR PUBLIC EMPLOYEES i -.O�Gar�2ED i9a7 L 00245 • z ��.7.L��.L�jt ��iZ�» rr�* " •jam-,.1 .�'r.��.�/ // . ,r ,yf,+���YeB A•?.ti,� Ns'.yd6R fir,, �. y- AL oK ro ..�"._«.� joa/ //ours Reguesfej— �• � .r.-ws• L +ta •. .w . _ -vsaCBTzoff AF of 1.CJ Ndr! /f' 10 PlI;Y E NNM6 f/ I II-�r`•J4•�s{ I saxes- � E-• TO Tofa/ //ours .., .n �-d"•�="f�• s�.t�_7,L_..� i � .ice,. i`'��'a•. YBCBTIa.N BEgLrg 'T 77 "PACYPt- MNME 2 F,-- AL,- JlY TO J:..Lic � . , 3AS LY ;Wa/ Aours �L e.lr _ f 00246 -"Y�++.r.�"'Sn�-.err.--_-.n"`—ti._i�.:':. �:d�y'�:.r:1�. ..t:'r..' •• ..• �::;�.-�: -X;�"�.. �1�:�:�.i�1�ay,.. '��"�'w J. �...•�„�'�r asa•i-y��yw'...?1'�wtiiti��.�,•�v..sa.:,•.+I��,..•�M1 rr.'•� r`a's ' py:•M fir�i-='•�6 • .�.,��� it w•••�'Y.S�-.,,,•asi �.�.•'[O p.-••i„ w.-i1'M:r•.T:'��r�Vis. •..... -. �•.+s.�YK ap�,y�.��`4,��}r.��rf"',��.sr-:ir•'r"`�n's. .. ... �. A •per. a.w.�'.'�aO.lr y.� Of: D�* y7^ �r_� tCsy. �t�1':+_1.... - �' F+,•;_ ,,��,. ,,, „`ter•,,. T L 1Sa �T NOTE 0163U e?n& TO ..�q� TO 7 1 z • Tota/ flours -�"�►�'�'qui,:.�w�'-1n�•►�•►,�I `�'�5T#�::�ur+�,�"{��R,. ,++c ' �- .! ,PY '�kyr.•-p�i���. -::y'.�•z i w�'7�s•mow-,'�Aa:�f•�,'�a- �'t� r 77 •- y A r +'t PIFrYEE/,.-SNR To �y .l t4tef tJ •moi i , .. .{. � .� rw,,,,At, f To Tota! flours R,,ry-e lrj ll;s' ,.��ior-i�c�niroller Of#ic� Q01 I a;>:.:a.t`ora7d?:553 - t Qlicl�olasG.h.aris 372-2246.. COU't1 t evdT-n -/ll1.[` �-t ";L L;.. Chines O.Then?scn372-2p 18 Z%oea:d Funic - ✓ cosiarcount oy Con;Lx - James A�.Harr,3722895 Glx C.Taylorl 372-2377 C r; Internal Aadis SERV1 ,� John A-A bW 37b21o1 Purd,as,.p 7 .." " _ ,` lfigi>rn A.Schmitic3M•2272 SYscems All—T-Stuigass 3722157. SO- d-4 l2, 19SO-d-4 Ohtrim/Taza: Sam l�im0I03722235. s r rs Nr:Hmry L. Clarke General'2•anager c Contra Costa,Coonty FaPloyees w ociati Ass Local No. p: 0..:Box:222 P�rtinez, CA 94553 ])--w Sir: _ 7hi.s is to advise you t^^at 2 Jules Bei'eM Ca<ri pia., �partaarlt, has been d-s�mted as.'tnis danartm netszct . Joan em ler,b�ie�nces filed bY.BY Punch,sectx� employees;: pe Dl usofiE, Linea 6-aid aia=Sook Ling. VeX3,yo n H. DO:"1.D F'[l1'IC Aud t`.Or=Coitmller Bye= T J. ct- 7 ham �trat7vz.3exvices 0 fficer bC lip. gym: Jas",Beim, per.ing 8117 �Ya Izplovze R aCos Divis7.on;.Civil Service Dea2ro 7t i zA t f 00248 ��. ?ai ''' C !'/ + GVI /J� 3/v✓ I :ani.— tC �— �t T,7 7. P.O.aax 2 -Z�ALHp.3Sp,.v-c.W - pHa:le xFa-Toyfif c L . r..$.. .. r-i 1r6�91:.9.553 - h7ARFiH April 4, 1977 Mr. H. Donald Fuxik Aud-tar-Controller Firs-Ince Building 625 Court Street ptartiaes California 94553 Dear Sir:. Eun-Sock Lingo, a K y Punch Operator, to appeal a l have been authorized by a the refusal of her vzcztian request. grievance to your level regarding informd by her z n, bingo inforas me that on Friday, April 1, she was it ediate Supervisor, :Ir. Bettencourt, that her vacation request ow being denied to Sup Ben Or,DowM . d, therefore, Mrs. Ling,net itith 4h-. Dowdy 91sd he zZain denied her vacation request tha - and infaxned both her imaLediate Supervisor and bL. Ds va atiC her va- cation request had been trade to coin from IIa herKorein order tocspe d their as her parents' vacation kho are coming vacaaan with their dau'nter, Prs. Lingo, and her fa ly- th I am her__by appointing Bill Taylor, Jr- ce Porker leaseeadvisecme as soon p�yezt as our fact finder on this gri geaent. -as possible who will be appointed as the fact fsnder for I13na Sincerely yours. t:GhTRA COSTA COU�"lY E?''.PLO`!EES ASSOCIATION, LOCAL No. 1 7. F.anr• L. Clsrka General Manz- 3 aceu/29/afl-cio cc: Eur Soni: Lingo Dill Taylor, Jr. Employer'Relations Officer, Attention Mill'=M Y, Io}ee P 1. B_•. Civil Service Department THE U-410f)FOS pUBLIC FV?LOYE-cS 002A r 1 y CAL P.D.BOX 232 - :2739 ALiiAPZR A AV EM1IUE PttOh=233. 1GQ0 -.mrTlNFZ.CALIFORNIA 94533: Agml73 4, 17 e'1 II. Donald Funk Auditor-Controller Finarca Building k 625"Court Street C•!artinez,' California 94553' Dear Sir: I have been authorized by Linda Doan, a Key Punch,Operator to file a garievance on'her behalf over the'fact that her vacation request was.;. denied by her i.»ediate Supervisor, bars. Gerry Burchell, a Supervising .Key Punch Operator. Linda Dow'irfb—s me that she talked to 'Urs- Burchell on Thursday, March 31st, iri tetras of processing-,the first step of the grie%=ce procedure, requesting her to revise her.decision and she was denied her,request. 'I as hereby appointing Mr. Bill Taylor, Jr., a%corker in the Palzc 4 _ No cs Densrtmeat,.as fact finder'on this grievance. Please let ne leio t as saon as passible as to who the fact finder wi il.be for management o>. this i2ai`er Sincerely yours, CO:v:;L COSTA COMITY EMPLOYEES ASSOCIATION, LOCAL NO. I r Henry L. Clarke Cene= Ha1:ager HLC/av ? opeu/29/afl-cio cc` Linda Dow Bill Taylor, Jr., `. Employer Relations Officer,Attention t* RaY, Ei=ployee ReI Dst.-`" Civil Service Depar;rent �!J Y Y THEUNIOP!rCR,PUBLIC`VJP.L07cES . oaGAY12E0,1341 _ :a•- 042501'7 ���_ r.a:scxzz- zrasi«�xsa ar�ruP • Pzt�:lfl2'3-zbo ktARTzrz��GatztaA:tlza Ss553 r. -April 4, 1977 Mr. H. Donald Funk Auditor-Controller Finance Building 535 Court Street Martinez, California 94S53 Dear Sir- I have been authorized by Hope Denisof:, a Key Puncli Operator, to file P- grievance on her behalf over the fact that her vacation request was deaiee by her i=ediate Supervisor, ?Irs. Carry Burchell, a Supervising Key Punch Operator. Hoz)e Denisoff informs me that she talked to Airs. Burchell on Thursday, .larch 31st, in tens of processing the first step of the grievance procedure, requesting her to revise her decision, and she was denied her request. I = hereby appointing ti:. Bill Taylor, Jr., a worker in the Public{corks Department, as fact finder on this g-evance., _Please let me know as soon as possible as to who the fact finder will be for>anagemert an this atter. Sincerely yours, CONMUk COSTA COMITY EMPLO1MES ASSOCIATION, LOCAL NO. 1 Henry L. Clarke General Manager HLC�aw 07-eul29/afl-ci,o CC: Hors Denisoif Bill Taylor, Jr. Z-n-.ployer Relations Officer, Attention. Mae- Ray, Employee PA. Die. Civil Service Department THE UNION FOa PUBLIC SUPLOTEES axcanzwn »a 1 i r r •<Vt P.o.Box 222 - 2739 ALHA== AVENUE—,a�Qa X98 090 -. • 'MARTINEZ.CAUFOR.MIA 94533_ t April 4, 1977 a L - k Mr. H. Donald Funk Auditor-Controller Finance Building bas Court Street f r lz bfartinez, California " 94555r Dear Sir: r I have been authorized by Joan Kane, a KeYL Pcmch Opeiator, to file a grievance an her behalf over the fact that her,'vacation request was denied by her immediate Supervisor, Mrs. Gerry Burchell, a Supervising: r Key PLnch Operator. ' Joan:Ksne:informs me that._she,talLed to Mrs." Burch-Ill on Thursday. `March 31st, in teras of processing the first sten of the grievance procedure, requesting her to revise her decision, and she was denied her request. I am hereby appointing?L-. Bill Taylor;Jr., a i,orker'i:t the Ps blit works Degar".,-.ent, as fact finder on this grievance_ 'Please,,let me,krojjr as soon as passible as to who the fact finder,wili ma be for: nage nt on this matter. Sincerely yours, CONM4.COSTA COINIY EMPLOMFS ASSOCIATIMi, LCCAL KO:-I Henry L_ Clarke General rLanager HLC/ax open/29/afl-cio '? cc: Joan Kane Bill Taylor, Jr. Employer Relations;officer, Attentior I'a Ray, Eaplofee.Rel Dsq Civil:Serrice:Deva*'..ent THE UNION FOR PU3LIC EF3PLOYEES oxcAr.lZM n0252 ti In the Board of Supervisors of Contra Costa County, State of California r July 12 .19 77 In the Matter of Further Bearings on General Plan Amendment in the South Taylor Boulevard Area. The Board on March 22, 1977 having referred to the Director of Planning the request of Mr. 'Anthony G.eLagiss, Post Office Box 222, Lafayette, California44549, that the Planning Commission be directed to hold further hearings on'a General Plan amendment in the South Taylor Boulevard area; and Mr. A. A. Dehaesus, Director of Planning, having advised in a June 30,1977 memorandum that inasmuch as the matter has been reviewed by the Planning Commission it should be concluded but suggested that if the Board desires to pursue the matter further it can be referred back to the Planning- Comsnission for a public hearing and recommendation; The Board having considered the proposal IT IS ORDERED that the Plannina.Co1*mission is requested to initiate public' hearings and report to the Board. PASSED by the Board on: July 12, 1977. I hereby certify that the foregoing b a true and carred copy of an order entered on the minutes of said Board of Supervisors on the data aforesaid. cc: Planning Corvission Witness my hand and the Seal of the Board of Director of Planning Supervisors Mr. A. G. Lagiss affixed this 12t1day of Julv 19 77 Countv Adr^inistrator Countv Counsel J. R. OLSSON, Clerk By "= Deputy Clerk i— 03253 H-24 5/7,615m • CEIVEM CONTRA COSTA COUNTY JUL 6 197 PLANNING DEPARTMENT SL o am eoi TO.- Board of Supervisors DATE: June 30, 1977 FROM: Anthony A. Dehaesus SUBJECT: Board Referral Re: Anthony Director of Planni G. Lagiss Letter On lurch 22, 197 the Board referred to me for a report a.letter from Anthony G. giss dated !larch 1S, 1977. The letter requests that the Board instruct the Planning Commission to hold further hearings an a General Plan amendment in the South Taylor Boulevard area. The following report provides the salient information on this matter. BACOROUND The request relates to Assessor's Parcel No. 169-160-04, a four acre parcel of land located on the west side of South Taylor Boulevard, north of its junction with Pleasant Hill Road. The parcel is desig- nated for Single Family Residential Low Density uses, both on the County's General Plan and on the General Plan of the City of Lafayette (it is located in the Sphere of Influence of this City). The property .was thus designated when it was acquired by Mr. Lagiss from the County in 1962. This property was surplus land resulting from the Taylor Boulevard construction. For several years, lir. Lagiss has repeatedly tried to have the Planning Commission amend the General Plan so as to allow development of the parcel for non-residential uses. Many hearings were held by the Planning Commission on this natter resulting in no change of the General Plan. The most recent series of hearings took place on December 21, 1976, and February 1, 1977, again resulting in denial of the amendment request. A chronology of the hearings and other actions on lir. Lagiss' request is attached.' PLANNING CONSIDERATIONS A. PROPERTY DESCRIPTION The location and configuration of the parcel are shown on the attached map. The parcel has a flat surface having been filled and graded. A gully is located northerly, and a steep slope southwesterly. The parcel abuts Taylor Boulevard, a limited access arterial on which the County has controlled access over the years; access rights to this property are limited to a 60 foot opening at the southerly street frontage. ` , _' , � 00251 444 Maofilmed with board order Board of Supervisors -2- June 30, 1977 B. GENERAL PLAN $ ZONING The property has been designated for Single Family Low Density (0-3 DU/net acre) on the County General Plan since before 1962; when Mr. Lagiss acquired the property. The General Plan for the City of Lafayette also designates it for Single Family Residential Low Density uses, however this category permits only 0.2-2.0 DU/ acre in the City. The property lies in the unincorporated terri- tory, inside the City's Sphere of Influence. The parcel and adjoining unincorporated lands are zoned R-20, lands within the City limits of Lafayette are zoned R-40. C. IMPACT ON SOUTH TAYLOR BOULEVARD South Taylor Boulevard is a divided major arterial. The.divided nature, physical characteristics and traffic characteristics of of South Taylor Boulevard are such that any major traffic genera- tion on the property would impact this arterial. The County has over the years limited access to South Taylor Boulevard, thus improving its capacity and allowing traffic to travel at efficient speeds. A recent traffic study discussing Taylor Boulevard and Pleasant Hill Road just south of the property states: "Due to the relatively high speeds and high volumes prevalent along Pleasant Hill Road, it is imperative that the agencies controlling the adjoining land use exercise great caro in protecting the traffic carrying capacity of the roadway by not allowing access points which will limit the safety or capacity..." This recommen- dation is also valid for South Taylor Boulevard at Dir. Lagiss' property. While a legal access of sixty feet has been provided to Mr. Lagiss' property from South Taylor Boulevard, the Public Works Department and our department feel that vehicles entering this property or leaving it during rush hours would reduce traffic bearing capacity of the arterial and would cause safety hazards, even if special provisions were made to provide accelera- tion and slowing lanes. Estimates of peal: hour traffic generation of various uses are shown below: Peak a.m. Hour Peak Hour ADT/unit trips/unit Trips Total Single family, low density (B Du) l0/Fam Max 2/Fam is Dental &/or Medical 40/Dr 2-3 Doctor 15-30 office (5-10 offices) Administration or 70-230/AC 1.3 Persons/Car 140-185 Professional Offices (60,000 sq. ft., 240 employees) Microfilmed with board order Board of Supervisors -3- June 30, 1977 D. IMPACT ON ADJOINING RESIDENTIAL USES Uses on Hr. Lagiss' property would impact nearby uses visually and through generation of noise and air pollution. While noise and air pollution impact of higher residential densities or other permitted uses would be mitigated by the relative isolation of this property due to topographic features to the north and west, non-residential uses would be visible from these residential areas and an adverse visual impact could thus be felt. The concern of nearby residents has been expressed at the Planning Commission hearings on this matter. Correspondence from the Cities of Lafayette and Walnut Creek confirm the opposition of these cities to a change in the General Plan on this property (copies attached). E. DEVELOPMENT ALTERNATIVES As presently designated the owner can develop this property not only for low density residential uses as provided by the General Plan and zoning ordinance but also for a number of additional uses subject to gaining approval of a land use permit. These uses are shown on the attached listing. F. MISCELLANEOUS INFORMATION Staff reports dated July 17, 1975 and December 14, 1976 are attached. The reports contain a summary of relevant data presented to the Planning Commission. A report of Mr. Lagiss' consultant, dated March 13, 1974 is also attached. I would suggest that this matter has been thoroughly reviewed by the Planning Commission and should be concluded. If you wish, however, to pursue this matter further, then you should refer it to the Planning Commission for a public hearing and recommendation. The Planning Commission would then forward their further recommendation for your dis- position. AAD:ERA Attachments . cc - Supervisor Schroder County Counsel County Administrator Mr. Anthony G. Lagiss City of Lafayette City of Walaut Creek Public Works Director Microfilmed with board order In the Board of Supervisors of Contra Costa County, State of California July 12 ,19 77 In the Matter of Arnroval of Funding of Emergency' titecical cervices with all County nonev through August 31, 1977. The Board on July 5r 1977 having referred to.the Finance Conni.ttee (Supervisors R. I. Schroder and J. P.:lcenny) the matter of funding Emergency Medical Services for the 1977-1978•fiscal year due to the denial by the Department of Health Education and Welfare of the County's grant application for renewal of funding for the Emergency }tedical Services Program; and The Finance Corittee having this day reported that it had met with County staff and others on July 11, 1977 and had reviewed background material and the proposed budget prepared by the En-ergency Medical Services Coordinator, and having advised that prior to making a final decision on the funding of the Brergency *tedical Services Program for the balance of the fiscal. year 1977-1978,the Coas�ittee would like to review all other programs; and The Committee having therefore recotxcended that the existing Emergency Medical Services Program be continued with County money through August 31, 1977 in order to give the Committee and the full Board an opportunity to review the County budget, establish program priorities, and determine where this program, fits into those priorities; and The Comnitt`e having also recommended that the Board-off Supervisors direct the County Administrator to'work with othei counties in California to coordinate their efforts at contacting Senator Alan Cranston of the United States Congress in generating his support for at least partial funding of the Emergency Medical Services Program from the Department of Health . Education and Welfare; IT IS BY THE BOARD ORDERED that the aforesaid recon- mendations are APPROVED. PASSED by the Board on July 12, 1977. I here6y 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. cc* Penator A. Cranston Witness my hand and the Seal of the Board of Director, Human Resources Supervisors Aqency affixed this 12thlay of July 1977 P.ealth r?fficer .tedical Director ByS Coordinator J. R. OLSSON, Clerk Contracts Administrator By.,/�,,�,•! ii n Jr�� Deputy Clerk County Administrator Jamie L. Johnson Ccunty Auditor H.24 3/76 ISm �;.�' Jame R.Ohsm 1 i r.. Board of Supervisors Control Canty Cb .nd } a OftClara of itro Board County Administration Building Costal arr,.O,nldare Au . P.O.Bo,911 d1f C ' 1.brtinez,California 94553 County 14151372-2371 James P.K—J-RiNmeal .st Oramdt H.n CFallen-U nid- 2•d O„tdtt RODert 1.$CieaNl-lal,yelH ?rd Onorct W enm N.Boast..-Cone =;s Oisfr�ot Ed,K HUWtirte-PitpWry July 12, 1977 >m 0—v REPORT OF FINANCE COMMITTEE ON EMERGENCY MEDICAL SERVICES PROGRAM On July 5, 1977, the Board referred to our Committee the memorandum from the Director of the Human Resources Agency dated June 29, 1977 which alerted the Board to the fact that the Department of Health, Education, and Welfare would not be renewing the grant application which had been made jointly by Contra Costa and Alameda counties for Emergency Medical Services funding for the 1977-1978 fiscal year. The Committee met on July 11, 1977 with County staff to review this matter. In preparation for this meeting, the Emergency Medical Services Coordinator had furnished the Committee members with a background paper on the Emergency Medical Services program, along with a budget showing how much money would be required to continue the existing program at its present level with 100 percent County money. The proposed budget, which is now before the Finance Committee, includes $31,719 of County money which was intended to pay 100 percent of cost of the Coordinator's salary, and 50 percent of the cost of one clerical position. All other costs for operating the Emergency Medical Services office were to have been paid by the HEW grant. The total amount of money required to fund the program is $86,303. Therefore, staff is requesting an increase of approximately $55,000 in County money in order to maintain the existing program. Mr. Harold Manis, a consumer member of the Emergency Medical Care Committee,made a presentation representing himself as an EMCC member. Mr. Manis supported the request for $86,000 and also urged the Committee to work with our legislative representatives in order to get the support of Senator Cranston in hopes that Senator Cranston would intervene with HEW to provide at least some funding for the program this year. The Committee recognizes the value of the Emergency Medical Services program, particularly in view of the fact that the program can potentially benefit any citizen of the County regardless of geographic or economic factors. The Committee is also concerned with maintaining the guidelines proposed by the Board in the adoption of the proposed budget for this year. This may require that other programs be reduced or terminated in order to maintain valuable programs, such as this one. The Committee wants to have an opportunity to review all other programs before making a final decision pp AAicrofilm:!d with board order r _ : _2_ on the funding of the Emergency Medical Services program for the balance; of the fiscal year_ The Committee also recognizes`that as of July 1,1977, staff arebeing paidtotallywith County money. As a result, the Committee recommends to the Board of Supervisors that the existing Emergency Medical Services program be continued with County money through August 31, 1977 in order to give the Committee--and eventually the full Board--the opportunity to review the County budget, establish program priorities, and determine where this program fits into those' priorities- The Committee further recommends that the Board of Supervisors direct the County Administrator to work with other counties in California to coordinate their efforts at contacting Senator Cranston and gaining his - support for least partial funding of the Emergency Medical Services[ progr a Department of Health, Education, and Welfare. ert I. Schroder (James P. Kenny Supervisor, District III tiSupervisor, District I � C { { f y M 001,59 Microfilmed with board order l In the Board of Supervisors of Contra Costa County, State of California July 12 .19 777 In the Matter of Initial Hearing on Proposed County Budget for Fiscal Year 1977-1978- This being the time fixed by the Board for initial hearing on the proposed County Budget for 1977-1978; and Superior Court Judge V.artin E. Rothenberg and repre- sentatives of the county bar associations having appeared to urge the Board to request legislation to create tiro additional judicial positions;-and Representatives of various groups and individuals having presented their views on the proposed budget; and At the conclusion of the hearing Supervisor R. I. Schroder having thanked all persons for attending and expressing their opinions, announced that the Finance Committee (Supervisor Schroder and Supervisor J. P. Kenny) would develop a schedule of meetings with department heads to discuss their budgets. THIS IS A MATTER 0: ?RECORD ONLY. matter of record I hereby certify that the foregoing is a trate and corred copy ofkgGider entered on the minutes of said Board of Supervisors an the dote aforesaid., Witness my hand and the Seal of the Board of cc: County. Administrator Supervisors affixed this 12�hday of July T9 77 J. R. OISSON,,Clerk gy r%� -z=e�r,Deputy Clerk X0,1260 H-Si 3!%f.ISm In the Board of Supervisors of Contra Costa County, State of California July 12 19 77 In the Matter of Policy Governing Appointments to Boards and Commissions. The Board on May 24, 1977 having approved the recommendation of Supervisor E. H. Hasseltine that its policy governing appoint- ments to Boards, Commissions and Committees be amended to provide that posting and advertising of scheduled vacancies be done one: month in advance of expiration of terms; and The Board this day having again considered the matter and good causeappearing therefor, IT IS BYTHE,BOARD ORDME that the Clerk is no longer required to post scheduled vacancies and the Board order of May: 24, 1977 and Resolution Number 77/273 adopted on parch 29, 1977 are amended accordingly. Passed by the Board on July 12, 1977: :c I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid cc: Witness my hand and the Seal of the Board of Board !'embers Supervisors Counwy'Adms.nlstrator Public Information off icezaffxedthis v3 day of T-i-, 1977 J. R. OLSSON, Clerk By 1 G°; %t '.!..- Deputy Clerk n;�2s3 H.24 3r,6 15m r r In the Board of Supervisors of Contra Costa County, State of California Julv 12 .19 77 In the Matter of Anneal from. Planning Comrission Denial of Application of Julius Deubner, Applicant, (2122-R2) to Rezone Land in the Pleasant Hill BARTD Area. James and Nora Fisher, Owners The Director of Planning having notified the Board that the Planning Commission, on June 7,1977, denied the appli- cation of 'ir. -Julius Deubner, applicant, (2122-RZ).to-rezone .39 acre fronting approximately 10n feet on the north side of Valden Road, approximately 349 feet -est of Oak. Road, Pleasant Hill BARTD area, from Single Family Residential District-15 (R-15) to Multiple Fanily Residential District 0.1-2 or H-3); and tar. Anthony Dehaesus, Director of Planning, having also advised that Mr. J. C. Deubner, on behalf of James K. and Nora J. Fisher, owners, filed an appeal from said action; IT IS BY THE BOARD ORDERED that a hearing be held on Tuesday, August 9, 1977, at 11:00 a.m. in the Board Chambers, Room 107, Administration Building, Pine and Escobar Streets, Martinez, California. IT IS FURTHER ORDERED that pursuant to code requirements the Clerk publish notice of same in the CONTRX COSTA TI14ES and give notice by mail to all persons shown on the last equalized assessment roll-as owning real property within 300 feet of the property which is the subject of the proposed zoning change. PASSED by the Board on July 12, 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 on the date aforesaid Cc- Julius Deubner Witness my hand and the Seal of the Board of J. 6 N. Fisher Supervisor List of Names Provided affixed thisl2thday of- July 19 77 by Planning — Director of Planning j� J. R. OLSSON, Clerk Bvt h7n/e Deputy Clerk Jamie L. Johnson 03262 H-24 5/%6 6m i CONTRA COSTA COUNTY RECEIVED PLANNING DEPARTMENT JUL-1'1977 J.R Ol55ON • CLW BOARD IDBR� OF SU TO: Board of Supervisors DATE: 29 June �=8 gLTA C! Attn: Cleri:of the Board FROM: Anthony A. Dehae SUBJECT:APPEAL-Rezoning: Julius Deuhaer(A) Director of P1 James&Nora Fisher(0)-2]22-BZ, Ft 15 to U-2 or M-3-Pleasant Hill Area. (S.D. IV APPLICANT: Julius 3507-A Mt.Diablo Boulevard, Lafayette, Calif, 94549. Oal9RS: James S. &Nara J. Fishes, 554 Morecroft Road,Lafayette, Calif. 94549 PREPERI'Y DESCRIPITM: Approximately .39 acre fronting approximately 100-ft.;on the north side of Baden Road, approximately 349-ft., west of Oak Road, in the Pleasant Hill RMID Area. REWEST: 7b rezone from Single Family Residential District (8-15)to Multiple Family Residential District (9-2 or M-3). PUBLIC HEMM: Planning Ooomission, Tuesday, 7 June 1977. DSCISIDN: Deny request (see resolution for reasons). APPE41ED BY: Applicant, Julius C.Dsubner for the owners,Mr. &Mrs.Fisher.(See attached appeal.letter). ++++++++++++++++++++++++++++++++++++++++f+++ See attached sheet with names and addresses of all interested parties to be notified of your Board's hearing date and time). ++++++++++++++++++++++++++++++++-t+++++++++++ AAD/v oe: File 2122-M Julius C. Deubner Wr. oars. James IL Fisher Supervisors,District: i, II, III, IV, Y. Attachments: Resolution;Notification of Denial&Appeal Time;Letter of Appeal;Acknow- ledgement of Appeal; Staff Report; Area Map; Findings Map;Neg.EM,Minutes. oi, 263 Il =filmed with hoard a,d, RESOU]TION W. 52-1977 RMUrITCN OF THE Pi WnM aW, SSION OF mm (SJ[II1a OF CONIRA a)SrA, STATE OF CAIAEMIA, DUWXORA7MZ FTMINGS AND MMMMMATIMS ON THE MQUESIED CHANGE IN 7frTIVGi BY JULIUS DARNER (APPLICANT), JA►.ES &xXFA FIS M (MFRS) - (2122-RZ), IN THE aiDLXANCE 0 DE SECTION PERIAIIM TO THE PRDCICE ZMUM RE THE PLEASANT HILL BARM STATION AREA OF SAID OOMY. WHEREAS, a request by Julius Deubner (Applicant), James&Nora.Fisher (Owners) (2122-BZ), to rezone land in the Pleasant Eill/BARID Station Area from Single Family Residential District (R-15) to Mdtiple Family Residential District (M-2 or 31-3), was received in the Planning Department Office on Uarch 22,.1977; and MHEREAS, after notice thereof having been lawfully given, a public hearing was held by the Planning Ca missioa on Tuesday, June 7, 1977, whereat all persons interested therein might appear and be heard; and WHEREAS, a Negative Declaration of Environmental Significance was posted for this application on May 5, 1977; and W.AS, at said public hearing on June 7, 1977, the Planning Ccmmission fully reviewed, considered and evaluated all the testimony and evidence submitted on this matter; and XV, TEDnCRE, iE IT RESOLVED that the Planning Commission DENMS the rezon- ing application of Julius Deubner (Applicant), James&Nora Fisher (Owners), (2122- RZ), and instructs the planning Staff that no zoning changes be made on the find- ings map which is entitled: A PQMON OF THE DISTRICTS 31AP RR THE EAST PLEASANT HILL AREA, a NNA OOSTA OOQNIY, CUAFatNIA, EMIT UAP 11O. 16, which is attached hereto and made a part hereof; and BE IT FF1KiM RESOLVED that the reasons for this recoanendation are as follows: (1) The request for change from P,15 to either M-2 or U-3 is premature. (2) It does not conform with the General Plan in that (a) the rezoning requested is not in character with the surrounding area; (b) the area is in transition but the transition is to be made by large tracts of land, which this is not. BE IT F MER RESOLVED that the Chairman and Secretary of this Planning 0 mnission shall sign and attest the certified copy of this resolution as is re- quired by the Government Code of the State of California. The instruction by the Plan Commission to prepare this resolution was given by motion of the PLznning Cb mission on Tuesday, June 7, 1977, by the follow- ing vote of the C.amiission: ftaofdmed with board order OWN Resolution No. 52-1977 AIM: Comnissioners-Compaglia, Anderson, Walton, Young, Stoddard-, Milano. NQS: Commissioners-None. ABSENT: Umnissioners -Carolyn D. Phillips. ABSTAIN: Commissioners-None. I, William L. Milano, Chairman of the Planning Comnission of the County of Contra Costa, State of California, hereby certify that'the foregoing was duly called and held in accordance with the lam on Tuesday, June 28, =, and that this resolution vas duly and regularly passed and adopted by the following vote of the Commission: AYES: Cannssioners -Compaglia, Stoddard, Phillips, Young, Anderson, Walton, Milano. NO'S: Commissioners-None. ABSENT: Commissioners-None. ABSTAIN: Camdssioneis-None. J, &zo, '� awjx=a of the Planning CRIIm3SSiOn of the County of Contra Costa, State of California ATBW. i f the P ComraissYpn of the �ty of Contra . state ofi'mifforni m RECEIVED JUL 5 1977 J.R OtSSON . ORK BOARD OF SUPERVISORS MM W. Microfilmed with Gourd or-+.j. �'a•r'.vs7t Planning Department Coi►lra rinoninn fnnnninlwt Alnmhan William 1.Gt,tann _ Costa Il�1� rittsliur�-•Clu:rmxr County AaM rninistration Building.North Wing ponala E.And rwn P.O.Box 951 /�_MI���� ►Aarap—vice Guwman Albert R.ComPaglia IW Martinez,California 9455 Martinez Anthony A.Dehaesua Diredw of Planning •R��n D.Phillips Jack Sloddad Phone: 372-2031 Richmondv ruiam v.walmn Pleasant Hill Andrew H.Young Alamo June 27, 1977 Mr. Julius C. Deubner 3507-A Mt.,Diablo Boulevard Lafayette, California 94549 Dear Sir: This letter acknowledges receipt of your letter of appeal and the filing fee in connection with your rezoning application 2122-RZ, James & !lora Fisher (Owners) to rezone approximately .39 acre from Single Family Residential District (4-15) to Multiple Family Residential District (M-2 or M-3). Receipt No. G-505314 was issued you on June 16, 1977. The above rezoning application was reviewed by the Planning Commission on Tuesday, June.7, 1977, and was denied by the Planning Commission at thatmeeting.by unanim- ouse vote of those Commissioners present (Commissioner Phillips was absent).. The material relative your appeal is being forwarded to the Clerk of the Board of Supervisors with duplicate copy to each Board Member. The Clerk of the Board will list your appeal an the Board's calendar and a time and date will be set for public hearing before the Board of Supervisors. The Clerk of the Board will notify you and all other interested parties of that time and date. Questions relative to the appeal should be directed to the Clerk of the Board at the following telephone number: 372-2371. Questions pertaining to the appeal itself should be directed to this Department. Should.you have questions on any of the above information, do not hesitate to call either office. Very truly yours, Anthony A. Deheesus Director of P�lana Q By: ZflLZtlG4fil GGGf� AAD/GB/v Gunther Boccius, Chief, cc: File 2122-RZ Zoning Administration James R. & Nora J. Fisher .+ Mr. James C. Mullins oi)265 Air. Bruce Arneson (13 other interested parties) Microfilmed With h.^. rtrd order •yam .' 1 HEAL ESTATE SwLES•MANAGEMENT•ANALYSIS•RHSEARCM JULIUS C. DEUBNER REwLTpR „„nn 3507A AIT.DI-0 9LY0. yYl��� I'�6�fl�7rI151 303.0960 LAEAxETTE,G 9<5<9 rr.:,,•. RES.25e.0210 June 15, 1977V. /.•::r.r, Planning Department Contra Costa County r Fourth Floor Administration Building Martinez, CA 94555 RE: File 2122-RZ Gentlemen: We wish to appeal the decision of the Planning Commission on _June 7, 1977 which denied rezoning of a vacant parcel of land on Walden Road from R-15 to Multiple Family. The reasons for such appeal are these: 1. About four years ago, shortly after the present owner acquired the property, an application was filed request-. ing rezoning to Multiple Family. At that time the application was denied on the basis that such use did not conform with the then existing General Plan. 2. Since then, the Pleasant Hill BART Environs Area General Plan has been adopted and it clearly designates this area for Multiple Family, Medium Density. 3. Preliminary discussions with the Planning Department staff led us to believe that since the property was in an area designated for Multiple Family in the General Plan, the only real question to be resolved was that of density. The Planning staff recommended M-4 zoning which would permit four units on the site. This is a density of 10.8 units per acre and is low density rather than medium density. They did this on the basis that this is a transition area. Medium density provides for 12 to 21 units per acre. Accordingly, since the owner wished to have the option of putting 5 units on the property, a density of 12.8 units per acre, the application was for M-3 zoning. 4. Since density appeared to be the only issue, our arguments before the Planning Commission were primarily directed ry toward density, i.e., 5 units rather than 4. To resolve .}2`)( this matter, we are now prepared to accept M-4 zoning and Your units as recommended by the staff. Microfilmed with b m.. P1* Planning Department June 15, 1977 Page 2 5. However, at the hearing nearby property owners appeared, with a petition, to argue for outright denial of the appli- cation. while, in retrospect, we can understand such opposition, we feel that the Planning Commission was.un- duly swayed by the arguments presented and did not have sufficient time to explore the underlying facts about the area and the effects which denial would have upon the. property owner. 6. The Commission's principal reason for denial appeared to be that., while granting that multiple development was coming, the time was "not yet ready" for transition to Multiple Family_ It was stated that development of this property was a form of "block busting". 7. The facts regarding the area which, in our opinion, negates the argument that the "time is not yet ready" are these: a. The General Plan provides for Multiple Family, Medium density. b. Multiple family development in large parcels and rela- tively high density presently exists in the area very close to the subject property, i.e., 1. Easterly on Walden at the corner of Oak Road, a distance of 350 feet. 2. Westerly on Jones Road, a linear distance of about 300 feet. 3. Northerly and southerly there are apartment de- velopments along Oak Road, Jones Road and Civic Drive. 4. While the properties adjacent to the subject property on all sides are single family homes, none of them are far from an existing apartment. c_ It would seem therefore, that the transition period for the area is well along and that a 4-unit apartment on 17,000 square feet of land is not introducing a new element or use to the area. 6. The effects upon the owner are these: 2' 1,1;-afilma3 %via, board o,.d�r a. c Planning Department June 15, 1977 Page 3 a. Because the original situation did not warrant it, it was not brought out at the hearing that the owner wishes. to construct a quality building in keeping with the neighborhood, where he eventually plans to reside him- self as a combination residence and income property. b. If the denial for rezoning is sustained in appeal,* what does the owner do with the property? Because of the actual existing transition to Multiple Family, the land is not feasible for development to single family use by either the owner or anyone else. Denial of the application prohibits its use for multiple family by the owner or anyone else. c. The owner is, therefore, faced with a situation of no practical use, for the property until such time as the County, sometime in the future, decides that the time is now ready for a four-unit apartment. This could be years, many costly applications, and annual taxes. 9. -We feel that this is eminently unfair to this small property owner when, in summary, these conditions exist: a. He is meeting the requirements of the General Plan. b. He is willing to accept low density rather than medium density. c. The Planning staff has recommended rezoning to Multiple. d. The area is already clearly in a transition period. e. Intended plans are for a building which is compatible in both appearance and use with the neighborhood. f. The environmental impact report is negative. 10. We think that the nearby property owners who argued for denial, as well as the Planning Commission, did not fully understand the ramifications of outright denial. Efforts will be made, if the appeal hearing is granted, to bring about a better un- derstanding with the other property owners before the hearing- Ver t11 ruly yours, u ius C_ Deubner JCD/bb l45icrofiimed with board order "crofilmsd with board order Planning Department COrltr3 _ Andrr^Y.Touna County Administration Building.North Wing Costa 51 Wibiaw L Ylla.q P.D.Sox 9M.,rrd g.-vice Gna.man Martinez.Calilornia 9x553 p°nardEArManen 4waga Antbenl A.DMatuW predw°r Pbnnmg ARwrA Ceepaella i - 4anmer Phone: 372.2024 Rkaud J.JNv El Sobnnle Jack Sieddard • Ricxmor�d wulr.e V.WYrdi III PT--milt 5 May 1977 Dear Applicant: The Contra Costa County Planning Department has completed an initial study of the environmental sigrlifZcceYof the project represented by your pending application bearing County File Number %/ ..In conformance with Contra Costa County Guidelines for implementing the - rfornk Environmental Quality Act of 1970(CEQA)it has been determined that your project(wtlll (will ave a significant effect on the environment-Yourprojectfallswithinthefollowingcategory: (vJ/not AN ENVIRONMENTAL IMPACT REPORT(EIR)IS NOT REQUIRED. I 1 The projectis ategorially exempt leas-I. . ( 1 The CEQA requirements are accommodated by the EI R previously prepared for - (v1 A suument that an EIR is not required(Negative Declaration of Environmental Significance)has been filed by the Planning Department(unless appealed)- 1 ) Other: ( ) AN ENVIRONMENTAL IMPACT REPORT IS REQUIRED. I ) To expedite EIR preparation additional information conam-ung the project must be submitted.To satisfy this requirement the attached questionnaire should be completed and returned to the Planning Department - - ( I The complexity of your project requires your submission of additional special reports or information(as outlined on the attached sheet)(which will be outlined in a forthcoming letter). I 1 Due to the scope and complexity of your project,a consultant will be hired to prepare the environmental impact report This procedure(is explained on the attached sheet)(will be explained in a forthcoming letter). ( ) An additional fee of S is required to rover preparation of the environmental impact report. Please return the anadwd billing with paymenL • Preparation of the EIR cannot be started until the fee and additional information requested is received by the Planning Department. If you have questions concerning this determination, or desire additional information relative to environmental impact report regulations,please call 372.2024and ask for 1";';Z-S`�CQLu;P-- 31 Sincerely yours, nn c1ry Anthony 002-Dehaesus 0 or ' rofPlalrung Microfilmed with board order �Iin �g AP 8 5/76 ev- klott. ''. Sincerely yours, Anihany q'Dd ews 00270 Di AP a sns rofPla�rUng MicraGitrud with board order _,,lir n ev: r i 800 rqv �'R-15/� I ';'r I of WLNVT lI'lli l•" ' `f/ / uRezonej;!Lr R15 r'. From R 15 To r1.3. r''/j j r/j' r' t A Z CREEKt 1"`._�/"-/ rlc el rT, 19,1 7 i� I :I nry o., 1,W14 L,tjLAj�,Q, ,Chairman of the Contra Costa County Planning Commission, Stale of Colifornio,do hereby certify that this is a true and correct copy of A Pailya n OF THE tt:YR�csy M►� ED K7r n EAs c Pit %^VIII r-t Y:axc n G scw L��n t�rcQ�lL rSSiSfsht MAo !moo �b indicating thereon the decision of the Contra Costa County Planning Commission in the matter of'14AIALVl C_ Dnstepana 7122-F4Z p Chairman of the Costa County 1r Planning Commission, State of Calif. ATTEST. ,_/Secretary ofi th Contra Costa• ounty ,.J /� Pldhning Commission, State of Calif. Findings Map Microfilmed 1 11 MAIN ltj- Microfilmed IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Natter of Hearing on Appeal ) of Claude G. May from action of the ) July 12, 1977 Planning Commission on Application ) for Subdivision 5025, Lafayette Area_) _.. .. .. - _. __ . . - The B_oard.-_oa..June 21, 1977 having fixed this date for hearing on the appeal of Mr. Claude G. May from Planning Commission denial of the tentative map of Subdivision 5025, Lafayette area; and Mr. Harvey Bragdon, Assistant Director of Planning, having advised that the proposal wouldsubdivide three parcels into six lots with zero-foot sideyards at the common walls of three duplexes _ presently under construction, and-having rioted'that the-Planning ' Commission denied the application inasmuch as the requested variances for sideyard and lot size reductions were too great from the zoning requirements and approval could establish a precedent for future subdivisions of D-1 properties; and Mr. May having stated that the proposal would not create any additional dwelling units but would allow division of the properties and duplexes into-separate units with individual ownership, and having urged that the Board approve his request; and The following persons having spoken in opposition to the plan: Ms. Suzanne Roberts, representing adjacent property owners, Reliez Valley Estates residents, and Springbrook Neighborhood Association; Ms. Helen Hickman, read a statement on behalf of Mr. Merle Johnson, Chairman of the Lafayette Area Planning Committee; Mrs. R. J. Littell, Director, Springbrook Neighborhood Association and Reliez Valley Estates Homeowner Association; and Mr. May, in rebuttal, having stated that there is a need far moderate-priced single family homes in the area; and Mr. Bragdon, in response to Board questioning, having advised that Planning staff is of the opinion that the proposal is compatible with surrounding development and had recommended approval to the Planning Commission,subject to conditions; and Supervisor R. I. Schroder having stated that in his opinion it would be preferable to have single family homes rather than multiple family and that, with the understanding this decision would not be used as a precedent for future single family development in a D-1 zoning district, he would recommend that the appeal be granted; and Having discussed the matter and reviewed the materials filed by the Planning Director and others with its Clerk, the Board ' makes the following findings and order: M I. FINDINGS 1. That the proposed subdivision tentative map conforms to, and is consistent with the County's adopted General Plan for the area; 2. That this Board has reviewed and considered the Negative Declaration of Environmental Significance and the information contained therein, submitted to it by the Planning Department and certifies that it has been completed in compliance with the California Environmental Quality Act and that the proposed subdivision will not l have an adverse effect on the environment; I t -00272 I 3. That the granting of the requested variances would not 7 constitute a grant of special privilege inasmuch as the application affects properties already developed with no physical changes to take place because of this action; 4. That substantial property rights of the applicant will be preserved by allowing the inclusion of private open space .sound each of the individual units as opposed to the creation of a condo- minium with common open space because the strict application of the D-1 zoning regulations would deprive the subject property of rights _enjoyed..by .other properties in the vicinity due to special circumstances-- applicable to the proposed subdivision should the variances not be granted; 5. That the grant of variances would substantially meet the intent and purpose of the land use district by providing a variety of housing types and needed moderate income housing and would not be materially detrimental to the public welfare or injurious to other property in the territory in which the property is situated since there would be no changes from what is physically there; 6. The Board finds that there would be no physical difference between the development of the property as duplexes and single family attached units on individual lots; 7. This Board believes that.a condominium subdivision without the need for variances could have been applied for and approved but would have resulted in a much more cumbersome process and a development inconsistent with the single family ownership in the neighborhood; 8. In connection with the requested variances and exception the hoard further finds: a. That there are unusual circumstances and conditions affecting the proposed subdivision; b. That the variances and exception are necessary for the preservation and enjoyment of substantial property rights of the applicant; c. That the granting of the variances and exception will not be materially detrimental to the public welfare or injurious to other property in the territory in which the subdivision is situated. II. ORDER That the appeal of tar. May is granted and the tentative map of Subdivision 5025 is approved subject to conditions (Exhibit "A" attached hereto-and by reference made a part hereof): PASSED by the Board on July 12, 1977. 1 HEREBY CERTIFY that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Supervisors affixed this 12th day of July, 1977. J. R. OLSSMV, CLERK cc: Mr. May Schell s Martin, Inc. Public Works Director, By —4.2-nt.: Land Development Jamie L. Johnson, Deputy Clerk Director of Building Inspection Director of Planning Conditions for Approval -Subdivisi n 6025 1. This approval is based on the tentative subdivision map, Subdivision 5025, dated received by the Planning Department March 24, 1977. 2. The subdivision shall conform to the provisions in Title 9 of the County Ordinance Code. Any variance therefrom must be specifically applied for and shall not be allowed unless listed on the Planning Commission's condi- tional approval statement. 3. In accordance with the provisions in Section 94-4.414 of the Ordinance Code, the owners of all existing easements within areas to be conveyed to Contra Costa County for road purposes shall consent to the dedication or deeding of the right-of-way. 4. All utility transmission, distribution, and service facilities shall be installed underground. (Ordinance Code Chapter 96-10) 5. No mailboxes will be permitted within sidewalk area. The placement of mailboxes within the right-of-way shall conform to current standards of -_the Public Works Department. The subdivider is advised to contact the Postal Service and find a satisfactory arrangement.for mail-delivery (e.g., request, in writing, delivery to individual or grouped mailboxes behind the sidewalks). 6. The Final Map shall not be filed until the building foundations have been constructed and accurately located, so as to eliminate the possibility of conflict between the Final Map and the actual location of foundations. If the subdivider elects to file the Final Map before the foundations shall be made and presented to the Public Works Department for review and compari- son with the Final Map. 7. Storm drainage originating on the property and conveyed in a concentrated manner shall not be allowed to drain across the sidewalk. The drainage shall be conveyed to the proposed internal storm drain system. 8. The internal storm drainage system shall be installed in a dedicated drainage easement. 9. Although the storm drainage is shown in some detail, comment on the system will be made when the improvement plans are submitted for review. 10. The developer shall provide calculations to verify the adequacy of the I8" ACP crossing Circle Creek Drive. Should the culvert prove inadequate the County will replace the culvert with one of an adequate size, 11. Sewage disposal serving this subdivision shall be provided by the Central Contra Costa Sanitary District. Each individual living unit shall be served by a separate sewer connection. The sewers located within the boundaries of this subdivision shall become an integral part of the Central Contra Costa Sanitary District's sewerage collection system, 002'73 RM BIT n Conditions for Approval - Subdivision 5025 page 2 12. Nater supply shall be by the East Bay Municipal Utility District_ Each individual living unit shall be served by a separate water connection. Such water distribution system located within the boundaries of this subdivision shall become an integral part of the East Bay Municipal Utility District's overall water distribu- tion system. 13. Variances are granted as requested'as the development is consistent within the immediate area. 14. Exception is granted to have a private road. r 002'74 EMQoIT Q BOARD-OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA Re: ) Pursuant to Section 22507 of the ) TRAFFIC RESOLUTION NO. 2345 -PY.G.- CV.^., Declzr'ng a Poking Zone on ) SM.v1-7 DIVE MMW Date: JUL 12 1977 Danville Area. (Supe. Dist. V -Danville ) The Contra Costa County Board of Supervisors RESOLVES THAT: On the basis of a traffic and engineering survey and recommenda- tions thereon by the County Public Works Department's Traffic Engineering Division, and pursuant to County Ordinance Code Sections 46-2.002 - 46-2.012, the following traffic regulation is established (and other action taken as indicated): Pursuant to Section 225C7 of the California Vehicle Code, parking is hereby declared to be prohibited at all tines on the east side of ST_ARVIK:TIRM 072556) Danville beginning at a point 35 feet south of the center line of Del Amigo Roti and extending southerly a distance of 405 feet. - Adopted bythe Board on-JUL 121977 h� Sheriff: California Highway Patrol T-14 V 00275 BOARD OF SUPERVISORS. CONTRA COSTA COUNTY, CALIFORNIA' Re: } Pursuant to Section 22101(b) of the) TRAFFIC RESOLUTION NO. 2347-4=,ray-su L'VC, Declaring:the Intersection of ) P=�$ATJ T RerD (Rd. 620,10 and ? Date: JUL 12 1977 :A DOO MM (Rd. x5403) a Four- :d' y Stop, San Ramon Area. (Supv. Dist. V ) The Contra Costa County Board of Supervisors RESOLVES THAT: On the basis of a traffic and engineering survey and recommenda- tions thereon by the County Public Works Department's Traffic Engineering Division, and pursuant to County Ordinance Code Sections 46-2.002 - 46-2.012, the following traffic regulation is established (and other action taken as indicated): Pursuant to Section 21101(b) of the California Vehicle Code, the intersection of PLO vAT.ThR ROAD (Rd..152o4) and DAvou DRIVE (Rd. #5403), San Ramon, is hereby declared to be a Your Lay stop intersection and Al vehicles shall stop before entering or crossing said intersection. (T.R. q789 pertaining to the existing two tray stop signs on Davona Drive is hereby rescinded) —, ,PxsoytheBoard o JUL 121977 Sheriff California Highway Patrol T-14 V 00276 BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA Re: Purn...nt to sceticn 22507 of the TRAFFIC RESOLUTION N0. 2 346 -Pia CT, Declaring a Paring Zcne'on ) s:,.=.,- -y P_9IRK?LS;lZ _.D (1555>) Date: JUL 12 1977 Kens_ngton Area. (Supv. Dist. I ) The Contra Costa County Board of Supervisors RESOLVES THAT: On the basis of a traffic and engineering survey and recommenda- tions thereon by the County Public Works Department's Traffic Engineering Division, and pursuant to County Ordinance Code Sections 46-2.002 - 46-2.012, the following traffic regulation is established (and other action taken as indicated): Pursuant to Section 22507 of the California Vehicle Codes paring is hereby delcared to be prohibited at all times on the fest side of EMI=PARK BOULEVARD M655E) Kensington beginning at a point 52 feet north of the center line of Ocean Vies Avenue and extending southerly a distance of 104 feet. Adopted by the Board on. JUL 121977 Sheriff California Highway Patrol 14 V 002'7"1 l In the Board of Supervisors of Contra Costa County, State of California Jay 12 .19 77 In the Matter of Approving 1977-1978 Proposed Budgets for County Special Districts and County Service Areas The County Auditor-Controller having filed with this Board the 1977-1978 fiscal year proposed budgets for county special districts (exclusive of county fire protection districts) and county service areas; and The County Auditor-Controller and the County Administrator having recommended that the aforesaid budgets be accepted as the proposed budgets and serve as the basis for review and consideration for adoption as the final budgets for the 1977- 1978 fiscal year; IT IS BY THE BOARD ORDERED that aforesaid 1977-1978 proposed budgets are APPROVED.. Passed by the Board on July 12, 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: Administrator Witness my hand and the Seal of the Board of Supervisors cc: Auditor-Controller affixed this 12thday of JulY 1977 s/ , J. R. OLSSON; Clerk S l Deputy Clerk Maxine M. N d H-24417715m - 002-7(7 Auditor-'Controller Office •COtntra Divisions Accounting Finance Building iWll`C7LT lYicholaa G.Morris 372-2246. - Martine•California 94553 Chad" (415)372.2181 Cosrlss co0. mingThompson 372-201 ty cost Acooundn9 James A.Borst 372.7M H.Donald Funk Om Powtirg Audtor-Conrtrelier ro Glen C.Taylor 372.2377 Donald L.BouNet As z=z Auditor-Contrdler Impend Audit John A.Aylard 372.2161 Purdmirg William A.Schmidt 372.2172 Systems Arthur T.Sturgess 372-2157 special Districts/Taxas San Kimoto 372.2236 July 11, 1977. Supervisor James P. Kenny, District I Supervisor Nancy C. Fanden, District II Supervisor Robert K. Schroder, District III Supervisor Warren N. Boggess, District IV Supervisor Eric H. Hasseltine, District V. Enclosed are proposed budget requests for County Special Districts other than fire districts. The schedules include proposed budget, total requirements, and estimated revenues other than taxes. We request that these budgets be adopted by your board on July 29, 1977. These proposed budgets mist be adopted on or before July 20. 1977. ,( 6 is i97� H. DQNAM RNK Auditor-Controller HDF:jag Enclosures FFT L-ED JUL /.:t, 1977 vax coaPO of W?j.Y1502S of rA CO. e:• Microfilmed with board order 0D279 O e 0 0 0 a a 0 _5 -——-— — 00 =0 = = = 0 0 0 a 0 a a 0 t 00 co a a 0 3 0 0 rc 1.0 0a 0 0 C%a -i to 0. 1 0.r-=r-r-0 =6 0 w CK el m n ri n n n n no c,a sCor - 0 K)10 01 t.�D p 0 0 0 0 00 am 0 z 0 a 04 0 0 0 0 000-0 C 0 O 0 — ———————0 c — 00 G t, t4 N t4:3 %C > CA — C., 00 00 10 000 't 0 0 = a =:2 Z = == = = P :3 coca 0oo P -1 P 0 < 0 1 cn 04n� > > -Ts 0 n %A to *1 — 03 44 r_ x a- C, .1 ". . . . e, 0 n 0 0 O V mto w C. S Q-4 0.0 CA a, fa cc Q. :3 0 = CD P W w tA to P. 'm L.CV V-4 0 O 0110 -4 V C6 04-4.91 C*w O r W Cl A w O !21 W tpO 10 t0 O 01 to ra + C% I P C: w 0 Qc=co [ oc 0 000on00=00 m l(n 0A i NO mb % P :r10 d , 0 0! = r to 110 N L, n O 0 to Ln 40%001 L-L 0 C3 0 A It cr %00-4 tn fAa. NO 00 E: 0 0 4'1. 0-w to= 0�= w W V 00 00 a, CD A Q C, - :` O a 0 a%NaC' C' 6 tn L.m 14 'a 03 Cl 0 ul am cc w tom .9. , 1�' x fA W tj 0, v101 ss rt It N tn tn t4 w a w LP G C. 00-4 F. _,a P , as En Y V o O. VW 0 w 6 0 P P W%a w w c 0 a o 00280 MOORE" 0 'f S O ace 0 1+ O M 3 JJ[T O � IDPIDID >f IDIDb >Y -IS mw CCCN H 1 1 1 0 D D D li P 70 O D NAN h P a N 1 C =O=no 1 3 R o P O M 3 W A O SN C 30 W Nom' O W O O x 7.40> W 7 D> C W W S 0.6 W H N C O C n N Ol M`N �ID 1-+D O 3 0 3 0 0 g A O W O A O D r A W b M O S b � 0.N O H 03 n W 3 C W O 0 e W P N ID H O W A 0 0 N u n O C x 1Ji1 vAia�� v uou iq v .pro giro o ti o 0 an m 10 W 3 21 u 3 n 0 N NmrYN+ V WOW O yV I^�P DI Or1+A A l' ON 0 W V V N O O O O O Dl 1+ D 10 O m0.010 O 000 N q.0 � 10 q V C J 3 O�6f S Of G WtJNV A b N G VO IVq 0.• N0 O N V A N O O O O O O V O S q W O IP�00 N C 6u N �-•N 0 O DI O W V N i 0 3•1 ^ 0 C Y NV�+GV O 00 ✓ Qb G 'D 0.O O OINO V O ac tD J W N V O 0 0 V N N Y ^b 3 n 00 p 3 0I W G 10.1N O O 0.0 O clw 1 ~ O Gt+c O 000 V NN I3 X-! N O D P O W NOOVO N vN A MSX V O N N V G N A r DI ID�J u q oma a N 1+r N N �n� O'er W NHN N b Nn" 0. W O' X O O 3A-1 N N D O P D v Cl a v>tOi1V C 6W, ISS X R ISJ-i r r ID b V O 10 0 N 0 0 0 O V 0 00281 3- o T n -i oeo 0or� Z . u....wbbN � O m o o n p r� > O nnnnn^ ', >m rrror ^N N .pn.. •f�i•f•t~•tnH > o A t a a w •! ? n n n n n n n n 3 0 O . •<. e p O N t C 9 C o F r A 10 W.F V V N N W ? '� '20•{ 20 O W0>� r n O m 0 O 7 c W� y<N •>1 ln9 A O O b D W 7 no s.-v m n o a• a-n nn m�•• n �y O N N o O e N Y n O O N H o O C m n < < < C o m n 00 m n• 0 0 u m m n'a C K m owm > a N�•NmA'+NN I o•so e P P P N N P N �•O O N A w P A �e P b N P O P N A>O P N P P N 3 µ 'A d rU O O N P O O✓a N V N W I 1 I F 0 0 7 G I > V V 40 9 O n n N m W 9 R•� V �•-•VN A rµw•f•N NN »n m O W m T N NN N mAn+NP n G n V P N P O P A >V O P N P P�• e� a a..Io o O O PV OraN V N 1 e o vG m 1-ooIN-• u T CJ+a u.-.ICN+ oo o.� vN N aPum a t� uio aCa- � mn O OI•+00 O N mN N V NGN Vm o In 9 M w m o O m m b O h• _ P �•A 9 O b r G u 3•<n m n m m n >-3 m W O r P P V N N m W r N P S P N P mPNN G YN+ •+N N>w6o O W m 4 N r A P V A P V N K V N V N 1 In F p M•e P P NO IV-• �O O O �r O.n -10 %O N w O A b O t7 N O A m J J O P L%d 4 IF•.��+r li• O w w O V P N N•+ C G m m 1 p t O b b O m N O W O m J 00282 C ' C13 n m c >a a> >>>>>>>>>>>>>> c n K 7 �'! K K K K K K K K K K K K K K K K K z 7 ✓. o marc o n 0 npm 0 0 aamnmPpmnau� > .. � a o 'H 3 p z 3 3 3 =z 3 z 3 1 1 1 r 1 r 1 r 1 r 1 r 1 �W V C 1 a 1 0 1 6 a N N N r r ra W r r K "c c A !q 0 - - - - - - - - - - - M3 7 n 0 r� NDaO.-.SnKnmmO.1 A a a A g O 0 O r n A O a n p n O K O -4 K = 3 r r c CI Gro7�C3Pn r� On< rnm > m n K a < O O r�1 .+G C. cn GO Srarp K U3q In O 0 O H a r 0 G 9 a O n o q O G a r m q 7 0 a c o m r p o r0 r 1Sa Ar Sao a m K to •! 3 r> K < >O 7 K —0 O Z O n < r 1 < 0 0 K > r y ...P > n 7 0 K 1 O n w w r a q K a7 q < m 7 K S pC K 7 O A n N m O1 m P n 0 o a o o >.+ 93 0 0 03 o > a a o .+ m o G G .+ K K a r O `C q O O K m P 7 1 P >nm a r W Wr0 ►• rt7 V V C V41dO.N nb C V t—m -1100 0 4 O O N N V N O 10 0:1 O rn w W V a r a r V N A w C 3 0 O Oa W 10 10 Oo otO NrC 01r W W NCW r b G OD C C C O r V 0 V O l O N 0 0 W W?N N O o V l � �I•' 1 a n n N 7 C O r 9 q 3 n m 9 aH rWWr0 10 C,NWNri. » 10'/ V V 01 V N a V N -4—;: �W?G O W C N W n N N V N O t z m 0 O 1 W a V d r 4. -4 w L W at K D O O CO N-m —w w Oar W 61m mArW r O co O C COrV0 V clop) W W dNNOi Ir 1 to 0 vc a•a�am �n N I P C n 11 1 W \ C N N r rN N W 7 to W N W Ul rrN NOD OOlWW Nr O Oa G• V y 1 7 Oo'O 0 N N ? W PW W iN10V ViV ol ar ,as 7-n V V N a.oV� mw W tnclw AO�-i WONOrW > K r < O p a O r r O x C3 m O?tw r C Llnr V CD C% W g 7 0 0 ~ q ea K m m rtn V W w N W.'1.0oNVCW 16rr f0 K 7 - - 0: co N 01010 N COQ V O W rr ONC V c �1 Gn a n 3 W O N N W r N r C N C p O I-- nC10 0 0� A w N r O m O e V 1 N r V C CA r l n t 0 W m O W V I J W C O O W N O o 1I:tn- V tO 0%V W ww1 V W O C r w jw _ O O p O ? r V W r N C N .7 f o x W n N N O V O OO W r W C r 10 w V r V C, p1 C p m O Do N W OV W W lnr CV O r r m oo w CInwCC www Q wmw m www w wr- o N W w 10 C►+ OV V rNW V 11OONW 1 0 0 coo V CN r J00 wC NP VCCAbA V < n ~ C.r, C 0 m C 0 O N w 3 A H In W C C W C O V r O N e=+o x n C C N NN10 V a O rC, -4 C, 4 w N C C W N a w N N o O r v V r w r K 17 10 > 01 W 0o. In C V> r w a.4 W V O C O 1 1 r H C w o i.Iwaid u .-�Vtn C --C,h a n O O O O V N N O C C V N N x V V C N 0 0 01 C 1 m 00283 O drr�W W C i. In r In NNrr t.:. a s 10 tON O paw Cr A %D r W NOP�iww N a O x V V N O ONOOw N N to 0a0 W- %AA C OD V• m O n wNzF m >R Y 0 gmam OK ON noa"OK10 OR a[a Kn i }n tlPPPa Pm'C fWf C» O 2 q la.. rrrrrD 2 O P as F�F9aON o n ip 3 4 K Q m n Cm p AG w P n CJ 1ym JOS NAµ +� �i 0 " K 01 rG GNhONO O C isq >d m�q >m " Op ma »om Kooq rq. x� Nr to n o•»m»„K I- mn m� -CSOa } oK mR7�tl m> J K O K 90 O a m O G O G::00 K tl CQ = KOt OY x"P CAO R01 woR m m m O 7 m P m O W O O P O N O O O tl q R K A O N m Y n m m on O O n q » O A R'Lf C X NV V m NJ»bc+ »�O�IU'IW»A .o n O N S O N WA P W S d041 VOa iitA O K O m ON .W OJNNOGNN no y W O+tn fJl JOO»V OOONOIOOG A m? W VI U QOQUO OOtEN V tn� Yr r+ I N 3 m 3 N n S N m WV V W N V»OOt N »QT"UJ W»S N S O N WAtTWO AdN VOP tl;A n C P• O N 09 G » �C\OO A pa p VNNODNN WDWN � OOOt»rop U oOVNIN'd+i(mita 0 »n U O m J a �Nm= I G 4 W N tYl N O N � N Ltf> VO NV A W GVt SWeY4AS Op G, Jm N W U W yt UmG1 paA W VO»NN V A mn NU ?Vmf tW/I Ot 4Ni0� 0• AN�tNnNO Jq L O m P O» » O » N 4 O» O J» W »NNWON+ A �X.=- 0.m CS S poWN S AOVI GO OI»N m30P� D RfY STO O O. qU tel OUGONOG WN VI t:1 VWG S O»AJ»bOi � � OW VV V 4 NOP '� b»ONAOV N m n d ry cJl+a > etd1il W»J»aw `Naw A m>i JAN» P WCWO SY,/1U WOi+tN Ca rOirt US US UW O.mO O VO V WNtI O YM UQ�S N N »NOVO OaINOUN V A NW N N»lasoli- aw a m o vlw l.w c,w� v o b C X O O �ai.rs m �'»A'- ommo G»r W r {J1 UO U»AO» KC X O. N V 4 W V V Cq »V J V O N rS W to Cn m UN S L.NUm»G'Z mj » F i GG O� Q m1Gi+0»LO'CO O tl IT x J OO VV O WGNI+Om �'�i»»CSJ1�284 oA dd 4 coo»o.o mmroow mxmv:' a. dN Office of County Auditor-Controller Districts Governed Through Board of Supervisors (Other than Fire Districts) 1977-78 Proposed Budget 1977 - 78 Proposed Name of District Fund Budget County Service Area-Fire F-1 (South Richmond) General Services & Supplies 5,677 Reserve for Contingencies 200 Total Requirements 5,877 Flood Control Contra Costa Flood Control & Water Conservation General Salaries & Employee Benefits 4,100 Services & Supplies 1,367,900 Reserve for Contingencies 72,993 Total Requirements 1,444,993 Zone 1 (Marsh Creek) General Salaries & Employee Benefits 53,000 Services & Supplies 36,000 Other Charges 17,000 Reserve for Contingencies 10,861 Total Requirements 116,861 Zone 2 (Kellogg Creek) General' Salaries & Employee Benefits 2,500 Services & Supplies 24,000 Fixed Assets 2,500 Reserve for Contingencies 2,100 Total Requirements 3�,,�� ,one 3B (Central County) General Salaries & Employee Benefits 106,000 Services & Supplies 5,128,000 Other Charges 2,000,000 Reserve for Contingencies 258,602 Total Requirements 7,492,602 Zone 7 (Wildcat Creek) General Salaries & Employee Benefits 10,000 Services & Supplies 100,000 Other Charges 250,000 Reserve for Contingencies 16,378 Total Requirements 376,378 00285 Office of County Auditor-Controller Districts Governed Through Board of Supervisors (Other than Fire Districts) 1977-78 Proposed Budget 1977 - 78 Proposed Name of District Fund Budget Flood Control (Cont'd) Zone 8 (Pinole Creek) General Salaries E Employee Benefits 13,000 Services G Supplies 7,000 Reserve for Contingencies 1,074 Total Requirements 21,074 Subzone BA General Services S Supplies 9,716 Reserve for Contingencies 971 Total Requirements 10..6887 Zone 9 (Rodeo Creek) General Salaries & Employee Benefits 11,900 Services $ Supplies 9,600 Reserve for Contingencies 1,252 22 Total Requirements ,752 Subzone 9A General Salaries 6 Employee Benefits 2,000 Services G Supplies 102,000 Other Charges 6,000 Reserve for Contingencies 3.000 Total Requirements 113,000 Storm Drainage Zone #1O (Nest of Danville) General Services E Supplies 71,900 Other Charges 800 Reserve for Contingencies 3,394 Total Requirements 7��6094 Zone 913 (North & Hest of Alamo) General Services E Supplies 62,200 Other Charges 1,800 Reserve for Contingencies 5.930 Total Requirements 69,930 Zone #16 (Gregory Gardens) General Services E Supplies 102,900 Other Charges 4,800 Reserve for Contingencies 4,627 Total Requirements 112,327 00286 Office of County Auditor-Controller Districts Governed Through Board of Supervisors (Other than Fire Districts) 1977-78 Proposed Budget 1977 - 78 Proposed Name of District Fund Budget Zone #16 (Gregory Gardens) Debt Service Other Charges 10,813 Total Requirements1''813 Zone #19 (North Richmond Area) General Services 6 Supplies 1,700 Reserve for Contingencies 61 Total Requirements 1,761 Zone #22 (N.E. Ygnacio Valley) General Salaries 8 Employee Benefits 1,000 Services 8 Supplies 83,000 Reserve for Contingencies 2,000 Total Requirements 86,000 Zone 037A General Services & Supplies 75.900 Total Requirements 7 Storm Drain Maintenance District #1 (Ygnacio Valley Area) General Salaries 8 Employee Benefits 9,200 Services h Supplies 365,800 Other Charges 90,000 Reserve for Contingencies 12.816 Total Requirements 477,816 District #4 (San Pablo Area) General Salaries me Employee Benefits 26,700 Services 8 Supplies 11,100 Reserve for Contingencies 3,486 Total Requirements 41,286 County Service Area - Drainage 2 General Services 8 Supplies 49,000 Other Charges 4,000 Reserve for Contingencies S00 Total Requirements 53,500 00287 -9- Office of County Auditor-Controller Districts Governed Through Board of Supervisors (Other than Fire Districts) 1977-78 Proposed Budget 1977 - 78 Proposed Name of District Fund Budget County Service Area - Drainage 3 General Services $ Supplies 2,000 Other Charges 28,000 Total Requirements To County Service Area - Drainage 12 General Services 8 Supplies 3,800 Reserve for Contingencies 100 Total Requirements a900 County Service - Police 1 General Salaries F Employee Benefits 10,930 Services 6 Supplies 1,590 Fixed Assets 38,400 Reserve for Contingencies 50O Total Requirements 51,+ County Service Area - Police 2 General Services & Supplies 87,176 Reserve for Contingencies 4,000 Total Requirements 91,176 County Service Area - Police 4 General Services 5 Supplies 87,176 Reserve for Contingencies 1,000 Total Requirements 88,176 County Service Area - Police 5 General Services 6 Supplies 44,588 Reserve for Contingencies 500 Total Requirements 45,088 County Sanitation District #3 (Tan Hills Area) Debt Service Other Charges 15,425 General Reserve 240,587 Total Requirements 256,012 District #S (Port Costa) General Services 8 Supplies 13,315 Fixed assets 8,021 Reserve for Contingencies 1,331 Total Requirements Z� 00288 Office of County Auditor-Controller Districts Governed Through Board of Supervisors (Other than Fire Districts) 1977-78 Proposed Budget 1977 - 78 Proposed Name of District Fund Budget District #5 (Port Costa) Debt Service Other Charges 1,362 Total Requirements 1,362 District #7A (West Pittsburg Area) Debt Service Other Charges 24,424 Total Requirements 24,424 District #7B (Port Chicago Area) General Services & Supplies 16,874 Reserve for Contingencies 1,687 Total Requirements 18,561 District #7B (Port Chicago Area) Debt Service-- Other Charges 15,000 Total Requirements 15,000 District 915 (Bethel Island Area) General Services & Supplies 81,258 Fixed Assets 8,045,595 Reserve for Contingencies 5,087 General Reserve 337 Total Requirements 8,132,277 District #19 (Byron Area) General Services & Supplies 125,300 Fixed Assets 76,381 Reserve for Contingencies 13,465 Total Requirements 215,146 County Service Area - Lighting General L-32 (Kensington) Services & Supplies 40,600 Reserve for Contingencies 4,060 Total Requirements 44,660 L-42 (North Central County) General Services & Supplies 235,000 Reserve for Contingencies 23,500 Total Requirements 258,500 L-43 (West Pittsburg Area) General Services & Supplies 66,609 Reserve for Contingencies 1I112U9 6,660 Total Requirements 73,269 Office of County Auditor-Controller Districts Governed Through Board of Supervisors (Other than Fire Districts) 1977-78 Proposed Budget 1977 - 78 Proposed Name of District Fund Budget L-45 Danville Zone 1 General Fixed Assets 10,651 Total Requirements 10,651 L-46 (North West County) General Services 6 Supplies 174,195 Reserve for Contingencies 17,419 Total Requirements 191,614 County Service Area - Miscellaneous M-1 (Delta Ferry) General Services 6 Supplies 39,650 Reserve for Contingencies 3,965 Total Requirements 43,615 M-3 (Rollingwood) General Services 6 Supplies 11,217 Reserve for Contingencies 1,121 Total Requirements 12.338 M-4 (South San Ramon) General Services 6 Supplies 114,920 Reserve for Contingencies 11,492 Total Requirements 126,412 M-6 (Danville Area) General Services 6 Supplies 30,220 Reserve for Contingencies 3,022 Total Requirements 33,242 M-7 (North Richmond) General Services 6 Supplies 18,877 Reserve for Contingencies 1,887 Total Requirements 2a.�. M-8 (Byron Area) General Salaries 6 Employee Benefits 500 Services 6 Supplies 31,580 Fixed Assets 33,865 Reserve for Contingencies 3,208 Total Requirements 691153 00290 Office of County Auditor-Controller Districts Governed Through Board of Supervisors (Other than Fire Districts) 1977-78 Proposed Budget 1977 78 Proposed Name of District Fund "Budget M-9 (Orinda) General Services & Supplies 4,030 Reserve for Contingencies 403 Total Requirements 4,433 M-11 (Orinda Area) General Services& Supplies 23,180 Fined Assets 67,632 Reserve for Contingencies 2,318 Total Requirements 93,130 M-12 (E1 Sohrante Area) General Services & Supplies 13,100 Reserve for Contingencies 1,310 Total Requirements 14,410 M-13 (Bethel Island Area) General Services & Supplies 693 Reserve for Contingencies 69 Total Requirements 762 M-14 (Clayton Area) General Services & Supplies 11,300 Reserve for Contingencies 1,130 Total Requirements 12,430 M-15 (Ygnaeio Va13ey) General, Services & Supplies 1,260 Reserve for Contingencies 126 Total Requirements i - M-16 (Clyde Area) General Services & Supplies 4,500 Fixed Assets 2,667 Reserve for Contingencies 450 Total Requirements 4' 00291 Office of County Auditor-Controller Districts Governed Through Board of Supervisors (Other than Fire Districts) 1977-78 Proposed Budget Office of County Auditor-Controller Districts Governed Through Board of Supervisors (Other than Fire Districts) 1977-78 Proposed Budget 1977 - 78 Proposed Name of District Fund Budget County Service Area- Miscellaneous (Cont'd) M-17 (Montalvin Manor) General Services 5 Supplies 28,650 Fined Assets 370,545 Reserve for Contingencies 2,865 Total Requirements 402,060 M-19 (Orinda Area) General Services f, Supplies 16,198 Reserve for Contingencies 1,619 Total Requirements 17,817 M-20 (Rodeo Area) General Services E Supplies 31,774 Reserve for Contingencies 3,177 Total Requirements 34,951 M-21 (Danville Station) General Services 6 Supplies 31,819 Reserve for Contingencies 3,181 Total Requirements 35.000 M-22 (San Ramon Area) General Services E Supplies 15,697 Reserve for Contingencies 1,569 Total Requirements 17,266 RD-4 (Bethel Island Area) General Other Charges 7.298 Total Requirements 7.298 County Service Area - Recreation $ Park R-4 (Moraga Area) General Services 6 Supplies 38,000 Other Charges 5,734 Reserve for Contingencies 500 Total Requirements 44.234 R-5 (South Danville) General Services E Supplies 9,700 Fixed Assets 4,615 Reserve for Contingencies 970 Total Requirements 15,285 00292 Office of County Auditor-Controller Districts Governed Through Board of Supervisors (Other than Fire Districts) 1977-78 Proposed Budget 1977 - 78- Proposed Name of District Fund Budget County Service Area-Recreation 6 Park (Cont'd) R-6 (Orinda) General Salaries and Employee Benefits 153,550 Services Fi Supplies 128,355 Fixed Assets 124,902 Reserve for Contingencies 30,000 - Total Requirements 436,807 R-7 (Alamo-Danville) General Salaries 5 Employee Benefits 640 Services 8 Supplies 65,747 Fixed Assets 905,923 Reserve for Contingencies 24,952 Total Requirements 997,262 R-8 (Walnut Creek) General Services ✓; Supplies 105,556 Fined Assets - 354,969 Reserve for Contingencies - 5,000 Total Requirements 465,525 R-8 (Walnut Creek) Debt Service Other Charges 580,780 Total Requirements 580.78O R-9 (E1 Sobrante Area) Generall Fixed Assets 114,000 Total Requirements 114,000 County Service Area- Library Lib-2 (E1 Sobrante) General Services 4 Supplies 33,420 Fixed Assets 132,050 Reserve for Contingencies 1,000 Total Requirements 166,470 Lib-10 (Pinole) General Services 6 Supplies 91,200 Fixed Assets 211,619 Reserve for Contingencies 1;000 Total Requirements 303,819 00293 I Office of County Auditor-Controller Districts Governed Through Board of Supervisors (Other than Fire Districts) 1977-78 Proposed Budget 1977 - 78 Proposed Name of District Fund Budget County Service Area- Library (Cont'd) Lib-11 (Oakley) General Services 6 Supplies 16,600 Total Requirements 16,600 Lib-12 (Moraga) General Services 8 Supplies 74,400 Reserve for Contingencies 200 Total Requirements 74,600 Lib-13 (Ygnacio Valley) General Services 6 Supplies 100,500 Fixed Assets 22,170 Reserve for Contingencies 1,000 Total Requirements 123,670 Water Agency Contra Costa County General' Salaries 6 Employee Benefits 2,480 Services 8 Supplies 425,116 Reserve for Contingencies 42.759 Total Requirements 470,355 Parking Maintenance District Danville Parking Maintenance General Services 8 Supplies 4,440 Reserve for Contingencies - 443 Total Requirements 4,883 0029 Office of County Auditor-Co•oller Special Districts Under Authority of County Board of Supervisors (Other than Fire Districts) Estimates of Revenue Other than Current Property Taxes for Proposed 1977-78 Budget (Included in available financing) 1977-78 Revenue Estimates District 4 Revenue Item Fund Recommended County Service Area- Fire F-1 (South Richmond) General Homeowner's Property Tax Relief 508 Business Inventory Tax Relief 1 Total 509 Flood Control Contra Costa County General - Sale of Real Property 100,000 Homeowner's Property Tax Relief 47,747 Business Inventory Tax Relief 23,160 Total 170,907 Zone 1 (Marsh Creek) General State Subvention 2,000 Homeowner's Property Tax Relief _ S,185 Business Inventory Tax Relief 781 Other Revenue - 800 Total 8,766 Zone 3B (Central County) General State Subvention 1,029,000 Homeowner's Property Tax Relief 53,671 Business Inventory Tax Relief 15,495 Other Revenue - 2,000 Total 2,100,166 Zone 7 (Nildcat Creek) General Homeowner's Property Tax Relief 6,478 Business Inventory Tax Relief 3,718 Other Revenue - 2,500 Total - 122696 Zone 8 (Pinole Creek) General Homeowner's Property Tax Relief 563 Business Inventory Tax Relief 129 Other Revenue - 600 Total 1,292 Zone SA General Homeowner's Property Tax Relief 37S Business Inventory Tax Relief (�(� (1 79 OtherTotaRevenue 002 ) 754 47- Office of County Auditor-Controller Special Districts Under Authority of County Board of Supervisors (Other than Fire Districts) Estimates of Revenue Other than Current Property Taxes for Proposed 1977-78 Budget (Included in available financing) 1977-78 Revenue Estimates District S Revenue Item Fund Recommended Flood Control (cont'd) Zone 9 (Rodeo Creek) General Business Inventory Tax Relief 15 Total IS Zone 22 General Drainage Fees 4,000 Total 4,000 Zone 37A General Drainage Fees s0,000 Total 50,000 Storm Drain Maintenance District 81 (Ygnacio Valley Area) General Drainage Fees 4,100 Business Inventory Tax Relief 855 Total 4,955 District 84 (San Pablo Area) General Homeowner's Property Tax Relief 1,522 _ Business Inventory Tax Relief 240 Other Revenue 900 Total 2,662 County Service Area D-2 (Walnut Creek) General Drainage Fees 8,000 Total 8,000 D-3 (Antioch) General Drainage Fees 30,000 Total 30,000 County Service Area - Police P-1 (Crockett) General Federal Subvention 38,400 Homeowner's Property Tax Relief 1,222 Business Inventory Tax Relief 1,355 Total 40,977 ,rte 00296 Office of County Auditor-Controller Special Districts Under Authority of County Board of Supervisors (Other than Fire Districts) Estimates of Revenue Other than Current Property Taxes for Proposed 1977-78 Budget (Included in available financing) 1977-?8 Revenue Estimates District 8 Revenue Item Fund Recommended County Service Area - Police (Cont'd) P-2 (Danville-Alamo) General Homeowner's Property Tax Relief 6,080 Business Inventory Tax Relief 312 Total 6,392 P-4 (Orinda) General Homeowner's Property Tax Relief 5,937 Business Inventory Tax Relief 216 Total 6,153 P-5 (Round Hill Area) General Homeowner's Property Tax Relief 1,978 Business Inventory Tax Relief 9 Total 1,987 County Sanitation District $S (Port Costa) General Sewer Use Charges 14,964 Total 14,964 District 7B (Port Chicago Area) General Sewer Use Charges 18,561 _ Total 18,561 District i15 (Bethel Island Area) General Federal Subvention 4,974,400 Bond Sale Proceeds 2,450,000 State Subvention 829,100 Connection Fees 159,132 Sewer $ Water Services 58,279 Other Sanitation Service 907 Fund Balance of S-1 411 Total 8.472.229 District #19 (Discovery Bay) General Sewer 8 Water Services 134,418 Other Sanitation Services 4,400 Total 138,818 0029'7 Office of County Auditor-Controller Special Districts Under Authority of County Board of Supervisors (Other than Fire Districts) Estimates of Revenue Other than Current Property Taxes for Proposed 1977-78 Budget (Included in available financing) 1977-78 Revenue Estimates District & Revenue Item Fund Recommended County Service Area - Lighting L-32 (Kensington) General Homeowner's Property Tax Relief 2,867 Business Inventory Tax Relief 10 Total 2,877 L-42 (North Central County) General Fund Balance of L-4S 47,784 Homeowner's Property Tax Relief 15,247 Business Inventory Tax Relief 1,685 Total 64,716 L-43 (West Pittsburg Area) General Homeowner's Property Tax Relief 9,666 Business Inventory Tax Relief 6S9 Total 10,32 L-46 (North West County) General Homeowner's Property Tax Relief 24,904 Fund Balance of L-41 4,060 Business Inventory Tax Relief 3,441 Total 32,405 we County Service Area - Miscellaneous M-1 (Delta Ferry) General Homeowner's Property Tax Relief 304 Business Inventory Tax Relief 13 Total 317 M-3 (Rollingwood) General Homeowner's Property Tax Relief 1,897 Business Inventory Tax Relief 18 Total 1,915 M-4 (South San Ramon) General Homeowner's Property Tax Relief 6,234 Business Inventory Tax Relief 1,258 Total 7,492 00298 Office of County Auditor-Controller Special Districts Under Authority of County Board of Supervisors (Other than Fire Districts) Estimates of Revenue Other than Current Property Taxes for Proposed 1977-78 Budget (Included in available financing) 1977-78 Revenue Estimates District $ Revenue Item Fend Recommended County Service Area -Miscellaneous M-6 (Danville Area) General Homeowner's Property Tax Relief 2,630 . Total 26630 M-7 (North Richmond) General Homeowner's Property Tax Relief 877 Business Inventory Tax Relief 2,184 Total 3,061 M-8 (Byron) General Homeowner's Property Tax Relief 767 Business Inventory Tax Relief 4 Total 771 M-9 (Drinda) General Homeowner's Property Tax Relief 153 Total 153 M-11 (Orinda) General Business Inventory Tax Relief 1,589 Total 1,589 14-12 (E1 Sobrante) General Business Inventory Tax Relief 447 Total 447 M-13 (Bethel Island Area) General Homeowner's Property Tax Relief 36 Total 36 M-14 (Clayton) General Homeowner's Property Tax Relief 626 Total 626 0029, Office of County Auditor-Controller Special Districts Under Authority of County Board of Supervisors (Other than Fire Districts) Estimates of Revenue Other than Current Property Taxes for Proposed 1977-78 Budget (Included in available financing) 1977-78 Revenue Estimates District S Revenue Item Fund Recommended County Service Area - Miscellaneous (Cont'd) M-16 (Clyde Area) General Homeowner's Property Tax Relief 685 State Subvention 2,500 Total 3.185 M-17 (Montalvin Manor) General Homeowner's Property Tax Relief 11,887 Business Inventory Tax Relief 265 Federal Subvention 263,000 State Subvention 39,317 Park Dedication Fees 1,070 Total 315.539 ,A&e M-19 (Orinda Area) General Homeowner's Property Tax Relief 468 Business Inventory Tax Relief 2 Total 473 M-20 (Rodeo Area) General Homeowner's Property Tax Relief 1,046 Business Inventory Tax Relief 10 Total 1,056 M-21 (Danville Station) General Homeowner's Property Tax Relief 815 Total 815 County Service Area - Road Maintenance RD-4 (Bethel Island Area) General Homeowner's Property Tax Relief 280 Business Inventory Tax Relief 908 Total 1,188 00300 IM AMNW= Office of County Auditor-Controller Special Districts Under Authority of County Board of Supervisors (Other than Fire Districts) Estimates of Revenue Other than Current Property Taxes for Proposed 1977-78 Budget (Included in available financing) 1977-78 Revenue Estimates District S Revenue Item Fund Recommended County Service Area - Recreation R-4 (Moraga) General Rental Income 5,200 Homeowner's Property Tax Relief 63 Other Governmental Subvention 37,120 Business Inventory Tax Relief 4 Total 42,387 R-5 (South Danville) General Homeowner's Property Tax Relief 999 Business Inventory Tax Relief 1 Total 1,000 R-6 (Orinda) General Program Fees 130,000 State Subvention 62,129 Business Inventory Tax Relief 349 Homeowner's Property Tax Relief 9,426 Rental Income 44,010 Donation 5,000 Park Dedication Fees 15,000 Other Revenue 300 Total 266,214 R-7 (Alamo-Danville) General Park Dedication Fees 50,000 State Subvention 212,102 Federal Subventions 132,516 Homeowner's Property Tax Relief 35,342 Business Inventory Tax Relief 3,712 Other Revenue 5,000 Total 438,672 R-8 (Walnut Creek) General Rental Income 11,454 Homeowner's Property Tax Relief 9,725 Business Inventory Tax Relief 1,511 State Subvention 202,650 Total 225,340 011301 -za- Office of County Auditor-Controller Special Districts Under Authority of County Board of Supervisors (Other than Fire Districts) Estimates of Revenue Other than Current Property Taxes for Proposed 1977-78 Budget (Included in available financing) 1977-78 Revenue Estimates District 8 Revenue Item Fund Recommended County Service Area - Recreation (Cont'd) R-8 (Walnut Creek) Debt Service Homeowner's Property Tax Relief 44,087 Business Inventory Tax Relief 6,824 Total 506911 R-9 (El Sobrante Area) General Park Dedication Fees 106,438 State Subvention 7,562 Total 114.000 County Service Areas - Libraries LIB-2 (E1 Sobrante) General Homeowner's Property Tax Relief 4,417 Business Inventory Tax Relief 132 Total 4,549 LIB-11 (Oakley) General Park Dedication Fees 14,142 State Subvention 1,794 Total 15,936 LIB-12 (Moraga) General Rental Income 73,000 Homeowner's Property Tax Relief 30 Total 73,030 0 LIB-13 (Ygnacio Valley) General Homeowner's Property Tax Relief 7,699 Business Inventory Tax Relief 476, Total 8,175 Contra Costa Water Agency General Homeowner's Property Tax Relief 9,434 Business Inventory Tax Relief 4,623 Total 14,057 003;12 in the Board of Supervisors of Contra Costa County, State of California July 12 1977 In the Matter of Contract #22-476 with Arthur Holstein to provide consultation and technical assistance for the County Health Department (CAL/OSHA Project) The Board having authorized, by its order dated.June 14,1477, contract negotiations with Arthur Holstein regarding consultation on the County Health Department's CAL/OSHA Project, IT LS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute contract#22-076 with Arthur Holstein for the provision of consultation and technical assistance on the County's development of a model contract format for use by the State Depart- ment of Health in the State's CAL/OSHA Program, for.the term from May 1,-1977 through August 31, 1977, with a contract payment limit of $4,950 (lOOZ State_` funding under the County's Agreement#29-223-2 with the State Department of Health), and under terms and conditions as more particularly.set forth In said contract. PASSED BY THE BOARD on July 12, 1977. I hereby cerlHy that the foregoing Is o true and correct copy of an order entered an the minutes of said Hoard of Supervisors on the date aforesaid. Orig: Witness my hand and the Seal of the Board of Attn:ttu, Homan Resources Agency AContracts 5 Crants Unit Supervisors cc: County Administrator affixed thisl2thdoy of Juiv 1977 County Auditor-Controller County Health Officer J. A. OLSSON, Clerk Contractor ! � /' �' 'c Deputy Clark Maxine H. Neufe d 0030ss}}�� RJP:dg Contra Costa County Standard Form STANDARD CONTRACT (Purchase of Services) 1. Contract Identification_ Number 22 - 076 Department: Health Subject: Consultation and technical assistance on the County's development of a model contract format for the State Department of Health's CAL/OSHA program (under Standard Agreement $29-223-2) 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: ARTHUR HOLSTEIN Capacity: Self-employed consultant Address: 1812 E. Wildbrook Court, Concord, California 94521 3. Term. The effective date of this Contract is May 1, 1977 and it terminates August 31, 1977 unless sooner terminated as provided herein. 4. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $ 4,950 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. B. 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: County's Standard Agreement 429-223-2 with the State Department of Health (State 476-56726-A-1). 9. Legal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code Section 31000. 10., Signatures:_ These signatures attest the parties' agreement hereto: COUNTY OF COS -1A CALIFORNIA CONTRACTOR By SGh[Qsl�F. 8 Y Ch izman, Board at Supervisors (Designate official capacity in business Attest: J. R. Olsson, County Clerk and affix corporation seal) State of California } B r�.- 24a 44K County of Contra Costa ) ss. Deputy ACKNOWLEDGEMENT (CC 1190.1) The person signing above for Contractor Recomaedepartment 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: _ �f Deputy Deputy Caun fi ROBERT J. PROCTOR DEPUTY COUNTY CLERK (A-4617 REV 6/76) Microfilmed wiih board order Contra Costa County,California Contra Costa County Standard Form PAYMM PROVISIONS (Fee Basis Contracts) q n ty Number 22 V f 6 1. Payment Amounts. Subject to the Payment Limit of this Contract and subject to the following Payment Provisions, County will pay Contractor the following fee: [Check one alternative only.] monthly, or [ J 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. [%] d. (1) Upon acceptance and approval of Progress Reports by the County Health Officer, as set forth in the Service Plan, for Phase I......$1,200, Phase II.....$1,200, and Phase III....$1,800, plus (2) The reasonable cost of authorized expenses actually incurred hereunder, not to exceed $750 for the term of this Contract, as set forth in the Service Plan. 2. Payment Demands. Contractor shall submit written demands monthly or as specified in 1. (Payment Amounts) above, for payment in accordance with Paragraph 1. (Payment Amounts) above. Said demands shall be made on County Demand Form D-15 and in the manner and form prescribed by County. Contractor shall submit said demands for payment for services rendered no later than 90 days from the end of the month in which said services are actually rendered. Upon approval of said payment demands by the head of the County Department for which this Contract is made or his designee, County will make payments as specified in Paragraph I_ (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 demaad(s) for payment. 4. Audit Exceptions. Contractor agrees to accept responsibility for receiving, replying to, and/or complying with any audit exceptions by I appropriate County, State, or Federal audit agencies occurring as a result of its performance of, this Contract. Contractor also agrees to pay to the County within 30 days of demand by County the full amount of the County's liability, if any, to the State and/or Federal government resulting from any audit exceptions, to the extent such are attributable to the Contractor's failure to perform properly any of its obligations under this Contract. Initials: �� Contractor County Dept. 00305 (A-4619 RET 6/76) SERVICE PUN Number 2 2 i�CJ (� 1y Vc w V [ 1_ Service. Contractor shall provide for County certain professional consultation and technical assistance services to assist the County Health Department in the develop- ment and completion of plans for a model contract format for use by the State Department of Health in contracting with local health agencies which may agree to participate in the occupational health aspects of the State's CAL/OSHA Program under the California Occupational Safety and Health Act. Contractor shall provide said services in three (3) phases as follows: a. Phase I: In this first work•phase, Contractor shall: (1) Review and propose revisions for the following draft documents in order to make them more applicable to Federal, State, and local health agencies: (a) The State Department of Health guidelines for local health agencies participating in the CAL/OSHA Program (draft dated November 27,1973); (b) The proposed contract between the State Department of Health and the County of Los Angeles (draft dated July 1974); (c) The "Work Addendum" prepared by the State Department of Health (draft dated April 1, 1975); and (d) The "Memorandum of Understanding" between the State Department of Health (DOH) and the State Department of Industrial Relations (DIR) which describes relationships between local health agencies, DOH, and DIR (draft dated May 1, 1975). (2) Analyze the raw data on all of the questionnaires which are received by the County from its survey of local health departments in California to determine the present levels of occupational health services being provided and submit a written report summarizing the pertinent results of said data analysis. (3) Based on the above Phase I work, develop and submit a preliminary rough draft of the basic provisions of said model contract format, including different provisions which represent differing levels of program participation on the part of local health agencies. b. Phase II: In this second work phase, Contractor shall: (1) Attend and participate in meetings throughout California with selected Federal, State and local health agencies, including meetings for the purpose of reviewing the initial draft provisions of said model contract format with such agencies. (2) Based on the above Phase II meetings, assist County staff in preparing the final draft provisions of the model contract format. (3) Submit a summary report evaluating the results of Phase II activities and explaining how and why said final draft provisions were established in relation to the outcome of the above Phase II meetings. c. Phase III: In this last work phase, Contractor shall: (1) Develop separate contract formats which incorporate specific contract provisions that are tailored to meet the varying levels of participation by local health agencies in the CAL/OSHA program. (2) Write and submit a rough draft of an overall final report summarizing the final results and conclusions of all three phases of the work under this Contract, including the complete model contract formats developed above and recommendations for methods by which said formats could be implemented by the State_ 2. Phase Overlap. Contractor and County agree that the above work phases may overlap, that none of the work phases are mutually exclusive, and that certain elements of each phase may be carried out simultaneously or in conjunction with certain elements of the other phases. Initials: Uig` v%P Contractor WIN Dept. SERVICE PLAN Number 2 2 — 0 •►% 6 3. Progress Reports and Payment. Contractor shall prepare and submit a Progress Report near the conclusion of each of the three work phases detailing the degree of progress toward accomplishing the work for each phase as prescribed above, and, subject. to the acceptance and approval of each Progress Report by the County Health Officer, County shall pay Contractor following submission of each Progress Report as set forth in Subparagraph l.d.(1) of the Payment Provisions. 4. Incidental Expenses. County shall reimburse Contractor for authorized, actual, reasonable, and necessary expenses that are incurred in the performance of this Contract, in accordance with applicable County policies, including any and all incidental expenses (such as meals, travel, and lodging), not to exceed a total of $750 for the term of this Contract as set forth in Subparagraph l.d.(2) of the Payment Provisions. 5. Activity Support Services. County shall provide at no cast for Contractor certain office space, clerical support, office supplies and services, postage, materials, equipment, facilities, and assistance as may be mutually determined to be necessary to support Contractors activities hereunder, but excluding the use of County cars. County shall arrange appointments for Contractor with appropriate Federal, State, and local health agencies for necessary meetings and shall provide all needed materials for such meetings. 6. Independent Status. Contractor is an independent contractor and County shall neither direct nor have control over Contractor, his activities, or the methods and details by which he fulfills his obligations under this Contract. In providing services hereunder, Contractor shall report to and work cooperatively with the County Health Officer or her designee. SPECIAL CONDITIONS 1. Insurance. 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 tern of this Contract and any extension or modification thereof, Contractor shall keep in effect a policy or policies of motor vehicle liability insurance for any use Contractor makes of a private automobile in the performance of this Contract, as required by State law and in amounts not less than: (1) $100,000 for personal injury to, or death of: one person; (2) $300,000 for injury to, or death of, two or more persons, per occurrence; and (3) $10,000 for property damage. b. Insurance Certificate. Not later than the effective date of this Contract, Contractor shall provide County with a certificates) of insurance evidencing the above liability insurance. The policies shall include a provision for thirty (30) days written notice to County before cancellation or material change of the'above-specified coverage." Initials: GTJ� Contractor Coun�. 00307 Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 1. Compliance with Law. Contractor shall be subject to and comply with all Federal, State and local laws and regulations applicable with respect to its performance hereunder, including but not limited to, licensing, employment and purchasing practices; and wages, hours and conditions of employment. 2. Inspection. Contractor's performance, place of business and records pertaining to this Contract are subject to monitoring, inspection, review and audit by authorized representatives of the County, the State of California, and the United States Government. 3. Records. Contractor shall keep and make available for inspection by authorized representatives of the County, the State of California, and the United States Government, the Contractor's regular business records and such additional records pertaining to this Contract as may be required by the County. 4. Retention of Records. The Contractor and County agree to retain all documents pertaining to this Contract for three years from the date of submission of Contractor's final payment demand or final Cost Report (whichever is later) under this Contract, and until all Federal/State audits are complete and exceptions resolved for the funding period covered by this Contract or for such further period as may be required by law. Upon request, Contractor shall make these records available to authorized representatives of the County, the State of California, and the United States Government. 5. Termination. a. Written Notice. This Contract may be terminated by either party, at their sole discretion, upon thirty-day advance written notice thereof to the other, or cancelled immediately by written mutual consent. b. Failure to Perform. The County, upon written notice to Contractor, may terminate this Contract should the Contractor fail to perform properly any of its obligations hereunder. In the event of such termination, the County may proceed with the work in any reasonable manner it chooses. The cost to the County of completing Contractor's performance shall be deducted from any sum due the Contractor under this Contract. c. Cessation of Funding. Notwithstanding Paragraph 5.a. above, in the event that Federal, State, or other non-County funding for this Contract ceases, this Contract is terminated without notice. 6. Entire Agreement. This Contract contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein, no other understandings, oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 7. Further Specifications for Operating Procedures. Detailed specifications of operating procedures and budgets required by this Contract, including but not limited to,monitoring, auditing, billing, or regulatory changes, may be developed and set forth in a written Informal Agreement entered between the Contractor and the County. Such Informal Agreements shall be designated as such and shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required hereunder. Such Informal Agreements may not enlarge in any manner the scope of this Contract, including any sums of money to be paid the Contractor as provided herein. Informal Agreements may be approved and signed by the head of the County Department for which this Contract is made or his designee. 8. Modifications and Amendments. a. General Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors or, after Board approval, by its designee, subject to any required State or Federal approval. b. Administrative Amendments. Subject to the Payment Limit, the Payment Provisions and the Service Plan may be amended by a written administrative amendment executed by the Contractor and the County Administrator or his designee, subject to any required State or Federal approval, provided that such administrative amendments may not materially change the Payment Provisions or the Service Plan. f)f13f18 (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-inwriting by the head of the County Department forwhich thisContract 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 governedand - 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 fromany 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 Contractand: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 agreesto 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 visdemeanor. 17. Nondiscriminatory Services. Contractor agrees that all goods and services under this Contract shall be available to all qualified persons regardless of age, sex, race, religion, color, national origin, or ethnic background, and that none shall be used, In whole or in part, for religious worship or instruction. (A-4616 REy'.6/76) -2- 00309 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. LiabilitX 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 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. 00IM) (A-4616 REV 6/76) -3- In the Board of Supervisors of Contra Costa County, State of California spy IP 19 77 In the Matter of Authorizing execution of speech _ consultation contract for County Medical Services - IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED.to. - execute Contract 126-008-3 with Willi— Roth for speech consultation services for County Medical Services for the period July I, 1977 through. June 30, 1978 at a cost not to exceed $2,340. PASSED BY THE BOARD on July 12, 1977. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisor on the date aforesaid. Orig: Human Resources Agency Witness my hand and the Seal of the Board of Attn: Contracts d Grants Unit Supervisors cc: County Administrator affixed thisl2th day of July 19 77 County Auditor-Controller County Medical Services Contractor J. R. OLSSON, Clerk ByAax�G+, r_ Deputy Clerk !!1] e _e 001311 Contra Costa County Standard Form SHORT FORM SERVICE CONTRACT �j 1. Contract Identification. Number 2 v —O O 8 — 3 Department: Medical Services Subject: Speech 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: WILLIAM ROTH Capacity: An individual Address: 996 Union Street, San Francisco, California 94133 3. Term. The effective date of this Contract is July 1, 1977 and it terminates June 30, 1978 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 $ 2,340 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: $ 45 per service unit: (X) session, as defined below; or ( ) calendar (insert day, week or month) NOT TO EXCEED a total of 48 service unit(s). One session, for payment purposes, shall be defined as the provision of at least three (3) full hours of services. 7. Contractor's Obligations. Contractor shall provide the following described services: Consultation in speech problems for County-selected patients in the time, place and manner required by County. In relation to this service Contractor will: (1) Interview patients, examine appropriate medical records, and consult with Medical Services staff, as necessary. (2) Diagnose speech-related problems and prescribe treatment for those problems. (3) Advise County-employed therapists on a course of treatment for each referred patient and provide ongoing consultation for the course of treatment. (4) Follow each referred patient's treatment and progress and revise the diagnosis and treatment plan as needed. Contractor will be subject to 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 and 31000. 11. Signatures. These signatures attest the parties' agreement hereto: R COUNTY OF, 0 1�A•COSTP_; CALIFORNIA CONTRACTOR f Q �} sy / "' ' p.1.SchrodeF By/,I I, Lt2Z. U. 6FI& J f/ Designee b Recommended by Department FAR70 ARRAQ1 .. (Designate official capagntrac< nistrator SY 87�4gte Designee orm approved by County CouriseYj ---- (A-4620 7/76) Microfilmed with board order Contract Number 26 -008 _008 _ 3 Attachment Number 1 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 (PHP) services, the following subcontract requirements (Article %I 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 minimus 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 of Health, Education and Welfare, and Contractor mist comply with requirements issued as a result of such'inspection or audit. 7. Contractor will participate is 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 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. 00313 (A-4632' New 3/77) -1- I' In the Board of Supervisors of Contra Costa County, State of California July 12 ,19 77 In the Matter of Agreement with University of California, Berkeley, for Employment of Student under Work-Study Program IT IS BY THE BOARD ORDERED that its Chairmanji; AUTHORIZED to execute an agreement between the Regents of the University' of California, Berkeley, and Contra Costa County (Board of Supervisors) for employment of one student under the work-study' ' program during the period June 28, 1977 to June 30, 1976 at a cost to the County not to exceed $260. Passed by;the Board on July 12, 1977- I hereby eertify,that the foregoing is a true and court copy of an order entered on the minutes of said Hoard of Supervisors on the data aforesaid. Witness my hand and the Seal of the Board of orig: Administrator Supervimm cc: Auditor-Controller affixed tkisl2th day of Jill y 1912 University of California Supervisor District V J- R. OLSSON, Clerk B l Deputy Clerk Maxine M. lieu eld 00315 Contract Number 26 -008 _OO8 _ 3 Attachment Number 1 PREPAID HEALTH PLAN SUBCONTRACT REQUIREMENTS Pursuant to State Department of Health/County Contract #76-56983 (County 929-609) 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 #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 PHP enrollee for entry into the enrollee's medical record maintained by the County. S. 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. 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 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. 00.113 (A-4692New 3/77) -1- i PREPAID HEALTH PLAN SUBCONTRACT REQUIREMENTS 12. Contractor-will notify the Department of-Health and Commissioner 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 cbe 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 #7(-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 assignment and/or delegation of this subcontract unless County has obtained prior vritten approval of the other party,and State.Department of Health. 5 Y I (A-4632 New 3/77) -2- 00314 ( 1 -now= In the Board of Supervisors of Contra Costa County, State of California July 12 .19 77 In the Matter of Agreement with University of California, Berkeley, for Employment of Student under Work-Study Program IT IS BY THE BOARD ORDERED that its Chairman.is AUTHORIZED to execute an agreement between the Regents of the University of California, Berkeley, and Contra Costa County (Board of Supervisors) for employment of one student under the work-study program during the period June 28, 1977 to June 30, 1978 at a cost to the County not to exceed $260. Passed by the Board on July 12, 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: Administrator Mrdrrm my hand and the Seal of the Board of Supervisors cc: Auditor-Controller affixed tlixal2th day of July 1977 University of California Supervisor District V J. R. OLSSON,Clerk By� Deputy Clerk Maxine M. Niqfeld 04315 H-2t 4M 15m ' 2 UNIVERSITY OF CALIFO&`IA, BERKELEY COLLEGE WORE:-STUDY PROGRAM AGREEMENT THIS AGREEMENT, entered into this 28th day of June 19 77, by and between THE REGE'QTS OF THE UNIVERSITY OF CALIFORNIA, a California corporation, hereinafter called "University," and Contra Costa County - Office of the Supervisor a county agency hereinafter called "Organization;" W I T N E S S E T H WHEREAS, University has applied for a grant by the U.S. Commissioner of Education pursuant to-Title I. Part C, of the Economic Opportunity Act of 1964, Public Law 88-452, as amended, and has been amended by the Higher Education_ Act of 1965, Public Law 89-329 and Public Law 90-82 approved September 6, 1967, and has been amended by the Educational Amendments of 1972, Public Law 92-318 and the Educational Amendments of 1976, Public Law 94-482, to stimulate and promote the part-time employment of students, particularly those with great financial need, who are in used of earnings from such employment in order to pursue courses of study at institutions of higher education such as University; and WHEREAS. University and Organization desire that certain of the Univer- sity's students engage in work for public and private nonprofit 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. The University shall be deemed the employer for purposes of this agreement. It has the ultimate right to control and direct the services of the student for the Organization. It shall also determine that the students meet the eligibility requirements for employment under the College Work-Study Program, assign students to work for the Organization, and determine that the students do perform their cork in fact. The Organization's right shall be limited to direction of the details and means by which the result is to be acconplished. 2. Organization shall meet any and all other conditions as set forth in the College Work-Study guidelines as set forth in the Federal Register dated September 1, 1976. 3. The vork performed by such students shall be in the public interest and shall not a. Displace employed workers, impair existing contracts for services; nor fill positions that are vacant because the employer's regular employees are on strike. b. Involve any partisan or nonpartisan political activity n(� associated with a candidate or with a contending faction 0031[► or group in an election for public or party office Microfilmed with board order , c. Involve any lobbying on the Federal level d. 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. 4. 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. Hake a report to University of time worked by students participating in the program indicating the total hours worked each week and containing the supervisor's certi- fication as to the accuracy of the hours reported and of satisfactory performance on the part of the students, at least monthly; c. Allow•no student to work for more than an average of twenty (20) 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 University thirty per cent (3OZ) of the total compensation to be paid to students participating in the program. The Organization will pay to the University in advance any amount calculated to cover the Organization's share of the students' compensation or within thirty (30) days upon receipt of a written Statement of Account to Organization at the end of each quarter showing expenditures, receipts, and balance due. S. 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. Rate of compensation shall be subject to approval by University. 6. In accordance with Title VI of the Civil Rights Act of 1964 and Title IR of the Education Amendments of 1972, the services and benefits of 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. 7. Compensation of students for work performed on a project under this agreement will be disbursed—and all payments due as an employer's contribution under State or local workmen's compensation lava, under Federal or State social security laws, or under other applicable laws, will be made—by the University. R. The agreement shall be subject to the availability of funds to University for the portion of the student's compensation not to be paid by Organization. It shall also be subject to the provisions of Part C (Work-Study Programs) of Title IV of the Nigher Education Act of 1965, asnnrr���� ry now amended, or from time to time amended, and shall be subject to regula`W1, implementing said legislation. 9. This agreement may be cancelled by either party if there is a . II to comply with the provisions of the agreement. 10. This agreement shall terminate on the 30th day of, June , 19 78,_unless sooner terminated and be subject Co 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. C County rt�?r_�-^�^�^ THE 5 OF THE.UNIVERSITY OF CALIFORNIA (Organiz '! By: — R.I.Schroder By: 1 w��ffzuC ✓\ Chairman, Boaref of c.._�,..__ Director of Fisaneial Aid (Title) (Title) A S"J. OLSSON, County Clerk Deputy RECOMMENDED BY DEPARTMENT By Msfi@nee FORM APPROVED JOHN It QA cc_tv C=.d 40318 i In the Board of Supervisors Of Contra Costa County, State of California July :L?- ,i9'77 In the Matter of Sale of Tax Deeded Property to City of'Clayton IT IS By THE BOARD ORDERED that the Chai.rman.is AUTHORIZED. : to execute an Agreement of Sale entered i.nto::between Contra Costa County, the City of Clayton and the State of California for the, sale of parcel No. 118-101-001 to the City of Clayton pursuant to Revenue and Taxation Code Sections 3771 et seq., as recommended by the County Treasurer Tax Collector_ Passed by the Board on July 12, 1977. I hereby certify that the foregoing is a true and correct copy of on order entered on the minutes of said Board of Supervisors on the date aforesaid Orig: Administrator Witness my hand and the Seal of the Board of cc: Treasurer-Tax Collector(fi)Supervimors City of Clayton affixed this 12th day of July 1977 c/o Treasurer State of California c/o Treasurer J. R. OLSWN, Clerk Auditor-Controller gy Deputy"Clerk Maxine M. Reittfeld 00319 H-24 4n?15m s AGREEIMT TO PURCHASE TAX DEEDED PROPERTY THIS AGREEHM, made this 12th day of Julq , 1977, by and between the Board of Supervisors of the County of Contra Costa, State of California, and the City of Clayton, pursuant to the provisions of Division 1, Part 6, Chapter 8, of the Revenue and Taxation Code. HITNESSETR : THAT WHEREAS, the real property situated within the City of Clayton, County of Contra Costa, State of California, hereinafter set forth and described in"EXHIBIT A", attached hereto and made a part hereof, has been deeded to the State of California for the non-payment of delinquent taxes; and WHEREAS, the taxes levied on the property by the City of Clayton, are collected by the County officers; NCHj THEREFORE, it is mutually agreed as follows: 1. That as provided by Section 3800 of the Revenue and Taxation Code, the cost of giving notice of this agreement shall be paid for by - the City of Clayton; 2. That the Board of Supervisors of the County of Contra Costa agrees to sell to said City of Clayton and said City of Clayton agrees to purchase from said County the property hereinafter set out in the aforesaid" IT A", which shall not have been redeemed as provided in the Revenue and Taxation Code, upon payment by said City to the Tax Collector of said County the sum set forth in said "EXHIBIT A" after the description of the property and designated "Purchase Price", within 30 days after this agreement becomes effective. 3. That said City of Clayton will not share in the distribution of the payment required by this agreement. M WITI7t'SS WHEREOF, the parties hereto havecaused their respective names to be hereunto subscribed and their respective seals to be hereto b►iuofilmed with board order 00,120 i aIT Aa First Year Sale Purchase Description went Number Price Parcel No. 118-101-001, more particularly 1968 1866 $10.00 described as: Portion of the Northeast IA of Section 10 Township 1 North, Range 1 Nest, Mount Diablo Base and Heridian, described as follows: Beginning on the east line of said Section distant thereon North 0" 11' East, 76.56 feet from the center line of Clayton Road, said point being on the southeasterly line of the parcel of land described in the deed from Jessie V. Gray to The Protestant Episcopal Bishop of California recorded May 13, 1960, in volume 3619 of Official Records, at page 440, Contra Costa County records; thence from said point of beginning South 40" 115' Nest, along the southeasterly line of said last referred to parcel, 38.28 feet; thence South 55' East to the east line of said Section 10; Fr� thence North 0" 11' East to the point of beginning. affixed by their respective officers thereunto duly authorized. ATTEST; BOARD OF SUPERPISOH.S OF TIM COUXTr OF CONTRA COSTA R. QISSQPi � - ark -Board of supervisors �. gy ��' R.!.Schroder DeputS�� Chairman 1 t _ . (mal) FORM APPROVJM 'S JOHN IL OAOS k C-ly cry m wwtr ATTEST¢ Cm OF CLATT(N r PETER M. ARCHULETA By N - ty irk mayor By .rC� Deputy r (Seal) .'745 agreement was submitted to me before execution by the Board of Supervisors and I have.compared the same with the records of the County, of Contra Costa relating to the real property described therein. rZMARD H. LEAL Tax Collector- Treasurer AFFROED this 25th day of July , 1977 Xw=coy, CONTRaE ? ATE OF CALZFOR`iZA By �efi�IY�0l1 of IGCCT QOY_f11iaC[1�R9CQlA�fQr6- - 00,121 {' t In the Board of Supervisors of Contra Costa County, State of California July 12 ,1977 1n the Matter of Expense Reimbursement for Members of the Contra Costa County Advisory Council on Aging As recommended by the Director, Human Resources Agency, provided under Title III of the Older Americans Act of 1975 as amended and included in the February 1975 Manual of Policies and Procedures related thereto, and in line with County policy for its other advisory boards and commissions, IT IS BY THE BOARD ORDERED that reimbursement of actual and 'necessary expenses such as mileage and authorized travel, lodging and meals for members of the Contra Costa County Advisory Council on Aging while on official business is AUTHORIZED. Passed by the Board on July 12, 1977• hereby certify that the foregoing is a true and correct copy of as order entered an the minutes of said Board of Supervisors on the date aforesoid. Orig: Human Resources Director Witness my hand and the Seal of the Board of Supervisors cc: Council on Aging) welfare Director) c/o HRA affixed thisj2jthday of_July 19 7Z Administrator County Counsel J. R. OLSSON, Clerk '. Auditor-Controller By�lhs,� ✓� Deputy Clerk Maxine M. N ufeld ��)r322 H-24 3P6 15m I Fl -2 3y77 106831 ne,BIZ#G P,E260 in the Board of Supervisors of u.�at rre ft'-P�a Contra Costa County, State of California CGWPkC=CGUM Re:;m 2:p.�X. ?la d SP C P1M1. P-15M SYaRn DEPT. July 12 .14 77 , _ Fel:%3•_-!i HT f;EQU.':5T e.: In the Mayer"of CON-RA COSTA COUNTY. - App.rovIng Defe red Improvement - Agreement for Subdivision M'z 17-76, AT / .."C--",K Walnut Creek area. co.`172N C,=-T;.COUXT:? ^,•,""._^,_ The Public Worts Director is AUTHORIZED to execute a Deferred Imrap vecent. Agreecant with Caroline l-lattioda, permitting the deferment of construction of permanent improvements required as a condition of approval for Subdivision MS 232-76 Walnut,-Creek area. PASSED by the Boazd on July 12 477 s r i 7 0 3 o. u 6 DD I hereby certify that the foregoing is a true and correct copy of an order enfered on the minutes of said Board of Superrisars on the date aforesaid. Witness my hen-4 end 4m c--4 of t.a e-W of Orig' t' g Department: PW (LD) su"-'son a„ned this 22 may of_ July _ 1977 • cc: -corder (via P.U.) Public Worms Director Director of Planning J. R. CLSSDN, Clerk . County Assessor - 8y�fy-E-h L'lsLJ Deputy Clerk CarolineItattioda Patricia A.'Bell 81 Bradley Avenue Walnut Creek, CA 94596 .. SEAL Aum,"ED H•25 3176!5. OO-S2-:3 i _t,)rded at the request of: �}� � c„E f 6 f COSTA COL^ITY CJ �?:sd a:u�pLe4' V6 t--o.Rd.No. This box for exclusive use of Recorder M.S No.3 _ A 7 ors No. DEFERRED L4PROVEMOT AGREE'[ENT (Project: Sub. MS 232-76 ) N' 1. PARTIES. Effective on the County of Contra Costa, hereinafter referred to as "County" and` CAROL k I•IATTIODA hereinafter referred to as "Owner" mutually agree and promise as follows: 3. PURPOSE. Owner desires to develop the property he owns as described in Exhibit "a" attached hereto and wishes to defer construction of permanent improvements, and County agrees to such deferment if Owner constructs improvements as herein promised. 3. AG_REE,`=- BINDRIG OY SUCCESSORS IN RIT!EST. This agreement is an instrument affecting the title or possession of the real property described in Exhibit "A". All the tans, 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 teras 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 a-�reemeut- upon aLnexation to auy City, v;-ncr shah iulfili ail cite teras of this aoYte- --eat 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 parry beneficiary. 4. STREET AND DRAU AGE WROM ENTS. 3. The it:provenencs set Forth in this section may be deferred by Owner and shall be constructed when required in the man-ner set forth in this agreement. The deferred improvements required by County Department of Public Works are generally described am Exhibit "B" attached hereto. B. When the County Public Works Director determines that there is no further reason to defer construction of the improvements because their construction is necessary for the public health and safety and/or a necessary prerequisite to the orderly development of the surrounding area, he shall notify Owner in writing to commence their installation and construction. The notice shall be mailed to the current owner or owners of 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 within waich the work shall be completed. All or any portion of said improvements may be required at a spacified time. Each cu-cer shall participate on a pro rata basis in the cost of the improvements to be installed- If Owner is obligated to pay a pro rata share of a cost of of a facility provided by others, the notice shall include the amount to be paid and the time when payment must be made: 5. PERFOEMANCE OF THE WO3.R. Owner shall perform the work and make the payments required 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 persons legally qualified to do the work and to submit said improvement plans and specifica- tlans for approval prior to com~encemeat of the work described in the notice and to pay Ccuaty inspac- Microfilmed with board order QQ 3Z 3 f) i tion fees. The work shall be done in accordance with County standards in effect at the tine improvement plans are submitted for approval_ Owner agrees to commence and compl:te tce work within the time specified in the notice given by the Director of Public Works and zo notify the County at least 48 hours prior to start of work. In the event Owner Mils to construct any improvements required =der this agreement, County may, at .its option, do the work and collect all the costs from Owner. If County sues to compel performance of this agreement or recover the cost of completing the improvements, Owner shall pay all reasonable attorneys' fees, costs of suit, and all other expenses of litigation incurred by County in connection therewith. Permission to enter onto the property of Owner is granted to County or its contractor as may be necessary to construct such improvements. 6. JOI,NT COOPERATIVE PLAN_ Owner agrees to cooperate upon notice by County with other property wwners, 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 construction of the improvements. 7. REVIEW OF REQUIRDIENTS. 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 Supervisors of County. The decision of this Board shall be binding upon both County and Owner. S. ACCEPTA\ICE OF I.MPROVE3E9 PITS. County agrees to accept those improvements specified in Exhibit "B" which are constructed and completed in accordance with County standards and requirements and are installed within rights of way or easements dedicated aa. d 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 tze a-=priate County•agency for review, if required, and to maintain said imrovecN—_ts and facilities'in a manner which will preclude any hazard to , liic or stealth or damage to a4juining property. 9. BONDS. Prior to approval of improvement plans by the County, Owner may be required to execute and deliver to the County a faithful performance bond and a labor and materials bond in an amount and form acceptable to County to be released by the Board of Supervisors in whole or in part upon completion of the work required and pa;,+ent of all persons ;srnishing labor and materials in the performance of the work_ 10. INSURANCE. Owner shall maintain, or shall require any contractor engaged to perform the work to maintain, at all times during the performance of the work called for herein, a separate policy of insurance in a form and amount acceptable to County. 11. INDBN- ITY. The Owner shall assume the defense and indemnify and save harmless the Co—tmty, its officers, agents and employees, from every expense, liability or payment•by reason of injury (including death) to persons or damage to property suffered through any act or omission, including passive negligence or act of negligence, or both, of the Developer, his employees, agents, contractors, subcontractors, or anyone directly or indirectly employed by either of them, or arising in any way from the work called for by thig agreement, on any part of the premises, including those matters arising out of the deferment of permanent drainage facilities or the adequacy, safety, use or nonuse of temporary drainage facilities, the per"ornance or nonperformance of the 'work. This provision shall not be deemed to regrire the Owner to indemnify the County against the -'- QD32-3 i 6 PA C E26-2 _:z;b_Iity for damage arising from the sole negligence or willful misconduct of the County or its agents, servants, or independent contractors who are directly responsible ' tc, the County. COUNTY OF CONTRA COSTA OSti•EB VERNON L. CLINE ✓sir! yras' �2�GGC Director Caroline;Mattioda` ,� t a•r Gr/"�/✓ f; __'- uty RECOtt`MED FOR APPROVAL: KOTE: This'documeat is be acknowledged Assistant Public orSs Director with signatures as they appear on deed of + - title FORM APPROVED: JOEN B. CTAUSEN. . County Counsel STATE OF CALIFORi-MA— f CauryafS�.:�/iTI'G �n f d„ ai'll/7 f in the car ou Lkouwrtd nine 6uadred arsd-5: On Lhis_.• '�of .7 Were me, "'et.< Z- a Salary Public in and for the Coyntp of C•"1>f��- �sfc State of Califaraia,residing therein, &4.7 rAd senors,persa"My G't�i^i/i,Lrw /Ir7�liGG�lr . OFFDSEAL JAJAMESS D. FEARS . NOTA W PMUC_CAU'-0Q A knusn to me to be the`ersan—=hase xmint �S - •w5rc►ibed to the nithin instrument ~Y CONTRA COSTA COtDNW •.tom - ltpCarm�s�Ea}sesAuC-11.1974 and acin+asltd?td tome tkat..:he_tren.ted Gret�r. EW Flauu� Y I:1 IVITIVESS IVKEREOF I have hereurw m my hand and aged my o[Tciel;cat 2 mxtimL Ch.5 M w ahr_ Caantp of G'l.C...rcLsr+i �( the dad and yrrr in thin r hoary pamiein and for fb• Ceun Tw[UTI OTY lbw["Am"*.eo.oa3 3t7.�mmi{ti0R Fi�irCl . REV (12/76) LD-Sl 00323 au�r.8,146 FacE263 MIBIT "A!' . Subdivision MS 232-76:: 'All that land being+.sboun as.Parcelss-A and B',on Parcel-.Nap filed "Attie t1G i,Ts .. 19 in ggnk��ofParcel Haps at PageR"r# S',ConCra Cpsta County Records. N i t } , x ,r rs a. 11.0 Lam- is M '. �fSsl TM r k'' 1e j4 -u ay r ;k� • Subdivision HS 232-76 I. Improvements.required by Contra Costa County Public Works Department atong the frontage of Parcel 173-39D-033 as described-in Exhibit "A". 1. ..Approximately 86.lineal feet of curb and gutter. . 2. Approximately 900 square feet of street,paving to pave between the existing pavement and the curb. _ 3. Temporaryconforms for.paving and drainage as may..be necessary at the.time,of construction. -- 4. Necessary longitudinal drainage. 5. All existing improvements within the right of way-shall"be. �A` removed. 6. Submit improvement plans to the Public Works.Department, Land Development Division for review; execute-a Subdivision Agreementl%, with Contra Costa County toguaranteethe constructionof,.the improvements; post the bond required bythe Agreement and : pay an inspection fee. I1. Relocation of Utilities Any necessary relocation of utility facilities shall be the responsibility of the owner or his agent. 111. 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-ofthe above deferred improvementsshall-.begin asourlined in Item 4B of the.Agreement when any of the following occur: 1. Bradley Avenue 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.. END OF OOCU'Abil 00323 e In the Board of Supervisors of Contra Costa County, State of California July 12 1977 in the Matter of Approving Deferred Improvement Agreement for Subdivision MS 207-76, Martinez area. The Public Works Director is AUTHORIZED to execute a Deferred Improvement Agreement with Alhambra Valley 11, a joint venture. permitting the:deferment of'construction of permanent improvements required as a condition of proval for Subdivision MS 207-76, Martinez area. ap PASSED by the Board on July 12, 1977. we hereby certify that the foregoing is a true and correct copy of an order emered on the minutes of said Board of Superviw on the date aforesaid. Originating Department: PW (LD) Wdnen my hand and the Seal of"the Board of Supervisors cc: Recorder (via P.W.) affixed this 12 day ofJuly 1977 Public Works Director Director of Planning County Assessor J. R. OLSSON, Clerk Alhambra Valley LI gyth t P t 4r t C� [�p Q Q c/o Tom Hodgson Deputy Clerk 1218 Grove Way Patricia A. Bell Concord, CA 94518 H-24 3r,6 1tm In the Board of Supervisors of Contra Costa County, State of California July 12 1477 M the Matter of Approval of Contract #26-009-2 Contra Costa Radiology Group IT IS BY THE BOARD ORDERED that its Chairman,Is AUTHORIZED'to execute Contract #26-009-2 with the Contra Costa Radiology.Gioup (Solomon Ruperman, M.D., Robert B. Skor; M.D., and Frederick Foley, M.D.) which provides'for continuation of their services for County Medical Services for the period July 1, 1977 through June 30,,1980,'not to exceed a cost of $724,252 in County funds. PASSED BY THE BOARD on July 12, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Orig: Human Resources Agency Witness my hand and the Sea!of the Board of Attn: Contracts & Grants Unit Supervaors cc: County Administrator affixed thisl2tbday of July 19 77 County Auditor-Controller County Medical Services /� Contractor J. R. OLSSON, Clerk By v Deputy Clerk ine n. it .e i QQ _ 00,125 ���7/7615m !I . encra Costa County Standard Form STANDARD CONTRACT (Purchase of Services) 1. Contract Identification. Number 26 -009 - 2 Department: Medical Services Subject: Purchase of Radiology Services for Contra Costa County Medical Services ?. ?arties. The County of Contra Costa California (County), for its Department named above, and the following named Contractor mutually agree and promise as follows: Contractor: CONTRA COSTA RADIOLOGY GROUP Capacity: Partnership os Solomon Kuperman, M.D., Robert B. Skor, M.D. and Address: 7500 Alhambra Avenue Frederick M. Foley, M.D. Martinez, California 94553 3. Term. The effective date of this Contract is July 1, 1977 and it terminates June 30, 1980 unless sooner terminated as provided herein. 4. PaN=ant L£mIt. County's total payments to Contractor under this Contract shall not exceed S 727, 52 5. Countv's Obligations. County shall make to the Contractor those payments described in the Paysent 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 reverence, subject to all the terms and conditions contained or incorporated herein. 7. General and Special Conditions. This Contract is subject to the General Conditions ane Special Conditions (if any) attached hereto, which are incorporated herein by reference, and to Attachment 1 "Prepaid Health Plan Subcontract Requirements" attached hereto and incorporated herein. 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: Not Applicable. 9. Legal authority. This Contract is entered into under and subject to the following legal authorities: California Government Code 31000. 10. Signatures. These signatures attest the parties' agreement hereto: COL=y OF CO. "COSTA CALIFORNIA CONTRACTOR $� V tt.Schroder gy . Chairman, Board of Supervisors _ 1 (Designate officialkVapacity in business Attest: J. R. Olsson, County Clerk' and affix corpora[ n seal) n State of California ) as. BCounty of Contra Costa ) Deputy ACKNOHLEDGE`tENT (CC 1190.1) The person signing above for Contractor Tecoomended by Department known to me in those individual and business capacities, personally appeared before me today and acknowledged that he/ gv they signed it and that the corporation Designee or partnership named above executed the within instrument pursuant to its bylaws or a resolu n of its board of directors. Fora Approved: County Counsel 2 p Dated: c�O �7i By FORM Appon[+rn RRA CW»1rzClsAdm^iistr3l.r Deputy Narm=affil 1.!Deputy County Clerk 00325 Microfilmed w1 n board order Contra Posta County Standard Form PAMIM PROVISIONS (Fee Basis Contracts) cj Number 26 -00 v('� - 2 1. Pavment Amounts. Subject to the Payment Limit of this Contract and subject to ta_ following Payment Provisions, County will pay Contractor the following fee_ (See a. and d. below] $ 18,D88 monthly, July 1, 1977 to June 30, 1978 (Sj a. $ 18.992 monthly, B$July 1, 1978 to June 30, 1979 $ 19.941 monthly, July 1, 1979 to June 30, 1980 { 1 b. $ per unit, as defined in the Service Plan, or [ ) c. $ after completion c: all obligations and conditions herein and as full compensation for all services, work, and expenses provided or incurred by Contractor hereunder. [S) d. County will pay to Contractor two-thirds (2/3) the actual cost of professional liability (medical malpractice) insurance premiums required for Contractor to perform pro- fessional services specified in the Service Plan of this Contract at such time as said premiums are payable by Contractor to its insurer. If this Contract is terminated prior to the completion of the full term, Contractor will refund to County pro rata such portion of the payments made by County for such premiums as represent the time period of.coverage remaining under the policy. Payment Demands. Contractor shall submit written demands monthly or as specified in 1. (Payment Amounts) above, for payment in accordance with Paragraph 1. (Parent Amounts) above. Said demands shall be made on County Demand Form D-15 and in the=anner and form prescribed by County. Contractor shall submit said demands for pay_ent for services rendered no later than 90 days from the end of the month in vaich 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 vh_, 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 insc_f_c3ently documented, (b) the Contractor has neglected, failed or refused to furnish isformation or to cooperate with any inspection, review or audit of its progran,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 -zderal 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 suck are attributable to the Coatrattor's failure to perform properly any of its obligations under this Contract. 00321 S - SERVICE PLAN 26 - 09 y — Number As part of the effective care and treatment of patients at specified Contra Costa County medical facilities, there is a need to have duly qualified and certified specialists in the field of radiology to direct certain radiology facilities and perform certain radiology services. The partners in the Contra Costa Radiology Group assert that they are duly qualified and eligible for certification as specialists in the field of radio- logy, and will continue to be so qualified and eligible throughout the term of this Contract, and further assert that they have the professional expertise to perform the radiologist services described herein at the County Hospital, Richmond Outpatient Clinic and Pittsburg Outpatient Clinic. The Contractor shall provide full professional radiologist services and will manage and conduct the radiology facilities at said hospital and clinics in such manner as best serves the radiology needs of said hospital and clinics, devoting their best ability to the proper management thereof, using the premises solely for the practice of radiology and carrying on said practice in an equitable and professional manner in accordance with the ethical standards of the American College of Radiology. The Radiology Group, and -11 members thereof, may conduct a private radiology practice; however, no part of the premises or equipment and supplies furnished by the County shall be used for said private radiology practice. The Contractor shall perform without compensation such teaching and other duties as conform with the recommendations of the American College of Radiology and the American Medical Association, and the Joint Commission on Accreditation for accrediting hospitals of this type, to the extent such are in accord with the educational program of the hospital. The radiologists and employees under thier direction shall comply with the policies, rules and regulations of the hospital, subject to State and Federal statutes relating to their practice and the ethical standards of their specialty. Toe members of the Radiology Group shall be present in the hospital during such hours and shall also consult with staff physicians in such cases as the Medical Director shall, in his reasonable discretion, determine to be necessary and proper. The County expressly agrees that the work of the Contractor may be done by such assistant radio- logists as the Contractor may employ, or associates or partners in practice with the Contractor, or other licensed professionals designated by the Contractor, so long as approval of the County, through its Medical Director, is obtained prior to such practice by assistant radiologists or associates, partners or other professionals. Nothing con- tained in this paragraph or in this Contract shall be construed to permit assignment by the Contractor of any rights under this agreement (except to a professional corporation consisting of the partners of the Radiology Group) and such other assignment, if made, shall be void. In providing the service specified hereunder Contractor shall have complete discretion as to the methods and details by which the terms of this Contract are fulfilled. The County shall furnish for the use of the Contractor for the term hereof the space in said hospital and clinics now occupied by radiology facilities, together with a private office near said radiology facilities for use by the Contractor in connection with the services rendered under this Contract. In addition, the County will supply and furnish at its own cost and expense, for the use of the Contractor, the equipment necessary for the proper operation and conduct of said facilities and which is in the best interest of proper patient care. The County shall also, at its own cost and expense, keep and maintain said facilities and equipment, both existing and as may be added during the term of this Contract, in good working order and repair, and upon said equipment or any part thereof becoming worn the County shall replace the sa=e rich other equipment of similar character and utility. The County shall also, at its own cost and expense, furnish the Contractor with janitor and in-house messenger service, laundry, and such electricity for light and power, gas, water and heat as may be required by the Contractor for the proper operation and conduct of said facilities as well as all necessary supplies, such as chemicals, glassware, stationery and similar iters. Initials: Con ram or County Dept. 0)328 ,: SERVICE PLAN NumbenG+ ,All partners of the Contractor, together with any assistant or associate radio- logists employed by the Contractor, shall make up the Radiology Staff and shall be or become active members of the staff of hospital; provided, however, that if any members of the Radiology Staff are absent for a short period of time due to illness, vacation, attendance at professional meetings or emergency, the Contractor may utilize non-staff members to provide radiology services for such short period, subject to approval of the County through its Medical Director- All personnel required for the proper operation of said Radiology Department, except for radiologists, shall be provided and employed by the County within the rules and regulations of the County civil service system. In addition to the insurance specified in the General Conditions of this Contract, during the entire term of this Contract, Contractor shall keep in effect a policy or policies of professional liability insurance against errors, omissions or malpractice with limits of $1,000,000 for each event and $3,000,000 maximum during the policy period. County will pay for such insurance in accordance with the Payment Provisions of this Contract. Initials: Contractor County Dept..,. . o e a ! frz i +F 00.129 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 manner it chooses. The cost to the County of completing Contractor's performance shall be deducted from any sum due the Contractor under this Contract. c. Cessation of Funding. Notwithstanding Paragraph 5.a. above, in the event that Federal, State, or other non-County funding for this Contract ceases, this Contract is terminated without notice. 6. Entire Agreement. This Contract contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein, no other understandings, oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 7. Further Specifications for Operating Procedures. Detailed specifications of operating procedures and budgets required by this Contract, including but not limited to,monitoring, auditing, billing, or regulatory changes, may be developed and set forth in a written Informal Agreement entered between the Contractor and the County. Such Informal Agreements shall be designated as such and shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required hereunder. Such Informal Agreements may not enlarge in any manner the scope of this Contract, including any sums of money to be paid the Contractor as provided herein. Informal Agreements may be approved and signed by the head of the County Department for which this Contract is made or his designee. 8. Modifications and Amendments. a. General Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors or, after Board approval, by its designee, subject to any required State or Federal approval. b. Administrative Amendments. Subject to the Payment Limit, the Payment Provisions and the Service Plan may be amended by a written administrative amendment executed by the Contractor and the County Administrator or his designee, subject to any required State or Federal approval, provided that such administrative amendments may not materially change the Payment Provisions or the Service Plan. > 00330 (A-46 16 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'orin 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.' ShouldFederal 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 parr 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 ofthe County Administrator or his designee, subject to any required State or Federal approval. 14. Independent Contractor Status. This Contract isbyand between twoindependent 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-adoptedbylaws and also acomplete 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 complyand 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 bepublished 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 sisdemeanor. 17. Nondiscriminatory Services. Contractor agrees that all goods and services under this Contract shall be available to all qualified persons regardless of age, sex, race, religion, color, national origin, or ethnic background, and that none shall be used, in whole or in part, for religious worship or instruction. (A-4616+ EEV 6/76) -2- Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 18. Idemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor, its agents or employees, 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. (A-5616 REV 6/76) -3- 00,132 Contract Number 6 —0 0 9— G Attachment Number 1 PREPAID HEALTH PLAN SUBCONTRACT REQUIMUMMS Pursuant to State Department of Health/County Contract #76-56983 (County #29-609) effective December 30, 1976, War an-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 (PSP) services, the following subcontract requirements (Article XI 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 #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 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 YHP 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. 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 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. 00333 (A-4632 New 3/77) -1- PREPAID HEALTH PLAN SUBCONTRACT EEQDIRMIENTS 12. Contractor will notify the Department of%Health and Commissioner 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: Alteraative 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 Attacbment, 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 assignment and/or delegation of this subcontract unless County has obtained prior written approval of the other'party.and State Ddpartment of Health. <.t 4 w t Q�1334 (A-4632 New 3/77) -2- t In the Board of Supervisors of Contra Costa County, State of California rLy i� ,197Z. In the Matter of Contract #22-055-1 with Craig Bryan to provide Alcoholism Education Consultation Services for the Health Department IT IS BY THE BOARD ORDER ID that its Chairman is AUTHORIZED to execute contract #22-055-1 with Craig Bryan, self-employed consultant, for. provision of alcoholism education services from July 1, 1977 through June 30, 1978, with a Contract payment Limit of $14,760, in connection with the Alcoholism Information and Rehabilitation Services (AIRS) operated by the County Health Department, and under terms and conditions as more particularly set forth in said contract. PASSED BY THE BOARD on July 12, 1977. I hereby certify that the foregoing is a true and correct copy of an order entered on the nunutes of said Board of Supervisors on the date aforesaid Orig: Human Resources Agency Witness my hand and the Seal of the Board of Attu: Contracts S Grants Unit Supervisors cc: County Administrator affixed tfiu12th day of July 19 77 County Auditor-Controller County Health Officer J. R. OLSSON, Clerk Contractor v' B , Deputy Clark Maxine H. Neqfeld 00335 H-24 3/76 15m Contra Costa County Standard Form - STANDARD CONTRACT (Purchase of services) 1. Contract Identification. Number 22 -055 - 1 Department: Health (AIRS) Subject: Alcoholism Education Services for the prevention of alcoholism and alcohol abuse in Contra Costa County 2. Parties. The County of Contra Costa California (County), for its Department named' above, and the following named Contractor mutually agree and promise as follows: Contractor: CRAIG BRYAN Capacity: Self-employed Alcoholism Consultant Address: 4440 Horgan Territory Road, Apt. 10, Clayton, California 94517 (Halling Address: P.O. Bos 97, Clayton, California 94517) 3. Term. The effective date of this Contract is July 1, 1977 and it terminates June 30, 1978 unless sooner terminated as provided herein. 4. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $ 14,760 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. B. 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 Alcoholism Plan and Program Budget FY 1977-78 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 11 California Government Code Section 31000 10. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF C /9OSTA CALIFORNIA CONTRACTOR By. / R.I.Schroder Bye Chairman. Board of Supervisors ' (D J to o fic capacity in business Attest: J. R. Olsson, County Clerk anAV affix corporation seal) State of California ) ss. By County of Contra Costa ) Deputy ACKNOWLEDGEMENT (CC 1190.1) zi� The person signing above for ContractorRecommend Department to me in those individual and sness capacities, personally appeared me today and acknowledged that he/ By y signed it and that the corporation Designee or partnership named above executed the within instrument pursuant to its bylaws BRA Contracts Administrator or a resolution of its board of directors. Form Approved: Xb7 30VM Dated: qzf�.¢. 30, ir(77 By. -� D Ignee MgM1#C /DepotUTY C unty Clerk rrlrr�P ROBERT J. PROCTOR Miaofilm0d with board order Contra Cana Cau ONryrCpl'E (A- 4617 REV 6/76) ornia Contra Costa County Standard Form PATAW PR(NISIONS (Fee Basis Contracts) yy Number 1. Payment Amounts. Subject to the Payment Limit of this Contract and subject to the following Payment Provisions, County will pay Contractor the following fee:' [Check one alternative only.] [ ] a. $ monthly, or [ ] b. $ per unit, as defined in the Service Plan, or [ ] c. $ after completion of all obligations and conditions herein and as full compensation for all services, work, and expenses provided or incurred by Contractor hereunder. [X] d. $ 1,130 monthly, plus the reasonalbe cost of authorized expenses actually incurred hereunder (not to exceed $1,200 for the term of this Contract) for mileage, travel, and per diem expenses. 2. Payment Demands. Contractor shall submit written demands monthly or as specified in 1. (Payment Amounts) above, for payment in accordance with Paragraph 1. (Payment Amounts) above. Said demands shall be made on County Demand Form D-15 and in the manner and form prescribed by County. Contractor shall submit said demands for payment for services rendered no later than 90 days from the end of the month in which said services are actually rendered. Upon approval of said payment demands by the head of the County Department for which this Contract is made or his designee, County will make payments as specified in Paragraph 1. (Payment Amounts) above. 3. Right to Withhold. County has the right to withhold payment to the Contractor when, in the opinion of the County expressed in writing to the Contractor, (a) the Contractor's performance, in whole or in part, either has not been carried out or is insufficiently documented, (b) the Contractor has neglected, failed or refused to furnish information or to cooperate with any inspection,review or audit of its program, work or records, or (c) Contractor has failed to sufficiently itemize or document its demand(s) for payment. 4. Audit Exceptions. Contractor agrees to accept responsibility for receiving, replying to, and/or complying with any audit exceptions by appropriate County, State, or Federal audit agencies occurring as a result of its performance of this Contract. Contractor also agrees to pay to the County within 30 days of demand by County the full amount of the County's liability, if any, to the State and/or Federal government resulting from any audit exceptions, to the extent such are attributable to the Contractor's failure to perform properly any of its obligations under this Contract. illlt7t) (A-4619 REV 6/76) r- SERVICE PLAN Number _0 5 5 _ 1. Service. Contractor shall provide for County certain professional consultation and technical assistance services regarding alcoholism education for the prevention of alcoholism and alcohol abuse in Contra Costa County. Contractor shall work an average of 32 hours per week under this Contract in providing these alcoholism education services, which shall include, but not be limited to, the following activities: a. Leading Groups. Contractor shall utilize groupwork methods and techniques to lead or otherwise direct two groups for young people residing in Central Contra Costa County, as follows: (1) Probation Teen Groups. Contractor shall lead and direct problem solving discussion groups for 1 to 6 young people at a time, age 10 to 18 years, who are referred by County Probation Officers or other professionals in the Juvenile Justice System. The focus of Contractor's services will be to help these young people explore alternative means for coping with personal problems and to promote positive attitudinal and behavioral changes. Contractor shall conduct four 3-hour discussion group sessions each week for a total of 12 hours per week. (2) AIRS Teen Group. Contractor shall lead and direct a problem solving group for 1 to 8 young people at a time, age 8-16 years, whose parents are receiving treatment for alcoholism at County's Alcoholism Information and Rehabilitation Services (AIRS), to help these young ("co-alcoholic") people learn alternative means for coping with their home-life problem situation and to share feelings, explore the nature of alcoholism, study family dynamics, and clarify values. Contractor shall conduct four 3-1/2 hour discussion group sessions each week for a total of 14 hours per week. Contractor shall be responsible for scheduling regular weekly meeting times and places for the above groups and County shall provide the needed meeting rooms and facilities. b. Organizing and Coordinating Volunteer Activities. Contractor shall recruit, organize, and work with adult volunteers who wish to help AIRS, assisting them to create a workable and realistic program of volunteer services which fits their needs, talents, and interests, while serving the community in the area of alcoholism prevention and treatment. Contractor shall: (1) Explore and develop innovative ideas and approaches in the utilization of volunteers in AIRS and the County Health Department. (2) Conduct weekly volunteer meetings, as needed. (3) Work an average of 4 hours per week in the capacity of volunteer coordinator. c. Additional Services. Contractor shall provide additional consultation and technical assistance services regarding alcoholism education as may be prescribed from time to time by the County Health Officer or her designee, for up to 2 hours per week. d. Changes in Schedule. The specific time schedules and priorities set forth above for Contractor's activities may be changed upon mutual agreement set forth in writing between Contractor and the County Health Officer or her designee. 2. Independent Status. Contractor is an independent contractor and County shall neither direct nor have control over Contractor, his activities, or the methods and details by which he fulfills his obligations under this Contract. In providing services hereunder, Contractor shall work cooperatively with the County Health Officer or her designee. 3. Quarterly Performance Reports. Contractor shall submit regular written Performance Reports quarterly to the Administrator of the Health Department's Alcoholism Information and Rehabilitation Services (AIRS), detailing Contractor's accomplishments in performing the above services. The AIRS Administrator shall be responsible for evaluating Contractor's performance under this Contract. Initials: Contractor C my Dept. -1- SERVICE PLAN Number 22 - 055 - 1 4. Activity Support Services. County shall provide for Contractor certain office space, clerical support, office supplies and services, materials, equipment, facilities, and assistance as may be mutually determined to be necessary to support Contractor's activities hereunder, but excluding the use of County cars. 5. Expenses. Contractor's fee, as set forth in Paragraph l.d. of the Payment Provisions, includes full compensation for all services, work and expenses provided or incurred by Contractor under this Contract, including all travel, mileage, and per diem expenses. SPECIAL CONDITIONS 1. Insurance. Paragraph 19. (Insurance), page 3, of the General Conditions is hereby deleted and replaced by a new paragraph to read as follows: x19. Insurance. a. Automobile Insurance. During the entire term of this Contract and any extension or modification thereof, Contractor shall keep in effect a policy or policies of motor vehicle liability insurance for any use Contractor makes of a private automobile in the performance of this Contract, as required by State law and in amounts not less than: (1) $15,000 for personal injury to, or death of, one person; (2) $30,000 for injury to, or death of, two or more persons, per occurrence; and (3) $10,000 for property damage. b. Insurance Certificate. Not later than the effective date of this Contract, Contractor shall provide County with a certificate(s) of insurance evidencing the above liability insurance. The policies 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 govern- ments, 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 policies." Initials ��0 _V Contractor C unty DDept. nn�as -2- 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. 00340 x`30 (A-4616 REV 6/76) -1' Contra Costa County 7tandard Foy¢ 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 determinationin writing bythe head of the County Department for which this Contract is made or hisdesignee 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 theContractor - 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 a-.. accurate list of its governing body (Board of Directors or Trustees) and to time-.-, update said bylaws or the list of its governing body as changesinsuch governance occur. - 16. Confidentiality. Contractor agrees to comply and to require its employees to comply with all applicable State or Federal statutes oriregulations 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 willbeconfidential, and will not be open to examination for any purpose not directly connected withtheadministration of such service. b. No person will publish or disclose or permit or cause to be published or disclosed, any list of persons receiving services, except as may be required in the administration of such service. Contractor agrees to inform all employees, agents and partners of the above provisions, and that any person knowingly and intentionally disclosing such information other than as authorized by law may be guilty of a misdemeanor. 17. Nondiscriminatory Services. Contractor agrees that all goods and services under this Contract shall be available to all qualified persons regardless of age, sex, race, religion, color,national origin, or ethnic background, and that none shall be used, in whole or in part, for religious worship or instruction. (A-4616 REV 6/76) -2- 011RA 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 say 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. A11 notices provided for by this Contract shall be in writing and may be delivered by deposit in the United States mail, postage prepaid. Notices to the County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts &Grants Unit, Human Resources Agency, 651 Pine Street, Martinez, California 94553. Notices to the Contractor shall be addressed to the Contractor's address designated herein. The effective.date of notice shall be the date of deposit in the mails or of other delivery. 21. Primacy of General Conditions. Except for Special Conditions which expressly supersede General Conditions, the Special Conditions (if any) and Service Plan do not limit any term of the General Conditions. 22. Nonrenewal. Contractor understands and agrees that there is no representation, implication, or understanding that the services provided by Contractor under this Contract will be purchased by County under a new contract following expiration or termination of this Contract, and waives all rights or claims to notice or hearing respecting any failure to continue purchase of all or any such services from Contractor. 00142 (A-4616 REV 6/76) _3- t In the Board of Supervisors of Contra Costa County, State of California July 12 ,19 77 In the Matter of Contract #20-154 with Dr. D. Stuart tfacRobbie for Social Service Department Consultation Services IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED'to .execute the following Short Form'Service Contract: - Number: 20-154 Contractor: Dr. D. Stuart HacRobbie Term: July 13, 1977 (one day only) Payment Limit: $100 Department: Social Service—Conciliation Services Service: Provision of psychiatric consultation services for difficult Conciliation Services' cases. Funding: 1005 County Funds—Social Service PY 77-78 budgeted item. PASSED BY THE BOARD on July 12, 1977. 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 aforesaid Witness my hand and the Seal of the Board of Orig: Human Resources Agency supervisors Contracts S Grants Unit cc: County Administrator affixed thi3a-2th day of July 19 77 County Auditor-Controller County Social Services Dept. J. R. OLSSON, Clerk Contractor B..k, Lf� �� ,Deputy Clerk cine •. s .c. BEJ:dg 1111,3 3 H-243/74 ISm Contra Costa County - Standard Form SHOAT FORM SERVICE C0.1ITRACT ' 1. Contract Identification. Number 20-154 • Department: Social Service Subject: psychiatric Consultation Services for Social Service Conciliation Staff 2. Parties. The County of Contra Costa, California (County), for its Department named above, and the following named Contractor mutually agree and promise as follows: Contractor: D:. D. Stuart MacBobbie Capacity: Self-employed individual (Training Consultant) Address: 2999 Regent Street, Berkeley, California 94705 3. Term. The effective date of this Contract is July 13. 1977 and it terminates July 13. 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 $. 100 6. County's Obligations. In consideration of Contractor's provision of services as described below, and subject to the payment limit expressed herein, County shall pay Contractor, upon submission of a properly documented demand for payment in the manner and form prescribed by County (Demand Form D-15) and upon approval of such demand by the head of the County Department for which this Contract is made or his designee, according to the following fee schedule: ( ) hour; or FEE BATE: $ 100 per service unit: (70 session, as defined below; or ( ) calendar (insert day, week or month) NOT TO EXCEED a total of one (1) service unit(s). 7. Contractor's Obligations. Contractor shall provide the following described services: Consultation, specialized instruction, and training in Conciliation Services for County-selected persons in the time, place and manner required by County, including the provision of any related materials and supplies. One session, for payment purposes, shall be defined as the provision of at least two 2 full hours of such services. 8. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture, or association. 9. Indemnification. 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 Cade Sections 26227 and 31000. State Mandate 14-200; State Social Service Letter 975-10; Title XX of the U. S. Social Security Act, as amended (P.L. 96-647) Section 228.84. 11. Signaturesmese signatures attest the parties' agreement hereto: COUNTY OF CON 'COSTA CALIFORNIA CONTRACTOR By I; awl , � &1•Schroder By r_ rt►wn, Board of. `—'— pervnmv ee 1� Recommended by Department / liria,f�►srA .� ,-� � ,r?�/ � /f '��� (Designate off tial a pee ty n�Un Miaoii:med -with hood order 00344 In the Board of Supervisors of Contra Costa County, State of California July 12 .. -l zz- In the!Matter of Project Agreements for Activity #3 for the Third Year Community Development Program (1977-78) The Board having this day considered the recommendation of the Director of Planning that it approve Community Development Block Grant Program Project Agreement t3, in the amount of$44,500, between the County and the Housing Alliance of Contra Costa County, Inc., in order to carry out the intent and purpose of the Housing and Community Development Act of 1974 for the period of July 1, 1977 to June 30, 1978; and The Board having this day considered therecommendation of the Director of Planning that it approve the Community Development Act Program Fair Housing Services Agreement between the County and the City of Concord, in the amount of$8,SO0, in order to further carry out the intent of the ' Housing and Community Development Act and to facilitate program administration for the period July T, 1977 to June 30, 1978. IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute said Agreements. PASSED by the Board on July 12, 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 Orig: Planning Department Supervisors cc: Housing Alliance of Contra-. affixed thhl2th day of July 19 77 Costa County, Inc. VOOl`""`— City of Concord, c/o Planning J. R. OLSSON, Clerk Department County Auditor-Controller B l i 0 Deputy Uerk County Administrator ft- ne n. i eu e H-24 3/76 15m 00345 i COMM tR DbVELOPttE'iIP ACP PROGRFINI FAIR HO[S=SERVICES ACREE2'OC 1. Parties. Effective on.July 1, 1977, the County of Contra Costa, a political subdivision of the State of California, hereinafter referred to as "County", and the City of Concord, hereinafter referred to as "City", mutually agree and promise as follows: 2. Purpose and County Services. this agreement is to provide for arTministra— tion by the County of the Community Development Program Fair Housing Ser- vice Project bD be performed by the Housing Alliance of Contra Costa County through contract with the County and financed by the County and three par- tiCipating Cities in its OMMM ty Development Program from funds from that program, and from the Qty of Concord through its Cammunity Development Program. The Project Work Program to be aclni ni sterol by the County is attached hereto and identified as Eddhit "A"- 3. Cooperation. Officers, agents and employees of City and County shall give each all cooperation and assistance necessary to pmerbona the provisions of this agreement. City hereby designates its Planning Department to soar- - dinate with the County Planning Department pursuant to this agreement. 4. g;>>;ng 5 Payment. City shall pay County a portion of the costs of operation u of a central county office-of the Housing Alliance of Contra Costa County (to be located in Concord, Pleasant Hill or Walnut Creek). City shall pay County a maxhmm of $8,500 for expenses incurred by the Housing Alliance during the terns of this contract. Under no circumstances will the City pay the County more than $900 for expenses incurred during a 30 day period. County will bill City monthly and City shall pay County the amount due within 30 days after receipt of the statement. 5. Team and Termination. m,is agreement will remain in force through June 30, 1978 unless terminated by thirty (30) days prior written notice served by either party upon the other. Upon termination, County shall be paid all amounts due y�for services rendered to the date of termination. Without requiring an consideration In as•••tion to that supporting this agreement, ' the County of Contra Costa, through its Planning Director, and the City of Concord, through its Planning Director, may extend the time for performance, anc e, beyond that tine Fecified above. Any such extension must be in writing. COUNTY OF CO � caw CF CCNMRD By✓ i/ r r / t.Sc.rodeo By Board of g^upervisors Mayor I ATTEST: J. R. OLSSC3N,'County Clerk and ex-officio Clerk o the Board (� of StmpezvisorS By A>t.a-�s.4!► „ Q . City Clerk Dej4dBY ty FORM AM: Reoby: //J / ASSt. itY Att olim I !� Anthony,A. Dehaesus Director of Planning MIN APPROM- JOBN CUU]S Tr, County Counsel By. Deputy yeputy cc: Clerk, Board of Supervisors City of Concord Director of Planning Audito-^-Controller nn,146 M orofiirrued with board order i EXHIBIT A CONTRA COSTA COUNTY COMMUNITY DEVELOPMENT PROGRAM 1977-1978 PROJECT WORK PROGRAM A. PROJECT.DESCRIPTION - HOUSING ALLIANCE OF CONTRA COSTA COUNTY Fair Housing Service to provide direct services to low and moderate. ' income persons and households of the county in the areas of landlord tenant relations, housing discrimination, location of housing and housing resources, including maintaining a housing information hotline. This service is being funded jointly by the County and three of its participating cities in the following amounts: County: $10,000 - Antioch: 3,000 ' Pleasant Hill: 3,000 Walnut Creek: 3,000 Concord: 8,500 $27,500 B. PROJECT TIME SCHEDULE - -- Time Schedule on--a month-by-month-basis,for the-above Project indicating when major activity items are expected to be undertaken and completed. 1. Establish East County Hotline Pre-Grant 2. Develop Community Support Pre-Grant - June 1978 3. Recruit, hire, train staff Pre-Grant 4. Operate East County Hotline Pre-Grant =June 1978 S. Open Office `v Establish Central Co. Hotline . Pre-Grant- July 1977 6. Recruit, train volunteers Pre-Grant - June 1978 7. Develop resource, referral file July 1977- Septa 1977 8. Operate Central County Hotline Pre-Grant- June 1978 9. Publish brochure Pre-Grant —Sept. 1977 10. Establish LL/T Classes July 1977 -Sept. 1977 Oct. 1977 - Dec. 1977 Jan.'1978 Mar. 1978 Apr. 1978 -June 1978 11. Determine feasibility of landlord/tenant, mediation board Jan. 1978 -Mar. 1978 12. Research, apply for future funding; Pre-Grant- June 1978 13. Plan, coordinate Countywide Housing workshop Mar. 1978-June 1978 C. PROJECT ADMINISTRATION Contractor should indicate who will be responsible for administering the Work Program. Kay V. Lanway, Coordinator of the Project c/o East County Hotline 2006 A Street, Room 12 Antioch, California 94509 - Phone: 7S4-4663 - 1 - f - 0034'7 PROJECT WORK PROGRAM D. PERFORMANCE STANDARDS Contractor should indicate, where applicable, what performance standards (details of project implementation) will be applied in implementing the Work Program. Records will be kept and monthly reports made during the entire grant period, so as to have the following statistical data regarding the hotline operations. 1. Total hotline contacts--whether landlord, tenant, agency.. 2. Their geographical residence 3. Types of requests, other needs. 4. Result of contact with the hotline. S. Participation of volunteers in project. 6. Participation of clients, volunteers, staff in training programs, workshops, classes. These monthly reports, plus a final yearly report, which will be sent to.the County.and each participating City, will also include the extent to which the project is operational in terms of hours, locations, staff and volunteers, and the extent to which the project is meeting its overall goal of assisting low and moderate income persons in resolving their housing related needs. Problems encountered and recommendations for continued performance will be documented. Reports will also be included on the feasibility study of a Landlord/Tenant Mediation Board, the development of a Landlord/Tenant Information Booklet, and our survey of landlords and property owners. The Housing Alliance's monthly news letter will be sent to the County and each city. Other information requested by the cities and County will be provided upon request. Monthly reports should be sent directly to: 1) County Planning Department 2) City !tanager 3) Community Development Dept. P.O. Box-95I 212 H Street 3300 North !fain Street. Martinez, CA 945S3 Antioch, CA Pleasant Hill, CA 4) Community Development Department 5) City Planning Department 1445 Civic Drive 1950 Parkside Drive Walnut Creek, CA Concord, CA 94519 E. PROGRAM MONITORING 1. Contractor's staff will meet at least once per quarter with appropriate County staff and Community Development Advisory Council representatives where applicable to discuss progress of the Contractor toward achieving stated work program objectives and to assist Contractor's staff in solving problems. 2. Contractor shall maintain and submit Quarterly Progress Reports to the County Planning Department. 3. Contractor shall maintain and submit quarterly monitoring and progress reports on work performed by sub-contractors. F. GENERAL OPERATIONS Overtime Prohibition. Contractor shall not allow staff overtime wage rates under this Contract. � n/� r�, - 2 - OX148 PROJECT WORK PROGRAM G_ BUDGET OF ESTIMATED PROGRAM EXPENDITURES 1. Contractor shall provide services under this Contract in accordance with the following budget of allowable-exp endi tures. LINE NO. PROGRAM ACTIVITY AMOUNT' ` 1.- ACQUISITION OF REAL PROPERTY 2. . PUBLIC WORKS, FACILITIES, SITE IMPROVEMENTS 3. CODE ENFORCEMENT 4. CLEARANCE, DEMOLITION, REHABILITATION 5. REHABILITATION LOANS AND GRANTS 6. SPECIAL PROJECTS FOR ELDERLY AND HANDICAPPED= 7. PAYMENT FOR LOSS OF RENTAL INCOME 8. DISPOSITION OF REAL PROPERTY 9. PROVISION OF PUBLIC SERVICES 10. PAYMENT OF NON-FEDERAL SHARES 11. COMPLETION OF URBAN RENEWAL PROJECTS F 12. RELOCATION PAYMENTS AND ASSISTANCE 13. PLANNING AND MANAGEMENT DEVELOPMENT 14. ADMINISTRATION $27.500 TOTAL CONTRACT AMOUNT $27,500 2. Subject to the Payment Limit of this Contract, each line item . budget amount specified above may be changed with prior written' authorization from the County Planning Director or his designee. `- 3. The above schedule is subject to a Contractor's Detailed Expenditure Schedule, which shall sub-categorize in specific detail the above line item categories and amounts and be kept. on file with the County PlanningDepartment,_in the form and manner presecribed by County_ 3 ,. nnIMs CONTRA COSTA COUNTY COMMUNITY DEVELOPMENT PROGRAM, 1977-1978 H. CONTRACTOR'S DETAILED EXPENDITURE SCHEDULE CONTRACTOR: ACTIVITY NUMBER: r3 HOUSING ALLIANCE OF PAGE 1 OF i CONTRA COSTA COUNTY, INC. BUDGET PERIOD: July 1, 1977-June 30, 1978 . Original X Amendment No. BUDGET ITEM CD FUNDS - $ + OTHER FUNDS -"$ = TOTAL - $ 1. Staff Total 16,200 16,200 Coordinator--full time East County Housing Counselor--half time " Fringe Benefits: Social Security @ 5.85% Unemploy. Ins. @ 3.8 % Wkmns. Com T 3.24% Total Benefits 12.89 2. Office Space Total 1,980 1,980 Central Co. Office East Co. Hotline Utilities 3. Office Expenses Total 3,542 3,542 Postage Telephone Office Supplies Secretarial Services Miscellaneous 4. Other Administrative Expenses 1,530 1,530 Auto Allowance @ 154 Auditor Conference, Meeting Expenses S. Program Costs Total 2,160 2,160 Insurance--liability Staff training, resource materials Landlord/Tenant classes Pub e Consng; Transp. Assistance $ 27,500* $ $17,500 NOTES: (a) Detailed categories expanded from Budget of Estimated Program Expenditures pursuant to FMC 74-4 (b) Items that are eleigibile to be funded by Community Development Block Grant Funds (see HUD Rules S Regulation). (c) Estimate of other necessary expenditures that cannot be funded with CD monies; and indication of anticipated sources, assurances and timing of other funds. (d) Sum of (b) and (c) above including both Community Development and non-Community Development funds. (e) Contract Payment Limit for CD project. *Source of HCDA Funds: County ($10,000; Antioch ($3,000); Pleasant Hill ($3,000); Walnut Creek ($3,000); Concord ($8,500). d STATE OF CALIFORNIA �SS COUNTY OF /} A t 7 J4,� jC[j}�j i ON._..__ �1 �� �'�____.._ ._..._.ig?7,,before me,th undersigned.a Notary Public in andforsaid County `f(and yState,personally appeared ►.[![[[til.Y[t[2+[[!�:lt'Y.t,['�-;��!,...n,.+itwl:L"5.�._..._...�.._�.Y »l•<4���.•-iL��4a�.....�._......._......�.............. _ ✓—ix D�VA�D C.AL I'i P.i+d; z, ::C+•[-G-c:..r� ayc fmss:,t[y 2r,tsn 2mowa to me to be the person—whose name-15 .....subscribed to the within � cuwmu[[u[:[a[nmu.•.,... --um^••^y instrument,and acknowledged to me that exted the some. GEMEM uxrao, fig?;51 Et-rc Microfilmed with E'soard older PRWECf AGREEMM COl64UNITY DEVELOPRWr DLDCK CRAM'PROCRA.+t I. Agreement Identification. Nunber 3 PROJECT M:RFBTM COMUNITY DEVELOPMEM' BLOCK GRANT PROGRAM 1. Agreement Identification. Number 3 Department: County Planning Department .Subject: Allocation of Federal funding under Title I of the Housing and Community Development Act of 1974 2. Parties. The County of Contra Costa, California (County), for its Department named above, and the following named Contractor mutually agree and promise as follows: Contractor: Housing Alliance of Contra Costa County, Inc. Address: 2006 A Street, Room 12, Antioch, CA 94509 3. Term, The effective date of this Agreement is July 1, 1977 and it terminates June 30, 1978 unless sooner terminated as provided herein, subject to all terms, conditions, and assurances contained or' incorporated herein. 4. Allocation Payment Limit. County's total payments to Contractor under this Agreement shall not exceed $ 44,500 S. County's Obligations. County shall make those allocation payments to the contractor described in the "Payment Provisions" attached hereto which are incorporated herein by reference, subject to all terms, conditions, and assurances con- tained or incorporated herein. 6, General Conditions and Assurances. This Agreement is subject to the "General Conditions" and the "Assurances" attached hereto, which are incorporated herein by reference. 7. Contractor's Obligations. Contractor shall provide those services and carry out that work as described in and in accordance with the "Project Work Program" attached hereto, which is incorporated herein by reference, subject to all the terms, conditions and assurances contained or incorporated herein. 8. Project. This Agreement implements in whole or in part the following described project, the application and approval documents of which are incorporated herein by reference: That Project as described in the Community Develop- ment Block Grant Program Application dated April 6,1977 and approved by HUD on June 9, 1977 ; and as more particularly described in the "Project Work Prograd', attached hereto. 9. • Signatures. These signatures attest the parties' agreement hereto:. COUNTY OF' 45pf4[�h'� COSTA, CALIFORNIA CONTRACTOR BY�/ . 1/1 t s.-F�6hroder By Chairman, Board of Supervisors ATr9qT: J. R. OLSSON, County Clerk By - Ddpdty Note to Contractor: (1) If a �' public agency, designate official Recomm nded b Department capacity in public agency and attach ;.`� a certified copy of the governing body resolution authorizing execution By of this agreement. (2) If a corporr A>thoey A. Dehaesus designate official capacity in busin execute acknowledgment form and affix Form Approved: County Counsel r. corporation seal. By D puty �— s' s DJF:dh ' 00352 PAMENT PRO%'lSIONS 1. Payment Basis. County shall in nn event pay to the Contractor a sum in excesso tt he total amount'specified in the Payment Limit of this Agreement. Subject to the Payment Limit, it is the intent of the parties hereto that the total payment to Contractor for all services provided for County under this Agreement 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 Agreement. All payments made under this Agreement shall be from Federal funds only. No general County funds shall be expended under this Agreement. If, for any reason whatsoever, County does not receive such Federal funds, Contractor agrees that County shall have no payment obligation hereunder. -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 Agreement, County will pay Contractor an amount equal to Contractor's allowable costs that are actually incurred, but subject to the "Budget of Estimated Program Expenditures" ' contained in the Project Work Program. S. Allowable Costs. Contractor's allowable costs are only those which are determined in accordance with all Federal regulations, guidelines, bulletins, and circulars pursuant to Title I of the Housing and Community Development-Act of 1974, as published in the Federal Register, Volume 39, No. 220,`Wednesday, - November 13, 1974, as may be revised and amended. All of the aforesaid documents are by this reference incorporated herein. Costs incurred in carrying out the project, whether charged to the project. on a direct or an indirect basis. must be in conformance with the requirements of Federal Management Circular 74-4, "Cost Principles Applicable to Grants and Contracts with State and Local Governments", except to the extent inconsistent with the aforesaid documents. 4. Payment Demands. Contractor shall submit written demands for payment in accordance with the above. Said demands shall be made on County Demand Form D-IS and in the manner and form prescribed by County. Contractor shall submit said demands for payment for services rendered no later than 60 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 Agreement is made or his designee, County will make payments as specified above. S. Right to Withhold. County has the right to withhold payment to the Contractor by County notifying Contractor in writing if (a) the Contractor has failed to perform its duties under this Agreement, or has insufficiently documented same, or (b) the Contractor has neglected, failed or refused to furnish information or to cooperate with any inspection, review or audit of its program, work or records, or (c) Contractor has failed to sufficiently itemize or document its demands for payment. 6. Payment Adjustments. (a) If any funds are expended by the Contractor in violation of any of the terms and conditions of this Agreement. County may make necessary adjustments in payments to Contractor on account of such unauthorized or illegal expenditure. No-such action taken by County shall entitle Contractor to reduce salaries, uages, or supportive services for any particpant or to expend less during the effective period of this Agreement than those sums called for in the Project %fork Program. Any such reduction in expenditures may be deemed sufficient cause for termination. Contractor shall reimburse County for any allocated monies which are expended in violation of this Agreement or used for unauthorized or illegal expenditures. 00353 -1, 7. Cost Report and Settlement. No later than sixty (60) days following the termination of this Agreement, Contractor shall submit to County a cost report in the form required by County, -Bowing the allowable costs that have actually been incurred by Contractor under this Agreement. If said cost report shows that the allowable costs that have actually be incurred by Contractor under this Agreement exceed the payments made by County pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor, but subject So the Payment Limit of this Agreement. 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 Agreement, Contractor shall remit any such excess amount to County. The Contractor shall provide County with a Certification of its Cost Report required under this Contract Said Certification shall provide a full, true, and accurate accounting of the actual cost of services under this'Contract, including' all applicable expenditures, revenues, and indirect cost allocations, and any other pertinent allocations which are in connection with Contractor's operations that are not a part of this Contract. S. 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 Paragraph 7. (Cost Report and Settlement). Any certified cost report or audit required by Paragraph 7. (Cost Report and Settlement) 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 Agreement. 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 Agreement, including any adjustments made pursuant to Paragraph 7. (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 Agreement exceed the payments made by County pursuant to Paragraph 2. (Payment Amounts) above, including any adjust- ments made pursuant to Paragraph 7. (Cost Report and Settlement) above, then County agrees to pay to Contractor any such excess amount, but subject to the Payment Limit of this Agreement. 9. Audit Exceptions. In addition to its obligations under Paragraph 8. (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 Agreement. 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 Agreement. DJ F:dh GENERAL CoNVITIONS 1. Compliance with Law. Contractor shall be subject to and comply with all Federal, State and local laws and regulations applicable to public agencies with respect to its performance hereunder, including but not limited to, Federal regulations, guidelines, bulletins, and circulars pursuant to Title I of the Housing and Community Development Act of 1974, including Title 24 of the Code of Federal Regulations, Chapter V. Part 570, as published in the Federal Register, Vol. 39, No. 220, Wednesday, November 13, 1974, as may be revised and amended; and which are incorporated herein by reference. Documentation of such compliance shall be,made available for review by the County upon request. 2. Inspection. Contractor's performance, place of business and records - pertaining to this Agreement are subject to monitoring, inspection, review and audit by authorized representatives of the County, the State of .California, and the United States Government. 3. Records. Contractor shall keep and make available.for inspection by authorized representatives of the County, the.State of California, and the United States Government, the Contractor's regular business records pertaining to.this Agreement and such additional records as may be required by the County. 4. Retention of Records. The Contractor and County agree to.retain all documents pertaining to this Agreement for three years from the date of submission of the Annual Performance Report by the County to HUD, except as follows: (a) Records that are the subject of audit findings shall be retained for three years after such findings have been resolved. (b) Records for nonexpendable property which was acquired with Federal grant funds shall be retained for three years after its final disposition. (c) Records for any displaced person shall be retained,for three years after he has received final payment. S. Termination. . a. Failure to Perform. In the event the Contractor fails to perform properly any of its obligations hereunder and such failure of performance is not cured by the Contractor within thirty (30) days after receipt of written notice from the County, the County may in addition to any other remedies, complete the Contractor's obligations in any reasonable manner it chooses, take possession of any real or personal property associated with the project, and construct, operate or maintain the project as the County may deem necessary to fulfill requirements of the Federal Government. The Contractor agrees to reimburse the County for any costs or expenses incurred by the County because of said failure to perform and also agrees to convey title to any real property acquired by Contractor with project funds should County request such title. b. Cessation of Funding. In the event that Federal funding for this Agreement ceases, this Agreemenr is terminated. c. Failure by the Contractor to perform properly any of its obligations under this Agreement may be cause for suspension of all obligations of the County thereunder. 6. Entire Agreement. This Agreement contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein and in the ,COOPERATION AGREEMENT, II.C.D.A. 1974" effective January 20, 1976 and amendments relating thereto, if any, no other understandings, oral or otherwise, regarding .the subject matter of this Agreement shall be deemed to exist or to bind any of the parties hereto. 00355 7. Further Specifications for —c—rating Procedures. Detailed specifications of operating procedures and budgets required by this Agreement, including but not limited to monitoring. auditing, billing, or regulatory changes, may be developed and set forth in written "Informal Agreements" entered between the Contractor and the ;runty. Such "Informal Agreements" when entered shall not be modifications to this Agreement except to the extent that they further detail or clarify that which is already required hereunder. Further, any "Informal Agreement" entered may not enlarge in any manner the scope of this Agreement, including any sums of money to be paid the Contractor as provided herein. "Informal Agreements" may be approved for, and executed on behalf of the County by the head of the County Department for which this Agreement is made or his designee. 8. Modifications and Amendments. a. General Agreements. This Agreement may be modified or amended only by a written document executed by the Contractor and the Contra Costa County Board of'Supervisors, subject to any required State or Federal (United States) approval. _ b. Administrative Amendments. Subject to the Payment Limit, only the Payment Provisions and the Project Work Program may be amended by a written administrative amendment executed by the Contractor and the head of the County Department for which this Agreement is made or his designee, subject_to any required State or Federal (United States) approval, provided that such-adminis- trative uch administrative amendments may not materially change the Payment Provisions or the Project Work Program. C. Extension of Term for Performance. Without requiring Contractor to provide consideration in addition to that supporting this Agreement,-the County of Contra Costa, through its Planning Director, may grant Contractor an extension of time for performance, beyond that time specified above under "Term" (Paragraph 3). Any such extension must be in writing and shall be at the sole discretion of County. g. Disputes. Disagreements between the County and Contractor concerning the meaning, requirements, or performance of this Agreement shall be subject to final determination in writing by the head of the County Department for which this Agreement is made or his designee or in accordance with the applicable procedures (if any) required by the Federal Government. 10. 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. lb Conformance with Federal and State Regulations. Should Federal or State regulations touching upon this Agreement be adopted or revised during the term hereof, this Agreement is subject to modification to assure conformance with such Federal or State requirements. 12. No Waiver by County. Subject to the disputes provision contained herein, 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 Agreement, 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 Agreement as prescribed; nor shall the County be thereby stopped from bringing any action for damages or�enforce- ment arising from any failure to comply with any of the terms and conditions thereof. 13• Original Agreement. The original copy of this Agreement and of any modification thereto is that copy filed with the Clerk of the Board of Supervisors of Contra Costa County. 14• Assignment. This Agreement binds the heirs, successors, assigns and representatives of Contractor. The Contractor shall not assign this Agreement, or monies due or to become due hereunder, without the prior written consent of the County. 15• 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. nn;�56 -2_ 16. Conflicts of Interest. CoviiPactor agrees to furnish to the County upon demand a valid copy of the most recently adopted bylaws of any Corporation and also a complete and accurate list of the governing body (Board of Directors or Trustees) and to timely update said bylaws or the list of its governing body as changes in such governance occur, if Contractor i� a corporation. Contractor promises and attests that the Contractor and any members of its governing body shall avoid any actual or potential conflicts of interest and will establish safeguards pursuant to Paragraph 12 of the attached "Assurances". 17. Confidentiality. Contractor agrees to comply and to require his employees to comply with all applicable State or Federal statutes or regulations respecting confidentiality, including but not limited to, the identity of recipients, their records, or services provided them, and assures that: a. All applications and records concerning any individual made or kept by Contractor or any public officer or agency in connection with the administration of or relating to services provided under this Contract will be . confidential, and will not be open to examination for any purpose not directly connected with the administration of such service: b. No person will publish or disclose or permit or cause to be published or disclosed, any list of persons receiving services, except as may be required in the administration of such service. Contractor agrees to'inform all employees, agents and partners of the above provisions, and that any person knowingly and intentionally disclosing such information other than as authorized by law may be guilty of a misdemeanor. 18, Indemnification. a. Contractor hereby waives all claims and recourse against the County including the right to contribution for loss or damage to persons or property arising from, growing out of or in any way connected with or incident to this Agreement except claims arising from the concurrent or sole negligence of County, its officers, agents and employees. b. The Contractor shall defend and indemnify the County and its officers, agents and employees against and hold the same free and harmless from any and all claims, demands, damages, losses, costs, and/or expenses of liability due to, or arising out of, either in whole or in part, whether directly or in- directly, the organization, development, construction, operation, or maintenance of the Project except for liability arising out of the concurrent or sole negligence of County, its officers, agents-or employees. C. In the event County is named as co-defendant the Contractor shall notify the County of such fact and shall represent County in the legal action unless County undertakes to represent itself as co-defendant in such legal action in which event County shall bear its own litigation costs, expenses, and attorney's fees. d. This condition shall not terminate on the date specified in the Agreement but shall remain in full force and effect. 19. 'Insurance. During the entire term of this Contract and any extension of modification Hereof, 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 5500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruc- tion of property, including the loss of use thereof, arising from each accident or occurrence. b. porkers' Compensation. The Contractor shall provide the County with a certificate of insurance evidencing workers' compenpation insurace 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 insurace 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. nn;; -3-- 20. Notices. All notices provided f-r by this Agreement 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 Contra Costa County Planning Department, P.O. Box 951, 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. Available Co les. Copies of the County's Project documents (as specified in Paragrap 8, Project, of this Agreement), and all pertinent Federal statues, regulations, guidelines, bulletins, and circulars applicable to this Agreement, shall be available at all times for inspection by the Contractor during regular business hours at the Offices of the Planning Department, Martinez, California. 22. Retained Powers. All powers not explicitly vested.in•the Contractor remain in the County. 23. Project Development_ a. If the Project includes construction, the construction plans and specifications shall be reviewed and approved by the Contractor before construction is commenced. b. The Contractor shall secure completion of the construction work in accordance-with the approved construction plans and specifications. c. If the Project includes acquisition of real property, the purchase price for such real property shall be determined from two County-approved appraisal reports prepared by competent appraisers or through proceedings in eminent domain. The initial acquisition offer shall be the highest County-approved appraisal. The appraisal reports and qualifications of such appraisers shall be submitted for review and approval by the County before initiation of the acquisition procedure. Contractor agrees to furnish County preliminary title reports respecting such real property or such other evidence-of title which is determined to be sufficient by County . Contractor agrees in negotiated purchases to correct prior to or at the close of escrow any defects of title which in the opinion of County might.interfere with the operation of the Project. In condemnation actions such title defects must be eliminated by the final judgment. DJF/dh -4- I/nt7t58 ASSURANCI:S The Contractor, as recipient of funding under Title I of the Housing and Community Development Act of 1974, assures-and certifies that: 1. It will comply with the regulations, policies, guidelines and requirements of Federal Management Circulars 74-4 and 74-7, as they relate to the County's Community Development Block Grant Program application, accept- ance and use of Federal funds for this Federally-assisted project. 2. It possesses legal authority to execute the Project. 3. 'Contractor, identified as "Applicant".below, will comply with: a. Title VI of the Civil Rights Act of 1964 (P.I. 88-352) and the, regulations issued pursuant thereto (24 CFR Part I), which provides that no person in the United States shall on the ground of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination under any program or activity for which the applicant receives Federal financial assistance and will immediately take any measures necessary to effectuate this assurance. If any real property or structure thereon is provided or improved with the aid of Federal financial assistance extended to the applicant, this assurance shall obligate the applicant, or in the case of any transfer of such property, any transferee, for the period during which the real property or structure is used for a purpose for which the Federal financial assistance extended or for another purpose involving the pro- vision of similar services or benefits. b. Title VIII of the Civil Rights Act of 1968 (P.L. 90-284) as amended, administering all programs and activities relating to housing and community develop- ment in a manner to affirmatively further fair housing; and will take action to affirmatively further fair housing in the sale or rental of housing, the financing of housing, and the provision of brokerage services within the applicant's juris- diction. c. Section 109 of the Housing and Community Development Act of 1974, and the regulations issued pursuant thereto (24 CFR S70.601), which provides that no person in the United States shall, on the ground of race, color, national origin or sex, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under, any program or activity funded in whole or in part with Title I funds. d. Executive Order 11063 on equal opportunity in housing and nondiscrimin- ation in the sale or rental of housing built with Federal assistance. e. Executive Order 11246, and all regulations issued pursuant thereto (24 CFR Part 130), which provides that no person shall be discriminated against on the basis of race, color, religion, sex or national origin in all phases of employment during the performance of Federal or federally-assisted contracts. Such contractors-and subcontractors shall take affirmative action to ensure fair treatment in employment, upgrading, demotion, or transfer; recruitment or recruit- ment advertising; layoff or termination, rates of pay or other forms of compensation and selection for training and apprenticeship. f. Section 3 of the Housing and Urban Development Act of 1968, as amended, requiring that to the greatest extent feasible opportunities for training and employment be given lower income residents of the project area and'contracts for work in connection with the project be awarded to eligible business concerns which are located in, or owned in substantial part by, persons residing in the area of the project. '4. Prior to the submission of the "Project Rork Program", the following have been complied with: a. Citizens have been provided with adequate information concerning the amount of funds available for the project, the range of activities that may be undertaken, and other important project requirements; b. Citizens have been provided an adequate opportunity to participate in the development of the project and in the development of any revisions, changes, or amendments. 00,159 -1- ,/11t1t/ I S. It will: a. Provide fair and reasonable relocation payments and assistance in . accordance with Sections 202, 203, and 204 of the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 and applicable HUD regulations (24 CFR Part 42), to or for families, individuals, partnerships, corporations or associations displaced as a result of any acquisition of real property for an activiiy assisted under the program; b. Provide relocation assistance programs offering the services described in Section 205 of the Act to such displaced families, individuals, partnerships, corporations or associations in the manner provided under applicable HUD regulations; c. Assure that, within a reasonable time prior to displacement, decent, safe, and sanitary replacement dwellings will be available to such displaced families and individuals in accordance with Section 205(c)(3) of the Act, and that such housing will be available in the same range of choices.to all such dis- placed persons regardless of their race, color, religion, national origin, sex, or source of income; d. Inform affected persons of the benefits, policies, and procedures provided for under HUD regulations; and e. Carry out the relocation process in such a manner as to provide such displaced persons with uniform and consistent services, including any services'- " required to ensure that the relocation process does not result in different or separate treatment to such displaced persons on account of their race, color, religion, national origin, sex, or source of income. 6. It will: a. In acquiring real property in connection with the Community Develop- ment Block Grant Program, be guided to the greatest extent practicable under State law, by the real property acquisition policies set out under Section. 301 of the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 (P.L. 91-646) and the provisions of Section 302 thereof: T b. Pay or reimburse property owners for necessary expenses as specified in Section 303 and 304 of the Act; and c. Inform affected persons of the benefits, policies, and procedures' under HUD regulations (24 CFR Part 42). 7. It will give HUD and the Comptroller General through any authorized representative access to and the right to examine all records, books, papers, or documents related to the grant. S. It will comply with the provisions of the Hatch Act which.limits the political activity of employees. 9. It will comply with the provisions of Executive Order 11296, relating to evaluation of flood hazards. 10. Its officer executing this Agreement: a. Consents to assume the status of a responsible Federal official under the National Environmental Policy Act-of 1969 insofar as the provisions of such act apply pursuant to this Part; and b. Is authorized and consents on behalf of the Contractor and himself to accept the jurisdiction of the Federal courts for the purpose of enforcement of his responsibilities as such an official. *11. The Community Development Program has been developed so as to give maximum feasible priority to activities which will benefit low or moderate income families or aid in the prevention or elimination of slums or blight. h'here all or part of the Community Development Program activities are designed to meet other Community Development needs having a particular urgency, such needs are specifically described in the application under the Community Development Plan Summary. no�so -2- 12. It will establish safeguards to prohibit employees from using positions for a purpose that is or gives the appearance of being motivated by a desire for private gain for themselves or others,'particuarly,those with whom they have family,;business, or other ties. 13. It will comply with all requirements imposed by HUD concerning special requirements of law, program requirements, and other administrative requirements approved in accordance with Federal Management Circular 74-7. 14. It will administer and enforce the labor standards requirements sdt .forth in Section 570.605 and HUD regulationsissued to implement such require meats. i 4^b A t vt A e � r k (*Assurances 4 and 11 are applicable only if Contractor is a city.) -3- llllcl[J� ERHIUII A CONTRA 00514 COUNTY COMMUNITY DEVELOPMENT PROGRAM 1977-1978 PROJECT WORK PROGRAM A. PROJECT DESCRIPTION - 116USING ALLIANCE OF CONTRA COSTA COUNTY Fair Housing Service to provide direct services to low and moderate income persons and households of the county in the areas of landlord- tenant relations, housing discrimination, location of housing and housing resources, including maintaining a housing information hotline. This service is being funded jointly by the County, three of its participating cities and the City of Concord in the following amounts:: County: $27,aoa Antioch: 3,000 Pleasant Hill: 3,000 Walnut Creek: 3,000 Concord: 8,500 $44,500 B. PROJECT TIME SCHEDULE Time Schedule an a month-by-month basis for the above•Project - indicating when major activity items are expected,to be undertaken and completed. 1. Establish East County Hotline Pre-Grant 2. Develop Community Support Pre-Grant- June 1978 3. Recruit, hire, train staff Pre-Grant - .4. Operate East County Hotline Pre-Grani'- June 1978' S. Open Office E Establish Central Co.hotline Pre-Grant - July 1977 6. Recruit, train volunteers Pre-Grant - June 1978 7; Develop resource, referral file July 1977 - Sept.1977 8. Operate Central County Hotline Pre-Grant - June 1978 9. Publish brochure Pre-Grant - Sept. 1977 10. Establish LL/T-Classes July 1977 - Sept. 1977 Oct. 1977 - Dec. 1977 Jan.'1978 - Mar. 1978 Apr. 1978 - June 1978 11. Determine feasibility of landlord/tenant mediation board Jan. 1978 - Mar". 1978 12. Research, apply for future funding Pre-Grant - June 1978 13. 'Plan, coordinate Countywide;Housing workshop Mar. 1978 - June 1978 C. PROJECT ADMINISTRATION Contractorshould indicate who will be responsible for administering the Work Program. Kay V. Lanway,-Coordinator of the Project c/o East County Hotline 2006 A Street, Room 12 Antioch, California 94509 Phone: 754-4663 00362 PROJECT WORK PROGRAM 0. PERFORMANCE STANDARDS Contractor should indicate, where applicable, what performance' standards (details of project implementation) will be applied in implementing the Work Program. Records will be kept and monthly reports made during the entire grant period, so as to have the following statistical data regarding the hotline operations:. 1. Total hotline contacts--whether landlord, tenant, agency. 2. Their geographical residence 3. Types of requests, other needs. 4. Result of contact with the hotline_ 5. Participation of volunteers in project. G. Participation of clients, volunteers, staff in training programs, workshops, classes. These monthly reports, plus a final yearly report, which will be.sent to'the County and each participating City, will also include the extent to which the project is operational in terms of hours, locations, staff and volunteers, and the extent to which the project is meeting its overall goal of assisting low and moderate income persons in resolving their housing related needs. Problems encountered and recommendations for continued performance will be documented. Reports will also be included on the feasibility study of a Landlord/Tenant Mediation Board, .the development of a Landlord/Tenant Information Booklet, and our survey of landlords-and property owners. The Housing Alliance's monthly news letter will be sent to the County and each city. Other information requested by the cities and County will be provided upon request. Monthly reports should be sent directly to: 1) County Planning Department 2) City Manager 3) Community Development Dept. P.O. Box 951 212 H Street 3500 North Main Street Martinez, CA 94553 Antioch, CA Pleasant Hill, CA 4) Community Development Department 5) City Planning Department 144S Civic Drive 19SO Parkside Drive Walnut Creek, CA Concord, CA 94519 E. PROGRAM MONITORING 1. Contractor's staff will meet at least once per quarter with appropriate County staff and Community Development Advisory Council representatives where applicable to discuss progress of the Contractor toward achieving stated work program objectives and to assist Contractor's staff in solving problems. 2. Contractor shall maintain and submit.Quarterly Progress Reports to the-County Planning Department. 3. Contractor shall maintain and submit quarterly monitoring and progress reports on work performed by sub-contractors. F. GENERAL OPERATIONS Overtime Prohibition. Contractor shall not allow staff overtime wage rates under this Contract. y 2 00363 PROJECT Will PROGRAM G. BUDGET OF ESTIl4ATED PROGRAM EXI'LIdDITURES 1. Contractor shall provide services under this Contract in accordance with the following budget of allowable expendi- tures: LINE NO. PROGRAM ACTIVITY AMOUNT 1. ACQUISITION OF REAL PROPERTY 2. PUBLIC WORKS, FACILITIES, SITE IMPROVEMENTS 3. CODE ENFORCEMENT 4. CLEARANCE, DEMOLITION, REHABILITATION 5. REHABILITATION LOANS AND GRANTS 6. SPECIAL PROJECTS FOR ELDERLY AND HANDICAPPED 7. PAYMENT FOR LOSS OF RENTAL INCOME 8. DISPOSITION OF REAL PROPERTY 9. PROVISION.OF PUBLIC SERVICES 10. PAYMENT OF NON-FEDERAL SHARES 77. COMPLETION OF URBAN RENEWAL PROJECTS 12. RELOCATION PAYMENTS AND ASSISTANCE 13. PLANNING AND MNAGEI4ENT DEVELOPMENT 14. ADMINISTRATION $.44:500 TOTAL CONTRACT AMOUNT $44,500 2, Subject to the Payment Limit of this Contract, each line item budget amount specified above may be changed with prior written' authorization from the County Planning Director or his designee. 3. The above schedule is subject to a Contractor's Detailed Expenditure Schedule, which shall sub-categorize in specific detail the above line item categories and amounts and be kept on file with the County Planning Department, in the form and— manner presecribed by County. - 3- 0Q364 B "AINIVA 1:0%1,1 ,ll!'rilY C(9411IN1rY IASI1011.1LN1 t;:o'.aAm. 5977-1!17:1 H. CONTRACTOR'S DETAILED EXPENDITUPL SCHEDULE CONTRACTOR: ACTIVITY HUHBER: i9 HOUSING ALLIANCE OF PAGE 1 OF CONTRA COSTA COUNTY, INC. BUDGET PERIOD:,1uly 1_ 1977-.Lmr 70 1978 Original X Amendment No. BUDGET ITEM CO FUNDS - 5 + OTHER FUNDS - b = TOTAL_ $(d) 1. Staff Total 32,515 32,515 Coordinator--full time Housing Counselors (3) half time Secretary--half time WIN secretaries (2)--full time 12,672 12,672 Health insurance for WIN secretaries 1,006 11000 Fringe Benefits: Social Security @ 5.85% - - Unemploy. Ins. @ 3.8 % Wkmns. Can @ 3.24% oto enefits 12.89 1,634 1,634 2. Office Space Total 2,865 2,865 Central Co. Office East Co. Hotline West Co. Hotline Utilities 3. Office Expenses Total 4,695 4,695 Postage Telephone Office Supplies Secretarial Services Miscellaneous 4. Other Administrative Expenses 1,910 1,190 Auto Allowance @ 15t Auditor Conference, Meeting Expenses 5. Program Costs Total 2,515. 2,515 Insurance--liability Staff training, resource materials Landlord/Tenant classes Publicity Consulting; Transp. Assistance e TOTAL $ 44,500* $ 15,306 S59,806 NOTES: (a) Detailed categories expanded from Budget of Estimated Program Expenditures pursuant to RIC 74-4 (b) Items that are eleigibile, to be funded by Community Development Block Grant Funds (see HUD Rules L Regulation). (c) Estimate of other necessary expenditures that cannot be funded with CO monies; and indication or anticipated sources, assurances and timing of other funds.These funds from WIN - Public Service Employment Contract. (d) Sum of (b) and (c) above including both Community Development and non-Conmunity Development funds. (e) Contract Payment Limit for CO project. *Source of HCDA Funds: County ($27,000); Antioch ($3,000); Pleasant Hili (;3,000); Walnut Creek ($3,000); Concord ($8,500)• 00165 ( i In the Board of Supervisors of Contra Costa County, State of California July 12 ,0 77 In the Matter of Reappointments to Board of Directors of Brentwood Recreation and Park District. IT IS BY THE BOARD ORDERED that Mr. Paul Barnes, 425 Pippo Avenue, Brentwood, California 94513 and•11s. Shirley Peterson, 544 - 4th Street, Brentwood, California 94513 are REAPPOINTED to the Board of Directors of the Brentwood Recrea- tion and Park District, for four-year terms ending June 181,1981. PASSED by the'Board on July 12, 1977. n 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the dote aforesaid cc: 11r. P. Barnes Witness my hand and the Seal of the Board of Ms. S. Peterson supervisors Brentwood Recreation affixed thisl2thday of Julv 19 17 and Park District County Auditor—Controller County Administrator J. R. OLSSON, Clerk Public Information By67t_:,c Deputy Clerk Officer Abbr, tierce 00366 H•24 3,/76 0. In the Board of Supervisofs of Contra Costa County, State of California July 12 77 in the Mather.of - Contract 129-201-4 with the State Department of Health to continue the County's Geriatric Screening Project through Fiscal Year 1977-78 - IT IS BY THE BOARD ORDER ID that its rhairmae:is AUTHORIZED to execute Contract 129-201-4 with the State Department of Health, (State #77-58104) to continue the County's Geriatric Screening Project (also known as the Healthier Older Americans Project) to be operate& by the County Health Department from July 1, 1977, through June 30, 1978,. with $59,612 in funding reimbursable from the State and under terms and conditions as more particularly set forth in said Contract. PASSED BY THE BOARD on July 12, 1977. hereby certify_that the forcpaing 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 ti Grants Unit Supervisors cc: County Administrator affixed th'uJ2th day of July 19 77 County Auditor-Controller County Health Officer State Department of Health , J. A. OLSSON, Clerk - -e Deputy Clerk Maxine M. Ne ld nn,367 RJP.dg H•24 3F6 15m I• APR nOYI:O DX TNC . 0 ccNTR+CTOR •.TANG-A AGREC(SENT— wTTONNCT CENCNAL D STATC AGENCX -STATE OF C.Ltro".A STD. 2 ❑ DCPT.Or CCN.SL-. 0 CONTROLLER THIS AGf EMITENT,made and entered into this 1D•• day of tar ,i97? ❑ (a the State of California,by and between State of Califemia.through its duly elected or appointed. ❑ i qualified and acting [� TITLL OF OFFICLR ACTING FOR STATE AGLMCX NV4p CR i Chief, Prd+ram Services Branch Department of Health 77-5$104 haeoftercmlh-0At,Stole.and - County of-Contra Costa (for its Health Department) 29-201 -4 .. bamitor 9i201 - bamitor Dtelhat tba Ca+ttaetor. _ . 1tiITNESS1wT11:That dee Contractor for and in consideration of the covenants,conditions.agreements.and stipulations of.the State hereinafter expressed,does hereby agme to furnish to the State services and materials,as follows: IS."(OrA samica to he ILTAlcsed br cmtroctw,omona-to be poid CQiaactQ.utter for perfatmaucr or r-mptatitw.and attach plans and speallflectiom.ii DDp) 1. The Contractor shall: a. _Aperate a program offering public health nursing services tar individuals age 60 yearn and over, in senior citizen facilities and.centers. b. offer such services in various areas of Contra Costa Cliunty .• which are convenient to older persons who may benefit from the services offered. c. Submit to the State Department of Health on a quarterly basis evaluatigns of accomplishments and statistical reports-and submit a final report prepared according • to format and guidelines to be supplied by the State Department of Health. 2. The period of this contract shall be July1, 1977.through June 3D, 1978. 3. The attached E3 hibit A(F),Ai!#SitUdAdditio 1 Provisions, is made, a part hereof by . 'this reference. FORM APPROVE it CLAUM.Cauaq Cwtnel Tx a.. .,.da DA:tiEEn The provisions on the re Tse side bereof.canstitate part of thrs agreement. r 1:'ImESS k3lEREOF.tl eathit4 bcgn,gxeented lx the;pazties hereto,epan the date first above written. STATE OF CALIFORNIA ONTRACTOR attNLX • ::T?LRAI«C.O`tet• R a •a raar.ItNat,aT+n R«eT«ca+ta•.ow+Taa« Departme .f ot of Health f C a Costa by 1AUTN .EO S�GNA OT IAVTNO rtf}Sic TURA$ P •£'^�' 9 ✓wY b••"''�.. .(.S itftMteY7 ,}U�.. 12 i?;.. TITLE Ed#atird E. Stahlberg, Chfef•. '•`YII TIT}y, =j `of.�SOtB `-Proram S v ccs Branch rte' ADDRcss 65l Pine Street ICONTINUTO ON 1 SNar TS.CACI.OFARaNG...IT OF ON TRACTO.. Ha CA- 553 --I CaC.:VDLNEO As+a NOYNIATtON R4ND Oaparlmcnl at GTnerot 5crri eex - ONLY S 59.612 1. RT Ilan•sranrr, VNKnLYVOCKCD 6+LAeaCC ITL•-t d.ar•TCN STATV TIs R."wL rKAN 4 �l9 T _ .1 M„ 17 +aa uc.c+Al.•ut.•••ra+cs FDNC Ta ors Funding subject to approval of the �E3 C II wArr nf 1477'r • •pA acttta,.pA s.sQ a.+ass Line/if"attO TVt»T AUG 221977 810zM-:48-Dp i MT.•by'IlTtrh'qwm or..aa t• +1 Ml..aialtI dlld h:adLa'G•.1laL.l. T.a.A.-{ia:- O.N.NO. • i $Y am•UTaFib:. !-<i!«-p•q.•d I}.1�-�..ed:h-•.:.,rp.d.au1-+tubs!ashna• _ it/-`•WI/vi.+/V/`. S.CNa TN E.Or aCef.rlN oFM.C..t�! 1 oa TE I� •{ i:t% cs:rt cannier P , L.` -`-- !ha- IITD/,L'.•IL aill a•. r Ns..GK.•Tas:F[N».wt kKllru.YWb•A.M.RN+Rattus a►�,�(A(� bn.•M.a rTweptild.It4.nal Cit:.L.uw•rir I+••v'aryrt fr•«a r.•rr•N 1n•I!w•ta•;nntn.Aral.1ll�a,rTtt• I Y•r 3« StGNATVN Or VF FTLKat S+GriiMa iN+VCNALF Or THE AGLNC. DATK 4. In consideration of the above services, performed in a manner acceptable to the State, the State shall reimburse Contractor quarterly, in arrears, upon submission of an invoice in quadruplicate stating the time period covered for actual expenditures in accordance with the budget (attached hereto,and shown as Exhibit B). The Contractor may mace changes in any individual line item in the budget, provided that such changes in the aggregate as to any individual line item shall not exceed $2,000; that the Contractor submit an explanation of the need for such excess with the claim for reimbursement and to specifically identify the line items)-to be reduced in order to increase the excess item(s) and provided further that the State reserves the right to deny any such claim for any excess reimbursement on any item. It is further understood that in no event shall the maximum amount payable under this agreement exceed the maximum amount specified in paragraph 5 of this agreement. 5. The total amount payable by the State to the Contractor under this contract shall not exceed $59,612 6. Budget: See attached Exhibit B. Amounts reimbursable under this contract are designated "State Share". The Contractor shall expend matching funds for this program (in the form of cash, facilities or services), as set forth in Exhibit B. at least equal to the State Share reimbursable under this contract. 7. The attached Exhibit entitled "Prior to July 1, 1977 Language" consisting of one page is incorporated herein and made a part hereof by this reference in recognition of both parties that the validity and effectiveness of this contract is conditioned upon the availability of funds in the Budget Act of 1977. 8'. Invoices, reports and other communications from the Contractor shall be sent to Chronic Disease Control Section; Department of Health, 714 P Street, Sacramento, CA 95814. 9. This contract may be terminated by either party upon 30 days' written notice to;the other party. 00,169 Exhibit A(F) SrATE OF CALWORNIA DEPARTMENT OF HEALTH ADDITIONAL PROVISIONS (1) The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex or national origin. The Contractor will take affirmative action to ensure that applicants are employed,and that employees are treated during employment without regard to their race,color,religion,sex or national origin.Such action shall include, but not be limited to the following: employment, upgrading demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation;and selection for training,including apprenticeship.The Contractcr agrees to post in conspicuous places,available to employees and applicants for employment,notices to be provided by the Contracting Officer setting forth the provisions of the Equal Opportunity clause. (2) The Contractor will,in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race,color,religion,see or national origin. (3) The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding a notice,to be provided by the agency Contracting Officer,advertising the labor union or workers representative of the Contractor's commitments under this Equal Opportunity clause and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (4) The Contractor will comply with all provisions of Federal Executive Order No. 11246 of September 24,1965,and of the rules,regulations and relevant orders of the Secretary of Labor. (5) The Contractor will furnish all information and reports required by Federal Executive Order No. 11246 of September 24, 1965,and by the rules,regulations and orders of the Secretary of Labor,or pursuant thereto,and will permit access to his books,records and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules,regulations and orders. (6) In the event of the Contractor's noncompliance with the discrimination clause of this contract or with any of such Federal rules, regulations, or orders, this contract may be cancelled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further State contracts in accordance with procedures authorized in Federal Executive Order No. 11246 of September 24, 1965,and such other sanctions may be imposed and remedies invoked as provided in Federal Executive Order No. 11246 of September 24, 1965,or by rule, regulation,or order of the Secretary of Labor,or as otherwise provided by law. (7) The Contractor will include the provisions of paragraphs(1) through(7)in every srbcontmct or purchase order unless exempted by rules,regulations,or orders of the Secretary of Labor issued pursuant to Section 204 of Federal Executive Order No. 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor.The Contractor will take such action with respect to any subcontract or purchase order as the State may direct as a Has 1197(ane) 00370 means of enforcing such provisions including sanctions for noncompliance—provided,however, that in the event the Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the State,the Contractor may request in writing to the State, who, in turn,may request the United States to enter into such litigation to protect the interests of t'he State and of the United States. ( S) Any reimbursement for necessary traveling expenses and per diem shall be at rates not to exceed those applicable to regular State employees under State Board of Control rules.No travel outside the State of California shall be reimbursed unless prior written authorization is obtained from the State. ( 9) All equipment, material, supplies, or property of any kind purchased from funds advanced or reimbursed under the terms of this agreement and not fully consumed in the work described herein shall be the property of the State.At the time of purchase of equipment under the terms hereof the Contractor shall submit a list of such equipment in accordance with the instructions and format contained in the attached Exhibit A-1.Contractor shall at the request of the State,submit an inventory of equipment purchased under the terms of this contract or any predecessor contract for the same purpose. Such inventory will be required not more frequently than annually.At the dose of the project covered by this agreement the Contractor shall provide a final inventory to the State and shall at that time query the State as to the disposition of said equipment.Final disposition of such equipment shall be in accordance with instructions from the State to be issued immediately after receipt of the final inventory and request for disposition instructions. (10) Prior authorization in writing by the State will be required before the Contractor will be reimbursed for any purchase order or subcontract exceeding $1,000 for any articles, supplies,equipment or services or for any fee,or other payment,for consultation of one hundred fifty dollars($150)or more per day.The Contractor must provide in its request for authorization all particulars necessary for evaluation of the necessity or desirability of incurring such cost,and as to the reasonableness of the price or cost.For purchase of any item exceeding such minimum dollar amount, three competitive quotations must be submitted with the request, or the absence of bidding must be adequately justified.The Contractor must include in a written agreement with the vendor,or the subcontractor the following clause- "A'ame of Vendor or Subcontractor) agrees to maintain and preserve, until three years after termination of (Contractor's name)'s agreement with the State of California, and to permit the State of California or any of its duly authorized representatives to have access to and to examine and audit any pertinent books, documents, papers and records of(Name of Vendor or Subcontractor)related to this(pumbase order)or(subcontract)." The toms"purchase order'and"subcontract"as used in this paragraph(10)only, excludes: (a) purchase orders not exceeding S1,000;and(b)subcontracts or purchase orders for public utility services at rates established for uniform applicability to the general public (11) All personnel employed by the Contractor under this contract shall meet the standards of training and experience required for comparable positions in State employment,as determined by the State.if the Contractor maintains a local merit or civil service system,then the personnel employed under the budget shall be subject thereto, providing such local system is generally comparable to standards with the State civil service system as determined by the State. -2- 00371 i Exhibit A(F) (12) Examination of Records (a) The Contractor agrees to maintain books, records,documents,and other evidence pertaining to the costs and expenses of this contract(hereinafter collectively called the "recor(W)to the extent and in such detail as will properly reflect all net costs,direct and indirect, of labor, materials,equipment,supplies and services and other costs and expenses of whatever nature for which reimbursement is claimed under the provisions of this contract (b) The Contractor agrees to make available at the office of the Contractor at all reasonable times during the period set forth in subparagraph(c)below any of the records for inspection,audit or reproduction by an authorized representative of the State. " (c) The Contractor shall preserve and make available his records(i)for a period of four years from the date of final payment under this contract,and(ii)for such longer period,if any,as is required by applicable statute,by any other clause of this contract,or by subparagraphs 1 or 2 below. 1. If this contract is completely or partially terminated,the records relating to the work terminated shall be preserved and made available for a period of three years from the date of any resulting final settlement 2. Records which relate to(i)litigation or the settlement of claims arising out of the performance of this contact,or(ii)costs and expenses of this contract as m which exception has been taken by the State or any of its duly authorized representatives,shall be retained by the Contractor until disposition of such appeak,litigation,claims,or exceptions. (d) Except for the records described in subparagraph(c)2 above,the Contractor may in fulfillment of his obligation to retain the records as required by this clause substitute photographs, microphotographs, or other authentic reproductions of such records, after the expiration of two years following the last day of the month of reimbursement to the Contractor of the invoice or voucher to which such records relate,unless a sborter period is authorized by the State or its duly authorized representative. (13) A final invoice and,if required by this contract,a final report shall be submitted by the contractor within 45 days after the rermioation date hereof except as may be otherwise specified herein.If a final report is required by this contract final payment hereon shall be withheld until after receipt by the State of an acceptable report (14) Any inventions made in the course of or under this contract shall be promptly and fully reported to the Chief Deputy Director, California State Department of Health.Patent applications shall not be filed on such inventions without the prior written consent of the aforementioned individual (15) Officials Not to Benefit No member of or delegate to Congress or the State Legislature shall be admitted to any share or part of this contract,or to any benefit that may arise therefrom;but this provision shall not be construed to extend to this contract if made with a corporation for its general benefit 00372 -3- 01 I ' (16) Covenant Against Contingent Fees The Contractor warrants that no person or selling agency has been employed or retained to solicit or secure this contract upon an agreement or understanding for a commission, percentage,brokerage,or contingent fee,excepting bona fide employees or bona fide established commercial or selling agencies maintained by the Contractor for the purpose of securing business. For breach or violation of this warranty the State shall have the right to annul this contract without liability or in its discretion to deduct from the contract price or consideration,or otherwise recover, the full amount of such commission,percentage,brokerage,or contingent fee. (17) Inspection The State, through its authorized representatives,has rhe right at all reasonable times to inspect or otherwise evaluate the work performed or being performed hereunder and the premises in which it is being performed. (18) Nondiscrimination in Services,Benefits,and Facilities The Contractor will not discriminate in the provision of services because of race, color.creed,national origin,sex,age,or physical or mental handicap in accordance with Title VI of the Civil Rights Act of 1964,42 U.S.C.Section 2000d,rules and regulations promulgated pursuant thereto, or as otherwise provided by state and federal law_ For the purpose of this contract, distinctions on the grounds of race,color,creed,or national origin include but are not limited to the following:denying a participant any service or benefit or availability of a facility;providing any service or benefit to a participant which is different,or is provided in a different manner or at a different time from that provided to other participants under this contract;subjecting a participant to segregation or separate treatment in any matter related to his receipt of any service;restricting a participant in any way in the enjoyment of any advantage or privilege enjoyed by others receiving any service or benefit;treating a participant differently from others in determining whether he satisfied any admission, enrollment quota, eligibility, membership, or other requirement or condition which individuals must meet in order to be provided any service or benefit; the assignment of times or places for the provision of services on the basis of the race,color,creed,or national origin of the participants to be served.The Contractor will take affirmative action to ensure that intended beneficiaries are provided services without regard to race,color,creed,national origin,sex,age,or physical or mental handicap. (19) Procedure for Complaint process The Contractor agrees that complaints alleging discrimination in the delivery of services by the contractor or his or her subcontractor because of race,color,national origin,creed, sex,age,or physical or mental handicap,will be resolved by the State through the Department of Health's Affirmative Action Complaint Process. -4- 00373 Exhibit A(F) r (20) Notice of Complaint Procedure The Contractor shall,subject to the approval of the Department of Health,establish procedures under which recipients of service arc informed of their rights to file a complaint alleging discrimination or a violation of their civil rights with the Department of Health. (21) Only Applicable to Hospitals The Contractor will not discriminate against the intended beneficiaries of funds monitored by the Sate because of race,color,aced,national origin,or sex,in accordance with Title VI of the Civil Rights Act of 1964,42 U_S.C. 9 2000d,rules and regulations promulgated pursuant thereto,or as otherwise provided by law.The Contractor will take affirmative action to ensure that intended beneficiaries are provided services without regard to race,color,religion,sex, or national origin.Such action shall include,but not be limited to the following:advertisement conspicuously displayed advising the public that emergency health services are available without regard to race,color,religion,sex,or national origin and without regard to ability to pay. (22) Only Applicable to Hospitals Accepting Medi•Cal Patients The Contractor will not discriminate against rhe intended beneficiaries of funds monitored by the Stare because of race,color,religion,sex,or national origin in accordance with Title VI of the Civil Rights Act of 1964,42 U.S.C. 5 20004,rules and regulations promulgated pursuant thereto,or as otherwise provided by law.The Contractor will take affirmative action to ensure that intended beneficiaries are provided services without regard to race,color,religion,sex, or national origin Such action shall include,but not be limited to the following:advertising conspicuously displayed advising the public that Medw-al services are available to the public without regard to ace,color,religion,sex,or national origin S 003'74 E•yhibit B BUDGET County of Contra Costa Public Health Nursing Services to the liged July 1, 1977-June 30,-197$. CouaCy State Personnel'.. ;'Share Share kub is Rea th nurses PHN S. 1800 hrs/yr $11-00, $ 31,680 $:" 54,450 including Assoc_ Salary Cost (P T.E. PHU Co. 1.6 State 2.75)i . Administrative overhead @ 33p salary 28,422 Supportive services for field nurse, mileage, clerical super- vision, nursing administration, s (this is a Home Health Agency audited calculation). x Typist Clerk time (761-925) 2,512 Associated Salary Cost 250 s,... Project Account Clerk 2,100 1(5 time (761-925) General rmuenses Office expenses 300 TOTALBUDGET $ 60,102 $ 59,612 MENNEN I V Exhibit No.: STATE OF CALIFORNIA DEPARTMENT OF HEALTH Prior to July 1, 1977 Language (1) It is mutually understood between the parties that this contract may have been written and executed prior to July 1, 1977 for the mutual benefit of both parties in order to avoid program and fiscal delays which could occur if the contract were executed after July 1.1977. (2) This contract is valid and enforceable only if sufficient funds are made available by the Budget Act of 1977, for the fiscal year 1977-78 for the purposes of this program.In addition, this contract is subject to any additional restrictions,limitations or conditions enacted by the Legislature and contained in the Budget Bill or any statute enacted by the Legislature which may affect the provisions, terms or funding of this contract in any manner. (3) It is mutually agreed that if the Budget Act of 1977 does not appropriate sufficient funds for the program,this contract shall be invalid and of no further force and effect In this event the State shall have no liability to pay any funds whatsoever to the contractor,or to furnish any other considerations under this contract and the contractor shall not be obligated to perform any provisions of this contract. HFs 1216 t2rr7) - 00370' In the Board of Supervisors of Contra Costa County, State of California July 12 .19`77 In the Matter of Modification of Agreement with George Hills Co., Insurance Adjusters IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute a Modification of Agreement with George Hills Co. for provision of claims adjusting and investigation of claims filed against Contra Costa County, to increase the service fee rate from $17 to $18 per hour, effective July 1, 1977. Passed by the Board on July 12, 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 an the data aforesaid. Wdness my hand and the Seal of the Board of Orig: Administrator Supervisors cc: George Hills Co. affixed thisl2th day of July 1977 Auditor-Controller County CounselJ. R. OLSSON, Clerk Public Works Director C B/ Deputy Clerk Maxine M. Ne -eld H-244777 Ism 019117? Modification of Agreement The Agreement dated November 3, 1975 between the County of Contra Costa and George Hills Company for investigation and adjusting of public liability claims made against the County is hereby modified to increase the service fee rate as shown in Appendix 8 attached thereto from$17.00 per hour to a new rate of$18.00 per hour, increasing the travel expense from$ .20 to $ .25 per mile, and the telephone expense from 6 percent to 7 percent of service fee. All other terms and conditions of said agreement are to remain unchanged. COUNTY OF .COSTA CONSULTANT if a �GGLorge Nils Company. By./ j R.t:S hroder y airman, Board of Ku—pe—rvisors Tit e �iLwrv'� ATTEST: J. R. Olsson,.Ounty Clerk Microfilmed with hoard orddA)38 A r In the Board of Supervisors of Contra Costa County, State of'California Jul 12 '...7977 In the Matter of Approving.Annexation Agreement for Subdivision MS 208-76, Oakley area. The Public Works Director is ADTHORIZED:to execute an Agreement vitt Clara Gaitiy et al, providing For annexation toanq future drainage area formed in the area, required as a condition of approval re rainage ar HS 205-76, Oakley area. PASSED by the Board oa July 12, 1977. . ! hereby oertiFy that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the data aFaresaid. yp Su Witness my hand and the Seal of the Board of Originating Department: PW (LD) Supervisors CC: Recorder (via P.W.) affixed thisl2vo day of July � 19 77 Public Works Director Director of Planning Countfta-ybe&ry sessor J. R. O1.SSON. Clerk c/o EH. Rossi BY /-DZto 252T SWay M MOUS Deputy Clerk Sacramo, 95826 - Flood Control Planning ((�� r��yQ H _43/T615m 1f��r7/U `ail atansberry Way Sac r »• 7lS.n amento, CA 95826 Flood Control Planning H 28 m 00379 mom STATE OF CALIFORNIA Cossmty of 'T"'_2 0t-t--j On Ait_.,._Y77L_,,.doy at -�U 'Cc the scar- t�At_one tkousand mine hundred t btf are me. r+'t�....y___,___, a Notary Public in and for tl:e ^ County of d 2U,) State of Catiformia,residing therein, duty coacncinioned ad mora,ptrsonatry knoM+.to snr to le the,�rrtanL mhasr ma"W r--J._.,.,,,,suyteribed to the trithift instrument and acknoattdged to asetkat..Tlit ecuted the some. IN tVITArBSS tfeHEREo I A:e hersmsmto�set..m'y'4-d and af-rd m;,of,.jai scat in tAe Coway of »'St��r�l "'�"• •��1.1.�...�tfu day and year in this etrti fever first abore aritttn. Microfilmed with board order :tosa.p P"I;e in and ter - •«c�rstrrr�e«e.ow..«e.eo-oao-'Actrn.Tedemc'ms^-teMral. Ssase of Cai;toru;i j MY Coa missiaa Exph- (5��_e -MEMO DRAINAGE ANNEXATION AGREEMENT Subdivision: MS 208-76 Owners: Clara Galli, Janet Herumen a v fly Rossi DRAINAGE ANA'EXATION AGREEMENT Subdivision: MS 208-76 Owners: Clara Galli, Janet Berumen and Emily Rossi Effective Date: /.Z�/y 7;� 1. PARTIES & 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 annex to any future drainage area formed in the area, to construct drainage improvements along Sellers Avenue as shown on Contra Costa County Storm Drainage District Drawing No. D-11449,;dated February, 1972 and designated thereon as Line E II A. The annexation shall include all of that real property encompassed by Subdivision MS 208-76 which is more particularly described in Exhibit A and incorporated herein by this referentie. 3. SUBDIVIDER COOPERATION: Owners 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. 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 for the benefit of the county drainage and flood control system and 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. 5. RECORDED MAP: In consideration hereof, County shall allow Owners to file and record the Parcel Hap for said Subdivision. COUNTY OF CONTRA COSTA OWNER VERNON L. CLINE Pub Wor Director t fClara Galli _ Deputy Janet Berumen RECOMMENDED Fa APPROVAL: 'Emily Ro 1 z--- NOTE: This document is to be Assi t Pe:bli Works Director acknowledged with signatures as they appear on deed of title. FORM APPROVED: JOHN B. CIAUSEN, County Counsel Miuofi(med with li . Jn VOl NFP.iTY Gcue-TY Cain.,l- All. that land being shown as parcels A. B. C,-&Don Parcel Map filed 19 in Book of Parcel Mapa at Page ContraCosta County Becorda: f.s ri s s tx t x ,moi-. k 3 f - 3 x � e � ; w � r L - k 00,182 In the Board of Supervisors of Contra Costa County, State of California July 12 ,1977 In the Molter of Reconsideration Motion by Lafayette Morehouse, Inc., Lard Use Permit No. 2180-76. The Board on June 21, 1977 having denied the appeal of Lafayette Morehouse, Inc., from the Planning Commission's denial of Land Use Permit No. 2180-76 to establish a school and related facilities in the Pleasant Hill/Walnut Creek area; and The Board having received a July 5,1977 letter from Mr. Blackie Burak, resident at the subject property and attorney representing the applicant, requesting that the Board reconsider. and grant a new hearing on the appeal, and further requesting findings of fact and conclusions of law with respect to denial of said land use permit; and The Board having discussed the matter and Supervisor E. H. Hasseltine having recommended that the Board declare its intent not to reopen the issue and refer the matter to County Counsel to examine the allegations and contentions of Mr. Burak and respond to them, IT IS BY THE BOARD SO ORDERED. PASSED by the Board on July 12, 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: Lafayette Morehouse, Inc. — my hand and the Seal of the Board of Foley & Burak, Attorneys Supervaors V. W. & S. L. Baranco affixed this_12,;,day of July 19= Director of Planning County CounselJ. R. OLSSON, Clerk County Administrator By Deputy Clerk Helen C. Marshall 00383 H-24,L,77 15m In the Board of Supervisors of Contra Costa County, Slate of California AS EX OFFICIO THE GOVERNING BOARD OR CONTRA COSTA COUNTY WATER AGENCY July 12 019 77 In the Matter of Approval of Engineering Services Agreement with J. B. Gilbert and Associates IT IS BY THE BOARD ORDERED that consideration of the Consulting Services Agreement with J. B. Gilbert and-Associates was deferred for one week. PASSED by the Board on July 12, 1977.-— I 977. " '- 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 Seo[of the Board of ORIGINATOR: Supervisors Public Warks Department Administration offaced this 12t1itoy of July 19 77 cc: County Administrator J. R. OLSSON, Clerk County Counsel Public Works Director By o� . Deputy Clerk Environmental Control H. Pous Jerome R. Waldie (via County Counsel) Walter M. Gleason (via County Counsel) nt ?Q t ii 384 H.24 V76 11m In the Board of Supervisors of Contra Costa County, State of California July 12, 19 77 In the Matter of Authorizing Execution of a Monthly Rental Agreement with Buchanan Oaks Partners. IT IS B THE BOA execute a monthlyY Rental AgreementEwithaBuchananaOaksthe ChnPartis nersofore theo` use of premises at 2401 C Stanwell Drive, Suite 320, Concord,,for use . by the Human Resources Agency, Manpower Program. PASSED by the Board on July 12, 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: Public Works Department Witness my hand and the Seal of the Board of Real Property Division Supervisors cc: County.Administrator affixed th6l-2thday of Jul--y-- 19 77 Human Resources Buildings & Grounds J. R. OLSSON. Clerk Lessor (via R/P) Dept Clerk 00385- 14•24 3176 ISm i RENTAL AGREEMENT 2401 Stanwell Drive - Suite 320 Concord, California Social Service Department 1. PARTIES: Effective on JUL 1 1977 allCHANAti OAKS PARTNERS, hereinafter called *LESSOR" and the COUNTY OF CONTRA COSTA, a political sub- division of the State of California, hereinafter called "COUNTY", mutually agree and promise as follows: 2. LEASE OF PREMISES: LESSOR, in consideration of the rents, hereby leases to COUNTY and COUNTY hereby hires from LESSOR, Suite 320, containing approximately 1375 square feet, located in Building C. 2401 Stanwell Drive, Concord, and shown on Exhibit "A" attached hereto and made a part hereof.- COUNTY shall have the right of non-exclusive use of adjacent parking facilities. 3. TERM: The term of this Agreement is month to month commencing July 1, 1977. 4. RENTAL: COUNTY shall pay to LESSOR as rent for use of said premises, a monthly rental of Five Hundred Fifty and No/100 Dollars ($550.00) payable in advance on the 10th day of each month during the term of this monthly Rental Agreement. Payments are to be sent to LESSOR at 555 California Street, Suite 2840, San Francisco, CA 94108. 5. USE OF PREMISES: The premises shall be used during the term hereof for the operation of a County office. 6. MAINTENANCE AND REPAIRS. A. LESSOR shall furnish and maintain the electrical, water, plumbing. heating, ventilating and air conditioning systems in good order, condition and repair. B. LESSOR shall replace any and all electrical lamps and any defective or noisy ballasts in the lighting system. C. LESSOR shall keep and maintain the exterior of the demised premises in good order, condition and repair including exterior doors and their fixtures, closures and hinges. D. LESSOR shall provide and install at the direction of the Fire Marshall the necessary A-B-C fire extinguishers for the premises. E. COUNTY shall not suffer any waste on or to the demised premises. 001186 Microfilmed with board order 1 F. COUNTY shall not be responsible for correction of Code Violations which may exist in the demised premises unless such violations arise out of or are related to a change in the COUNTY occupancy or use of said premises. G. COUNTY will replace any windows broken in the demised premises by its employees, agents or invitees. If broken otherwise, LESSOR shall replace them. H. COUNTY shall keep and maintain the interior of the premises in good order, condition and repair, to the extent provided by routine maintenance . and normal care but shall not be responsible for major repair resulting from age and deterioration_ LESSOR shall repair damage to the interior caused by failure to maintain the exterior in good repair including damage to the interior caused by roof leaks and/or interior and exterior wall leaks. 7. UTILITIES AND JANITORIAL SERVICES: COUNTY shall pay for all utilities and shall provide its own janitorial services. 8. ACCOMPLISKMENT OF IMPROVEMENTS: LESSOR shall repair carpeting and paint as shown an Exhibit "A". Upon completion and acceptance of the above work, COUNTT will pay to LESSOR the sum of $150.00. 9. HOLD HARMLESS: It is understood and agreed that the LESSOR shall not in any way be responsible for damages to persons or property in and upon said premises while said persons are on COUNTY business and shall not be held liable for any liability, claim or suit for damages to the person or property of anyone whomsoever while in or upon said leased premises during said term in con- junction with the performance of COUNTY business; and COUNTY hereby agrees to indemnify and hold harmless LESSOR from any liability or charges of any kind or character by reason of such injury or damage claim or suit for liability arising therefrom in, around or upon said leased premises, except in the case of any structural, mechanical or other failure of equipment or building owned by LESSOR, which results in damage to any person or property. LESSOR will be held liable. LESSOR agrees to hold COUNTY completely harmless from damages to persons or property and COUNTY shall not be held liable for any liability, claim or suit for damages to the persons or property when and if said persons or property are in or upon said demised premises and not in conjunction with the performance of County business. 10. SURRENDER OF PREMISES: On the last day of the said term. COUNTY will peaceably and quietly leave and surrender to LESSOR these premises with their appurtenances and fixtures in good order, condition and repair, reasonable use and wear thereof and damage by earthquake, fire, public calamity, by the elements, by Act of God or by circumstances over which COUNTY has no control excepted. COUNTY shall not be liableforpainting ttie demised premises upon termination of this lease. 11. INSPECTION. LESSOR may enter the premises between the hours of 9:00 a.m_ and 5:00 p.m., Monday through Friday and may employ proper representatives to see that the property is being properly cared for and that no waste is being made and that all things are being done best calculated to preserve the property, and in fuil.compliance with the terms and conditions hereof. 12. QUIET ENJOYMENT: The LESSOR covenants that the COUNTY shall at all times during the said term peaceably and quietly have, hold, and enjoy the demised premises without suit, trouble or hindrance from or an account of the LESSOR as long as COUNTY fully performs hereunder. 13. SUCCESSORS &ASSIGNS: The terms and provisions of this lease shall extend to and be binding upon and inure to the benefit of the executors, administrators, successors and assigns of the respective parties. —3- 003 14. TIME IS OF THE ESSENCE of this leaser . LESSEE LESSOR _ BUCWM OAIfS PARTNERS COUNTY OF CO COSTA rzi Richard K. Barr BYE / S.LSchiadeh Its General Par ler �� —, Chouman, B-srd of Supervisor; A77EST: JANES R. OLS$ON, Clerk B De uty, RECOMMENDED FOR APPROVAL s ounty dminI 3-Lra r I Deputy Puhl ks Director Buildings and Grounds �g By /a4a Agen . , £u APPROVED AS TO FORM: JOHN B. CLAUSEN, County Counsel 7 -�- Deputy Cc& ty Counsel_ ( f r � 001389 EXHBIT "A" Suite 320 2401 C Stanwell Drive Concord -or CARPET' 1*7caRPEr , ' - PAINT ' i. PST to 'p?, wa V .� _ L•-'' CARPET v 11�T• � -. 1f PAINT 19 tx w 1� I6Y�4 PAINT CARPET PAINT ly13 00,190 t � In the Board of Supervisors of Contra Costa County, State of California July 12 .19 ,77 In the Matter of Review of Food Service at County Facilities. Supervisor N. C. Fanden having noted that the 1976-77 Grand Jury Report indicates that the cost per meal at the County Hospital is greater than the national average, and having expressed concern that there may a possibility that food is being wasted at the hospital as well as other county facilities; and Supervisor R. I. Schroder having recommended that the Internal Operations Committee (Supervisors E. H. Hasseltine and N. C. Fanden) be requested to review and develop a policy an food management and service at the County Hospital and other county facilities; IT IS BY THE BOARD ORDERED that the recommendation of Supervisor Schroder is APPROVED. PASSED by the Board on July 12, 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 data aforesaid Witness my hand and the Seal of the Board of cc: Internal Operations Committee Director, Human Resources Superraon Agency affixed this 2thday of July 19 77 County Administrator J. R. OLSSON, Clerk By-, ��+��ItllG7�. Deputy Clerk Jamie L. Johnson nn ry I li "),91 H-N 3/7615m v r In the Board of Supervisors of Contra Costa County, State of California July 12, - ,19 77 In the Matter of Authorizing S::6missica of 553,2t6 Grant Application to Department of Health, Education and Welfare to Provide for Continuation of Head Start Services to Handicapped Children 17 IS BY THE BOARD ORDERED that the Director of Community Services Administration is AUTHORIZED to submit Grant Application in the amount of,$53,216 to the Department of Health, Education and Welfare for purpose of securing federal - funds to continue provision of Head Start services to handicapped children. (Federal share 550,000, Non-federal 53,216) for the period from September 1, 1977 through August 31, 1978. PASSED by the Board on July 12, 1977. 'N t{ cc } H't 1 hereby certify'thot the foregoing is o 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 Seat of the Board of Orig. Dept: CSA Supervisors cc. County Administrator affixed thiis12thday of LLL . 19 77 Auditor-Controller — d. R. OLSSON, Clerk B i` Izl Deputy Clerk F,axine H. Ne "Ad 0:192 H-213"76 Is. oMn nna.c..l r(..±9-R021D F5V wqL ASSISTANCE z ATPu- .ImN3Ea ±. TAT s.tIVUDER wets 77-2 APPucA. TION 1.OVP2 ❑PAFIw^P1:G.T:Ja APPL4 0.DLIIFy a 4 L ICEN77• 0.IMfs Y,<r mo.N d.T ACTOA A?PLIrl.rrC?J CATION "191"77 I •6 3UFIER A3SIGNED 19 I•K_ p "Or-9c,7=1 OF:T'(T(Qpy p raPDra OF F.Ma AtHQaY aa.l i f.LEGAL APPLICA1,11`/8EC1NENT 5.FEDERAL EMPLOYER IDENTIFICATION NO. Contra Costa Co Board of Supervisors 94 - 6000- 509 W e. 5 i :CSA- Project Head Start 51r..1/P.O.S. :2265 Contra Costa Blvd. FAO- •.hU!M!R 11131• 6 0 0 a.ay :Pleasant Hill .c y: Contra Costa GRAM 0.TIME 1,so-:. California L nP We 94523 Fr2,,.( Child Development I,aae P-exam, Nvron W. Nock C-W") Head Start - t (415) 944-3475 `u 7.TI TLE AND DESCRIPTION OF APPLICAY]'S PROTECT 6 TYPE OF APPLICANT/RECIPIE!)t t Head Start Services to Handicapped Children A-SNN II-(��LvA.S�.•xr..r wi 0-I.iaatll. 1,DooLrr ii,A.n1AI'm.lim Continuation of the provision of services to Head Fsm.lw rl..+va r,�1, O,w:u K-0Ox ISP..Efvl: P Start children certified as having handicapping E°-cii°N conditions. Services are designed to facilitate F-srm.l ono-ue integration of children into regular classroom V � � r,Nr aaP.aPri.4 INN, activities. Services include speech therapy, mental A TYPE OF ASSISTANCE health and special education and support services 9.r"'Lr°9 0.1muvJ. C-.,Fa:,-UJ Oval E-0Wr r." caro- ;,(-'� for parents. C-U. IZZ I,u1.F.)ro 1 w 30.ARLS OF PROJECT IMPACT EA'emn e!eRwa,potiN 12L ESr.1:ATED NUN- TZ TYPE OF APPLICATION SIAN,..IPJ BER OF KrSONS A-ar. FR.risi:, E-AreavUaoP Contra Costa County a-SmP.d D-Coa1(,NL'eA 100 rct<r aPP-W.""o, I3. PROPOSED FUNDING 24.CONGRESSM. DISTRICTS OF: IS.TYPE OF Ct1A;IGE(Fa,flew 121) ,.MEPaI I Z oro .L^I11CAlT d MwEm B-Us..rnM,W- r-0Sa(SP.afV): 5..VILE 11 .D1 07 07, 08 www ov�aem .STATE _DD 15.P30IECT START 17.MDJECr. E-0IUNWhs . DATE T--oU,dai DURATION r.- Pw.• a.Ecu 1 3,216 .m 1977 9 1 12 N.•u. . •*•:•Kee-(,, _ OrRER .w 10.ELTI'JATED DATE TO Yo- moil, day I9.E)USTING FEDERAL IDENTIFICATION NUMDZR DE 5U3MITTEO TO 1. =a s 53.216 .w FEDERAL AGENCY i 2977 7 13 NIA 2T. FEDERAL AGENCT TO Riw, -REQUEST(Nam.EYIT.Stae..rU oo41 21-REMARKS ADDED F Child Develonment. DIIE7 San Francisco CA 94102 ❑Tx ❑Na ..Ta L4 est FI 1a Le,.IW,-d biW 0.1!rZ N b CUS CL-W A-95 W..rA1N-was-b.:C<A,I-.h- N' room.++ G1.I,Thu Lra.7ai:dnm/aN1IW:,.m ttl,tl.w Uair.b aTClagirU daWallmn.ae tlt- Na1 an,roc6.d: ellacM1d 3 7NE ..A.rmrtsl.1L,Do ol.mew APPLICANT d,Ir„1`,W H D,P•ra1nE b1,r at, Association Of Ba CERTIFIES L�..;J-1 ane D..Namal.11-0, y Area Governments ❑ ❑ r THAT),, `�zt Th•'"KOad`TI•'••m•D a,-*- m State of California El 0 ❑ ❑ y 23. 'a.IF ED IIWE ATO TIME 6 SIGYATIIL` r.MATE SIG= CERTIFYING Judy Ann Miller Y.-.-a b• GREPRE• SENTATrva Executive Director, CSA "JULJ121977 2G AGENCY NAME 2S APPUCA•.Y,-moat%d.7 TION RECEIVED 19 25.ORGANIZATIONAL UNIT 2].AUNIFIISTRAnVE OFFICE 20.FEDERAL APPUCAnON IDENTIS,CATICN 22.ADCRESS WL FEDERAL GRANT IDENTIFICATION 33,ACTION TAKEN 3- FUNOING y- -14 daV 3.1. F.- .-M daV STARTING19❑a..W.4'=EJ a ROEP.IL S -M D3.ACTION DAr2 a 19 DATE 19 0.FF1'C i0 0.APTIICVO .CJ 35.CONTACT FOR ADDITIONAL INFORIIM 3G. Yror mo.LS GaP ❑ VON(N.m,ca Id,PLaw.-M) ELIDING ❑4 E7111ti0 IDA c S.-TE J10 DATE 19 ARDOWDYT A.LOG'_ ./).T 37.RE:AARKS ADDED IS.a ❑d.DEFES.7) ..OTHER !I0 w ❑..WIT DPAWD C WTIL S l:0 ❑Yac ❑::P hV.,Imo,rD.q :im tlml.lh...r..»aa- It.FEDERAL:.GEaCY A-05 ODICIIL 00' 93 FEDERAL AGENCY ITtL atm m4 b blot a!� �N N L�D ONWN"5, (N-aad GNPAon.Iwo) A-95 ACTION S-AND<23-101 RMea3si 6 GSA.AdO FORM 424 FA CirNu�ro-Yi Microfilmed with board order Page 2 PART It o......... ee PROJECT APPROVAL INFORMATION Item i. Does this naismnce raga-r require State,loco 1, Name of Governing Body regional,w other priority rating? Priority Raring _Yes—XN. Item'. Dans this assistance request require State,w local Nem.of Agency or advisory,ed.coli—I or health tlearon<ea? Board _Yes No (Attach Doeumentarion) Item 7, Does this es:iataace request require dea,i.ghous. (Attach Comments) r.vtew in accordance with OMB Circulw A-45? —x Yes No Item d. D-othis-si sconce request require Stat.,total, Name of App,.0 _A ry CCC PO11CY Council r.gi.-I or other planning approval? X Oate D/w��T Yez w. Item 3, Is the proposed project ca—d by an oppr.ved.—p— Check on. State ❑ h...W.plan? Local p Regional ❑ Ye: No Location e1 Plan Item 6, ice.assistance requested sere a Federal Nom.of Federal Installation installation? —Y.. X Me Federal Population benefiting from Prajsct i Ire`7_ I Will the asaiz:ance requested be en Federal land or Nome of Federoi Installation installation? x Lxation el Federal Land __Yes No Percent of Project Item a- Will the assistance requested have on impact w effect Sea igztructions for additional information to be on the emiromt.nt? provided, _Yes No I Item g. Number of: Will the assistance requested cause the displacemmt Individuals of individuals,familia.,business-,or fcros? Fcmilies Basinnsss —Yes 1 No Farms hem 10, Is there other related—lint-ce en this praiect previoas. See nsrruetions far addiriaraf inf.—tie.to be pending,w.ntidpoted? X provid.d ' _Yes No 00,194 § . Contra Costa County Board of Su@alme Grant , maa Page a � � | / }E / ) ! § ) $ / | \ q | Q7 / _ } / } ® | _| lFLn } : _ k c a S i § } \ 0 } } \ \ cm } 2 t \ § ) a. mR a 8 © G G o m | | g o It C | 9 a \ k G } k | ! § . � / © ! 2 2 §03§3 ! � | � . c t a� cool < cotlV � � & / - \ 10 . !° \ $ 00\ • _ - % 1.2 }\ . \! 0 # . _ {& aa� - Q O O ^ z " G o w ^ 1e u u34 !1 v O q z U Q W IGS w tl O O r .. q F T 2cJ Caj U U GF.. AA7z to H U U C' LAA OH ^ to < aM o u13 < ci u Cy 0q C U U A H 'q-0 Av H 6 iV V a w W A V n W 'c Aw .1 o v 6q ES H M H H A 7 W 41 4j = 14u > of E. Q w � a. •.toi r� E U U] .T. F Cqi L-i 7 y O O CO I %D1 11 O N Eo F+ I I N Lf) 0 .. U Ng Cd U zn 34 nt o �jC7j a o � bm � � f0 O G ul C N c l M o U Q� N 94 q d CC q N O ltl •O O OU1ej O .-+ 'O S W t � O f0 1 �9 i .-i t0 O L W y E-4 -4 N I rn 4 Ofl 1 V H HU U N o U W O u w u � A In U C v tom-] H Ft U O CU--7 u [-3 � F •.i 9:: b •4 Y Lrj .•4 a ai ti N U [n Q1 m F N L U o oo F > +fit w u n p in E H ri q R. O ~ U c w R. w E W ai V U O C O q O H h E a Z r a to+ o ci a u o x H I � \ . t r. tR 5 k t -4 ' & . \ SA lop o $ #0 5 , k % CD to � �. i f + k $ & { t # C4 7 a q Ir. a $ 4 a \ # & ® } \k } . � \ ® $ to # 5t ® On / / % ' \ . & � • _ « � .% . k k % � \ } « e # 541 7 # k \ - ® k k 2 a 1 ƒ w • > / � \ ° - \ \ \ ƒ - . \ & . • \ \ a _ » .A \ $ % k\ % \® � . � 4 @ « & . . . \ . \ . .\ 'k 'ed cli \ \ in - < $ $ • \ a $ � \ co � # \ Iv . . . . \ \ \ \ -5 • - 4 � t \ ® . . . / - . @ / \ « 'lei \ ® \ ƒ \ 1-, t 5 5 a \ # 5 k « \ t \ § # \ ® o a - ƒ i / g 4 co \ ® � \\\ � m. . N H - F H - 1� H '-1 h U O b U la p C] H r. H :.+ q q U - �1 o o � � J Mu C U H W W r. G� u a 0 rl Ft z ami H O H H H n F C v � U r7 }� Y H F [r U N H t tm G - a - U ¢r U ,d Ql u O � U . of 2 O 4J ? O 2 co U U y a V U H t0 Y r w N rd L u U i-1 QI cj •rl Y wl b c� v 0 ' T u u G c7 O •-i N� of v vl a n m G1 � � .N1 .M-! .zr-i < aH 00402 7N - • o H - 7 H H � ti N C. u W x r•� w H F» pp ( F 10 U) N @ b O O UO' O b O 4 P LLO'1 O O O q H d A t[ O N O sD Ka N r-i In (A rt N M 0 .--I YS t'+ a 0 n N G �-W, a p O LO O E E H CD D O O. d @ {,) O OJ lY3n K R N �_ E .N+ U O E a h w x { G@3 O 0 i G L. a.i O L Cl a.+ C 41 p. V o c6 0 W m C , G c. N Wto @ K O i L U U O u O 4 w _ iL� •.1 ami of '" �ro u w v .mow � [�-. •�+ a .� @ � v 4] 4 > wpp +rG1 Uu, G v U w .@i SGJ 3 q - (7 W EstU f-� Vi Etat It /✓1 4- 1'2 M } t vl CQ - 60403 H per. ty 1-4 tO 4 U U ko ri Gr F O M in in ca N N ['1 a o � '-� � •c3 F O F G a 4 4 U C ^ �U En T W 4 O 4] - •U id u to a u 0 C p o z o ef ami < p a � a � cac O a o O O O N N L 1 y u m x [x e x x � 4 kwl -4 0. � 00 co cri co v N H N M W H W t]. 01 H 7 ri L O +1 G lErj U N T.. a a H .U a" ,a� V o EA to U G E+ C4 -�O -.Ai •.0i 4 v Cl. Ls v U9 w n. s x x U s s a a: C. n: 8 c: a'. o F ci u •rci L r•/' N e�1 +7 u1 �O n [p Of •,i r•i rl r{ �-1 .•I a H 00404• FORM t In the Board of Supervisors of Contra Costa County, State of California July 12 19 77 In the Mather of . Detention Facility Project Authorize Agreement Amendment with Leptien-Cronin-Cooper, Inc. Martinez, California (Werk Ordpr 5269-426.) The Board of Supervisors AUTHORIZES the Public Works Director to execute an Amendment to the Consulting Services Agreement with Leptien- Cronin-Cooper, Martinez, California_ The Amendment modifies the Consulting Services Agreement dated February 15, 1977, to increase the contract scope of work for engineering and surveying services required in the development of the Civic Center site and the.construction of the Pine Street Diversion. The Agreement Amendment specifies the maximum payment shall not exceed $49,200 without written authorization by the Public Works Director. PASSED by the Board on July 12, 1977. 1 hereby certify that the foregoing is a true and correct copy of on order entered on the minutes of said Board of Supervisor on the date oforewid. Wdnen my hand and the Seat of the Board of Supervisors Orig. Dept: Public Works-Detention affixed this 12th day of .hely 19 77 Facility Project cc: County Administrator J. R. OLSSON,Clerk County Counsel �t County Auditor-Controller By, /I fes+ Deputy Clerk Leptien-Cronin-Cooper, Inc. kFous Public.Works Director X104105 H•N 3176 15m Fw.>m AMENDMENT TO CONSULTING SERVICES AGREE14ENT 1. Effective Date and Parties: Effective July 5, 1977, Leptien-Cronin-Cooper, Inc., and the County of Contra Costa (herein called "County"), a political subdivision of the State of California, mutually agree as follows: 2. Purpose: The parties desire to amend that Agreement they entered into, ef- fective February 15, 1977, entitled "Consulting Services Agreement." ;t 3. Amendments: The above Agreement is hereby amended as follows: i The first paragraph, section 1-e, is amended to read: $49,200. Appendix A, Scope of Work, is amended by adding the following: VIII Preparation of hydrologic data for Civic Center area. Estimated cost: $1,200. IX Utility Coordination required for Pine Street Diversion. Estimated cost: $2,000. X Engineering and Survey Services required for the construction of the Pine Street Diversion. Estimated cost: $8,000. 4. Effect: Except for the Amendments agreed to herein, the Consulting Services Agreement of February 15, 1977 remains in full force and effect. 5. Signatures: These signatures attest the parties' agreement hereto: CONSULTAN "' By r , -rm✓iir + i ignate a ficia fcapac' y in busi ess ' StatA f California ) ss Contra Costa County ) ACKNOWLEDGEMENT CCC 1190.1) The person signing above for Consultant, known to me in those individual and business capacities, personally appeared before me today and acknowledged that he signed it and that the corporation or partnership named above executed the within instrument pursuant to its bLa, 0. s Board of Directors OFFICIAL SEAL JUDITH J.ROONEY Da e: /. / /�i 7 S� 5�,;A.;—.",moMtM—A '✓'�+ COSTA ICC m . y/\ i cm,raA caur,n �, ( ✓I sst-[LGTy" �YY CaROm17W"LU���AUW,t�.19J9� . Notary Public/ ------ ..."...i� PUBLIC AGENCY By: Vernon L. Cline Public Works Director. By: i APPROVED AS TO FORM: John B. Clausen County Counsel By S:LJANG it kicCHZS! Deputy Microfilmed with board order 00406 in the Board of Supervisors of Contra Costa County, State of California July 12 .19 2L 1n the Mater of Appointment to the Contra Costa County Drug Abuse Board. on the recommendation of Supervisor E. H. Hasseltine, IT IS ORDERED that Its. Victoria Porter, 18 Buena Vista, Pittsburg, California 94565 is APPOINTED to the Contra Costa County Drug Abuse Board to fill the vacancy created by the resignation of 14r. Robert E. Griffin. IT IS FURTHER ORDERED that this Board recommends to the Contra Costa County Drug Abuse Board that it consider appointing Mr. David Lewis, 1805 Lassen Court, Antioch, California 94509 as an alternate member representative for its Board. PASSED by the Board on July 12, 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 Mlihms my hand and the Seal of the Boord.of cc: Ms. V. Porter Mr. D. Lewis Supervisors Contra Costa County Drug affixed this_12tI•day of -T„ly 19 Abuse Board Director, Human Resources �� OLSSON, Clerk Agency County AdministratorBMci� �� �-- `—` Deputy Clerk Ronda Amdahl 00407 H-24317615. In the Board of Supervisors of Contra Costa County, State of California July 12 ;19 ZL In the Matter of Approval of Contract 66519 with State of California, Department of - - Rehabilitation for Training for Probation Department staff IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED"-.to execute: Contract 66519 with the State of California,Department of'Rebabiiitation, for on-the-job training for a.Probation Aide-Project for the:Probation Department - for the period June 6, 1977 to June 5, 1978, at a cost not to exceed $11,497.92 State funds. .. - PASSED by the Board on July-12, 1977. 1 hereby cerin that the foregoing is o trua and correct copy of an order entared on the minutes of"said Board of Supervisors on the data afar s id. Orig. Probation Department Witneas'nry hand and the Seo)of this Board of cc. Probation Department supervisors Attn: V. Donavan cfi=d thfsl2thda of. July 1977 Contractor - Y c/o Probation Department County Administ:atcr ` J P,CLS 14 4C,'MC County.Auditor-Controller L Deput•Clerk atse New e a 00408 Contract No. DR/COD-OJT 6519 S."A% OF CALIFORNIA DRTIA5="_z.':T OF REHABILITATION (DR)/CAREER OPPOPTUNITIES DE'✓ELOPM ?1T (COD)-CONTRACT FOR CN--TEE-MB TRAINING (OJT) The following contract between the State Department of Rehabilitation HEREINAFTER known as the DEPARTMENT, and Contra Costa County for Its Probation Dept. the Training agency, HEREINAFTER known as the CONTRACTOR, provides for the following training assignment(s) A. Probatio:t Aide - PROJ= (Use OJT job title. B. If only one client, use only line A) C. for the client(s) of the Department mutually selected by the Department and Contractor. The clientfs) will receive this training beginning June 6. 1977 (date) or as soon as possible thereafter and continuing 12 months from actual starting date. The total wages and fringe benefits payable under this contract shall not exceed s 11.497_92 For each trainee selected, on OJT letter of agreement will be written and added to this contract covering the following points agreed upon in Prior discussion (RSM Section 14.1250). 1. Vocational Objective B. Physical Limitations 2. Training Subjects 9. Insurance 3. Supervision .10.- Social Security 6 UnesPloYment ins. 4. Hours 11. Reporting 5. Pay 12. Termination 6. Fees 13. Rehabilitation Program 7. Tools 14. Placement sOTE: All COD Contracts require prior approval by COD Coordinator 0040:9 :� 423 (revised L-77) Pate 1 of !, Microfilmed with board or3ef ^ant.-act NO. DS/pD-WT 6519 1.- Thuh].-?A+' 'Tt shall refer individuals (trainees) to the CONTUCTOR who will consider thea for e=lojaer. 2. The C"TR"`9M3 shall develop career plans for each trainee vi:ich are consistent with the objeet=vss of the Career Oppor:uniti.es Development Program established pursuant to Diyisic !t of the l+nez:ploi-ment insurance Code (co=aenc].ng with Section 5250). . 3. The DRAM=— and the CW.MRACPOhb agree that the ultimate career ladder objective for each t—;nee will be (use only line A if only one client is involved)., j Deputy Probation Officer I B C 4(a) Enrollees cowered under this contract will be engaged in training and development and will not f°_1 any of the CO:+iMACTOR"S regularly budgeted positions during the ti=e _ they are covered by contract. Faces trainee, at the end of the contract period, will be =ved by the CMIZRACM- 3 into a position regularly budgeted by the Cr-MACTOR, except as provided in Paragraph 4 herein. The COTfUCTC3 will also protide Department of 3ebabilitation with written reports for the monitoring and evaina.ion of each trz;se's progress and effectiveness of the Career Opportunities +eevelop=eat Program. 4(b) The COMM MI can tersnate train_e(s) in accordance with the COIMACTORIS Dractices and procedures in effect at the time of termination, but in such case the CNMACT03 shall noti7 the WARET prior to termination or notice of termination, whichever occurs first. 4(c) It is acknowledged that there are contigencies not within the control of the Contractor which wogld 314-mit its ability to comply in Rill with this paragraph 4. Such eirru_stacces iaclade cases where: the partici-pant woes not perform satisfactorily on the job::'1i as to provide for continued estloy=nnt of the participant are requested by.:be Contractor' Iron the apmopriating authority but are not approved; the Contractor places a freeze on frathebirdvmg after the contract is signed; the participant is unable to coaaly with Civil Service regulations which are required by law and are reasonable and appropriate .o the job. Ewever, this comittuent requires all.good-faith efforts to prop-- such unsubsidized employment fbr each participant who performs satisfactoe,:q. 5. The C0.R,3A^T03 shall prcv�-.de sanerrision, materials, space, equipment and timely job 4nstru&.10 r necessary for trainee(s). 6. The C05".= -_.M shall protlide to the DEPAFMMMP periodic progress reports, including the pezf:_=:ce and acearate monthly attendence records of trai.Dee(s) as actually agreed z as by the parties hereto. Q. The C(hiA+ro3 shall provide sanitation facilities in accordance with State and local saaita--an codes. a. The CONT..Ar'zr3 shall provide safety instructions and equipment to trainee(s) utieb are nece3sa-3 to establish reasonable prosection against injury and damage. :mere special clew.-3 or ecr:sr: is prorided to the CO::-JACT03IS regular eo:;.9es, The COhTS,_-Ma shall pride the same type of clothing or equipment to the .rainee(x). 9. The C0hT*..ACi-OR shall ay to all trainees an On-the-lob Training, a wage which shall at least be ectal tnMb r of the applicable State minimum wage or the pre- vailing wage for the work pe:gorxd by the train e(s). 1 nr0410 Contract No. DR/COD-WT 10,. -The CONTRACTOR shall provide Workers Compensation coverage to all-trairees par- ticipating in On-the-Job Training so long as they are either on the nresises of the CON UCTOR or using equipment owned, leased or rented by the ConTpAC:CR. 3 no case shall the korimr's Compensation coverage prodded such trainees be less than the coverage provided by the COItfRACTIM for its regular employees. 11. The CONTRACTOR has not and shall not reduce its level of expenditures for On-the-Job Training in any way as the result of this contract. 12. The DEPART MU and the CONTRACTOR sha}1 =--ablash a plan for review and evaluation relative to achievement of the goal(s) a::: employment plan(s) of the trairiees(s). 13. The DEPARnMM or its designee has reasonable access to,-and the right to inspect all premises where trainees receive educational services and regular On-the-.lob Training under this contract. 14. AU jobs developed under this contract shall be for the work week, the hours, and the Wages prevailing for similar public occupations by the same ecoloyer, but in no case shall wanes be paid which are less than the amount required under section 433(e) (4) of the Social Security Act: The Department will reimburse CONTE CM for absenteeism to the extent it is custo.ary with CONTRAMItS regular emplo7ees. 15. The DEPAM''ST or its designee has the right to observe and monitor all the con- ditions and activities iarolved under this contract with prior permission of the OONTRA.CiOR. Such permission shall not be withheld unreasonably. 16. The COhMUCTD4 shall maintain the confidentiality of any information regarding trainees or their isnediate families width may be obtained through application forms, interview, tests, reports from public agencies or counselors, or any other source. Without percissioa o£ the 7�A' `i, ,then inforation shall be ditu1;ad only as necessary for the performance or evaluation of this contract and to persons having responsibilities order the contract. 17. Conformity with Civil Rithts Acts and Fair Fcmloyment -in principle and operation, this cooperative agreement will comply with all Federal and.State legislation regarding Civil Fights and Fair Fmlojeent Practices in regards to the applican,cs, clients, and employees. There will be no discriminatl=because of race, color, religion, ancestry, or national origin. 18. This contract may be terminated by either party upon 60 days notice in writing to the other party. The contract wilt be terminated sooner if funds are no longer available to the Department of Rehabilitation or State Personnel Board for the purposes of carrring out this Cont:ict; but to the extent funds are granted fcr the completion of this cc-eract by : e Department of Pebabilitation and the State personnel Board, such funds shall. allocated for the completion of this contract under the provisions of this contrapt. 14. The CO2ri MOR shall request reinbursez-ant for trainee wages including the costs of fringe benefits by mea.^s of a DR ZZ Class for Tuition Invoice, and a DR 226 R-port of Progress in Train:n; on form supplied by .he Depa.-toent. The shall submit :-:ca invoices and payroll reports in triplicate to: Department of P.eaabilitaz,=' Ple2;nnt Hill District Das .act 2285 Morello Avenue. Pleasant Hill. Ca. 945z3 00411 Address DR 423 (revised 4-77) Page 3 of 4 Attentipa: warrer. :41yea ti,, aeaabilitatioa Cou.zeior `�yQ t' It: n_Y11.SS IMEWF, this contract has been excuted by and on behalf of the parties hereto this 24 4 day of the month o: Kay in the year 1977 CO.'T,Wcr W.=- 57.000.00 •CO,NTRACYOR DEPARTF—MTP OF RHFUB;I.-s^t TIO:i Signature Rellabilit4tion C elo:-S*_aDure /,La- Printed ;lame District ..rator'i.—nav-re ' itle Date Address If total contract amo-.n; exceeds 57,000.00 additional signature is needed beax. x`ax. �.rc+fes(rent Err.•.;-;�._ 16,T r;rte F,>^ fi' Authorized Signature, #V4--Services AUG 161977 ~ xznagem t J, - oarwH,t SIGNED a. Title Date BY rH��uAnay Asst Deputy Director Administrative Services Conte 'C s,4v Cour:ty, California Recommended by Department E Ft.1.schrodar• By Ch irman, Board of Supervisors Designee Attest: J. R. Olsson, County Clerk Form proved: County Counsel unse- l Deput Deputy t1n4-2 STATE OF CAUWRNIA--HEALTH AND WBfARE AG04CY . DEPARTMENT OF REHABIWATION PLEASANT HILL DISTRKT OFFICE TELEPHONE(AM 689-3010 22BS MOREUO AVENUE ' PLEASANT HILL.G 9a7S3. ILSpJ Ur( 13 19/1 Play 24, 1977 CONTRA.COSTA COUNTY MRATION D'rP.TA The following constitutes an OJT letter of agreement to toner the following points agreed upon in prior discussion. 1. Vocational Objectives Deputy Probation Officer I, as per paragraph 3 of contract. 2. Training Subjects: As per letter from Paul Zaro, Volunteer Program Administrator, dated May 6, 1977 (attached). 3. Supervision: As per letter from Paul Zaro 4. Hours: Forty hours per week. 5. Pay: $792.00 per month plus 18% fringe benefits for the first six months; $832.00 per month plus 18% fringe benefits for the final six months. 6. Fees: This will be a 100% subsidized C.D.D. O.J.T. 7- Tools: Employer will provide any tools necessary for the performance of the job, as per paragraph 5 and 18 of contract. 8. Physical Limitations: Employer is aware of the employee's physical health. 9. Insurance: Employer will provide insurance per paragraph 10 of contract. 10. Social Security& Unemployment Ins.. Employer will provide. 11. Reporting: Employer will provide monthly progress reports as per paragraph 6 of contract. 12. Termination: As per paragraph 4 of contract. 13. Rehabilitation Program: This O.J.T. agreement letter is appropriately referenced. 14. Placement: As per paragraph 4 of contract. 60413 Probation Department Contra Training and Voiunt'er Divisions Costa 2525SrarmelDr4e - County — _.. Concord.Ca:if{,+mia X520 - (415)671-+OS4May 6, 1977 } � Ms. Bridget Glidden Rehabilitation Counselor Department of Rehabilitation -• _ Dear Ms. Glidden: _ RE: Sharlene Sheff - Probation Aide (Project) Training/Experience Program ' The following on-the-Job experience and training program has been developed- for Ms. Sheff and will be implemented upon her reporting to this agency ' under the terms of any contract we may enter into. Ms. Sheff would be assigned to the Concord Juvenile Field Unit under the - supervision of Mr. Timothy Goolsby, Probation Supervisor I. The primary work*•iocatio,p would be 2525 Stanwell Drive, Concord, and the Civil' Service. classification of Probation Aide-PROJECt (Job description attached). , The train'Ing program would include, but not be limited to (additional training courses are continuously developed by•the department's Training Division): ' Z_ New Staff Training - Introduction to probation services, overview of department functions (40 hours beginning ' June 6, 1977) 2. Orientation to the Concord Field Unit including on-the-job training, selected tours, procedures. 3. Probation Report Writing - format and technique (18 hours). In addition to the specified and additional training as available through the Training Division, Ms. Sheff's position will in fact be a training position, under the direct supervision of a Unit Supervisor I. In conjunction with other unit staff, Ms. Sheff will be assigned a select caseload and will receive direct supervision and training in all facets of probation supervision, including report writing, investigation, maintenance of case records, correctional — procedures and probation supervision. Contact with the unit supervisor will be regular, and work progress reviews will be established. it is anticipated that Ms. Sheff will receive during her employment tenure a complete training experience in preparation for his-entry into the probation or other corrections field. Sincerreel-y . 00414 _ COAT?A.CC.S-.A COUNTY (DRAFT) 6/14/77 PROBATION AIDE-PROJECT DEFINITION: Under close supervision to assist in a variety.of probation work involving field, institution or administrative activities; and to perform related work as required. DIST11GUISHING CHARACTERISTICS: Probation Aide-PROJECT is a sub-professional entry level class. Incumbents receive training in the principles, practices, methods and techniques used in various Probation Department programs. Incumbents may be assigned to a field probation unit, a juvenile institution or administrative support activity. Incumbents in this class work in federal or state funded project positions administered by Contra Costa County. TYPICAL TASKS: Assists in a wide variety of Probation activities; learns the techniques of investigating the social, environmental and psychological factors of juvenile and adult crime; assists in the supervision of probationers; accompanies Deputy Probation Officers to court to assist in the presentation of case reports; under close supervision, assists In interviewing probationers; assists in carrying out a planned program of recreation, work, study and homemaking activities in a county juvenile institution; with professional deputy, participates in interviewing probationers for volunteer work programs; visits community agencies to develop job placements; keeps records on probationers assigned volunteer work; accumulates, collates and summarizes' various statistical data for research projects; department manuals, agency records and reports; codes material for the transfer of manual records to computers; keeps various records and makes verbal and written reports. MINIMUM QJALIFICATIONS: License Required: Valid California Motor Vehicle Operator's License. Education: Completion of 60 semester units from an accredited college or university with courses in criminology, social work, psychology, sociology, or a closely related field. General knowledge of the functions and services of a probation department; general knowledge of statistics and statistical methods; general knowledge of the factors affecting the abnormal behavior of juveniles and adults; ability to deal with menbers of various social, economic, and ethnic groups; ability to establish and maintain effective working relationships with clients, co-workers, and the general public; ability to compose routine reports and correspondence. 00415 In the Board of Supervisors of Contra Costo County, State of California July 12 19 77 In the Matter of Approval of Agreement for Private Improvements in Minor Subdivision 165-76,Pacheco-Pleasant Hm Are.. 14MMO an agreement with William J. Plambeck, 1030 Panadero Ct. Clayton, California, for the installation and completion of private improvements in Minor Subdivision 165-76, Pacheco-Pleasant Hill area, has been presented to this Board; and WHEREAS said agreement is accompanied by a cash deposit in the amount of$1550 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$775 required.by Section 66499.3(b) of the Subdivision Map Act, Building Inspection Department Receipt No. 140785, dated July 5, 1977. NOW, THEREFORE, on the recommendation of the Director of Building Inspection, IT IS BY THE BOARD ORLERED that said agreement is APPROVED and the Chairman is AUTHORIZED to execute same on behalfi of the County. PASSED by the Board on July 12, 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 aforesoid. Witness my hand and the Seal of the Board of cc. William J. Plambeck Supervisors Building Inspection (2) affixed this k2thday of July , 19 77 J. R. QLSSON, Clerk Q.1.10 f Deputy Clerk Patricia A. Bei-' ti-24;,:a ism 00416 b •muo.n NG 04"JEC" N ovaRnaMT• CONTRA COSTA COUNTY DATE:July 6, 1977 TO: Board of Supervisors R. W. (mese, Director of Building Inspection FROM: By: J. A. Searfus, Grading Engineer F1,fJ Minor Subdivision 165-76 SUBJECT: Agreement for Installation of Private Road Improvements Area: Pacheco-Pleasmt Hill Subdivider: William J.Plambeck 1030 Panadero Court Clayton, California 94517 Attached is the Minor Subdivision Agreement id ch has been secured by a cash deposit in the amount of$1550 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$775 required by Section 66499.3(b) of the Subdivision Hap Act, Building Inspection Department Receipt Wo. 140785, dated July 5, 1977. The agreement form has been approved by the County Counsel's office and the estimates have been approved by this office. It is recommended the agreement be approved and executed. JAS:dm attachment - RECEIVED JUL ,6 1977 mERK BOARD 0;SUPEA LII puly J b_ .. ewi�J._OSTA CO _Oe •'�.F3t6i4�� r I•iINOR SUBDIVISION AGREE MUT (S1) I•1inor Subdivision: (51) Subdivider:W-'r-IMiI,&e (Private Improvements) I03o ?dA1A0a;3C+_ C1AFt .Ca M) Effective Date: z 9 (92) Completion Peric E (53) Deposit: (faithful pert'. 9/550`- caymeni bend) S 7�� ����/Yo786- 1. Parties & Date. Effective on the Aove date, the County of Contra Costa, California, hereinafter called "County", and the above- named Subdivider, tactually promise and agree as follo:•rs concerning this subdivision: 2. Improvements. 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 it the County's Building 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 canner, in accordance with accepted construction practices and in a manner equal or superior to the requirements of the County Ordinance Code and rul ngs made thereunder; and where there 1s a con- flict between the improvement plam and the County Ordinance Code, the stricter requirements shall govern. 3. Imorevement 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. Indemnitv. 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 •Lind allegedly stLffered, 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 pian or accepted the improvements as completed, and including the defense of any suit(s), action(s) or other prcceeding(s) concerning these; C - The actions causinx liabilit are any act or omission (negli- gent or non-negligent) in connection w-th 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. Honnerformance and Costs. If Subdivider fails to comnlete the work and imnrove_ents within the time specified in this agreement or extensions granted, County may proceed to complete the- -1- --0t; -1- Microfilmed with boar or er or otherwise, and Subdivider shall pay the costs and charges there- for ir-nediately upon demand. If County sues to compel performance o 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. Assignment. 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. 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 anal/or materials, or approval of 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, 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 teres and conditions hereof. 10. Record Man. in consideration hereof, County shall accept said parcelma for fi11ng with the County Recorder. __- i.A COS^_A Sb'BDII!TDE?: (se i e lo� `3y/ L XA� a.!.schr r s r a Chairman, Board of Supervisors ATTEST: J. R. OLSSON, County Clerk By 2. / L ex officio Clerk of the Board Design e official capacity in the business) By Note<c�1 ( k 1�lLk�, dote to Subdivider: (1) Execute Patricia..A. Bell Deputy acknowledgment forst 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��A.T e." ) ss` Partnership or Individual) On A 3M /$S� , the person( whose name() is/are s'•gr d 2 ove for Subdivider and who is knoim to me to be the individ- ual and officer or partner as stated above who sued this instrument, and ac::nowledged to me that he executed it and that the corporation or par-n sgj� uted it. [}jjjd..ARI,-L,,.SEJU .Et'GLISCii C=—i!i::E�;.rts F7i73.14:8 Yotarj Public for said County and State (=eras approved by Cotmty Counsel 1.1 (CCC Std. Form; Rev. 12/74) :•L B:bra -2- pp f�Gicrofilmed with boord order l�' In the Board of Supervisors of Contra Costa County, State of CaE fomia July 12 ,19 7.7 In the Matter of Approval of Agreement for Private Improvements in Hinor Subdivision 232-76, lralnut Creek Area. WEREAS an agreement with Caroline Hattioda, 9L Bradley Avenue, Walnut Creek, Ca 94596, for the installation and e=pietien of private improvements in Hinor Subdivision 232-76, Walnut Creek area, has been presented to this Board; and NM= said agreement is accompanied by a cash deposit in the amolmt of 5600 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$300 required by Section 66499.3(b) of the Subdivision Hap Act, Building Inspection Department Receipt No. 140719, dated June 30, 1977. VOW, 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 an behalf of the County. PASSED by the Board an July 12, 1977. I hereby certify that the foregoing h a true and corned copy eF an order eMwed an the minutes of said Board of Supemsors on the date afaroma cc: Caroline ifattioda Wdmu myiwnd and Ow Seal of the ioard of Building Inspection (2) Supervisors chafed t1fs_j2th&y of_.r„_iT__ 19 J. R. OLSSON,Clerk By Sir r, .a Deputy Clerk Patricia A. Bell 00419 H-243^15. - e,l i I1fOR SUBDZ-VISION AGRFs_rEN? (§1) Minor Subdivision: (51) Subdivider: C11RG6iNF Mr+7-7/c p� (Private Improvements) �'18rtdky /r.c .1G<la.& (r-rr� rysyb (§1) Effective Date: (§2) Completion Period: ciVc_� =mC• (53) Deposit: (faithful perf.)5 -0-0— (aameat bcrd) S_2111 - c:;,Mhf-12�615rj /z/o7/q- E13o/7J 1. Parties & Date. Effective an the above date, the County of Contra Costa, California, hereinafter called "County", and the above- - named Subdivider, mutually promise and agree as follows concerning this subdivision: 2. Improvements. Subdivider shall construct, install and complete private road and street improvements, tract drainage, street signs, fire hydrants, and all improvements as required by the County Ordinance Code, especially Title 9 and including future amendments, and all improvements required in the approved parcel map improvement plan of this subdivision on file in the County's Building Inspection Department. Subdivider shall complete this hark and imprpvemerts (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 requirerants 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 Securitv. Upcn 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, and its special districts, elective and appointive boards, corLmissions,,officers, agents and employees; B - The liabilities protected against are any liability or claim for damage of any kind allegedly suffered, incurred or threatened because of actions defined below , and including personal injury, death, property damage; inverse condemnation, or any combination of these, and regardless of whether or not such liability, claim or damage 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 - 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 specification(s) in connection with this work or subdivision, or has insurance or other indemnification covering any of these matters, or that the alleged damage resulted partly from any negligent or willful misconduct of any Indemnitee. 5. Costs. Subdivider shall pay when due all the costs of the work, including inspections thereof and relocating existing utiliti 1 required thereby. M420 6, iionrerformance and Costs. If Subdivider fails to complete the work and improvements within the time specified in this agreement or extensicns granted, County may proceed to complete then by contract t.MCr0fi1med with board order _I I 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. Assicrrment. 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 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 acccmpl4sh the work as promised. 9. No Waiver by Countv. 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 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 e4aA. In consideration hereof, County shall accept said parcel man for filing with the County Recorder. COUNT-VID CONTRA COSTA SUBDIVIDER: (see note below) By . //�� Al R.4Schroder �0�, Uhairmaa, Board of Supervisors ATTEST: J. R. 0_TSSON, County Clerk By ( lU'12 & ex officio Clerk of the Board Designate official capacity in the business) ByNote to Subdivider: (1) Execute Deputy acknowledgment ora below; and (2) If a corporation, attach a certified copy of (a) the by-laws or (b) the resolution of the Hoard of Directors, authorizing execution of this contract and of the bonds.required hereby. � ■ # a ;t a � � a a � s a t ;E a s s r a a ;� ■ � a'a r a : a r : ;i tr t State of California ) (Acknowledgment by Corporation, County of ss' Partnership or Individual) the person(s) whose name(s) is/are s±L4ed above for Subdivider and who is Lnown to me to be the iradivid- 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 it. [NOTARIAL SEAL] ��G� �Jm� JGihGS .U. 0GnS Votarq Public or said County and State (Form at�oved by C..ty Counsel 1176) OFFICIAL SEAL (CCC Std. Pores; Rev. 12/70 JA0.fE5 D. FEARS .•Wn:b:v -2- NOT4RT pU2lIC-Ca FOpN14 CONTRA COSTA C jY� ' Yy Commissan raCr�Aug�j� ' SN tlmr Wmimstrnma EIJ¢.,Yartinrr,LA 9155] R4icrofilmed with board order r,t> ; t r In the Board of Supervisors of Contra Costa County, State of California July 12 19 77 In the Matter of - Endorsement of "Historical Persons and Places...In San Ramon Valley." Mrs. Virgie V. Jones, 10 Gary Way, Alamo,, California 94507 having heretofore requested Board endorsement of her second California history book entitled "Historical Persons and Places... In San Ramon Valley," and the Board having requested Mrs. Jones to submit a copy of the manuscript for review; and Mrs. Jones having advised that-the manuscript was presently at the printers and therefore she could not provide a copy at this time,and in lieu thereof,having submitted a copy of her first book entitled "Remembering Alamo...and Other Things- Along the Way"; and The Board.having this day considered said request, ED IT IS ORDEJW that issuance of said second book, but not the contents thereof, is ENDORSED by this Board. PASSED by the Board on July 12, 1977. 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: Yrs. Y. Jones witness my hand and the seal of the Board of Public Information Supervisor Officer affixed thus12thdoy of July 19 County Administrator J. R.OLSSON,Clerk By 6! It• Deputy Clerk bie tierrez 00422 H-24 3/7(.ism � t In the Board of Supervisors of Contra Costa County, State of California July 12 19 77 In the Matter of Proposed Street Name Change CB.maerce Lane to Commerce Avenue, Concord Area The Board having referred a letter from Mr. Roy'F Querio, President, Royal Trucking, 1420 Royal Industrial Way, Concord California 94524, re- questing a street name correction on the map for Subdivision 3949 from Commerce Lane to Commerce Avenue in the Concord area to the Director of Planning for response;and The Director of Planning having reported that the use of Commerce Avenue for this street (offered for acceptance but not accepted by the-County to this date for maintenance) has prevailed and is recognized by the City of Concord other public agencies and businesses located on the street; IT IS BY THE BOARD ORDERED that this section of the road designated in the map for Subdivision 3949 as Commerce Lane be hereinafter known for all county purposes as Commerce Avenue. PASSED by the Board on July 12, 1977. 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.• Planning Department Witness my hand and the Seal of the Board of Supervisors cc: Public Works Department affixed thisl2th day of July i9 77 City of Concord County Administrator County Counsel J. R. OLSSON, Clerk R. F. Querio By • L t:= -= Deputy Clerk . bbie:G tierre!) f 00423 H-21 15m In the Board of Supervisors of Contra Costa County, State of California July 12 iq 77 In the Matter of Appointments to Contra Costa County Alcoholism Advisory Board. Supervisor J. P. Kenny having recommended that.ms. Lynn ilard C'hite, 8745 Don Carol Drive, E1 Cerrito, California 94530 be appointed to the Contra Costa County Alcoholism Advisory Board for a three—year tern ending June 30, 1980, replacing Mrs. Pearl Poundstone whose term expired June 30, 1977; and Supervisor E. H. Hasseltine having recommended that Tars, Queenie Newkirk, 960 East Street, Pittsburg, California 94565, tis. Betty Ericsson, 185 Sequoia Drive, Pittsburg, California 94565, and Mr. Villi.am G. Funk, 9 1.400d Court, Alamo, California 94507, whose terms expired June 30, 1977, be reappointed to said Board for three—year terms ending June 30, 1980; IT IS BY THE BOARD ORDERED that the aforesaid recommendations are APPROVED. IT IS FURTHER ORDERED that the Chairman is AUTHORIZED to issue a Certificate of Appreciation to Drs. Poundstone. PASSED by the Board on July 12, 1977 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: Appointees Witness my hand and the Seal of the Board of Contra Costa County Supervisors Alcoholism Advisory Board affixed this12thday of�ru__July iq ZZ County Auditor—Controller County Administrator J. R. OLSSON, Clerk Public Information Officer By�•_�.1,:<. �,: .Deputy Clerk Robbioutierrez) 00424 H•I43;lh ISm In the Board of Supervisors of Contra Costa County, State of California July- 19 77 In the Matter of Status Report of the Finance Committee. The Board having heretofore made certain referrals to its Finance Committee (Supervisors R. I. Schroder and J. P. Kenny), and the Committee having this day submitted a status report on the following referrals: Re rt b Count Welfare Director on alternative uses of / the E far Ch31 ren s Shelter. (Referred June 28, 1977 The committee was favorably impressed with proposal to divide the shelter into a temporary care facility and a residential care facility. It will submit a specific report and recommendation after it has viewed the facilities and further examined the proposed remodeling plans. Request of Public'iiorks Director that the'County declare its intent to a 1 to the F_C_C. for additional lice fre ies. enc Re erred July 5, 1977 The committee reviewed the report prel3ared by personnel of the Public Works Department 9-1-1 project and were impressed with the necessity for proceeding immediately to.apply for additional police radio frequencies to assure adequate police communications in years ahead and to provide for consolidated and further"auto- mated communications should that be the determination of concerned local agencies. For this purpose it recommends that the Board consider on July 19, 1977 the adoption of a resolution to provide the necessary assurances to the Federal Communications Commission so that the required additional channels will be allocated to the County. Proposal of the Bar Association for handling criminal conflict cases. Re-erre J ne 21, 1977) The committee considered and concluded that the proposal of the Bar Asscciation had merit, but also concluded that the opinion of the presiding judges of the superior court and of the municipal courts should be obtained on the proposal and alternatives prior_ to committee report and recommendation to the Board. 00425- 1 4' Request for study to determine if present social security' ro ram . in the best interest of Count em to ees (Referred June 28, 1977 The committee discussed the various aspects of this complex issue and determined that it should have information on the approximate costs of a study on withdrawal from social security and/or alternatives thereto, such as modification of the existing retirement system, prior to committee report and recommendation. The Director of Personnel was requested to develop this information. IT IS BY THE BOARD ORDERED that receipt of the aforesaid... status report of the Finance Committee is ACKPIO:'1LEDGED.. PASSED by-the Board on July 12, 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 oforesaid. Witness my hand and the Seal of the Board of cc-. Finance Committee Supervisors Director, HRA affixed thisl2thday of July 119 77 County Welfare Director Social Service Lmergency Communication J. R. OLSSON, Clerk System Project Manager By LLC, Deputy Clerk c% Public Works oie ut err ez Director , County Sheriff-Coroner County Counsel County Administrator 00426 H-24 3176 15m In the Board of Supervisors of Contra Costa County, State of California July 12 .19 In'the Matter of Cancellation of Rearing on Application for Renewal of Fortune-Telling License. The Board on June 28, 1977 having fixed July 19, 1977 at 10:55 a.m. for hearing on the application of Ms. Jodi E. Watts for renewal of her fortune telling license; and Supervisor R. I. Schroder having brought to the Board's attention a July 7, 1977 letter from Pis. Watts withdrawingher Renewal Application for a Fortune-Telling License (Palm and Card Reading) at 5831 Pacheco Boulevard, Pacheco, California and request- ing that her scheduled hearing on July 19 at 10:55 a.m. be cancelled; IT IS BY THE BOARD SO ORDERED. PASSED by the Board on July 12, 1977 I hereby certify that the foregoing is a true and correct copy of on order entered an the minutes of said Board of Supervisors an the date aforesaid Witness my hand and the Seal of the Board of cc: BIs. Jodi E. Watts Supervisor Town Council of Pacheco this d of c/o Pacheco Library 2*^ ay 1� County Sheriff-Coroner County Counsel J. R. OLSSON, Clerk County Administrator �+ By A .f_ J*, G�_l t��ilu& . Deputy Clerk Helen C. Marshall r In the Board of Supervisors of Contra Costa County, State of California July 12 1977 In the Matter of - Approval of Request to Film Painting of Flagpoles in Front of Contra Costa County Courthouse. The Board having received a June 29, 1977, letter from Ms. Mary Ann Quinn, Aerial Engineering, P.O. Box,535, Los Gatos, California 95030, requesting permission to film on July 16, 1977 the painting of the flagpoles located in front of the Contra Costa County Courthouse; IT IS BY THE BOARD ORDERED that the aforesaid request is APPROVED. PASSED by the Board on July 12, 1977. 1 hereby certify that the foregoing is a true and correct copy order entered on the minutes of said Board of Supervisors an the date oforesaid cc: Ms., Mary Ann Quinn Witness my hand and the seal of the Board of Public 11orks Director Supervisors County Counsel offered thisl2thday of Julv I9 77 County Administrator — J" R. OLSSON, Clerk By e', t` +tet t Deputy Clerk bbie.G tierce" t H-?a 3Pn tsm 00428 In the Board of Supervisors of Contra Costa County, State of California July 12 19 77 In the Matter of Acceptance of Easement from Southern Pacific Transportation Company, R.R. Mile Post = BO-55. 28-x (N), South Danville Storm Drain, W.O. 8537-667 IT Is BY THE BOARD ORDERED that the "Indenture" dated June 1, 1977 from Southern Pacific Transportation Company is hereby ACCEPTED and the Board Chairman is AUTHORIZED to sign said easement on behalf of the County. The Public Works Department, Real Property Division is DIRECTED to have said easement recorded in the office of the County Recorder. PASSED by the Board on July 12, 1977. ti _rn m . o , �3 L rJ T O U C1 O Y 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid Originator: Public Works Department Wdness my hand and the Seal of the Board of Real Property Division Supervisors CC: Flood Control Design affixed this12th day of July 1977 Southern Pacific Railroad (via R/P) Public Works Director '1, J. R. OLSSON, Clerk County Auditor-Controller By //• � o .Deputy Clerk Recorder (via P/W) N. Pous H.24 ilre is". 00429 RECORDING REGUESM0 BY RAFT VI .. 5/33 ,© ��. ID l ZAUDIT Nn,�,� fton"At an an=*at -A[1Q�tC �•ULHT No. J:t r--, PUBLIC wawa DE"A 1L 39101 WL MZM 10001 Q R00a-AD&AI/M: Annnaa �l nT1 ao- zm t AT // O CLOCK m.Arl y . SPACE A2oVAB(E7g1A8EC0RCMftVSWR Sou7y 1 ✓eRr t.� , J d P. C.V"S A COUNTY FEE Mile Post: BO-55.28-X(N). THIS INDEIPURE, made this 1 b� day..of .A0A4; , 1977, by and between SOUTHERN PACIFIC TRBNSPORTA3ION COMPANY, a Delaware corporation, herein termed *Railroad', and CONTRA COSTA COUNTY a body politic and corporate, 255 Glacier Drive, Martinez, California 94553, herein termed "Grantee"; WITNESSETH.- 1. ITNESSETH:1. Railroad hereby grants to Grantee, subject to the reservations, covenants and conditions herein contained, the right to construct, reconstruct, maintain and operate a 36" reinforced concrete storm drain pipe, hereinafter termed "structure, in, upon, along, across and beneath the property and tracks of Railroad at-or near Danville, in the County of Contra Costa, state of California, crossing the center line of said tracks at Engineer's Station 901+60, Mile Post 55.28, in the-location shown on the print of Railroad's Western Division Drawing 312-3988, Sheet No. 1, dated March 17, 1977, attached and made a part hereof. sheAl pay be-Railesed ike 0-IM-1 QA $160.0& n Said structure shall be installed in accordance with minimum requirements of Form CS 1741, also attached and made a part hereof. CERrMCATF OF ACCb'r'Ca":M ttY cn,.^."rY•OF cn,%i3a COSTA Y13rS ISd r�� tit t5a`n.ce}t:in�ttal 1+�►:+a=t)p .:zza,e.1 Sp :n deed or C�r� • �saII� /q���/y iIU / V.�! tht 1iafat0 IDed Lha:e.u.�Curd'.::;v'Contra Gases.n�N-• t+...:'r:::.R 3 State or Catltornla,is hemLp accep:.v !•p order r.::.n i.a d u:S-ee::iux5 na'� tL6 Guntw a w.,Cnu to a tSzza4j0l •s usiy a••:zo:i:.r_' ZS. n-COON V G:.Zm $/ pa* 00430 N=f med with hoard order sEu A '/'l'? • m . c In the event Railroad shall at any time so require, Grantee, at Grantee's expense, shall reconstruct, alter or otherwise improve 00 said structure uuon receipt of written notice from Railroad so to do; provided, however, that this provision shall not be applicable if U1 said structure has been constructed to accommodate railroad trackage across the full width of Railroad's operating right•of way. 3. This grant is subject and subordinate to the prior.and continuing right of Railroad, its successors and assigns, to use all the property described herein in the performance of its duty as a common carrier and, for that purpose, there is reserved unto Railroad, its successors and assigns, the right (consistent with the rights herein granted) to construct, reconstruct, maintain and use existing and future railroad tracks, facilities and appurtenances and existing and future transportation, communication and pipeline facilities and appurtenances in, upon, over, under, across and along said property. a. This grant is subject to all licenses, leases, easements, restrictions, conditions, covenants, encumbrances, liens and-claims of title which may affect said property, and the word "grant", as used herein, shall not be construed as a covenant against the existence of any thereof. 5. The rights herein granted to Grantee shall.lapse and become void if the construction of said structure upon said property is not commenced within one (1) year from the date first herein written. 6. Grantee shall bear the entire cost and expense of construct- ing, reconstructing and maintaining said structure upon said property. Grantee agrees that all work upon or in connection with said structure sball .be done at such times and in such manner as not to interfere in any way vhatsoerer with the operations of Riilroad. The plans for and the construction or reconstruction of said structure sball be subject to the approval of Railroad. Grantee agrees to give Railroad five (5) days' written notice prior to commencement of any work of construction or reconstruction. Grantee agrees to reimburse Railroad for the cost and expense to Railroad of f=nishing any materials or performing any labor is con- nection with the construction, reconstruction, maintenance and removal of said structure, including, but not limited to, the installation and removal of such falsesork and other protection beneatb or along Rail- road's tracks an" the furnishing of such watchmen, flagmen and inspectors as Railroad deems necessary. 7. Grantee, its agents and employees, shall have the privilege of entry on said property for the purpose of constructing, reconstruct- ing, maintaining anu .:Raking necessary repairs to said structure. Grantee agrees to keep said property and said structure in good and safe condition, fret from W25te, so far as affected by Grantee's operations, to the satisfaction of railroad, failing in which Railroad 00431 A* o may perform the necessary work at the expense of Grantee, which ex- r�P pense Grantee agrees to pay to Railroad upon demand. 8. In the event any work upon or in connection with said re structuor its appurtenances, to be done upon or adjacent to the tracks and property of Railroad, should be let to a contractor by Grantee, such work shall not be begun until such contractor shall iV have first entered into an agreement with Railroad indemnifying 00 Railroad against all claims, liability, cost and expense growing out of the work to be done by such contractor. Such contractor shall furnish a surety bond in amount and form satisfactory to Railroad, guaranteeing the faithful performance of all the terms, covenants and conditions contained in said agreement and a certified copy of an insurance policy in form and amounts satisfactory to Railroad covering the contractual liability assumed by contractor in said agreement. 9. Grantee shall assume all risk of damage to said structure and appurtenances and other property of Grantee, or in custody of Grantee, while upon or near the property of Railroad, caused by or contributed to in any way by the construction, operation, maintenance or presence of Railroad's line of railroad at the above-mentioned location; provided, however, that Railroad shall assume responsibility for damage to said structures or appurtenances caused solely by the negligent construction or reconstruction of railroad facilities at this location. 10. Should Grantee, its successors and assigns, at any time abandon the use of said property or any part thereof, or fail at any time to use the same for the purpose contemplated herein for a con- tinuous period of one (1) year, the right hereby given shall cease to the extent of the use so abandoned or discontinued and Railroad sball at once have the right, in addition to, but not in qualification of, the rights hereinabove reserved, to resume exclusive possession of said property or the part thereof the use of which is so discon- tinued-or abandoned. Upon termination of the rights and privileges hereby granted, Grantee, at its o:rn cost and expense, agrees to remove said structure from said property and restore said property as nearly as practicable to the same state and condition in which it existed prior to the construction of said structure. Should Grantee in such event fail, neglect or refuse to remove said structure and restore said property, such removal and restoration may be performed by Railroad, at the expense of Grantee, which expense Grantee agrees to pay to Railroad upon demand. - 3 - 00432 .......: .v STATE OF CALIFOILN/d i 3aa 8425 w,230 Ciry and Caunga(San Frs.u:rm J r—V wool Oa riu 1St ,L.of June 'rs rhe yrae On Thawand Hiae Hundred and Smmry__ y%e bdmr-GENE H.ELLiNGER.a Nos y Pub/ic;n and larrhecirya,w connry o/sarFwncuw,smtr o/cafif—L,p�wwty appmred Ch.N'rk.P� L. D. Blake and T. F. O'Donnell t,wa,nroarwbrrhr Manager, Contract Danartment and a Acciatant Soeretnry I'<�'A35 Y'-?-:�."•'i.,35 L1 h of the tarporariort_dtrtribtd in and Char rxrrwrd ehr mirhin ianuaent,and aLo knomrt �.pa1}„d3 P:r':�+='' :�t a to(rr ahr pawn s pho rxrruttd ie on brMt(of the wrporarion_lhoein namtd CITY A!i➢ t:T'SCt C"r knxw•irE d to ue tlua aurh ror t fr S,:tt FR%•ItCCOJO '.�7 ander y�r 6e para is_rx rutrd the umr. `tty Corn^"-�n`��"ea 1t• L�Il'/T.�FSS{i'NEREOF,J have hrnunto ut ay han6 and aBixM my oQisw!teW ^„�,,,,.._-.--��-. ..�� at ano9.rc in the Ciq and County al Fwnciw,tha day ard� thu rrrfiAwtr Ant abox mrittm. //` Cwp—i— \arssy Pudicirt aad(or rluCity a�Coanryoi San k'ran bum of Cali[ z .j� bly Commission Up—MY 11,1979 32" RAF VI - 5/23/77 .� m 11. This agreement is subject to the rights of Southern Pacific ;! Pipe Lines, Inc., hereinafter termed "Pipe Line Company", to construct 60 and maintain a petroleum, natural gas and related products pipeline, I{s a portion of which is located as indicated on.the attached print. t1? Grantee agrees to reimburse Railroad for all expenses incurred by Railroad and for all amounts which Railroad may expend in reimburse- M. moot to the owner of the said pipeline, which expenses or amounts would not have been incurred except by reason of the use of the premises by Grantee, its agents, employees or invitees. Said structure shall be installed beneath the said pipeline with a minimum clearance of two (2) feet. Grantee agrees to: (a) expose the said pipeline by hand at the point of its crossing with said structure in the presence of a Pipe Line Company representative; j. (b) notify Pine Line Company's District Superintendent at Roseville, California, at least one (1) week prior to commencement of work in the vicinity of • said pipeline. ! 12. This indenture shall inure to the benefit of and be binding . q upon the successors and assigns of the parties hereto. ` .• IN wrmss WHEREOF, the parties hereto have caused these presents r to be executed in duplicate the day and year first herein written. SOUTHERN PACIFIC UAL AMM TRANSPORTATION COMPANY BY • (Tatle) mC� (l�!/ it Attest �nAli POP Assis t Secretary sna oc�wsacau COX-tl-1411� n Haug no=Robes-t ISch=der ByR.I.Schroder„; : FisorS "-a ea ar...aa,r=: d•.., o::tr n. sca ►'.. � e.:.a:►;ft•r.,a yN�'• .lT,a]a'h o::L Cr- e! Attest J. R. OLSSOUd CLERK ""`”mrm�:::•.•..,c:a w■!ra:ay.�..:„q euw•m T101e �!!.y pa,!i.•,!.'•r-„cut„gum m A By TJ Deputy Clerk al.r, H.PCUS - &AL j1&r►Aky 4 FORM APPROVED 00433 m""8 etj I �No j -•pestriptionjReq_ te BYRevRegard Vent 6 P.IU. 2 Rearrangement of f67 FIU. mos etuRearrangement of6 PIU. - 3 CL e a• w 2Goa a Q w G - '~, y4//••�J�� �y rk is Gw O LK � S - _ 14% 2 _ � ... r a f w a w � e �s .• pja =. J •. iA r. ca ar ji APS 4 q M � � p •n � •/� . e � �• .� I N a •� r► Q 0. %NEci 114 / I{p 1 � ��`* � '' Z _ `� `' � Ito � • 8 40 Ofel. ' 1 �iO o "10t rhe Z!� 40 (M 1 • � qo aR' Aa�a'o 4w�~�^f!a H Yn+� gZRR_n, _ 2 � � :`�ao•`a ��:�4+a�Y'�°;� a3a8�R�" ,�3f ¢$ a+��$2 n° n eeo :�~'.,iyy?�3L o'o�`^�� �° R`=.es 9� o=eZ n+ $CE_R api n I tiq� n� E 2Z n•o' n� nro "�� 000 <° ♦O< 0 e : n Viz;�° Com ��aCo�n ��o a i as •.� N-A z ikaL ` q� `e owes °a` �o nkv p`o y � a�wo�o a:aE.aa� $-Eop'"` �� T moi: E'kna '~O , 4?$ a moa a i•o �� a o;�3 L Z `+ Q ���� ea3 oYa < <o� ey•`,.3�3 o�aoa EA�Q e A2 eg: ��po� 3:3p.< M8 $ {$� Grwu/ ` Hon Ab ♦n C� a�, a`G ES ab $mCn�`r3�w WDM��R�Iq � �� 00 �a�i ao'pp waw �at tt ak aey�3 � �°��o'E`�c�$$a•�i �a '$`�QE'��t3.�oc a. n��o ?�v2a� p onal 3 �"��.��o�o�$ �• �O a$"�o$,nE��a Y$E -SP -:t ;N $az.ao a 1� • RZ ' " ' CCS '! a` ��:: � 2 '" �� 'a�;a , �> " 'V• o �a n Ap Oz O �m CIS J'10a; r` !\� � Z wwa A Q Nr i <o C,IZ i - mcmil N On j a� Cl �in w�roaaa24�y :ate �1 OQ"a�rs �� a & o. rn =�2 (� MAC.,N fl �k i In the Board of Supervisors of Contra Costa County, State of California July 12 .19 7L- In 7In 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. INSTRUN13n DATE GRANTOR REFERENCE 1. OFFER OF DEDICATION 6/6/77 YELLOW FREIGHT SYSTEK INC LUP 2121-76 FOR ROADWAY PURPOSES 2. OFFER OF DEDICATION 5/31/77 ALHAHBRA VALLEY II, SUB. MS 207-76 FOR DRAINAGE PURPOSES a joint venture 3. OFFER OF DEDICATION 3/1/77 FRANK MORI, JR. et al SUB. MS 122-76 FOR ROADWAY PURPOSES -- 4. . OFFER OF DEDICATION 2/23/77 LUCY LINDSEY, formerly SUB. MS 122-76 FOR ROADWAY PURPOSES LUCY ROCHA 5. OFFER OF DEDICATION 2/4/77 WILLIAM H. SNELSON, et al SUB. MS 122-76 FOR ROADWAY PURPOSES m d)� PASSED BY THE BOARD on July 12, 1977. .e 3 a m Z' 9 D - t) m tr a _ r 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minute:of said Board of Supervisors on the date aforesaid. Originating Department: PW (LD) YVdness my hand and the Seal of the Board of Supervisors cc: Recorder (Via P.W.) affixed this 12 day of July 1977 Public Works Director - Director of Planning I j�� J. R. OLSSON,Clerk By t [f1 F[R trr, ij &l ,Deputy Clerk Patricia A. Bell (114,16 H.24 3176 15m - In the Board of Supervisors of Contra Costa County, State of California j0g 12 19 77 In the Matter of Authorizing Acceptance of Instruments. IT IS BY TILE BOARD ORDERED that the following instruments are ACCEPTED. INSTRUMENT DATE GRANTOR REFERENCE 1. RELINQUISHMENT.O£ 6/6/77 YELLOW FREIGHT SYSTEM, INC LDP 2121-7- ABUTTERS RIGHTS 2. GRANT DEED 4/29/77 GREGORY B. CHEREZIAN, at al SUB. MS 113-75 3. CONSENT TO OFFER OF 2/8/77 STATE OF CALIFORNIA SUB. MS DEDICATION AND 122-76 SUBORDINATION OF EASEMENT RIGHTS . 4. GRANT DEED 6/28/77 CAROLINE MATTIODA SUB. MS 232-76 PASSED BY THE BOARD on July 12, 1977• . rn .d+ ..a,� 3 U o'a m 0 V o • 'r I hereby certify that the foregoing is a true and correct ropy of an order entwed an the minutes of said Board of supervisors on she date aforesaid. Witness my hand and the Seal of the Board of Originating De `uPe"hws g 8 tsaztueat: PW (LD} affixed this_ day of Tiny 79.,72 cc: Recorder (Via P.W.) Public Works Director J. R. OLSSON, Clerk Director of Planning By ni i ft,t 94n,/1, AU 0.Deputy Ckrk Patricia A. Bell 004.17 In the Board of Supervisors of Contra Costa County, State of California July 12 19 77 In the Matter of Approving Agreement for Subdivision 4670, Walnut Creek area. The Board of Supervisors approves and authorizes the Public Works Director to execute a Road Improvement Agreement with Silverwood Development Company providing for construction of improvements required for the Subdivision 4670 — Canal Bridge Crossing,_Walnut Creek area. PASSED by the Board on July 12, 1977. r` m J Y U Z a' Q U O_ U y _ 1.. 1 hereby certify that the foregoing Is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid Originating Department: PW (LD) Witness my hand and the Seal of the Board of Supervisors cc: Recorder (via P.W.) affixed this 12 day of July 1977 Public Works Director Director of Planning County Assessor J. R. OtSSON, Clerk Silverwood Development Co. gy h t arc� l{- N N Deputy Clerk 1033 Detroit Avenue Concord, CA Patricia A. Bell 004;x8 H-243/7615m ROAD 11PROVE`lEA'T AGREEMENT Contra Costa Canal Bridge Crossing (Subdivision 4670) ( Walnut Creek Area) � Developer: Silverwood Develop. Co. Effective Date: lq)) Completion Peri oiie'yefir Deposit: (cash) $28,500.00 1. PARTIES h DATE_ Effective on the above date, the County of Contra Costa, California, hereinafter called "County' and the above—named Developer, mutually promise and agree as follows concerning this road improvement: 2. IMPROMIENTS. Developer shall construct, install and complete road, bridge and appurtenant drainage, and all improvements required in the approved improvement plan on file in the County's Public Works Department entitled Subdivision 4670 (Bancroft Creen No_ 1) Canal Bridge Crossing. Developer shall complete this work and improvements (hereinafter called "work") within the above completion period from date hereof, in a good workmanlike manner, in accordance with accepted construction practices and in a manner equal or superior to the requirements of the County Ordinance Code and rulings made thereunder; and where there is a conflict between the improvement plan and the County Ordinance Code, the stricter requirements shall govern. 3. GUARANTEE b MAINTENANCE. Developer guarantees that the work is and will be free from defects and will perform satisfactorily in accordance with the requirements of the County Ordinance Code and lie shall maintain it for one year after its completion and acceptance against any defective workmanship or materials or any unsatisfactory performance. 4_ 1MPROVEMENT SECURITY: DEPOSIT & BONDS. Developer has deposited with the County S28,500.00 in cash as security guaranteeing his faithful performance of this agreement 5_ CONTRIBUTION. The work includes improvements which were the responsibility of the subdivider of Subdivision 4269, which lies adjacent to and north of the Contra Costa Canal and for which said subdivider has contributed the sum of $16,500 to the County in lieu of constructing said-improvements. The County shall pay the developer of Subdivision 4670, upon acceptance of the work under this agreement, said sum of $16,500 covering the cost of that portion of the work done by the developer which was the responsibility of the subdivider of Subdivision 4269 6. BOND REDUCTION. Upon the County's acceptance of the work as completed, the cash deposit of $28,500 may be reduced to $6,750 which is 15 percent of the estimated total cost of $45,000 for the bridge work. This $6,750 shall be retained for the one year period prescribed-in Item 3 GUARANTEE b MAINTENANCE, above.,The remaining $21,750 shall be refunded to the developer_ 7. WARRANTY. Developer warrants that said improvement plan is adequate to accomplish this work as promised in Section 2; and if, at any time before the County's resolution of completion for the road improvement, the improvement plan proves to be inadequate in any respect, Developer shall make changes necessary to accomplish the work as promised. ?,is0:.!-ned!i 14w9Y�tr3 of3ar 8. NO WAIVER BY COUNTY. Inspection of the work and/or materials, or approval of work and/or materials inspected, or statement by any officer, agent or employee of the County indicating the work or any part thereof complies with the requirements of this agreement, or acceptance of the whole or any part of said work and/or materials, or pay Dents therefor, or any combination or all of these acts, shall not relieve the Developer 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. 9. IIMEINITY. Developer shall hold harmless and indennify 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 emplyees. B. The liabilities protected against are any liability or claim for damage of any kind allegedly suffered, incurred or threatened because of actions defined below, and including personal injury, death, property damage, inverse condemnation, or any combination of these, and regardless of whether or not such liability, claim or damage was unforeseeable at any time before the County approved the improvement plan or accepted the improvements as completed, and including the defense of any suit(s), action(s) or other proceeding(s) concerning 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 Developer, contractor, subcontractor, or any officer, agent or employee of one or more of them. D. Non-Conditions: The promise and agreement in this section is not conditioned or dependent an whether or not any indemnitee has-prepared, supplied, or approved any plan(s).or specification(s) in connection with this work or development or has insurance or other indemnification covering any of these matters, or that the alleged damange resulted partly from any negligent or willful misconduct of any indemnitee. 10. COSTS. Developer shall pay when due all the costs of the work, including inspections thereof and relocating existing utilities required thereby. 11. 1:ONPERF"'=CE AIM COSTS. If developer fails to complete the work and improvements within the time specified in this agreement, County may proceed to complete them by contract or otherwise, and Developer 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 improvements, Developer shall pay all reasonable attorney's fees, costs Of suit, and all other ea-penses of litigation incurred by County in connection therewith. 12. 1SSIMIENT. If, before County accepts these improvements, the development 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. 13. CONSIDERATION. In consideration hereof, County shall, at such time as the ipprovements are constructed to County standards and are in conformance with said plans on file in the Public Works Department, subject to inspection and approval of the Public Works Director, accept the public bridge and street improvements for maintenance, and pay and refund to Developer those sums due under Section S and 6 above. 00440 i . CONTRA COSTA COUNTY DEVELOPER: (see note clow) /. VERA CLINE r:.tj) /ee -1 Cd Pu is S ks Director U%(fs�eputy (Designate officia� capacity the business) RECaME1'DED FOR APPROVAL: Note to Deve o (1) Execute acknowledg— ment form below; and (2) if a corporation, affix corporate seal. " Ry sislanf Publi2�Pbrks Director (CORPORATE SEAL) FORK APPROVED: JOHN H. CLAUSEN, County Counsel State of California )ss. (Acknowledgment by Corporation, Partnership, County of Contra Costa ) or Individdal) On Naw 12, 1977 , the person(s) whose name(s) is/are signed above for Developer and who is known to me to be the individual and officer or partner as stated above who signed this instrument, personally appeared before me and acknowledged to me that he executed it and that the corporation or partnership names above executed it. (NOTARIAL SEAL) Q Jeanne E. Alexander JF!,-:::E E-,Lu17�_R� Notary Public.for said County and State c...,..u,c...:.:, ISp G'nmhcm Erpues A;:.i 73,i-.i 2 DEVELOPER' P.rt'n'r Sy "estcf F. arca, Fanner 'art; cCr: c3!. nR.i M."C-CO. By 'r.upo Alessen?re171 tu►441 mWamm" ... — t ( - In the Board of Supervisor of Contra Costa County, State of California July 12 19 77 In the Motter of - Transfer of Park Dedication Fees to County Service Area R-6'Crinda The Board an May 24, 1977 having referred to the.Park and Recreation Facilities Advisory Committee the request of the Citizens Advisory Committee for County Service Area R-6, Orinda area, for transfer of all available monies held in the Park Dedication Trust Fund for completion of Phase III of park development. at Orinda Community Center; and In a June 30, 1977 memorandum the Director of Planning having advised that the Park and Recreation Facilities Advisory Committee had reviewed the request and recommends it be approved and the County Auditor-Controller be authorized to transfer$28,774 from the Park Dedication Trust Fund(2753), to County Service Area R-6 Orinda; IT IS BY THE BOARD ORDERED that the aforesaid recommendation is APPROVED.. PASSED by the Board on July 12, 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 Seat of the Board of Orig: Director of Planning Supervisors (Park&Rec. Fac. Adv. Cte., affixed this.i 2r day of_ .N l y _ 19 7j_ Attn: Dennis Fransen) Public Works Director County Administrator - J. R.OLSSON,Clerk County Auditor-Controller ! E,- '6 ;•• t / Citizens Advisory Cte. By !� sv L Marshall! Deputy Clark for CSA R-b Helen C. Marshall 00442 H-24 3/;6 15m I ( � In the Board of Supervisors of Contra Costa County, State of California July 12 .19 77 In the Matter of Transfer of.Park Dedication Fees to County Service Area R-7 San Ramon Valley The Board on June 7, 1977 having referred to the•Park and Recreation Facilities Advisory Committee the request of the Citizen's Advisory Committee for County Service Area R-7 San Ramon Valley for-release of $137,048.32 for acquisition of a community park site in the Danville area; and In a June 30, 1977 memorandum the Director of Planning having advised that the Park and Recreation Facilities Advisory Committee had reviewed thee request and recommends it be approved and the County Auditor-Controller be authorized to transfer $137,048.32 from the Park Dedication Trust Find (2754), to County Service Area R-7 San Ramon Valley; IT IS BY THE BOARD ORDERED that the aforesaid recommendation is APPROVED. PASSED b;the Board on July 12, 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 data aforesaid Witness my hand and the Seal of the Board of Orig: Director of Planning Supers (Par's & Rec. Fac. Adv. Cte., afLned this_IZt;day of i.Y-1 v 19 77 Attn: Dennis Fransen) Public Works Director County Administrator / � I/ j d. K. OLSSON, Clerk County Auditor-Controller By !_�C_(EcJC, ��GL1b.c � ,Deputy Clerk Citizens Adv. Cte. for Helen C. Marshall CSA R-7 H-24 3176 15m W43 L"y { n f In the Board of Supervisors of Contra Costa County, State of California July 12 19 In**e Mo"w of Executive Session. At 10:32 a.m. the Board recessed into Executive Session in Room 108 of the County Administration Building, Martinez, California, pursuant to Government Code Section 54957.6, to consult with its negotiators in connection with salary matters. The Board reconvened in its Chambers at 11:15 a.m. - and the following order was adopted: 00444 .. f � In the Board of Supervisors of Contra Costa County, State of California i July 12 .1977 In the Matter of _ Extension of Time in which to Make Adjustments in Salaries Retroactive to July 1, 1977. In connection with discussions of salary matters, the'-Board having heretofore determined to extend to July 12; 1977 the time in which- to make adjustments retroactive to July 1, 1977 as long as there is continued good faith effort to reach settlement and so long as agreement occurs within a reasonable period of time after July l; and Mr. C.J. Leonard, Director of Personnel, having recommended that time in which to make adjustments in salaries retroactive to July 1, 1977 he extended to July 19, 1977 so long as good faith negotiations continue; IT IS BY THE BOARD ORDERED that the recommendation of Mr. Leonard is APPROVED. PASSED by the Board on July 12, 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 of Personnel Witness my hand and the Seal of the Board of County Counsel Supervisors County Auditor-Controller affixed thisl2thday of July 19 77 County Administrator J. R. OLSSON, Clerk 8 Deputy Clerk Maxine M. NeuY d 00445 H-24 3/76[I. 977 And the Board adjourn#s to meet on in the Board Chanbers. Room 107, County at Administration Building. MartiAez, California R. L Sc oder. Vice Chairman ATTEST: J. ROLSSOZ7, CLERK r D10W SUI0IARY OF PROCEEDINGS BEFORE, THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, JULY 12, 1977, PREPARED BY J. R. OLSSON, COUNTY C1---RK AIZ EX-OFFICIO CLERK OF THE BOARD. Approved personnel action for District Attorney. Authorized attendance at meetings as follows: A. G. Will, Administrator, to National Council of ASPA in Columbia, MD. July 29-31; R. S. Jornlin, Social Service, to House of Representatives hearings on AFDC Program in Washington, D. C., July 19-21; B. Rahn, Municipal Court, to American Bar Association Annual Meeting, in Chicago, Ill., Aug. 4-9; R. Arnason, Superior Court, to American Bar Association Conference in Chicago, Ill., Aug. 4-11. Denied claim for damages filed by B. Muegge. Approved 1977-78 proposed budgets for special districts and service areas. Authorized reimbursement for actual and necessary expenses for members of County Advisory Council on Aging. Authorized Director of Community Services Administration to submit Grant Application to the U.S. Department of HEW for continued provision of Head Start services to Handicapped Children. Authorized reimbursement to C. Carey, G. Ward, and M. Doermann for damage to personal property incurred in the line of duty. As Ex-Officio the Governing Board of the Bethel Island Fire Protection District, awarded contract for Metal Apparatus Building to T. Molfino. Approved Traffic Resolutions Nos. 2345 through 2347. Approved increase in contract contingency funds for Rudgear Road reconstruction project, Walnut Creek area, and for E1 Sobrante-Orinda Overlays. As Ex-Officio the Board of Supervisors of the Contra Costa County Flood Control and Water Conservation District, authorized payment to R. Vera, et al, for property acquisition, Marsh Creek Lines E & E-1, Brentwood area. Granted extension of time in which to file the final map for Sub. 4759, Oakley area. Reappointed P. Barnes and S. Peterson to the Board of Directors of Brentwood Recreation and Park District. Appointed R. Soper as Commissioner to Moraga Fire Protection District to fill unexpired term of Dr. W. Bernard. 00447 July 12, 1977 Summary, continued Page 2 Fixed Aug. 9 at 11 a.m, for hearing on appeal of J. Deubner (2122-RZ) from Planning Commission denial of application to rezone land in the Pleasant Hill area. As Ex-Officio the Governing Board of Contra Costa County Water Agency, deferred for one week approval of Engineering Services Agreement with J. B. Gilbert and Associates. Authorized Chairman to execute the following: Contract with Dr. D. MacRobbie for Social Services Dept. consultation services; Agreement with University of California for one work-study student for the Board of Supervisors; Contract with W. Roth for speech consultation services for Medical Services; Contract with A. Holstein for consultation and technical assistance to Health Dept. to develop model CAI./OSHA contract format; Contract with C. Bryan for alcoholism education consultation services for Health Dept.; Contract with State Department of Health to continue Geriatric Screening Project through FY 1977-78; Contract with Contra Costa Radiology Group for professional radiology services to Medical Services; Contract with State Department of Rehabilitation for on-the-job training for a Probation Aide-Project for Probation Department; Project Agreements with Housing Alliance of Contra Costa County, Inc. and the City of Concord for Activity f3 for the Third Year Community Development Program; State Contract Amendment fo. Prepaid Health Plan; Modification of Agreement with George Hills Co., Insurance Adjusters; Rental Agreement with Buchanan Oaks Partners for use of premises in Concord for Human Resources Agency, Manpower Program; Agreement of Sale with State and City of Clayton for certain tax-deeded property; Agreements for construction of private improvements in MS 232-76, Walnut Creek area, and MS 165-76, Pacheco-Pleasant Hill area; Indenture document for storm drain facilities from Southern Pacific Transportation Co., South Danville Storm Drain, Danville area. Accepted Grant of Easement from Mt. Diablo Unified School District, Storm Drain Maintenance District No. 1, Concord area, for recording only. Accepted instruments from Yellow Freight System, Inc., LUP 2121-76; G. Cherezian, et al, MS 113-75; State of California, MS 122-76; C. Mattioda, MS 232-76; and for recording only from Yellow Freight System, Inc., LUP 2121-76; Alhambra Valley II, MS 207-76; F. Mori, Jr., et al, L. Lindsey, and W. Snelson, et al, NIS 122-76. Authorized Public Works Director to execute: Annexation Agreement with C. Galli, et al, for MS 208-76, Oakley area; Road Improvement Agreement with Silverwood Development Co., Sub. 4670 - Canal Bridge Crossing, Walnut Creek area; Amendment to Consulting Services Agreement with Leptien-Cronin-Cooper in connection with engineering and surveying services required in the development of Civic Center site and construction of Pine Street Diversion for Detention Facility Project. nna4R July 12, 1977 Summary, continued Page 3 Authorized Public Works Director to execute Deferred Improvement Agreements with C. Mattioda and Alhambra Valley II in connection with KS 232-76, Walnut Creek area, and MS 207-76, Martinez area, respectively. Declared intent not to reopen issue relative to denial of appeal of Lafayette I-iorehouse, Inc. from Planning Commission's denial of LUF No. 2180-76 and referred request of B. Burak in connection therewith to County Counsel. Adopted the following numbered resolutions: 77/558, fixing Aug. 16 at 10:30 a.m, for hearing on proposed abandonment of a portion of Pittsburg Waterfront Road, Pittsburg area; 77/559, fixing Aug. 2 at 11 a.m. for receiving bids on Detention Facility Site Grading and Temporary Parking 77/560, cancelling Resolution No. 76/638 and establishing a schedule of rates for institutions used for placement of delinquent and dependent children; 77/561, approving an emergency appropriation to permit acquisition of miscellaneous equipment for Medical Services prior to adoption of the 1977- 78 final budget; 77/562, accepting as complete improvements in Sub. 4627, Danville area, and declaring certain roads as county roads; 77/563, approving Final Map for Sub. 4777, Byron area; 77/564, approving Final Map and Deferred Improvement Agreement for Sub. 4764, Danville area. Continued hearing on appeal of B. Glieden on application for MS 7-77, Walnut Creek area, to Aug. 16 at 11:30 a.m. RequestedInternal Operations Committee (Supervisors Hasseltine and Fanden) to review and develop policy on food service management at County Hospital and other county facilities. Appointed L. White to Contra Costa County Alcoholism Advisory Board replacing P. Poundstone and authorized issuance of Certificate of Appreciation to Mrs. Poundstone. Appointed V. Pox-ter as a member of County Drug Abuse Board replacing R. Griffin and recommended D. Lewis as alternate to same. Reappointed Q. Newkirk, B. Ericcson, and W. Funk to County Alcoholism Advisory Board. Appointed W. Spalding as Hearing Officer on Assessment Appeals Board and also as alternate member of Assessment Appeals Board, replacing Mr. T. Garrick, and authorized issuance of Certificate of Appreciation to Mr. Garrick. Reappointed S. Myers and E. Best to Citizens Advisory Committee for CSA R-7; appointed R. McNeely to same (replacing G. Britz) and authorized issuance of Certificate of Appreciation to Mr. Britz. Deferred adoration of revised ordinance establishing Area Planning Commissions in the San Ramon Valley and Orinda areas. 00449 July y_2, 1977 Summary, continued Paoe 4 Cancelled hen—r g on application of J. Watts for renewal of fortycie- telli^- license because of withd_raural of application. Approved sLrety for Sub_ 4740, City of Antioch; Sub. 5015, City of Concord; anj Sub. 4332, City of Pinole. i _ Ref er_�led to County Administrat6r cou-munication fro= Mt. Diablo Ur_ita=ian Church, Walnut Creek, transmitting- petition-expressing concern with respect to construction of county jail. Endorsed issuance of boo'_{ entitled "Historical Persons and Places in Sar_ Ramon Malley" as requested by V_ Jones. Approved recommendation of Director of Planning to refund a park dedication fee to W. Connolly. Approved request of M. Quinn for permission to film painting of the . flat ales in front of Courthouse on July 16. Ac'.,cnowledged receipt of status report of Finance Committee (Supervisors Schroder and Kenny) with respect to alternative uses of Edgar Children's Shelter, intent to apply to F.C.C. for additional police frequencie4 propose" of Bar association for handling of criminal conflict cases, and a study on Social Security program. Pu;vher continued hearing to Aua. 16 at 111i30 a.m_ on appeal of B.,Glieder_ from Planning Commission denial of application for NS 7-77, 4'alnut Creek area. G_*anisd 'appeal of C. - from Plarnning Commission denial of tentative map for Sub. 5025, Lafayette area. Approved recommer?ation of Director of Planning- that the section of road ees_o=ted as Commerce L=ine for Sub_ 3949, Concord area, be .uowr_ as Commerce Avenue. Adopted ordinance transferring the Ambulance Permit Officer functions from the County Administrator to the County Health Officer. Waived reading"and fixed July 19 for adoption of proposed ordinance updatir_g provisions pertaining to Director of Building Inspection. Recessed at 10:32 to meet in Executive Session and reconvened at 11:15 a.m>; in connection therewith adopted an order extending he time in tahich to make adjustments in salaries retroactive to July 19, 1977. Amended Board Order adopted May 24, 1977 and Resolution No. 77/273 to delete requirement that the Clerk post advance notice of scheduled vacancies on various boards, commissions, and committees. Approved transfer of park dedication fees from the Park Dedication Trust :land to CSA R-7, San Ramon /alley, for acquisition of a community park site in the Danrille area. Approved transfer of part; dedication fees from the Park Dedication Trust Fund to CSA R-6, Orinda area, for completion of Phase III of park development at Orinda Community Center. 00450 July 12, 1977 Summary, continued Page 5 Conducted initial hearing on Proposed County Budget for FY 1977-78. Approved the recommendation of the Finance Committee with respect to the Emergency Medical Services Program including funding through Aug. 31, 1977. Denied grievance appeal of H. Denisoff, L. Dow and J. Kane. Referred to Planning Commission for public hearing request of A. Lagiss relating to General Plan Amendment in the South Taylor Boulevard area. Acknowledged receipt of report from Director of Planning relative to letter from Danville Fire Protection District with respect to East Bay Regional Park District proposal for Golden Loop horse trail. 00451 00451 The following documents consist of 451 pages. -