Loading...
HomeMy WebLinkAboutMINUTES - 05091978 - R 78G IN 2 Tue may 1978Y r The following are the calendars prepared by the Clerk, County Administrator, and Public works Director for Board consideration. , r 00001 JAMES P.KENNY.RICHMOND CALENDAR FOR THE BOARD OF SUPERVISORS ROBERT L SCHRODER 1 ST DISTRICT CHAIRMAN NANCY C.FAHOEM MARTINEZ CONTRA COSTA COUNTY ERIC H.HASSELTINE FWD DISTRICT VICE CHAIRMAN ROk3:RT 1.SCHRODER.LAFAYETTE AMC FCR JAMES R.OLSSON.COUNTY CLERK 3RD DISTRICT SPECIAL DISTRICTS GOVERNED BY THE BOARD AND EX OFFICIO CLERK OF THE MOARO WARREN N.BOGGESS.CONCORD MRS.GERALDINE RUSSELL 4TH DISTRICT 9JOARD CMAM8L*&ROOM 107.ADM"STRATIOM SUILOIMG CHIEF CLERK ERIC H.HASSELTINE.PITTsouRG PO.sox 91 1 PHONE(415)372-2371 5TH DISTRICT MARTINEZ CALIFORNIA 94333 TUESDAY May 9, 1978 The Board will meet in all its capacities pursuant to Ordinance Code Section 24-2.402. 9: 00 AIM, 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 including Internal Operations Committee (Supervisors W. N. Boggess and J. P. Kenny) on Reorganization of Community Development Block Grant Program (deferred from April 25) ; and Finance Committee (Supervisors E. H. Hasseltine and N. C. Fanden) on recommendations of the Public Works Director and County Administrator with respect to addi- tional funding required for the County Detention Facility Fro j.ect 9;45 A.M. Executive Session (Government Code Section 54957 . 6) as required or recess, 10:30 A.M. Hearing on proposed abandonment of portion of County right-of-way along the southern side of Crow Canyon Road between the Bollinger Canyon Road intersection and San Ramon Creek. San Ramon Valley Area Planning Commission recommends approval. 10;35 A,M, Receive bid proposals for weed abatement services for West County Fire Protection District. 11; 00 A,M, Hearing cn appeal of Daniel Ostrander, applicant, from certain conditions of approval imposed by the San Ramon 'Talley Area Planning Commission in connection with Minor Subdivision 267-77 , Alamo area. 11; 15 A.M. Hearing on appeal of Bryan & Murphy Associates, Inc. from San Ramon Valley Area Planning Commission denial of tentative map of Subdivision - 5027, Alamo area. 11:30 A,M, Slide presentation by the Junior League of Oakland/East Bay relating to utilization of volunteers in County departments . 1;30 P.M, Hearing on appeal of Dr. Nolan C. Sharp, applicant, from the San Ramon Vailey Area Planning Commission conditional approval of Minor Subdivision 342-77, Danville area, 1:45 P.M. Hearing on recommendation of San Ramon Valley Area Planning Commission with respect to request of Alamo Partnership, applicant, 2158-RZ, to rezone land in the Alamo area; and Hearing on appeal of Mrs . Doreen Greene et al from the San Ramon Valley Area Planning CO= ssion approval of Development Plan No. 3052-77 (Alamo Par=nership, apo'icant) If the aforesaid rezoning application is approved as recommended, introduce ordinance, waive reading ,an May 16, 1978 for adoption. Board of Supervisors ' Calendar, continued May 9, 1978 ITEMS SUBMITTED TO THE BOARD ITEMS 1 - 7: CONSENT I. ADOPT the following rezoning ordinances (introduced May 2, 1978) : No. 78-31 Spence & CransQn, 2162-RZ, Danville area; No. 78-32 DeBolt Civil Engineering, 2167-RZ, Danville area; No. 78-33 Youel Baaba, 2181_RZ- El Sobrante area and in connection with Development Plan No. 3004-78; and No. 78-34 Raymond A. Vail & Associates, 2201-RZ, Oakley area. 2. ADOPT ordinance codifying the consolidation of the West and Richmond Judicial Districts as the Bay Judicial District. 3. AUTHORIZE legal defense for persons who have so requested, in connection with Superior Court Action Nos. 186438 and 170379. 4. ACCEPT as complete construction of private improvements in Minor Subdivision 198-76, Alamo area. 5 . AUTHORIZE changes in the assessment roll and cancellation of certain delinquent penalties. 6. DENY the claims of Jose C. Ramos, Louis Schwinch, Employee Benefits Insurance Company, Veale Tract Reclamation District No . 2065, Veale Tract Inc. , Joseph J. Baldocchi et al, and the amended claims of David Glenn Caulk and Herman Blankenberg, M.D. 7. FIX May 23 , 1978 at 11: 15 a.m. for hearing on recommendation of County Planning Commission with respect to proposed Ordinance Code amendment pertaining to Multiple Family Residential District regulations. ITEMS 8 - 17 : DETERMINATION (Staff recommendation shown to-owing the item. ) 8. LETTER from Executive Director, Contra Costa Children' s Counca,l, requesting that the Board designate a representative to speak at a workshop entitled "How to Approach Your Elected Official" to be held flay 20, 1978 in Richmond. CONSIDER REQUEST 9. LETTER from Coordinator, Contra Costa YES on 8 - NO on 13 Coalition, urging that the Board establish a position in opposition to the Jarvis-Gann Initiative, Proposition 13 , on the June 6 ballot. ACK130WLEDGE RECEIPT AND TAKE UNDER CONSIDERATION 10. LETTER from City ;lanager, City of Pleasant Hill, advising that the City Council has nominated Mr. Louis Richer for reappointment as the City' s representative on the Aviation Advisory Committee. APPOINT NOMINEE 11. MEMORANDUM from Director, Human Resources Agency, advising that Mr. Roy Kong has resigned as the County Communications Center representative on the Emergency Medical Care Committee. ACCEPT RESIGNATION AMD APPLY POLICY ON APPOINT1\1ENTS 12. MEMORULNDU:I from Director, Human Resources Agency, advising that Ms. Zola Williams has resigned as a member o- the Contra Costa County Advisory Council on Aging (Pittsburg Local Committee representative) . ACCEPT RESIGNATION AND APPLY POLICY ON APPOINT; ENTS 00003 Board of Supervisors ' Calendar, continued May 9, 1978 13. LETTER from Director, Human Resources Agency, advising that Mr. Agustin Ramirez has resigned as a member of the Manpower. Advisory Council (client community category) . ACCEPT RESIGNATION AND APPLY POLICY ON APPOINTMENTS 14. LETTER from Chairperson of the Governing Body of the Alameda- Contra Costa Health Systems Agency urging that the Board rescind its action of April 18, 1978 (approval of Amended Joint Exercise of Powers Agreement) which changes the nomina- tion and selection process of consumers to the Governing Body. REFER TO DIRECTOR, HUMAN RESOURCES AGENCY, FOR REPORT. 15 . LETTER from Mrs . Helen N. Boessenecker, Pleasant Hill, commenting on the cost of facilities which are being provided for female inmates of the county jail. REFER TO COUNTY SHERIFF-CORONER FOR RESPONSE 16. MEMORAI,IDUM from Agricultural Commissioner - Director of Weights and Measures transmitting first year activity report and recommendations with respect to Spay/Neuter Clinic. REFER TO COUNTY ADMINISTRATOR 17 . LETTER from President, Friendly Village Homeowners Association, requesting that the County enact an ordinance for establishment of a Mobile Home Rent Review Commission. REFER TO COUNTY ADMINISTRATOR ITEMS 18 - 20: INFORMATIONC! (Copies of communications listeU as InFormation items have been furnished to all interested parties .) 18. LETTER from Chairperson, Council for Civic Unity, expressing concern with respect to continuing problems of the county mental health services and requesting that, upon completion of review, the recommendations of the special state investigating committee be implemented with due haste. 19 . LETTER from President, Association of Bay Area Governments , advising that the Executive Board reviewed and approved the East Bay Emergency Medical Services Region Joint Powers Governing Board' s application for Emergency Medical Services funds . 20. NOTICE from State Energy Resources Conservation and Development Commission of public workshop to be held Mzy 18 , 1978 in Oakland on the subject of powerplant performance. Persons addressing the Board should complete the fora rovi e on the rostrum and Lurni.sn the Clerk with a written copy ot their presentation. DEADLINE FOR AGEITDA ITEMS: WEDNESDAY, 5 :00 P.M. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . MEETINGS OF BOARD COMMITTEES The Finance Committee (Supervisors E.H. Hasseltine and N.C. Fanden) will meet regularly on each :ionday at 9 :30 a.m. in Room 108 , County Administration Building, Martinez, and on Wednesday if necessary. The Internal Ouerations Committee (Supervisors W. N. Boggess and J. - P. Kenny) will meet on the 1st and 3rd Mord ays of at 9 : 30 a.m. in the Administrator's Conference Rooms, County Administration Building. 00004 OFFICE OF COUNTY ADMINISTRATOR CONTRA COSTA COUNTY Administration Building Martinez, California -Ilk To: Board of Supervisors Subject: Recommended Actions-. May 9, 1578 From: Arthur G. Will, ' County Administrator I. PERSONNEL ACTIONS 1. Additions and cancellations of positions as follows: Department Addition Cancellation Riverview I Senior Fire -- Fire Inspector Protection District 2. Decrease or increase hours of positions as follows: Department From To Social 40/40 Social 32/40 Social Casework Service Casework Specialist II Specialist II #506-13 20/40 Social 28/40 Social Casework Casework Specialist II Specialist II #506-05 3. Authorize appointment from the reemployment eligible list of Betty Eagle in the class of Eligibility Worker II at the fifth step ($1,0068) of Salary Level 285 ($879-$1,068) effective April 24, 1978, as requested by the Human Resources Director and recommended by the Civil Service Commission. II. TRAVEL AUTHORIZATIONS 4. Name and Destination Department and Date Meeting (a) Carl Bowles Boston, MA Honeywell Information Public Works 5-9-78 to 5-12-78 System Seminar ��05 To: Board of Supervisors From: County Administrator Re: Recommended Actions 5-9-78 Page: 2. II. TRAVEL AUTHORIZATIONS - continued ' 4. Name and Destination _ Department and Date Meeting (b) R. E. Jornlin Cleveland, OH National Conference Social Service 5-10-78 to 5-12-78 on Planning and . Redesigning of Local Social Services Delivery (c) David Bruce Berkeley, CA National Committee Wilma West 5-10-78 to 5-12-78 for the Prevention Elizabeth of Alcoholism and Schweiger Drug Dependency Members, Drug Abuse Board III. APPROPRIATION ADJUSTMENTS 5. Auditor-Controller. Add $230 for office equipment. 6. Internal Adjustments. Changes not affecting totals for following budget units: Public Works (Road Maintenance, County Service Area R-8) , Auditor-Controller (Data Processing - 2) , County Medical Services, Office of Economic Opportunity (2) , Library, Bethel Island Fire Protection District. IV. LIENS AND COLLECTIONS 7. As recommended by the County Lien Committee, authorize the County Auditor-Controller to accept the sum of $1,250 in settlement of the county claim for medical services rendered to Elisandro G. Garcia. V. BOARD AND CARE PLACEMENTS/RATES 8. Amend Resolution No. 77/560 which established rates to be paid to child care institutions during the 1977-78 fiscal year, to add the Rick Padron Small Family Home, Hollister, at a rate of $450 per month, as recommended by the Director, Human Resources Agency. o0006 To: Board of Supervisors From: County Administrator Re: Recommended Actions 5-9-78 Page: 3. VI. CONTRACTS AND GRANTS 9. Approve and authorize Chairman, Board of Supervisors, to. . . execute agreements between County and agencies as' fol:low'!§:' Agency Purpose Amount Period (a) AEP Associates Prepare EIR for $3,000 5-10-78 Walnut Creek rezoning 2228-RZ 12-31-78 and Subdivision 5306 "Farm Hill Estates" (b) Syscon, Inc. Extend completion -0- Extend to date of Business/ 9-30-78 Personalty System Year-End Reporting Agreement (c) Tri Cities Ambulance service Schedule 11-1-77 Ambulance for southern Contra of rates 6-30-78 (aka Fremont Costa County adopted Ambulance) 11-29-77 (d) Contra Costa Amend existing $78,442 2-1-78 Foods, Inc. contract to 9-30-78 increase funding for the Health Dept. Nutrition Project to add 5 sites and 235 meals daily (e) Judithann Probation Dept. $360 5-24-78 David, Ph.D. staff training 6-16-78 (f) Veterans Continuation of Various 4-15-78 Administration specialized diag- rates as 4-14-79 Hospital, nostic and pathology specified Martinez services for County in con- Medical Services tract (g) Sakura Kai, Area Agency on $4,000 3-1-78 Inc. Aging program 6-30-78 services to Japanese speaking senior citizens To: Board of Supervisors , From: County Administrator Re: Recommended Actions 5-9-78 Page: 4 . VI. CONTRACTS AND GRANTS - continued S 9. Agency Purpose Amount Period ' (h) State of Extension of PHP $600,568* 7-1-78 - California, contract 8-31-78 Department * (state payment of Health limit) 10. Authorize Director, Human Resources Agency, or his designee, • to negotiate contracts with specified service providers for subsequent review and approval by the Board. 11.. Authorize Director, Human Resources Agency, to sign Medical Specialist contracts with four physicians for services to be provided to County Medical Services during the period May 1, 1978 through April 30 , 1979 , at rates established by Resolution No. 77/326. VII. LEGISLATION 12. Establish county position on measures pending before the 1978 Session of the California State Legislature as follows: Bill Number Subject Position AB 2167 Withholds effective date of SUPPORT Environmental Management Plan. SB 1390 Full state funding for child care SUPPORT licensing services. SB 1541 Procedures concerning Social Service SUPPORT SB 1542 fair hearing system. VIII.REAL ESTATE ACTIONS 13. Authorize the Chairman, Board of Supervisors, to execute a Communications Site Agree.-meat between the County and Alameda Contra Costa Transit Dist_ict whereby the Dist_ic- is allowed use of space of the County Communications Site at Bald Peak. ; K1,108 To: Board of Supervisors From: County Administrator . Re: Recommended Actions 5-9-78 Page: 5. IX. OTHER ACTIONS - 14 . Authorize reimbursements in amounts indicated to the following persons: $26 to Mark Leibowitz, 2510 = 8th Avenue, Oakland, for eyeglasses broken in the line of duty; and $20 to Alexander Gyarmaty, 1115 Virginia Lane, Concord, for loss of personal property while a patient at the County Hospital. 15. Authorize County Auditor-Controller to pay up to $750 (federal funds) to Contra Costa Foods, Inc. for provision of 250 lunches for a Head Start Program Workshop to be held May 15 through May 19, 1978 . 16. As recommended by the Public Works Department and the Office of County Counsel, authorize County Auditor-Controller to accept the sum of $400 (estimated value) in settlement of the County claim against Diablo Chrysler-Plymouth for missing patrol vehicle equipment. 17. Authorize the Acting Director, Office of Economic Opportunity, to execute and submit a grant amendment to Community Services Administration for the Emergency Energy Assistance Program requesting additional federal funding of $92,589 and extending the termination date from May 1 to May 20, 1978 . 18. Acknowledge receipt and approve the revised Bylaws of the Economic Opportunity Council and authorize the Acting Director, Office of Economic Opportunity, to submit said bylaws to the Community Services Administration for ratification. 19. Designate various public and private organizations for continued representation on the Economic Opportunity Council for the 1978-79 term, as recommended by the Economic Opportunity Council. 20. Authorize Chairman, Board of Supervisors, to execute- a grant application in the amount of $1,706,061 ($1,002,000 federal, $150,165 county and $553,896 local in-kind) for continuation of the County's Economic Opportunity Program during fiscal year 1978-79, and authorize the Acting Economic Opportunity Program Director to submit said gram application. to Community Services Administration. DEADLINE FOR AGENDA ITEMS: WEDNESDAY, 12 NOON 01000 _ CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT Martinez, California TO: Board of Supervisors FROM: Vernon L. Cline _ Public Works Director SUBJECT: Public Works Agenda for May -9, 1978 REPORTS Report A. CABLE-VISION RATE INCREASE - General Area The Board of Supervisors, through its Order of April 11, 1978 , referred to the Public Works Director a request from Cable-Vision to increase authorized rates, expand channel capacity and extend ` the company's present Franchise Ordinance through 1993. The Public Works Department's review of Cable-Vision's requests, with the City Manager of Lafayette and the Town Manager of Moraga, concluded with the consensus that the three said agencies should work together to arrive at a uniform decision regarding this matter. As there is presently an ad hoc committee, consisting of legisla- tive members from the County, City of Lafayette and Town of Moraga, formed to review CATV matters, it is recommended that Cable-Vision's request be processed through the three agencies ' ad hoc committee to ensure that the final result is in the best interest of all parties involved. (ADM) Report B. WILDCAT CREEK STUDY - San Pablo Area Through its order of April 18, 1978, the Board of Supervisors referred the City of San Pablo City Council Resolution No. 5141 to Contra Costa County's Public Works Director for report. The resolution requests the Contra Costa County Flood Control and Water Conservation District to perform a study of Wildcat Creek from the San Pablo City Limits downstream to Contra Costa Avenue. It is recommended that the Board of Supervisors, as ex officio the Board of Supervisors of Contra Costa County Flood Control and Water Conservation District, authorize the Public Works Director to perform the requested study when manpower is avail- able. Due to prior com -fitments for dra_nage studies ir, other areas and limited manpower, the study probably would not be started before the spring of 1979. (RE: Flood Control Zone No. 7) (FCD) A_ G E N D A Public Works Department Page 1 of 9 May 9, 1978 SUPERVISORIAL DISTRICT I No Items SUPERVISORIAL DISTRICT II No Items SUPERVISORIAL DISTRICT III No Items SUPERVISORIAL DISTRICT IV Item 1. GRAYSON CREEK IMPROVEMENTS-PHASE I - APPROVE PLANS AND ADVERTISE FOR BIDS - Pleasant Hill Area It is recommended that the Board of Supervisors as ex officio the Board of Supervisors of Contra Costa County Flood Control and Water Conservation District approve plans and specifications for Flood Control Zone 3B, Grayson Creek Improvements-Phase I and advertise for bids to be received in 30 days, and opened at 2:00 p.m. on June 8, 1978. The Engineer's estimated construction cost is $665 ,000 . The Board of Supervisors, as ex officio the Board of Supervisors of the Contra Costa County Flood Control and Water Conservation District, previously approved the project Environmental Impact Report and the City of Pleasant Hill has found the project in conformance with their General Plan. The project consists of constructing approximately 1600 linear feet of reinforced concrete rectangular channel and 50 linear feet of reinforced concrete box culvert. The channel and culvert are typically 17 feet wide and 7 feet high. The project is being funded by Flood Control Zone 3B. (RE: Project No. 7520-8535-76-A, Flood Control Zone No. 3B) (FCD) SUPERVISORIAL DISTRICT V Item 2. WILLOW PASS ROAD - CONVEY EXCESS PROPERTY - Pittsburg .Area It is recommended that the Board of Supervisors approve a Real Property Purchase Agreement dated April 11, 1978, between Kay Building Company and Contra Costa County, for the sale of excess County property to Kay Building Company for $80 ,000 , and aut_o- rize the Board Chairman to sic., said Agreement and a .ultclaim deed for the excess property on behalf of the Counts. (Continued on next page) A G E N D_ A_ Public Works Department Page 2 of 9 May 9, 1978 0,00_x.1 Item 2 continued: The property consists of approximately 7 acres of residentially- zoned vacant land, exclusive of that area lying within existing road rights of way, and is located within the City of Pittsburg at Willow Pass Road and Range Road. Kay Building Company owns the land adjacent to this parcel and is the successor in interest to the repurchase rights (at current market value) as set forth in the original purchase agreement accepted by the Board on September 4 , 1962. The proposed subject Purchase Agreement provides that the Grantee will convey at no cost, future rights of way as and when they may be required by the City of Pittsburg. This sale has the approval of the City of Pittsburg which finds the sale in conformance with their General Plan and exempt from the requirements of the California Environmental Quality Act. (RE: Work Order No. 4297-663) (RP) Item 3. STONE VALLEY SCHOOL PARK, PHASE II - APPROVE CONTRACTS - Alamo Area It is recommended that the Board of Supervisors approve and autho- rize the Public Works Director to execute Inspection Services Contracts with Messrs. Robert G. Soto and Robert G. Grady for contract documents review and construction services for Stone Valley School Park, Phase II, County Service Area R-7, in Alamo. These contracts are effective May 9, 1978 and provide for payment for services in accordance with the standard rates indicated in the contracts. The estimated maximum inspection cost for Mr. Soto is $1,000 and for Mr. Grady is $2,000. (RE: 5424-927) (B&G) Item 4. LANDSCAPE MAINTENANCE SERVICES FOR SYCAMORE HOMES, COUNTY SERVICE AREA M-6 - APPROVE PLANS AND SPECIFICATIONS AND ADVERTISE FOR BIDS - Danville Area It is recommended that the Board of Supervisors approve the plans and specifications for landscape mainten,�=e services for County Service Area M-6, Sycamore Homes, Danville area, and advertise for bids . Bids are scheduled to be opened on June 8 , 1978 at 2:00 p.m. in .-the Public Works Department. The contract period is from July 1, 1978 to June 30, 1979 . The estimated contract cost is $15,500. (Continued on next page) A_ G E N D A Public Works Department Page 3 of 9 May 9, 1978 �ocl12 Item '4 continued: This project is considered exempt from Environmental Impact Report requirements as a Class IH Categorical Exemption under County Guidelines, and it is also recommended that the Board concur and so find. (RE: 7476-2310 and Work Order No. 4903-0671) (B&G) ' Item 5. SUBDIVISION 4401 - REFUND CASH DEPOSIT - Oakley Area It is recommended that the Board of Supervisors : 1. Declare that the improvements in Subdivision 4401 'have satis- factorily met the guaranteed performance standards for one year. 2. Authorize the Public Works Director to refund to Frank Malfitano the $500 cash deposit as surety under the Subdivision Agreement. Owner: Frank Malfitano 3891 Brookside Drive Pittsburg, CA 94565 Location: Subdivision 4401 is located on the west side of Neroly Road opposite Terra Verda Lane in the Oakley area. (LD) Item 6. OLD CROW CANYON ROAD - APPROVE TRAFFIC REGULATION - San Ramon Area At the request of local citizens and upon the basis of an engineer- ing and traffic study, it is recommended that Traffic Resolution No. 2436 be approved as follows: Pursuant to Section 22358 of the California Vehicle Code, no vehicle shall travel in excess of 35 miles per per hour on that portion of Old Crow Canyon Road (#4917A) San Ramon, begin.-ling at the intersection of Crow Canyon Road and extending northerly and easterly to to the intersection of San Ramon Valley Boulevard. (TO) A G E N D A Public Works Department Page 4 of 9 May 9 AM-A r GENERAL Item 7. REMODEL AT HEALTH CENTER - ADVERTISE FOR BIDS - Richmond Area It is recommended that the Board of Supervisors approve the plans and specifications and the construction cost estimate for Remodel at the Health Center, 100 38th Street, Richmond, and direct its Clerk to advertise for construction bids to be received until 2:00 p.m. , on June 8, 1978. Preparation of plans and specifications was by the Public Works Department. The Architect's cost estimate for the base bid is $15,000. The remodeling will provide office space in the basement level of the Health Center for the Probation Department. This project is considered exempt from Environmental Impact Report requirements as a Class lA Categorical Exemption under County Guidelines. It is also recommended that the Board of Supervisors concur in this finding and instruct the Director of Planning to file a Notice of Exemption with the County Clerk. (RE: 4405-4203) (B&G) Item 8. EMERGENCY FUEL TANKS AT COUNTY HOSPITAL - APPROVE AGREEMENT - Martinez Area It is recommended that the Board of Supervisors approve and authoriz- the Public Works Director to execute the Consulting Services Agree- ment with Koepf & Lange, Consulting Engineers, Lafayette, to provide design engineering services for installation of Emergency Fuel Tanks at the County Hospital in Martinez. This consultant is being retained because the County does not have staff available to perform the services within the time required to complete the project. This Agreement provides for a maximum payment to the consultant, in the amount of $2,484 , which amount shall not be exceeded without further written authorization by the Public Works Director. (RE: 4419-4249) (B&G) A G E N D A Public Works Department age 5 of 9 May 9, 1978 P 14 Item 9. ADOPT FEE SCHEDULE On January 10, 1978, the Board of Supervisors adopted an amended Subdivision Ordinance (Ordinance 78-5) . The amended ordinance pro- vides for the adoption of a fee schedule by Board Resolution. These fees are for services in the form of improvement plan review, . im- provement construction inspection and final and parcel map checking. On February 7, 1978, the Board passed a fee schedule resolution based on the Public Works Director' s recommendation to continue the old fee schedule as an interim measure until a new fee schedule, re- flecting actual costs to the department, could be reviewed with the Associated Building Industry of Northern California and the East Bay Chapter of the California Council of Civil Engineers and Land. Sur- veyors. This review has been completed and it is recommended that the Board of Supervisors adopt the following schedule of fees to be charged ' for Public Works Department services provided in conjunction with subdivisions within the unincorporated areas of the County. It is further recommended that the same schedule of fees be charged for similar services provided in conjunction with conditional use permits, road acceptance projects and other improvements constructed under Road and/or Drainage Improvement Agreements: Recommended Service Existing Fee New Fee Improvement Plan Review 0 2h$ of improvement cost Inspection 5% of 4h% of improvement cost improvement cost Subdivision Map Parcel Maps - $25 $175 plus $5 per Checking lot Final Maps - $30 plus $1.50 per lot These fees will be reviewed on an on-going basis and the Board will be advised annually if changes are appropriate. (LD) Item 10. VARIOUS LAND DEVELOPMENT ACTIONS It is recommended that the Board of Supervisors approve the follow- ing: Item Subdivision Owner Area Parcel Map MS 264-77 Doug Offenhartz Danville Final Map, Subdivi- 5071 North American sion Agreement & Contractors, Inc. Walnut Creek Landscape Agreement ( D) o v I A G F N D A Public Works Department Page' 6 of 9 May 9, 1978 Item 11. ACCEPTANCE OF INSTRUMENT It is recommended that the Board of Supervisors accept the follow- ing instrument for recording only: Instrument Date Grantor Reference Offer of Dedica- 4-10-78 Kenneth E. Newman, Sub. 5071 tion for Roadway et ux. Purposes (LD) Item 12. COUNTY MAINTAINED ROAD SYSTEM - CERTIFY MILEAGE Section 2121 of the Streets and Highways Code requires an annual report of mileage of County-maintained roads and streets. ' It is recommended that the Board of Supervisors certify that the maintained mileage is 1012.39 miles, an increase of 7.51 miles since the last report was submitted in May, 1977 . The mileage distribution by supervisorial districts is: Dist. I Dist. II Dist. III Dist. IV Dist. V May 1978 43.88 198.51 185.87 48.32 535.81 May 1977 43.96 199.21 190.63 45.86 525.22 (ES&P) Item 13. FUEL TANKS AT FIRE STATIONS 6 & 14 - APPROVE AGREEMENT - Concord & Martinez It is recommended that the Board of Supervisors, as ex officio the Governing Board of the Contra Costa County Fire Protection District, approve and authorize the Public Works Director to exe- cute a Consulting Services Agreement with Koepf and Lange, Con- sulting Engineers, Lafayette, to provide engineering services for installation of Fuel Tanks at Fire Station 6, Concord and Station 14, Martinez. This consultant is being retained because the County does not have staff available to perform the services within the time available to complete the project. This Agreement provides for a maximum payment to the consultant, in the amount of $1,176, which amount shall not be exceeded with- out further written authorization by the Public Works Director. (RE: 7100-4782) (B&G) A_ G E N D A Public Works Department Page 7 of 9 May 9, 1978 n Item 14. LANDSCAPE MAINTENANCE SERVICES FOR COUNTYWIDE AREAS A, B, C & D - APPROVE PLANS AND SPECIFICATIONS AND ADVERTISE FOR BIDS - Various Locations It is recommended that the Board of Supervisors approve the plans and specifications for landscape maintenance services for Countywide areas A, B, C & D, and advertise for bids. Bids are scheduled to be opened on June 8, 1978, at 2:00 p.m. , in the Public Works Depart- ment. The contract period is from July 1, 1978 to June 30, 1979. The following are the locations of work and estimated cost: Area A - West County Estimated Cost Service Area M-11, Orinda Business Area Service Area M-12, E1 Sobrante Area Service Area M-17, Montalvin Manor Park Service Area M-20, Viewpoint Homes Area Arlington Boulevard San Pablo avenue $32,500 Area B - North Central County Buchanan Field Airport Pacheco Boulevard Treat Boulevard Alcohol Rehabilitation Sheriff Storage Education Media Center Health Building Central Service $21,500 Area C - South Central County Service Area M-4 , South San Ramon Area Service Area R-5, Danville South Area Bishop_ Ranch Stone Valley Road $32,500 Area D - East County Service Area M-8, Discovery Bay Area Pt. Chicago Highway-Willow Pass Road Brentwood Library • Oakley Administration Building $19,200 This project is considered exempt from Environmental Impact Report requirements as a Class 1H Categorical Exemption under County Guidelines, and it is also recommended that the Board concur and so find. (B&G) A_ G E N D A Public Works Department Page 8 of 9 8, 1978 Item 15. BUCHANAN FIELD - APPROVAL FOR AERO EXCHANGE TO SUB-LEASE TO AERO TRAINING, INC. (ATI) Aero Training, Inc. (ATI) and its predecessor company, Gaffney Aviation Services, has been a tenant at Buchanan Field since 1973 as a sub-lessee to fixed base operator (FBO) Garry Grover. In an- ticipation of the expeditious adoption of a new airport Master Plan and the opportunity to submit a proposal to the County for the devel- opment of a new major FBO facility at Buchanan Field in conformance with the Master Plan, ATI entered into a two-year• sub-lease renewal with Garry Grover on April 30, 1976. On November 9, 1977 , ATI, in conjunction. with Aero Exchange, submitted such a proposal to the County for the development of a five-acre, full-service FBO facility, but were advised that a moratorium on all new airport leases was in effect until such time as the new Master Plan was adopted; County action on their proposal is therefore being held in abeyance. However, in this interim period, the ATI sub-lease with Garry Grover has expired and Mr. Grover has elected not to renew the sub-lease with ATI. Consequently, ATI is now faced with either terminating their tenancy at Buchanan Field or seeking another sub-lease arrange- ment until such time as the County is able to act on the ATI/Aero Exchange FBO proposal. In order to accommodate ATI prior to Master Plan adoption and the moratorium being lifted, it is recommended that an addendum to the lease between the County and Aero Exchange be approved -in principle whereby Aero Exchange would be allowed to enter into a sub-lease with Aero Training, Inc. The sub-lease, which would be subject to Board approval, would have a term of one year, or until the County acts on the Aero Exchange/ATI FBO proposal, whichever is longer. Further, the sub-lease will specify that the range of ATI aviation activities be restricted to those activities presently being con- ducted by ATI. (A) Item 16. CONTRA COSTA COUNTY WATER AGENCY - WEEKLY REPORT A. It is requested that the Board of Supervisors consider the attached "Calendar of Water Meetings." B. The Delta Water Quality Report is submitted for the Board of Supervisors' information and public distribution. No action required. C. Memorandum Report on Water Agency Activities. (EC) A GEN D A Public Works Department Pege 9 of 9 May 9, 1978 MOTE Chairman to asst 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. Prepared by _ - Chief Engineer of the Contra Costa County Water Agency May 9, 1978 C.NLEVDAR OF WATER MEETINGS TD�fE DATE DAY SPONSOR PLACE RE14RKS Reco=ended authorization May 18 Thurs. Hayward 10:00 a.m. Protection for Staff League of San 7elipe the San Francisco Women Voters Center Bay-Delta 3058 D St. Hayward May 30 Tues. State Water 9:00 a.m. Public Hearing on Staff Resources Resources Bldg. Draft Water Quality Control Board Auditorium Control Plan and 1416 9th St. Draft EIR for Delta Sacramento and Suisun Marsh 0,0019 The Board of Supervisors met in all its capacities pursuant to Ordinance Code Section 2402.402 in regular session at 9: 00 a.m. on Tuesday, in Room 107, County Administration Building, Martinez, California. Present: Chairman R. I. Schroder, presiding Supervisors J. P. Kenny, N. C. Fanden, W. N. Boggess, E. H. Hasseltine Clerk: J. R. Olsson, represented by Geraldine Russell, Deputy Clerk 00()20 Contracts, Agreements, or other documents approved by the Board this day are microfilmed with the order except in those instances where the clerk was not furnished with the documents prior to the time when the minutes were micro- filmed. In such cases, when the documents are received they will be placed in the appropriate file (to be microfilmed at a later time) . 00021 ORDINANCE NO. 78-31 AN ORDINANCE AMENDING ORDINANCE NO. 382 ENTITLED "AN ORDINANCE OF THE COUNTY OF CONTRA COSTA, STATE OF CALIFORNIA, ADOPTING A PRECISE LAND USE MASTER PLAN OF THE COUNTY OF CONTRA COSTA, STATE OF CALIFORNIA, ESTABLISHING LAND USE DISTRICTS FOR THE UNINCORPORATED TERRITORY OF THE SAID COUNTY OF CONTRA COSTA, AND DIVIDING AND DISTRICTING SAID COUNTY INTO LAND USE DISTRICTS, PROVIDING REGULATIONS FOR THE ENFORCEMENT THEREOF, AND-PENALTIES FOR THE VIOLATION OF THIS ORDINANCE", PROVIDING FOR THE REZONING OF A PORTION OF THE DANVILLE AREA. BEING IN THE UNINCORPORATED TERRITORY OF THE COUNTY OF CONTRA COSTA, STATE OF CALIFORNIA. The Board of Supervisors of the County of Contra Costa, State of California, DOES ORDAIN AS FOLLOWS: SECTION I: The Zoning Ordinance of the County of Contra Costa is hereby amended by the addition of the hereinafter described zoning map. This map is added for the purpose of rezoning a portion of the territory shown thereon. The said map includes a portion of the territory shown on the map entitled A PORTION OF THE DISTRICTS MAP FOR THE SAN WION AREA, INSERT MAP NO. 21, AND DIT. DIABLO DIVISION, SECTOR 7, CONTRA COSTA COUNTY, CALIFORNIA. SECTION II: Section 3A of Ordinance No. 382, of the County of Contra Costa is hereby amended by the addition of Subsection 1583 at the end thereof, as follows: AN AMENDMENT TO A PORTION OF THERIC-16II3AP FOR THE SAN RAMON AREA, INSERT MAP NO. 21, AND DTT. DIABLO DIVISION, SECTOR 7, CONTRA COSTA COUNTY, CALIFORNIA. 78-31 : DONALD AND BERNICE SPENCE AND LEMS AND MILDRED CRAINSON, APPLICANTS , 2162-RZ, LAND LOCATED IN THE DANVILLE AREA TO RETAIL BUSINESS DISTRICT (RB) ZONING CLASSIFICATION. SECTION III: This Ordinance shall take effect and be in force thirty (30) days after date of adoption, and the same shall be published once before the - expiration of fifteen (15) days after its passage and adoption, with the names of the members voting for and against the same, in THE VALLEY PIONEER , a newspaper of general circulation, printed and published in the County of Contra Costa. ADOPTED by the Board of Supervisors of the County of Contra Costa, State of California, on the 9th day of May, 1978 by the following vote: AYES: Supervisors - J. P. Kenny, N. C. Fanden, W. N. Boggess, E. H. Hasseltine, and R. I. Schroder NOES: Supervisors - None ABSENT: Supervisors - None CI.1.S�hrc:r�.T Chairman of-the Board of Supervisors of the County of Contra Costa, State of California ATTEST: J.R. OLSSON County Clerk and Ex-Officio Clerk of the Board of Supervisors of the County of Contra Costa, St_2 of Calif BY Deputy Clerk (SEAL) Diana M. Herman 2162-RZ DONALD AND BERNICE SPENCE AND LEWIS AND MILDRED CRANSON, APPLICANTS I r n+z-•z ' ,go. p !! R-10 1 P-1 / P-I -10 WIN, s Ft-V / f sl 7.12 A PORTION OF 1 HEPE9T ETO I% TR., THIS 25 THE m.. THE DISTRICTS MAP FOR THE SAN RAMON AREA RLFCRNFD TO LM ORDINANCE NO 79-31A40 IS HERE&T MADE A PART THEREOF INSERT MAP NO. 21, and � J.R.OL.SSpN- COUNTY CLERK BT h -- MT. DIABLO DIVISION, SECTOR ? � DEPUTY CLERK CONTRA COSTA COUNTY, CALIFORNIAow 3:•.t • /ttt BEING SECTION SA,SUBSECTION I5B3. OF ORDINANCE NO 562, AS AMEMOEO 8T ORDINANCE NO. 2162-AZ>'u"'. -31 W`PCN IS THE ZOwNG ORDINANCE OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA. r + ORDINANCE NO. 78_32 AN ORDINANCE AMENDING ORDINANCE NO. 382 ENTITLED "AN ORDINANCE OF THE COUNTY OF CONTRA COSTA, STATE OF CALIFORNIA, ADOPTING A PRECISE LAND USE MASTER PLAN OF THE COUNTY OF CONTRA COSTA, STATE OF CALIFORNIA, ESTABLISHING LAND USE DISTRICTS FOR THE UNINCORPORATED TERRITORY OF THE SAID COUNTY OF CONTRA COSTA, AND DIVIDING AND DISTRICTING SAID COUNTY INTO LAND USE DISTRICTS, PROVIDING REGULATIONS FOR THE ENFORCEMENT THEREOF, AND PENALTIES FOR THE VIOLATION OF THIS ORDINANCE", PROVIDING FOR THE REZONING OF A PORTION OF THE ALAMO AREA. BEING IN THE UNINCORPORATED TERRITORY OF THE COUNTY OF CONTRA COSTA, STATE OF CALIFORNIA. The Board of Supervisors of the County of Contra Costa, State of California, DOES ORDAIN AS FOLLOWS: SECTION I: The Zoning Ordinance of the County of Contra Costa is hereby amended by the addition of the hereinafter described zoning map. This map is added for the purpose of rezoning a .portion of the territory shown thereon. The said map includes a portion of the territory shown on the map entitled a portion of Concord Division, Sector 6, and the Districts map, Alamo, Contra Costa County, California. SECTION II: Section 3A of Ordinance No. 382, of the County of Contra Costa is hereby amended by the addition of Subsection 1584 at the end thereof, as follows: An Amendment to a portion of Concord Division, Sector 6, and the Districts map, Alamo, Contra Costa County, California. Subsection 1585: A portion of the Districts clap for the Alamo Area, Insert Map No. 19, and Concord Division Sector 6, Contra Costa County California. 78-32: John Hayward and Eugene DeBolt, Applicants, 2167-Rz, Land Located in the Alamo Area to Single Family Residential Districts (R-40 and R-100) Zoning Classifications. SECTION III: This Ordinance shall take effect and be in force thirty (30) days after date of adoption, and the same shall be published once before the expiration of fifteen (15) days after its passage and adoption, with the names of the members voting for and against the same, in THE VALLEY PIONEER , a newspaper of general circulation, printed and published in the County of Contra Costa. ADOPTED by the Board of Supervisors of the County of Contra Costa, State of California, on the 9th day of May, 1978 by the following vote: AYES: Supervisors - J. P. Kenny, N. C. Fanden, W. N. Boggess, E. H. Hasseltine, and R. I. Schroder NOES: Supervisors - None ABSENT: Supervisors - None Chairman of the Board of Supervisors of the County of Contra Costa, State of California ATTEST: J.R. OLSSON County Clerk and Ex-Officio Clerk of the Board of Supervisors of the County of Contra Costa, State of California By 77 Deputy Clerk (SEAL) Diana M. Herman 2167-RZ John Hayward and Eugene DeBolt, Applicants n ` �r0024 71, R A0 —40 192 i 'R-2 0 /• /, .� /• rot R-20 � V R-40 " aa2167 // -RZ / f r /r' ,A—2 m � /// s : A (PORTION OF THE DISTRICTS IVIAP FOR THE ALAMO AREA f «f A[Nt CCA tfrt T«AT TN,S K Tw( NA► � j PI/fPN(� }a M1�1N.N:t N0 Iwo} AND Is «cN[N. WIDE IN A ►ANr TMt�tW IN INSERT MAP NO. 19, ANp J.A OLSSOft, COUNTY CLEAN j eL,.�.-.,C�••� CONCORD DIVISION SECTOR & DEPUTY cLERA CONTRA COSTA COUNTY, CALIFORNIA (_ " r IC-Ll ,. rut # BEING SECTION 3A,SUBSECTION PSBR,OF ORDINANCE NO.SITZ, AS ANENO£D BY ORDINANCTO/ 78.32,WHICH IS THE ZONING ORDINANCE OF CONTRA COSTA COUNTY, STATE OF CALIFORPA 1 P5Y-aZ X Fa-A .. R40 R-40 1 095--- 95-RZ M-4 v • 1 i �� ��� si �� ' 8-100 AI 2167-14Z rca OF 0-1 R-20 loo R 20 A PORTION OF CONCORD DIVISION.SECTOR 6. AND 1 HEAEBI CEPTIFY THAT THIS IS IME WAS THE DISTRICTS MAP OF ALAMO E REFERRED TO IN OPDtNAHLE NO.YS$ AND I IS HEREBY MADE A PART THEREOF. CONTRA COSTA COUNTY, CALIFORNIA a.R.OL�SCC—TVON, CCTY CLERK INSERT MAP NO. 19 2,17 DEPUTY CLERK BEING SECTION 3A,SUB5ECTI0N:581,OF ORDINANCE NO 3B2,AS AMENDED BY ORDINANCE NO. SCALE IN FEET i•n _—__--.—�Qo 7&32,NrttLN IS THE ZOhlNG DP�/NANLE Or CONTPA COSTA COUNTY,STATE Of CALIFORNIA fyr,�ir�i Kb t.,• 2187-RI,yF ORDINANCE NO. 78-33 AN ORDINANCE Ah1ENDING ORDINANCE NO. 382 ENTITLED "AN ORDINANCE OF THE COUNTY OF CONTRA COSTA, STATE OF CALIFORNIA, ADOPTING A PRECISE LAND USE MASTER PLAN OF THE COUNTY OF CONTRA COSTA, STATE OF CALIFORNIA, ESTABLISHING LAND USE DISTRICTS FOR THE UNINCORPORATED TERRITORY OF THE SAID COUNTY OF CONTRA COSTA, AND DIVIDING AND DISTRICTING SAID COUNTY INTO LAND USE DISTRICTS, PROVIDING REGULATIONS FOR THE ENFORCEMENT THEREOF, AND PENALTIES FOR THE VIOLATION OF THIS ORDINANCE", PROVIDING FOR THE REZONING OF A PORTION OF THE EL SOBRANTTE AREA. BEING IN THE UNINCORPORATED TERRITORY OF THE COUNTY OF CONTRA COSTA, STATE OF CALIFORNIA. The Board of Supervisors of the County of Contra Costa, State of California, DOES ORDAIN AS FOLLOWS: SECTION I: The Zoning Ordinance of the County of Contra Costa is hereby amended by the addition of the hereinafter described zoning map. This map is added for the purpose of rezoning a portion of the territory shown thereon. The said map includes a portion of the territory shown on the map entitled a portion of the districts map for the Sobrante area, Contra Costa. County, California, Insert Map No. s SECTION II: Section 3A of Ordinance No. 382, of the County of Contra Costa is hereby amended by the addition of Subsection 1586 at the end. thereof, as follows: An Amendment to a portion of the districts map for the Sobrante area, Contra Costa County, California, Insert Map No. 3. 78-33 : YOUEL BARBA, Applicant, 2181-RZ, Land Located in the E1 Sobrante Area to Multiple Family Residential District (M4) Zoning Classification. SECTION III: This Ordinance shall take effect and be in force thirty (30) days after date of adoption, and the same shall be published once before the expiration of fifteen (15) days after its passage and adoption, with the names of the members voting for and against the same, in SAN PABLO NEI-IS .2a newspaper of general circulation, printed and published in the County of Contra Costa. ADOPTED by the Board of Supervisors of the County of Contra Costa, State of California, on the 9th day of May, 1978 by the following vote: AYES: Supervisors - J. P. Kenny, N. C. Fanden, W. N. Boggess, E. H. Hasseltine, and R. I. Schroder NOES: Supervisors - None ABSENT: Supervisors - None i R.I.Schroder C airman of the Board of-Supervisors of the County of Contra Costa, StaV of California ATTEST: J.R. OLSSON County Clerk and Ex-Officio Clerk of the Board of Supervisors of the County of Contra Costa, Stat of California BY �C//.r_/.,c.-c. 1- ' Deputy Clerk (SE-4L) Diana M. Herman 00027 2181-RZ YOUEL BAABA, Applicant r 1- < R7 I i P.RK I R-6 I tl 3 CITY OF Q I4 RICHMOND I I I R-71 i IIIIiI �' I :, Iillll .� I I I I I II i I I I IRI71 W II . I III I I D-IM-2 IR-71 � , M-2 R-6 �M2 .� 1 ' 14 k I R-71 >(V1 Iif'�►\ r' 4- M-2 -M-2 CITY OF B� Ift ��•F' III M-2 I IR71 RICHMOND R-6 ;� I I D-I I III. •;', =` 1 �iR71 I I: ` pF.Bt.O OAu PG.9 :� SF 1 R-B '�� I�/•t 3-7 PORTION OF I HEREBY CERTIFY THAT THIS IS THE MA► THE DISTRICTS MAP FOR THE SOBRANTE AREA REFERRED TD IN ORDNANCE ND.TB-3S ARD I 1S HEREBY MADE A PART THEREOF. CONTRA COSTA COUNTY. CALIFORNIA d.R.OLSSON. COUNTY CLERK INSERT MAP NO. 3 BY �1llw� DEPUTY CLERK BEING SECTION ]A. SUBSECTION 1588. OF ORDINANCE NO 302.AS AMENDED BY SCALE IN FEET ORDINANCE NO.TB-!]WHICH 15 THE ZONING ORDINANCE OF CONTRA COSTA COUNTY. STATE OF CALIFORNIA RI-RZ i>;rt� _ loo ae° ORDINANCE NO. 78-34 AN ORDINANCE AMENDING ORDINANCE NO. 382 ENTITLED "AN ORDINANCE OF THE COUNTY OF CONTRA COSTA, STATE OF CALIFORNIA, ADOPTING A PRECISE LAND USE MASTER PLAN OF THE COUNTY OF CONTRA COSTA, STATE OF CALIFORNIA, ESTABLISHING LAND USE DISTRICTS FOR THE UNINCORPORATED TERRITORY OF THE SAID COUNTY OF CONTRA COSTA, AND DIVIDING AND DISTRICTING SAID COUNTY INTO LAND USE DISTRICTS, PROVIDING REGULATIONS FOR THE ENFORCEMENT THEREOF, AND PENALTIES FOR THE VIOLATION OF THIS ORDINANCE", PROVIDING FOR THE REZONING OF A PORTION OF THE OAKLEY AREA. BEING IN THE UNINCORPORATED TERRITORY OF THE COUNTY OF CONTRA COSTA, STATE OF CALIFORNIA. The Board of Supervisors of the County of Contra Costa, State of California, DOES ORDAIN AS FOLLOWS: SECTION I: The Zoning Ordinance of the County of Contra Costa is hereby amended by the addition of the hereinafter described zoning map. This map is added for the purpose of rezoning a portion of the territory shown thereon. The said map includes a portion of the territory shown on the map entitled a portion of the districts map for the East Antioch area, insert map no. 28, and the districts map for the Oakley area, insert map no. 30, Contra Costa County, California. SECTION II: Section 3A of Ordinance No. 382, of the County of Contra ` Costa is hereby amended by the addition of Subsection 1587 at the end thereof, as follows: An Amendment to a portion of the districts map for the East Antioch area, insert map no. 28, and the districts map for the Oakley area, insert map no. 30, Contra Costa County, California. 78-34 : Raymond Vail and Associates, Ppplicants, 2201-RZ, land located in the Oakley area to single family residential district (R-40) zoning classification. SECTION III: This Ordinance shall take effect and be in force thirty . (30) days after date of adoption, and the same shAll be published once before the expiration of fifteen (15) days after its passage and adoption, with the names of the members voting for and against the same, in ANTIOCH DAILY LEDGER , a newspaper of general circulation, printed and published in the County of Contra Costa. ADOPTED by the Board of Supervisors of the County of Contra Costa, State of California, on the 9th day of May, 1978 by the following vote: AYES: Supervisors - J. P. Kenny, N. C. Fanden, W. N, Boggess, E. H. Hasseltine, and R. I. Schroder NOES: Supervisors - None ABSENT: Supervisors - None Ae .Z/// R.I.Schroder Chaifman of the Board of Supervisors of the County of Contra Costa, State of California ATTEST: J.R. OLSSON County Clerk and Ex-Officio Clerk of the Board of Supervisors of the County of Contra Costa, State of California By Deputy Clerk (SEAL) Diana M. Herman 2201-RZ Raymond Vail and Associates, Applicants 10 29 I I T rT _r TF_ - - - �_i r rJIT� � I; Iil ; l 1 ; 1 1 ; 11 ; 1 1 i I ! lI , I lil ISI Iii I I I�, I I I I � � 'I . L I , I� I � ii � l � l , l ; ll ; lilll , l , lll � i I iii ! II 2190-RZ � ► � I ; � _�;�1/��-�,/i � / gip° i R-40 R-40 /R-40 •V/ 2119-R2 ! III j\ A2 r / I i � I ' I f ! i ! ; -2 ^ I 7 I 7 A PORTION OF THE DISTRICTS MAP FOR THE EAST AlITIOCH AREA I I IIERE9T CERFIfT THAT THIS IS TRE MAI INSERT MAP NO. 28, and FERRED RETD IN OROINARCE RO'a•}s AND Is HEREAT MADE A .ART THEREOF. THE DISTRICTS MAP FOR THE OAKLEY AREA ��' A ousoN. COUNTY CLERK INSERT MAP NO. 30 �% 13`-' °T Fes`" CONTRA COSTA COUNTY, CALIFORNIA DERuTT CLERK SC•l[ H IT[/ BEING SECTION JA•SUBSECTION CBT OF ORDINANCE NO.592. AS AMENDED Of ORDINANCE NO +� . •qF TO-}T MHILH IS THE ZONwD ORDINANCE Of CONTRA COSTA COUNTY STATE OF CALIFORNIA. �•^• ••+ 22d•RZ AI[a.I+• ORDINANCE NO. 78-36 (Codifying Bay Judicial Dist. ) The Contra Costa County Board of Supervisors ordains as follows (omitting the parenthetical footnotes from the official text of the enacted or amended provisions of the County Ordinance -Code) : SECTION I. Countv Ordinance No. 76-40 (May 18, 1976; postponed creation of Bay Judicial District; operative January 1, 1977) is repealed. SECTION II. Sections 28-2. 010 (West Judicial District) and 28-2.020 (Richmond Judicial District) are repealed because these two districts were consolidated by Ord. No. 76-40 (see SECTION I, above) and this consolidation is codified by SECTION III, below. SECTION III. Section 23-2.022 is enacted, to codify the consolidation of ;:he :Nest and Richmond Judicial Districts as the Bay Judicial District (referred to in SECTION II, above) , to read: 28-2. 022 Bay Judicial District. The Bay Judicial District comprises all the Bay View, Berkeley Park, Crockett, East Richmond, E1 Cerrito, El Sobrante, Giant, Hercules, Kensington, North Richmond, Oleum except Oleum- 504_, Pinole, Port Costa, Richmond, Rodeo, Rollingwood, San Pablo and Selby precincts. (Ords. 78-36 §3, 76-40 §3; Ord. Cod----2 §528-2. 010, 28-2. 020. ) SECTION IV. EFFECTIVE DATE. This ordinance becomes effective 30 days after passage, and within 15 days of passage shall be published once with the names of supervisors voting for and against it in the SAN PABLO NEWS � a newspaper published in this County. PASSED on May 9 , 1978 by the following vote: ?AYES: Supervisors - J. P. fenny, N. C. Fanden, W. N. Boggess, E. It. Hasseltine, R. I. Schroder. NOES: Supervisors - None. ABSENT: Supervisors - None. fi ATTEST: J. R. Olsson, County Clerk & ex officio Clerk of the Board C airman of the Board [SEAL] t.. Pous, Deputy Clerk SWAM:me ORDINANCE i10. 78- _16 0( 3� POS I T I 0N' A D J U S T M E N T REQUEST No: Department Riverview Fire District Budget Unit 7200 Date 4-14-78 Action Requested: Add One Position of Signior Fire Inspector Proposed effective date: A.S.A.P. Explain achy adjustment is needed: See Attached Justification Estimated cost of adjustment: { ;; •c County Amount: 1 . Sa �rie� a.w anc ages: i��:rL"iVL 184.30 2. Fi d Assets: f tiz.t item cunt coat) .f ��,., z ;f►i 1 µ lyl� ec�)L V ' C; -0- EstimatedtotalV� ;%!Harnir �;;,fo $ 184.30 Signature Department ead L i Initial Determination of County Administrator '- -Date:-_-April 14, 1978 To Civil Service: Request recommendation. `\ / County A t1.inistrator:; Personnel Office and/or Civil Service Commission Date: April 25. 1978 Classification and Pay Recorrinendation Classify 1 Senior Fire Inspector. Study discloses' duties'and responsibilities* to be assigned Justify classification as Senior Fire Inspector. Can be effective day following Board action. The above action can be accom plished by amending Resolution 71/17 by adding 1 Senior Fire Inspector, Salary Level 473 (1559-1895) . Assistant personne i Director Recommendation of County Administrator Date: May 5, 1978 _ Recommendation of Personnel Office and/or Civil Service Commission approved effective May 10, 1978. 10 County Admin liiisiiir Actio.: of the Board of Supervisorsc 1978 Adjustment APPROVED (W. r-� -=j) on M9 AY J. R. OLSSON, County Clerk Date: [,1AY 9 1978 By: APPP,0VAL ea' tilos cdjtt6trefut consututeA an Apphtopr�ati.on Adjustmi c_nd Pe.,sc::c:zt P.t 3 o& ti.on Amtncbrent t. NOTE: Top section and reverse side of form iril% be CV-0leted and -supple,,s ,te1= wirer ,;1 organization chart depicting the section or office affected. appropriate. by � a g �-:;1( C ' 300 ((1347) (Rev. 11/70) ;, , k POS I T I ON A D J USTi4ENT REQUEST No: 70 5145- Department Seri,l ServirP Budget Unit 506 Date 4-14-78 Action Requested: nerl--;;gp hours of SCS II PoSitiorL#YOVB/13 from fnll-tiny to 39.140, to 28/40, no net change in work hours increase hours of SCS II position #XOVB/05 from hnlf-time Proposed effective date: Incumbents and supervisors agree to this change. Explain why adjustment is needed: To equalize warker halms in the tun " its. Estimated cost of adjustment: �-^= Y Amount: 1 . SaO�ie�nq_�vages: $ 2. Fi��d A�.�2t (tis-t items mid cost) n nn 9 <^-,0 LZJ ��- v m L•1 nnr"i— ),r - I �.�_ ; ,�� •f Estimated �l' Y Signature kv` ���/7,5 =--4�/S Department Head _r Initial Determination of County Administrator Date: Play 1, 1978 To Civil Service for review and recomme ,�on. � Countv'Admi mts' trator Personnel Office and/or Civil Service Commission date: May 3, 1978 Classification and Pay Recommendation Decrease hours of Social Casework Svecialist II w=506-13 and Increase hours of Social Casework Specialist II #506-05. Study discloses duties and responsibilities remain appropriate to the class of Social Casework Specialist II. The above action can be accomplished by amending Resolution 71/17 by decreasing the hours of 40/40 Social Casework Specialist II position 2#506-13 to 32/40 and increasing the hours of 20/40 Social Casework Specialist II position 2#506-05 to 28/40, both at Salary Level 415 (1306-1588) . Can be effective day following Board action. a'�/�` .�{ .L �) !�'� l. -1,'r:•<_-tib _� Assistant Personnel .Director Recommendation of County Administrator (—,/Date: May 5, 1978 Recommendation of Personnel Office and/or Civil Service Commission effective May 10, 1978. approved. County Administrator Action of the Board of Supervisors Adjustment APPROVED on fr1AY r 1978 J. R. OLSSON,:Gounty Clerk Date: M,AY 9 1978 By: �/, 4, R�bb:e G,:tfez APPROVAL c b' tihi.s adiuS•tmemt co;Lstitatez ail. Apptop,Li?t on Adjusbne; t cuid Pv,6onne Ruso• u;tion /irec,dr-tent. NOTE: Top section and reverse side of fore t^:r'.% be completed and surcler,:_n}ed, when appropriate, by an organization chart depicting the section or office affected. P 300 (1,1347) (Rev. 11/70) I- CONTRA COSTA COUNTY ©/� TO APPROPRIATION ADJUSTMENT T/C 2 7 J I DEPARTMENT OR ORCAAIZATION UAIT: ACCOUNT CODINC Auditor-Controller ORW IZATIOk SUB-OBJECT 2. FIXED ASSET `DECREASE] INCREASE OBJECT 0= EXPENSE QA FIXED ASSET ITEM 10. QUANTITY 3400 4951 Desk 230.00 0990 6305 Reserve for Prior Year Obligations 230.00 I Co_Tfa Costa County RI`,-L►VED 1\P ',. - i978 Office of j,dministrotor APPROVED 3. EXPLANATION OF REQUEST AUDITOR-CONTROL Mote BY.�__ ! _ 4 /26/78 To appropriate for Purchase Order 62347-01 which was not carried forward from last fiscal year. COUNT AD "INISTRQTOR By: _ Do— My r n 19 8 BOARD OF SUPERVISORS SuFcrxisors Kenny.Fa`den YES : Schroder,Bor,�Scss,Hasselcine ' N ne � 34 NO: `' MAY '1D 8 On J.R OLSSOft, CL ERx 4. C Asst. Budget Anal. 4/26� 78 SIGNATURE TITLE DATE By: R.L. McDonald APPROPRIATION A P Q 0 ,J157c? p LICA/ u lerrez ADJ. :OURNAL NO. (M 129 Rev 7/77) SEE INSTRUCTIONS ON REVERSE 31DE • ij CONTRA COSTA COUNTY • APPROPRIATION ADJUSTMENT T/C 2 7 ACCQUNT CGDIM6 I DEPARTMENT OR ORGANIZATION UNIT Public Works (Roads) CRSANIZATIQN SUB-09JECT 2. I FIXED ASSET <,-DECREASE> IkCREASE OBJECT OF EXPENSE OR FIXED ASSET !TEM 10. JOUANTITY ROAD MAINTaIANUZ 0671 2250 1. Rental of Equipment 79,600 1087 2. Overtime Co. Force 6,800 2270 3. Repair and Service Equipment 15,149 V ROAD BUDGET 0661 12319 1 & 3 Road Contracts 42, 991 0665 2319 1 & 2 Road Contracts 58,558 Ca- a Costa County �trC�lVLD [,.I[;t = t97 Office of Cc:J^.t-;` /��1�•inistrator I /oma 5•t 9_ icy 49— APPROVED 3. EXPLANATION OF REQUEST AUDITOR-CONTROLLER BY: Date 1. To cover estimated shor.tage for storm dama� repairs thru 6/30/78. COUNTY ADh11 ISTRATOR Tl�A _ d 197 . To provide funds for the Nichols Rd Bridge By: C r Date � / ' repair, w.o. 4934 BOARD OF SUPERVISORS 3. To provide funds for the Hillcrest Avenue- Supm'i-,ws Kennc,Fanden Rubberized Chipseal, W.O. 4931. YES : SchrLz rr,Bjg�;res.Hisseltine N0: N,:ne3c1 o�1AY/9 / 19J8 i R OLSSON, CLE 14. ublic Works Dir '1 GNATUPF TITLE by: 74Ir I' AFFROPRIATION A P00 RoSbi? , ;ii�errr� A0i JOURNAL NO (N129 Res 7,'77) SEE INSTRUCTIONS ON RFVFRSF SIDE INSTRUCTIONS NOTE: FORMS ARE AVAILABLE =ROM CENTRAL SERVICE OFFICE A. Prepare Appropriation Adjustments, Form M 129, in quadruplicate plus any internal copies desired. If more than one department or district is concerned, prepare an additional copy for each additional department or district concerned. B. Complete all four parts of the form as follows: 1. Department: Showname of dapar+--ant or organization unit requesting this , Appropriation Adjustment. ` 2. Name Object of E.-%—,ense: Show expenditure sub-object account to be adjusted, e.g., Office Expense, Communication, etc. Also show the amount in even dollars that each account is to be increased or (decreased). If this adjustment affects Fixed Asset equipment items list the items showing quantity, description, and dollar amount. Also, show the Equipment Item No. if this adjustment affects a Fixed Asset item that has alreactr been approved by the Board of Supervisors. For new Plant Acquisitions, leave the sub- object blank. 3. Explanation of Request: Explain why the adjustment is necessary in enough detail to enable the Counts Adraini strator to justify the request to the Board of Supervisors. t�. Signature, Title and Date: Sign, snow title and date. C. Send the original and other requested copies to the County Auditor- Controller's office for processing. CONTRA COSTA COUNTY • APPROPRIATION ADJUSTMENT T/C 2 7 ACCOUNT CODING , I DEPARTMENT DR OR6AMIZATIOM UdIT. Public Works (Deets) BReAki?ATIO% SUB-OBJECT 2. FIXED ASSET �,IECREASE] IRCREA.S= 08JECT OF EXPENSE OR FIXED ASSET ITEM NO. QUANTITI COUNTY SERVICE AREA R-d 7755 Acq Lea Property 5432 _ 51 000.00 7755 2310 Acq Lea Property to Capital 51,000. i CQStCx QSt1Ce 0 `t, ; ruior PPROV 3. EXPLANATION OF REQUEST AUDITOR TR ER ,/ jam.., y �z-/ W-0. 5432 To correct appropriation for Lea Date Property Acquisition County Service Area R-6 from professional services COUNTDMi TRATOR to Capital Account. Y By: 2f1 Date MAY 1978 BOARD OF SUPERVISORS S.I^c isors Kznny,Fandcn Y E S : cen:udcr,E3 Hasseltine n No: rf�ne X0133 On Ay n/ 1 78 J.R. OLSSON, CLERK,-- 14. 14 A ublic Works Directerr ATURE TITLE /�jA2j_Tt 7 By. APPROPRIATION A POO-VO P�! !b,c tierrez ADJ- JQURffAL 40 (­ Ia9 Rev 7/77) SEE !%STRUCTIONS ON REVERSE SIDE INSTRUCTIONS NOTE: FORMS ARE AVAILABLE FROM CFIJ`I'RAL SERVICE OFFICE A. Prepare Appropriation Adjus-utents, Form H 129, in quadruplicate plus any internal copies desired. if more than 'ore department or district is concerned, prepare an additional copy for each - additional department or district concerned. B. Complete all four parts of the form as follows: 1. Department: Show name of department or organization unit requesting this Appropriation Adjustment. 2. Name Object of Expense: Show expenditure sub-object account to be adjusted, e.g., Office Expense, Communication, etc. Also show the amount in even dollars that each account is to be increased or (decreased). If this adjustment affects Fixed Asset equipment items list the items showing quantity, description, and dollar amount. Also, show the Equipment Item No. if this adjustment affects a Fixed Asset item that has already been approvad by the Board of Supervisors. For new Plant Acquisitions, leave the sub- object blank. 3. Explanation of Request: Explain why the adjust.-eent is necessary in enough detail to enable the County Administrator to justify the request to the Board of Sunervisors. • 4. Signature, Title and Date: Sign, show title and date. C. Send the original and other requested copies to the County Auditor- Controller's offics for processing. CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT T/C 2 7 I. DEPARTMENT OR ORGANIZATION UNIT ACCOUNT CODING Auditor-Data ocessinn ORGANIZATION SUB-OBJECT 2. FIXED ASSET <DECREASE> INCREASE OBJECT OF EXPENSE OR FIXED ASSET ITEM NO. QUANTITY 1060 1014 Overtime 40,000 0990 6301 Reserve for Conting. Gen . Fund 40,000 0994 6301 Reserve for Conting. Rev . Sharing 40 ,000 1113 2310 Dog License System �;P�� �.f,� 30,000 riN6- 1112 2310 Ballot Order . System ((- 10,000 r APPROVED 3. EXPLANATION OF REQUEST AUDITOR-CONTR R Overtime necessitated because of staff shortages , 1 By: �� � / Date �/dy emergency programming for the Behr Bill and the Jarvin-Gann Initiative and timely installation COUNTY) A INISTRATOR of the various Criminal Justice subsystems . By: — 'mac DateMAX r 4 1978 BOARD OF SUPERVISORS SuPer-surs K(:nn%.Fandcn - J:hro�cr.Zi.ticc�s_Hassckinc NO: Nene ?.1 � On MAY 9/ 1 78 J.R. OLSSON, CLERK 4, v"` 7/ SCOL Adm .SVCs . Asst. 4 /27/ 73 SIGNATURE TITLE // DATE By: - ,� / APPROPRIATION A POO�7a ADJ. JOURNAL NO. (M 129 Rev 7/77) SEE INSTRUCTIONS ON REVERSE SIDE INSTRUCTIONS NOTE: FORMS ARE AVAILABLE FROM CENTRAL SERVICE OFFICE A. Prepare Appropriation Adjustments, Form M 129, in quadruplicate plus any internal copies desired. If more than one department or district is concerned, prepare an additional copy for each additional department or district concerned. 3. Complete all four parts of the form as follows: 1. Department: Show name of department or organization unit requesting this Appropriation Adjustment. 2. Name Object of Expense: Show expenditure sub-object account to be adjusted, e.g., Office Expense, Communication, etc. Also show the amount in even dollars that each account is to be increased or (decreased). If this adjustment affects Fixed Asset equipment items list the items showing quantity, description, and dollar amount. Also, show the Equipment Item No. if this adjustment affects a Fixed Asset item that has already been approved by the Board of Supervisors. For new Plant Acquisitions, leave the sub- object blank. 3- Explanation of Request: Explain why the adjustment is necessary in enough detail to enable the County Administrator to justify the request to the Board of SuDervisors. Lt. Signature, Title and Date: Sign, show title and date. C. Send the original and other requested copies to the County Auditor- Controller's office for processing. T CONTRA COSTA .000NTY APPROPRIATION ADJUSTMENT T/C 2-Z I. DEPARTMENT OR ORGANIZATION UNIT ACCOUNT CODING Auditor-Data Processing ORGANIZATION SUB-OBJECT 2, FIXED ASSET <DECREASE> INCREASE OBJECT OF EXPENSE OR FIXED ASSET ITEM 90. OUANTITT 1060 2250 Rent of Equipment 2 ,285 1060 4951 Key Tape Machines 2 2 ,285 APPROVED 3. EXPLANATION OF REQUEST AUDITOR-CONTROLLER ,q �n Transfer appropriation from Rent of Equipment e}7 � 4� �IcJ Date 7,z�/�� to Fixed Assets to cover the transfer of lease payments . COUNTY ADMINISTRATOR MAY - 1978 By: �'1y R �00�� Dote � T' BOARD OF SUPERVISORS °i cn esors Kcnm,I"n'Icn YES: Schnx'.er,LSOggtss,Hassrinne N0: N,-,ane M AY 9 1 78 On J.R. OLSSON, CLERK, 4. Adm. Svcs . Asst. 4 /21/ 78 SIONAT E TITLE 22 DATE By: l 1� ��t lc ��4 APPROPRIATION APO Rob-���fierrP� // ADJ. JOURNAL 90. (M 129 Rev 7/77)) SEE INSTRUCTIONS ON REVERSE SIDE INSTRUCTIONS NOTE: FORMS ARE AVAILABLE FROM CE24TRAL SZRVICE OFFICE . A. Prepare Appropriation Adjustments, Form M 129, in quadruplicate plus any internal copies desired. If more than one department or district is concerned, prepare an additional copy for each additional department or district concerned. B. Complete all four parts of the form as follows: 1. Department: Show name of department or organization unit requesting this Appropriation Adjustment. 2. Name Object of .Expense: Show expenditure sub-object account to be adjusted, e.g., Office Expense, Communication, etc, Also show the amount in even dollars that each account is to be increased or (decreased). If this adjustment affects Fixed Asset equipment items list the items showing quantity, description, and dollar amount. Also, show the Equipment Item No. if this adjustment affects a Fixed Asset item that has already been approved by the Board of Supervisors. For new Plant Acquisitions, leave the sub- object blank. 3. Explanation of request: Explain why the adjustment is necessary in enough detail to enable the County Administrator to justify the request to the Board of Supervisors. h. Signature, Title and Date: Sign, show title and date. C. Send the original and other requested copies to the County Auclitor- Controller's office for processing. _ M1 t. • COWTRA COSTA COUNTY • APPROPRIATION ADJUSTMENT T/C 2 7 I DEPARTMENT OR ORCANIZATION UNIT. ACCOUNT CHIN 0540 Medical Services GRCAN12ATION SUB-OBJECT 2. FIXED ASSET <DECREASE> INCREASE OBJECT OF EXPENSE ON FIXED ASSET ITEM N0. DUANTITY 6979 4954 Defibrillator Tester p/3�/ 1 $ 416.00 6979 4954 Defibrillator 0071 I $ 416.00 I I ( };i y APPROVED 3. EXPLANATION OF REQUEST AUDITOR-CONTROLLER To provide funds for purchase of a defibrillator - S/t /7 for use in Central Supply. By: _ Date COUNTY ADMINISTRATOR By: SDate 4AY/ - _ 1978 BOARD OF SUPERVISORS SuFerntsur>NLIiI7 YES : Schroder,BovScs.,Hasseltme NO: None V v On M AY 9/ 1 8 Assistant R. CLS N, CLERtC�I 4. Medical Director 4 /20/78 AT XfFD. TITLE DATE 9y: _==1 APPROPRIA;IoN A P00 �i JL5 1DJ JOURNAL NO. Robbi�/ utierrez (k !29 Rev '/TT} I SEE INSTRUCTIONS CN REVERSE 91DE INSTRUCT-IONS NOTE: FORMS ARE AVAIT ABLE FROM U'34TRLL SERVICE OFFICE A. Prepare Appropriation Adjustments, Form M 129, in quadruplicate plus any internal copies desired. If more than one department or district is concerned, prepare an additional copy for each additional department or district concerned. B. Complete all four parts of the form as follows: 1. Department: Show name of department or organization unit requesting this Appropriation Adjustment. 2. Name Object of Expense: Show expenditure sub-object account to be adjusted, e.g., Office Expense, Communication, etc. Also show the amount in even dollars that each account is to be increased or (decreased). If this adjustment affects Fixed Asset equipment items list the items showing quantity, description, and dollar amount. Also, show the Equipment Item No. if this adjustment affects a Fixed Asset ite.a that has already been approved by the Board of Supervisors. For new Plant Acquisitions, leave the sub- object blsnk. 3. Explanation of Request: Explain why the adjustment is necessary in enough detail to enable the County Administrator to justify the request to the Board of Supervisors. 4. Signature, Title and Late: Sign, show title and date. C. Send the original and ether requested copies to the County Auditor- Controller's office for processing. ,r • CONT** COSTA COUNTY 0 APPROPRIAYION ADJUSTMENT T/C. 2 T RECENEE) ACCOUNT CODING I. DEPARTMENT OR ONCANIZATION #IIT: Com111un1 ty Services (DEO) APR 28 2 17 PH '78 019ANIZATIII SUB-OBJECT 2. FIXED ASSETWA'&fYA UCUM10CREASE OBJECT OF EXPENSE OR FIXED ASSET ITEM 10. OYANTITT D 0-7-CJI RO ER GEF1 - 1426 4951 Desk with typing stand 0002 X 65 1426 4951 Typewriter, electric 0003 41 1426 2100 Office expense 24 f�i;l: Li Ccu:." ,.....: cr. APPROVED ✓ 3. EXPLANATION OF REQUEST AUDITOR-CONTROLLER Ref- APOO 5329; Date �a�' To adjust amounts appropriated to fixed asset items and add sufficient funds to cover purchase COUNTY ADMINISTRATOR requisition amounts after provision for lock on 4 By: 1' Dat A� �Q q78 desk and Spanish typing features on typewriter. JO BOARD OF SUPERVISORS Sup r%�-rs Kenrn.Fandtti YES: Schrudrr.Buggn,.Hisselaw NO: Nane A AY/J / 19on J.R. OLSSON, CLERK 4. Bea Goff Acting Director, OEO 4/7//78 814NATURE TITLE DATE By: Cts APPROPRIATION A P00.06'/ Robbie C:ut errez ADJ. JONRIAL 10. 0 (Y 129 Rev. 7/T1) SEE INSTRUCTION* ON REVERSE SIDE INSTRUCTIONS NOTE: FORMS ARE AVAILABLE FROM CENTRAL SERVICE OFFICE A. :Prepare Appropriation Adjustments, Fors M 129, in quadruplicate plus any internal copies desired. If more than one department or district is concerned, prepare an additional copy for each additional department or district concerned. B. Complete all four parts of the form as follows: 1. Department: Show naive of department or organization unit requesting this Appropriation Adjustment. 2. Name Object of Expense: Show expenditure sub-object account to be adjusted, e.g., Office Expense, Communication, etc. Also show the amount in even dollars that each account is to be increased or (decreased). If this adjustment affects Fixed Asset equipment items list the iteas showing quantity, description, and dollar amount. Also, show the Equipment Item No. if this adjustment affects a Fixed Asset item that has already been approved by the Board of Supervisors. For new Plant Acquisitions, leave the sub- object blank. 3. Explanation of Request: Explain why the adjustment is necessary in enough detail to enable the County Administrator to justify the request to the Board of Supervisors. 4. Signature, Title and Date: Sign, show title and date. C. Send the original and other requested copies to the County Auditor- Controller's office for processing. _ • CONTRA dOSTA COUNTY • APPROPRIATION ADJUSTMENT T/C 27 ACCOUNT CODING I. OErA1TNEIT OR ORGANIZATION INIT: Community Services (OEO) , Ener��yc 09p ervaUo ' Id Org. 1418 DROR- C�gr� c ORGAIIZATIII SU1-OBJECT 2. FIXED ASSET <,bECREASQ ERI BASE OBJECT OF EXPENSE DA FIXED ASSET ITEE It. IUANTITT 1418 4951 Desk (60 X 30) 0003 ,2' 61 1418 2479 Other Special Dept. Expense 61 �as,a C APPROVED 3. EXPLANATION OF REOUEST AUDITOR-CONTROLLER i s/-217g To cover price increase and provision of lock on By _ Dot. desk. COUNTY ADMINISTRATOR i Q By, ti_ Z'�,I ti�s z Date Mg�Y/- 178 BOARD OF SUPERVISORS Kvnny.Fah,4cn YES: �ihn tr.E ,�gctis.H�sxitinc �1 !r N0: N. ne J.R. OLSSON, CLERIC- 4. Bea GoffActing ni r-ortnir, OF 4/217 /72 [I�NATYA[ TITL[ OAT[ `` R^bb;c G 'Wfr?7 ADJ. J1111AL 10. (N 129 Ray. T/77) SEE INSTRUCTIONS ON REVERSE SIDE INSTRUCTIONS NOTE: FORMS ARE AVAILABLE FROM CENTRAL SERVICE OFFICE A. Prepare Appropriation Adjustments, Form M 129, in quadruplicate plus any internal copies desired. If more than one department or district is concerned, prepare an additional copy for each additional department or district concerned. B. Complete all four parts of the form as follows: 1. Department: Show name of department or organization unit requesting this Appropriation Adjustment. 2. Name Object of Expense: Show expenditure sub-object account to be adjusted, e.g., Office Expense, Communication, etc. Also show the amount in even dollars that each account is to be increased or (decreased). If this adjustment affects Fined Asset equipment items list the iters showing quantity, description, and dollar amunt. Also, show the Equipment Item No. if this adjustment affects a Fixed Asset item that has already been approved by the Board of Supervisors. For new Plant Acquisitions, leave the sub- object blank. 3. Explanation of Request: Explain why the adjustment is necessary in enough detail to enable the County Administrator to justify the request to the Board of Supervisors. 4. Signature, Title and Date: Sign, show title and date. C. Send the original and other requested copies to the County Auditor- Controller's office for processing. .w , • CONTRA COSTA COUNTY • APPRGPRIATiON ADJUSTMENT O� T/C 27 RECEIVED ACCOUNT CODING I. DEPARTMENT OR ORGANIZATION UNIT: LIBRARY R ORGANIZATION SUB-OBJECT 2. FIX ED SP1 INCREASE OBJECT OF EXPENSE OR FIXED ASSET ITEM NO. QUANTITY 3720 2281 Mtce Building & Improvements $ 32,800 3720 2282 Grounds Maintenance 71 ,500 3720 2283 Building Dept. Building Repairs 70,000 3720 2170 Household 164,100 3700 2170 Household $ 91000 3710 2170 Household 600 3700 2262 Occupancy Cost 5,x.00 —4,609 3720 2262 Occupancy Cost -32266-- 33�oov 7;, 0 10/ 1 / f'CF �1, S4a �- r�5 3 � APPROVED 3. EXPLANATION OF REQUEST AUDITOR-COC"'eNTROL ER Adjustments to various accounts necessitated by change By: Dote in Public Works new accounting system. COUNTY ADMI ISTRATOR By: Dote M�AYi - 1978 BOARD OF SUPERVISORS Supm•isors Denny.Fahcc-t, 0004A..;���� YES: Schroder.Bo&qess,Hassdtine . No: None MA Y9/ 19'8 on. Administrative Services Officer 4/17/7 J.R. OLSSDN, CLER �� 4. //// IOMATURE TITLE �7 DAT[ gy: /I /- APPROPRIATION A POO 3��1/ Robbie r ierreZ / ADJ. JOURNAL NO. (M 129 Rov- 7/717 (� SEE INSTRUCTIONS ON REVERSE SIDE INSTRUCTIONS NOTE: FORMS ARE AVAILABLE FROM CENTRAL SERVICE OFFICE L. Prepare Appropriation Adjustments, Form M 129, in quadruplicate plus any internal copies desired. If more than one department or district is concerned, prepare an additional copy for each additional department or district concerned. B. Complete all four parts of the form as follows: 1. Department: Show name of department or organization unit requesting this Appropriation AdJustment. 2. Name Object of E_,m9nse: Show expenditure sub--object account to be adjusted, e.g., Office Expense, Comrsanication, etc. Also show the amount in even dollars that each account is to be increased or (decreased). If this adjustment affects Fixed Asset equipment items list the items showing quantity, description, and dollar amount. Also, show the Equipment item No. if this adjustment affects a Fixed Asset item that has already been approved by the Board of Supervisors. For new Plant Acquisitions, leave the sub- object blank. 3. Explanation of Request: Explain why the adjustment is necessary in enough detail to enable the County Administrator to justify the request to the Board of Supervisors. h. Signature, Title and Bate: Sign, show title and date. C. Send the original and other requested copies to the County Auditor- -Controller's office for processing. l CONTRA COSTA COUNTY APPROPRIATIQN ADJUSTMENT T/C 2 7 I. DEPARTMENT OR ORCAWATIOM UIIIT��// /s 6 f/.� 4DTL�T/ON /Si:Q/Cf ACCOUNT CODINC HAY Z ,, 30 ORLAN12ATION SUE-OBJECT 2. FIXED ASSET <DECREASE> INCREASE OBJECT OF EXPENSE oN FIXED AS5EtTrI,R- -�`-TA LC�'Tti N0. 1QUANTITY 7003 22S1 Mntn Bldgs & Improvement 4,000.00 7003 4693 For Bldg Improvement 4,000,00 Co-iia Cosa COU- CEM- Y97 onnCEM- 19/ Qifice O CGJ`:Tj i;�liT?it�iSrC t.Or PPROVED 3. EXPLANATION OF REQUEST AUDITO /� R(OeL -R-_.- � If z To transfer appropriation of building alteration to By: Dote / / maintenance and improvement of building to cover over- drawn expenditures for 1,074 and the balance for further COUNTY ADh1INISTRATOR anticipated various imprcvements on building. By: �QEDoteMAY/— 1978 BOARD OF SUPERVISORS Supen kors Kenny.Fanden YES : Schroder.Bo g; s.Hasxlup0 ne `Y _!(� � `j[1�1�V 1I NO: Nvne /1 r SAY /9 / 197 J.P. OLSSON, CLER ' �U I � / ( / MAS nE 17LE DATE B y: ��c !,�• / AFIPRIWON ri Robb e utferrez �C! :DURxAI N0. (K. 129 Rbv 7,177) SEE INSTPUCTICNS C.I. REVERSE SIDE IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA AS EX OFFICIO THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT In the Matter of Approving Plans and Specifications for Grayson Creek Improvements, Phase I, Pleasant Hill ) RESOLUTION NO. 78/ 420 Area, Flood Control Zone 3B Project No. 7520-8535-76-A WHEREAS Plans and Specifications for the construction of approximately 1650 linear feet of reinforced concrete channel and box culvert improvements from the vicinity of Moiso Lane to Boyd Road in the Pleasant Hili area have been filed with the Board this day by the Public Works Director; and WHEREAS the Board, as ex officio the Board of Supervisors of Contra Costa County Flood Control and Water Conservation District has approved the Grayson Creek East Branch East Fork project Environmental Impact Report; and WHEREAS the City of Pleasant Hill has found the project in conformance with their General Plan; and WHEREAS the general prevailing rates of wages, which shall be the minimum rates paid on this project, have been approved by this Board; and IT IS BY THE BOARD RESOLVED that said Plans and Specifications are hereby APPROVED. Bids for this work will be received on June 8, 1978 at 2:00 p.m. , and the Clerk of this Board is directed to publish Notice to Contractors in the manner and for the time required by law, inviting bids for said work, said Notice to be published in the Contra Costa Times. PASSED AND ADOPTED by the Board on May 9, 1978. Originator: Public Works Department Flood Control Planning & Design cc: Public Works Director Flood Control County Administrator County Auditor-Controller ,7 (XM4 RESOLUTION NO. 78/420 GRAYSON CREEK (EAST BRANCri) PROJECT vC. 7520-3535-76—A CONTRA COSTA COUNTY FLOOD CONTROL AND WATER C0iNSERVATION Ci5TRICT 255 GLACIER DRIVE, aiARTINEl. CAL:.FORMA 94553 NOTICE TO CONTRACTORS NOTICE IS HEREBY G:VEN UY CRCER OF THE BOARD JF SUPERVISORS OF CONTRA COSTA CQUNTY , AS EX OFFICIO THE BOARD CF SUPERVISORS OF THE CONTRA COSTA COUNTY FLOOD CONTRUL A::D WATER C;,NSERVAT ION D I STR ICT o THAT THE PUaLiC 'WORKS DIRECTOR WILL RECEIVE SIDS UNTIL 2 O'CLOCK P.,M. ON JUNE 3 . IS73 . FOR THE FURNISHING OF ALL LABOR , MATERIALS, EQUIPMENT. TRANSPCR— TATION AND SERVICES FOR. GRAYSON CREEK .:-t.PROvEME.%TS—PHASE I ( EAST BRANC!-i OF T:iL LAST FORK) THE PROJECT IS LOCA7ED IN GRAYSON CREEK BETWEEN `MOISO LANE AND �30YD ROAD. i N THE PLEASANT HIL= AREA THE 'WORK SHALL RE JUNE jN ACCURDANC_ '.ti [i'H OFF IC IAL PLANS AND SPECIFICATIONS PREPARED IN REFZRENCE THERETO. BIDS ARE , ECU IREO FOR THE _NT I RE WORK DESCR I6tD HtRE IN. ENGINEERS ESTIMATE ITEM E5TIMATED UNIT OF mo. QUAN71TY MEASURE ITEM 1 LS moB[LIZATION 2 LS SIGNING AND TRAFFIC CONTROL 3 (F) 215 CY REMOVE CONCRETE t► LS RELOCATE BIKE RACKS 5 LS RELOCATE FOOT BRIDGE 6 LS CLEARING AND GRUBBING 7 LS CONTROL OF "riATER 3 (F) 320 CY ROADWAY =XCAVAT:0N 4 (F) 5.220 CY STRUCTURE EX-__V=.TIC:; t :%CL':CES R=.a=- 10 (F) I .400 CY ST- 7uRE SACKF:LL F I L E D I I t=) 1 ,425 CY CLASS 2 AGGRL'.'A TEE MAY cl X978 12 (F) 2 .060 -Y =IL7=—R %-;A7ERI.-L J. R. OLSSON i� � CLERK BOARD Of SUPERVISORS 13 855 Tv 'LASS 2 AGGRaGATE BASE C NT A B u N - i ON� Micro.ilt-,j- Order • NOTICE TO CONTRACTORS (CONT. ) TE;., ESTI::ATED U•)I T OF NO. OUAo�T I TY ,MEASURE I TE.i 14 248 TON ASPHALT CONCRETE (TYPE B) 15 7 _A MINOR STRUCTURE 16 (F) 1,695 CY STRUCTURE CONCRETE—CHANNEL 17 (F) iia CY STRUCTURE CONCRETE-80X CULVERT 18 (F) 307.000 L8 BAR REINFORCING STEEL 19 (F) 4. CY CONCRETE BLOCK WALL 20 10 LF 4—INCH SIDE DRAIN 21 5 LF .3—INCH SIDE DRAIN .T T. 22 14 LF 10-INCH SIDE GRAIN 23 18 LF 12—INCH SIDE DRAIN 24 6 LF 15—INCH SIDE DRAIN 25 LS RELOCATE 5-INCH ACP WATER LIP:E. CONTINGE:(r SUM•PAID AS EARNED 25 1.375 LF 6-INCH PERFORATED ASBESTUS CE��EA(T PIPE 27 1 +520 LF 18—INCH .ASBESTOS CEMENT PIPE 28 18 LF 12—INCH BITUMINOUS COATED COKRUGATEV METAL PIPE 29 18 LF 48-INCH BITUMINOUS COATED CORRUGATED METAL PIPE 30 1.140 LF TEMPORARY FENCE 31 3.070 LF CHAIN LINK FENCE ( TYPE CL-6) 32 LS 16' C4AIN LINK GATE ( TYPE CL-6) 33 1 EA 18-INCH FLAPGATE (FLAT BACK) k.. F r. NOTICE TO CONTRACTORS (CONT. ) EACH PROPOSAL IS TO BE IN ACCORDANCE WITH THE PLANS. A{NI' SPEC!--- FI CAT I OPTS ON FILE AT THE OFFICE OF THE CLERK OF THE HOARD OF SUPER '.ISORSs ROOM ln3s COUNTY AD,MINISTRATI3N BUILD;t:Gs 651 PINE STREET* .TART I NEZ s CALIF ORN i A., THE PLANS AND SPEC I F I CA T I ONS MAY BE EXA"V IINED AT THE UFF I CE OF THE CLERK OF THE 2OARD OF SUPERVIASURS JR AT THE CONTRA COSTA COUNTY FL�UD CONTROL DISTRICT OFFICES 255 GLACIER DRIVES MARTINEZv CAL.IFURNIA 94553. PLANS AND SPECIFICATIONS ( LUT INCLUCING STATE STA,NUARC SPECIFICATI(jNS C'R -ITHER DOCUMENTS INCLUIEI; BY REFERENCE) AND PROPOSAL FORMS s PAY BE ;;t3TA IivtD BY PROSPECTIVE BIDDERS AT THE CONTRA COSTA COUNTY FLOOD CONTROL. DISTRICT OFFICE# 255 GLACIER DRIVE* MARTINEZ* CALIFORNIA 945539 JPUN PAYMENT OF A- PRINTING AND SERVICE CHARGE IN THE AMOUNT OF NINE AND 5/1-00 UOLLARS. (59.C5 ) (SALES TAX INCLUDED) WHICH AMOUNT SHALL ?.::T BE REFUNDABLE- CHECKS SHALL 9E "A:E PAYABLE TO 'T 4E COUNTY OF CfjNTRA COSTA' s AND SHALL 3t MA IL"D TO CONTRA COSTA COUNTY FLOOD CONTROL DiSTnICT ;;FFICc. 255 GLACIER DRIVES MARTINEZs CALIFORNIA 94553. EACH SID SHALL BE :-,-ADE ON A PROPOSAL FORM TC BE GSTAIN'ED AT THE CONTRA COSTA COUNTY FLOOD CL:*:TROL DISTRICT CFF ICE s 255 GLACIER `?RIVES : ARTI-(EZ9 CALIFORNIA 94553. SIDS ARE REQUIRED FUR THE. tNTIrRE. ?CRK DESCR I£'ED HERE I=N s AND NEITHER PARTIAL NOR CONT I N3LINT BIDS WILL 8c CONSIDERFD. A DROPOSAL GUARAMTY IN THE A.40UNT OF TEN ( 10) PERCENT OF A,MOUN, 310 SHALL ACCO.APANY THE PROPOSAL.- THE PRCPOSAL GUARANTY MAY BE IN THE F(jRm OF A CASHIER'S CHLCKs CERTIFIED CHECK CR BIDDER'S HOND, *4ADE. PAYABLE TO THE ORDER OF 'CONTRA COSTA CUU,NTY FLUUD CUNTRvL ANO wATEit C'OINSE'RVAT1::,v DISTRICT' . THE ASOVE---,ENTIONEED SECURITY SHALL 3E GEVE,. AS A WAKANTtE THAT THE BIDDER WILL EMTER INTO A CCX T RACT IF AWARDED THE 'IIURK s AND WILL BE FORFrITEC BY THE SIDuER AND RETAI LED BY THE COUNTY IF THE SUCCESSFUL BIDDER BIDDER RE=USE'S, NEGLECTS CR FAILS TO ENTER INTO SAIDCOl%TRACT UFC TU FURNISH THE NECESSARY 90NDS AFTER HE MG RECUE.STED TO DU SU 3Y THE UCAND OF SUPERVISORS CF CONTRA COSTA C:.' N T Y. END PROPOSALS SHALL BE SEALED AMD SHALL 9E SUBMI T T 3 TO THE PUBLIC 'WORKS D I RECTOR s 6TH =LOCR s COUNTY ACJ.,I,N I S TRA T I ON 3U I LU I idG s 651 P 1 i+E STRCEETs YARTINEZ9 CALIFJRNIAs ONOR BEFURE THE 2TH DAY CF JUNE s 197$s AT 2 O'CLOCK P.,M. AND : :LL BE OP_XE� IN PUBLIC AND AT THE TIME ✓U • IN Trl CJNFt:R t"= tiA OF TH_ PUBLIC -iORKS CEP,"RT^EN'T s 6 TE-: FLOCK r 40MINISTRATION BL:)' ?:EL S CALIFCRNIAs AN." THERE READ .XkD REC_R!*;ED. !NY a:D PRC;PirSALS AECEIVi.—i-it :,-TER THE Tl,-,E SPECIFIED I!\ ,HIS ,.C{ :CE BE RciIt;R%-Ec" Ut%% ;P=..X :� N — 3 e . NOTICE TO CONTRACTORS (CONT. ) �r ter_ THE SUCCESSFUL BIDDER WILL BE REQUIRED TO FURNISH A LABOR AND =MATERIALS BOND IN AN AMOUNT EQUAL TO FIFTY PERCENT OF THE CONTRACT PRICE AND A 'A I THFUL PERFORMANCE BOND IN AN AMOUNT' EQUAL TO CNE HUNDRED PERCE'T OF THE CONTRACT PRICES SAID BONDS TO BE SECURED FROM A SURETY COMPANY AUTHORIZED TO 00 BUSINESS IN THE STATE OF CALIFORNIA. BIDDERS ARE HEREBY NOTIFIED THAT PURSUANT TO SECTION 1773 OF THE LABOR CCDE CF THE STATE OF CALIFORNIA, OR LOCAL LAW APPLICABLE THERETO, THE SAID BOARD HAS ASCERTAINED THE GENERAL PREVAILING; RATE OF PER DIENM !MAGES AND RATES FOR LEGAL HOLIDAYS AND OVERTIME 'WORK IN THE, LOCALITY IN WHICH THIS 'WORK IS TO BE PERFORMED FOR EACH TYPE OF WORKMAN OR MECHANIC REQUIRED TO EXECUTE THE CONTRACT �vHICH WILL BE AWARDED TO THE SUCCESSFUL BIDDER. THE PREVAILING RATE OF PER DIEM MAGES IS ON FILE ' WITH THE CLERK OF THE BOARD OF SUPERvIS(JRSs AND IS INCORPORATED HEREIN RY REFERENCE THERETOv THE SAME AS IF SET FORTH IN- FULL HEREINr FOR ANY CLASSIFICATION NOT INCLUDED IN THE LIST. THE .MINIMUM !MAGE SHALL BE THE GENERAL PREVAILING RATE FOR THE COUNTY,. THE SAID BOARD RESERVES THE RIGHT TO REJECT ANY AND ALL BIDS OR ANY PORTION OF ANY BID AND/OR 'NAIVE ANY IRREGULARITY IN ANY BID, RECEIVED.. BY ORDER OF THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNrYv AS EX OFFICIO THE BOARD OF SUPERVISORS OF THE CONTRA COSTA COUNTY FLOOD CONTROL AND 'NATER CONSERVATION DISTRICT J.R.. OLSSON COUNTY CLERK ADVO EX-OFFICIO CLERK OF THE BOARD OF SUPERVISORS: BY DEPUTY DATED— MAY 9 �$;$ PUBLICATION DATES- ------------------- — ----- 4 V d 00048 — GRAYSON -CREEK (EAST BRANCH) PROJECT NO 7520-8535-76—A" BIDS DUE JUNE 89 1978 AT 2 O'CLOCK P.tl.. 6TH FLOORS COUNTY ADMI1NISTRATION BUILDING+ 651 PINE STREET,, MARTINEZ. CALIFORNIA 94553 TO THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY AS EX OFFICIO THE BOARD OF SUPERVISORS OF THE CONTRA COSTA COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT MARTINEZ: CALIFORNIA F ', L E Di P R 0 P 0 S A L MAY 9 1978 J. R..OLSSON CLERK.BOARD OF SUPERVISORS C A CO. F 0 4 ..Do GRAYSON CREEK IMPROVEMENTS—PHASE I (EAST BRANCH OF THE EAST FORK) NAME OF BIDDER BUSIINESS ADDRESS PLACE OF RES I DEivCE TO THE BOARD OF SUPERVISORS OF C"UTRA COSTA COUNTY AS EX CFF I C I O i+E j :af10 :+F SUPE.`:ISORS CF THE :..TRA COSTA CUUwTY FLUvD CUNTRJL Ai3C THE UND:RS i(3;.ED"i AS BIDDER , DECLARES THAT THE ONLY PERSONS OR PARTES INTERESTED IN THIS PROPOSAL AS PRINCIPALS ARE THOSE NAMED HERtIN THAT THIS Pi2GPOSAL IS '!AOE WITHOUT COLLUSION WITH ANY OTHER PERSON . FIRM OR CORPORATION— THAT HE HAS CAREFULLY EXAMINED THE LOCAT ICD! OF THE -PRO— POSED ROPOSED '*CRK 9 PLANS AND SPEC I F I CAT I CNS— AVID !,E PROPOSES AND AGREES + IF THIS PROPOSAL IS ACCEPTED v THAT HE WILL CONTRACT WITH THE CONTRA COSTA COUNTY FLOOD CONTROL AND `rIATE1R COINSERVATICN DISTRICT TO PROVIDE ALL NECESSARY • ACH I VERY s T DOLS 9 APPARATUS A:40 OTHER MEANS OF C'_NSTRUCT I N r Alva; TO 00 ALL T'-'= WORK AND FURNISH ALL THE WATERIALS SPECIFIED IN THE CCINTRACT , INi T.—E YANNER AND TI,'E PRESCRIBE^. AND ACCCROING '07HE RECUTAE-XEINTS CF THE ENG— i NE ER MS -2 C'I ti SET FORT"• A.%L) THAT HE 'F ILL T. = inti FULL PAY:�E�NT T HE�R-FU A:. A CU.-NT SASED 0., TLE U-N I T PRICES SP=C I=I cD VAR I%- SUS �F riCRK s T!-:c TOTAL v.%LUc' C- SAID 'AOR< S EST i:!ATE'J :iE�tE::� BEIi.G S -- ( INSERT TOTAL! OHS A'40 THE ;tOLLO:v I NG BEING THE UNIT PRICES SID, TU :v I T— P — 1 t.1:u Of iimed with board o.der PRC 0SAL (CvNT a ) ;PR ICE NCT TO EXCEED THREE (3 ) DECIMALS) 1 T V-I TCT:.L ITE`-+ ESTI AT• -D 1,011iIT CF PRICE( IN ( IN ':C. CUANTITY MEASURE ITEM FIGURES) FISURES) �N�-�-�------N---M--M--NN--NN--N�---N-�-�---N------M--�-�-W��--N -LS .P10BILIZATI00?. N---N-------N------------ --N---N-N----N�-�NNNN 2 LS S I GN I:G AIN; TRAFFIC CONTRCL - -------- --------------------- ---------��--N-N 115 Cy REMOVE CCOINCRETE (F) +------�-----------�------------- Y----�--MND-NNN-N--�--�-N�N��-�-�� 4 LS RELOCATE BIKE RACKS LS REL:CATE FCCT BRIDGE S LS CLEA R I:G A.%D GRUBB I::S �-----------�--N-•-----M-N----N-----N--M LS `%'ON TRC.. -%0F WATER �-----N---M-- ------MN-N--N--�-N---M---N-�-NY-+- �N-�NN� 3 320 %.y ROADWAY E CA"'•T ICN ------------------- ---------•-------NN--N--N----N-N--N-NN--NN-M�---- a •223 CY = ) TRESUCH S�IC.Z ING) -----------------------------------------N-- ----NN-----N-M-----N- ----- 11 1 +4,25 . CY CLASS 2 AGGREGATE SUISSA E -------------------------------------------------- NN-N-----------N-N--- L Z f.i Ov �Y F FILTER ------------------------------------------------------------ ---- -------------------------------------------- P - 2 ob" PRv10�+ A t`C.N� oC ••n TO C• CEED 3 ✓EC LS i n nS,L �n.�r. J ,PRI�� ...,T �v �X���.. ThIFZEE t ) ^cr;�tiA ---------------------------------------------NMNM_-------r--------r--------- I TEM TOTAL ITC-4 rSTi;: .Tf fr : E :IT OF PRICEI ::`: ti*•: N^^. 'T i TY "EASURE I TE!. F 1GuRES i F NiuRmS i ------------------ --------NN---__NNN---_N__-M-NN_N_-_M_---___-___--- 1» 248 ASPHALT -CN -RETE (TYPE Ol -----N-_NN_______N--_--_-_-- M- E:. MINOR STRUCTURE • 6 • w R .ter. E ZNIC c ••.,. sJ l +b� t.Y STntrt.I vR.. �v�."RETE—Cri.." EL tFi ------------------- 13Y $t RUIC ..RE idl.�RET.E-8CWX CULVER f = i ------------------.�NNN-N---NNN-__-N_-N-_NNMN----N-N-N_N-___-N_ 3079000 L3 BAR RE I11FCRC I NG STEEL t= 1 NMN-_-NN- i 7 4 CY CNOONCRE T E 3LCOCK 4ALL 23 10 LF —I AiCFi S I OE CRA I V -NN N__NNN-__NN___NN__-NNN_NNNN_NNM-N-NNNNN_�__N 6 LF 3-91:'CH S I uE CORA I N ------------------------------------------ LF Iiy +CCE __------------NN_N N---N_------ �R:.I�� ----------------------------------------------------------_--__------_------- -3 10 LF 1?—lU`!t SavesIDE uRniii ------------------------------------- -------NMN_ ----------------------_ �» 6 LF 15—INCH SiCC DRAIN' --------------------------------------------------------------------- 2' LS RELOCATE 6—I Lj%'.H ACP n:•T LI•.E • 52000.00 52000.00 .. AS cz.R%rm 375 L= b—I• .. 7 .:ori a_.'% w .• . c� ..5.._S:..S %EJ•._..t P:PE -------------------------------------------- -_-_ --M_--N-____N---_--- _ 3 00051 PRCPOSAL f.CON'T. ) (PRICE UT TO EXCEED THREE (3 ) DSC IMAL5) I TE.f TOTAL LTE=: LSTI=PA.7ED UNIT OF PRICE( I?. ( IN X30. QUANTITY •'jEASURE ITEC: FIGURES) FNJURES ) ------ 27 ---27 19520 LF 18—INC-H ASBESTOS CEjlE&.T PIPE ----------------------------- i3 18 LF 12—INCH BITUMINOUS C A7E_D CORRUGATED, PNET^L PIPE 2 18 LF 4E—I��:CH I3ITUF:IlL'%.0 COATE(`. CORRUGATED FETAL PIPE n 1 : Tr n ENC-c" 3 � i • I1►v L. c�PvRr,rZY ���,��. --------------------------------- --- ------ - --- 3: 3 +070 LF CHAIN LINK FENCE ( TYPE CL-6 ) -- 32- LS i6CFiA 1: LI K TATE { TYPE CL-6 ) ----- ----- ------ --- ----- ------- 33 33 '-A T= (FLAT 3AC.K 1 E,. 18-I,...N A?.,., .. ------------------ ---------------•�— ---------� _--_T— —__—T—_— ��� **C, PL EASE SHOW TOT'L PAGE P-1 T CT„L ------ -- - ------------ 000521 . P PiROP 05 L (Cvi:4T. It N CASE OF A D I SCREPA ICY BETWEEN U%I T PR I CES AND TOTALS f THE UNIT tnICES SHALL PRE`AIL. IT IS ::NCERSTOU^ AMD AGREEe THAT THE GUANT I T I ES OF wORK UXDtK EACH ITEMS ARE APPROXIMATE ONLY * BEING GIVEN FOR A BASIS OF COMPAR I SU:v, OF PROPOSAL+ AND THE RIGHT IS RESERVED TO THE CoiNTY TO INCREASE OR Us* CREASE THE 044MUUNT JF 40RK UNUErR ANY I TEAM AS MAY BE REOU I RED f I;v `ACCvRi.- ANCE WITH PROVISIONS SET FORTH 1;4 THE SPECIFICATIONS FUR THIS YROjECT IT IS FURTHER UNDERS CTD AND ASREED THAT THE, TOTAL AMOUNT OFA mONEY SET FORTH FOR EACH ITEM OF WORK OR AS THE TOTAL, AMOUNT 61D FOR +u F PROJECT, D%^-:ES NOT CONSTITUTE AN AGREEPNEtXT. TO PAY A L'JiMP SUP, FOK THE WORK UNLESS IT SPECIFICALLY SO STATES. IT IS !4ERESY AGREED THAT THE ;;NDERS I G:dED f AS 5 I DDER 9 SHALL FURNISH =. LABOR AND MATERIALS BAND IM AN AMOUNT EQUAL Tu FIFTY PERCENT OF Tw'= TOTAL A.;OUNT OF THIS PROPOSAL AND A FAITHFUL PERFORMANCE !:3UND Tv Bt ONE HU%FRED PERCENT OF THE TOTAL .AMOUNT OF Tl-IS PROPOSAL, TO THE CU&TkA COSTA CUUN TY FLOOD CCNTROL AMU WATER CC:NSERVAT!O.i U I S Tkt I CT ANU AT +%O EX— jENSE TO SAID AGENCY f EXEC'JTEn- BY A RESPONSI=1LE SURETY ACCEPTABLE TO SAID AGENCY It THE EVEMT THAT THIS PROPOSAL IS MCC:?TED BY SAID CONTRA COSTA COUNTY FLOOD CCNTROL AND :�Ac'=R C)NSERVATION DISTRICT. I F THIS PROPOSAL SHALL RE ACCEPTED AVID T:iE UNDERSIGNED IGNED "SHALL A!L TO CONTRACT AS AFORESAID AND TO GIVE THE T:-O SONDS I+y THE SU'AS To =E DETERY:IrNED AS AFCRESALOf .iITi-: SURETY SATISFACTORY TO THE SUARD uF Si1PERV I Sv^RS f WITHIN SEVEN t 7 k DAYS, NOT INCLUDING S:,INDAYS f AFTER THE BIDDER JAS REC`!VED NOTICE FRUM THE EUARD LF SUPERVISOkS THAT THE CON- TRACT ACT I S READY FCR S IGNATURE f THE ?OARD OF SUrEi2V I SORS MAY , AT ITS ^PT I ON f DETERMINE THAT THE BIDDER. HAS ABANDONED THE ;COlirRACT f AND T�EREUPCM THIS PROPOSAL AND T=-+E ACCEPTANCE T HmREuF SHALL RE NULL AND V^ID AND THE FORFEITURE OF SUCH SECURITY ACCOIMPANY ING THIS PRUPOSAL.�SHALL OPEIATE a`ID THE SAME SHALL BE TETE PROPERTY OF THE CONTRA COSTA COUNTY FLOOD CONTROL AMD :vATER CONSERVATION DISTRICT. SU'ErnN T RACTS --- —------- THE CONTRACTOR AGTREES t BY SLS?.k I SS I ON OF THIS PkJ;PQSAL s TU CviN- =C RM TO T;-?E REQUIRE MEETS OF SEC=!OPS 4100 THROUGH 4IL3 OF Tit vG4'=Rj;:•lEi°+T CCf�-E PERTAINING TO SUSCO.-NlTRA TORs•i EXCEPT AS PROV:UE0 UNDER SECTICN 4130.5 . TPE SA4 E AS IF • ItvCORPIURATED FLR ALL TRAFFIC SIC-..AL %+ STPFET LIGHTING WORK9 A COAPLET E LIST OF SUSCONTRACTORS IS REf:U I READ ArsL) THE F I DnER WILL SE EXPECTED T,': PERFORM WITH HIS C;WN FvKCES ALL I TEAS •%F 4!ORK FOR WHICH NO SUBCONTRACTOR IS LISTED. THE FOLLOW I i G IS A COMPLETE LIST 3F IT=-,'--S !;`4VVLV I uu TRAFFIC . - SIGNAL .tND 'STP EE T LIGHTING AORK TO SE SUSCUiNT:RACTCD 'it; THIS PR--,JEl_-T. 1= A DOPT IC)N CF AUNY I T c•,p OF WORK IS DCNE GiY A SUBCO.�iTRACTIOR f THE VALUE OF THE , "•?ORK 50000NT?ACT=O W-ILL EE EASED LN . THE EST1,4AT_O COST QF _UC- PJRT IO . 7 —cCJ\T?ACT Ii f DETE:`+1!ZkCL3 �Y Ti—,E CUN— T?:,C T C.R v St3BJECT T" APPROVAL '3Y THE T+-c =S _I00E77 , .:ECL. ?E5 THAT Ht HAS +`10T ACCs?-= airy _iO{6, «'%Y ,` yT:R:.Ctuk Ok ;MICR �L i. TH;RL;UG�H Y EID 5L� CO r., :nd� :+rs THE IIY-LA'•:5f RULES OP 3EGULAT."O:,5 OF :s•tI'• . PK'..-=sSIT C:R Pri=V_�.T i`-:c CO=,- VAC T C'u *RO+•i CC 4S II:ER Il::J ANY RID i=RUM ANY SUSCC,­iTi?ACTv'ti vit MRTC IAL:i1Ai stj �I t'x i IS `;CT PPCCESSEU THPOU%Gii SAID ^tPOS i T3R Y , JR "hH I C i i':'il_vtt•. ;T AA%Y jt!�-C'v.'T?..CTJ? C;-%' ,i 'laTC iIAL.-•:Q%. F—C vM T. 1I+,4v TL :i.V C:J,v'bQ C Tvt " i:U'tr ` s Y i i wSE 7H=- FAC:LIT IES OF OR ACCEe T ...IDS FR%),- _-R T.";R;:UGH 5L:"Dt Cl D Ob n PROP05AL (CO(S)T. ) NO, ITEM SUBCONTRACT OR ADDRESS -- ------------------ ---- --- -- -------------- ------- - MN--N__ • --_-- --- _ - -- ---------------'-------- ---- ------- -----N-_ -_ -----_ ------- -.�Nw--_-s. .;CCOi=PM:;YIP;G THIS P^OPCSAL IS A PROPOSAL GUARANTY IN THE A •0(:;:T OF TE.. ( 101 PE:CENT OF ;C'U.:T S f0 -- --- ------ (Cn SHIEaR S CK, rC T rCI En r}1tr K nn1 3 I nn.� ♦S v03J ACCEPTABLE) PTA8LE lCE6. tL v TPE NAWES OF ALL PERSONS INTERESTED IN THE FORE(jOING PROPUSAt. AS PR I.NC I PALS ARE AS FvLLt:WS— PCRTA::T NCT I CE I F T,IE BIDDER OR OTHER INTERESTED PERSON: 1S A CIL;-FCPORAT 10 STATE LEGAL NAi•:E OF CORPORATION, ALSU iNAMES OF PRESIDENT * SECRETARY , TREASURER, ANLL) ;TANAGER THERE`JF*. IF A COPARTi3ERSHjP , STATE. TRUE NAME OF FIRM• IF BIDDER OR OTHER i;%TEREST_D PERSON IS AN IND I`d I DUAL, STATE r iRcT IND LAST %AME I^l FULL. :rG•. n TO nn r•n C• prn ��•r = 'C C«C 1-, I � L- I.-EI.SED I V D%0 V� J•�fJ�..P.T,•..�T :+L.. `LP•JJtJ 'vF .V:.r.K I1;'/JL ICU . IN i^E r-cv.1EL T s »`LvnvMN`_ r, t i'ri AN '•�. i PROVIDING FOR THE EG 15 TRA— T ST:<A— I :..:J OF Cvlr:Ri+CTvi<< , LiCi:i2$L. •.v. (CLASS- -- --- J1\JI`Ma '&�E OF E \VVC.� / PLACE OF RESft' ENICE ------ ----- ----- -- 0104' ? — 5 ccantrac•o-s' Certi=:catiers. ?:'.o= to the o-arc o= any under this invitation foz lids, ze;a=diess of tier, the prospe=t:ve sub- contrac ar zu-st execute anc s.:Wit to the '=tee Contractor the followLng car- =icat=on, _=rich '-rill be de=ed a p== of the resulting subcoatract: - ST3C,7N%,�;C 3S' C-2-11M=ICAMON that: -• , (subcc=z=acto=) ." S the � 11 -, listed � -�. ::t�•1GS tC e_.o Oy �n OLZ..?� stew CD 5�__CtiOa traae5 ..•2 its arc ur.de-T .he ,ribccn=mac= ?. (a) as o c7hase =_ades set =or=e in the preceding pa-ao apn one hereof =oz rich is el_ ble c.^-de= ?art : of these aid Coach==oas =oz partac=za_ion Jm Contra Casr..a21z:, i_ =i1: _ ca^ply -a.ta -=he- Contra . Ccsta ?Ian ,on this and all '=s zuza cons z= cion wo=k: in Cont:a Costa County sLbjsc , to Wiese aid Cond'_tions, osa _-.rades oe�ng: and/a= b-7 lid Ccndi_ o _—=z - - caWaiy :'_L:� ?a=t l: of these aid Ca:.ci=ie it adopts the �ni�-ai:.or^_=y.�aanove:-u_ij- -atinn- goo's a:.d -the spec:==- a====at:ve act-Lon ste?s -canzadned is said ?ar= := nn this and a_1 i-_ze c�as^scLion t:0an �.". vua,� ^ r ♦ i%. ec- me +_grip C -a Ccs to Cocns- sz.-. l__ , =o-t�_se . d Ccad+t�c::s;t�osa_ ..._.._s= :1_ cb tain_;r= eac =-o :cs_s.:bcDr. aczo=s=por__t.'�_ LIZ Z_ d- oi'a_T; SL'DCD�1tiZC�_`.5.^.G7�� - _ - - - •rer�u�-ea z, �hese'3id'-Conditions- = - � - _ _ ---_ (S-Q .a- .-fl Q. _ZL:t:O�--CC - ^-eSe^tnt� 'e Jt .-CQ�-) ze- Wes -a .a=c =,e cc..__ac_, nc Sa�- Oe-eXe:.:ted- ...tom_ ori zec =e7_�Se.':tG :eT_ CouaCle-- - : said _-=s - coon oi o�. :.�j jL­ cmaac t axec;lte^. R�':C�::. SIC.^. :man aDD:Oval Shp" ' be -7c-;`ed.- - - : Part -- Ca=t__.caticrs. i. 3'-dder5bidder will noc be eligible .or a.:ard of a ca trac= :ander _..:s :-,rica:ior. .Zr aids un- less such bidder has sc icted as a pa=r od its bid tae :olTowing ceztizi- cacion, -pica i_i be dee=ed a part o: cae rss.: _:wg contract. BIDDERS' C:3�':CA.ZCN ter�.�ies twat: (Bidder) 1. it :ncends to era:ov the dollawi:; listed const-ruction trades its warkunder the contract and 2. (a; as to _hose -ades se_- :.r_`: t = preceding para;--aha one aereoi .o- -;.ica -= is :rce= ?a=,: _ c. _-sse 3i . Cor. tiors :or parr:ci�aticz -.. :he Cont.a Ccs ?Izn, -= -z4l ' ccap'_y _:a -_ae Ccn-a CCsta 'Plan on this and 0-1 car's -atiom-•C tea- • CQc^'a Ccs a CCU,-IV,, —; "i - a scope •oma cc7erage o4 .,.dam Kan, ::QSe ades 7e-.;-: , a'2d�Cr Vic) as to =::os =radas c:. -.:_ :s-reccirad-b^ Wiese 3:3 rase =a=zC- a_ - :.at=ve�cicn =..:s anda:l .. VC ',.a VCs Vc ccu _T a IC�2�V uC �a.852 Ca .Z,-„-crzs, those trades. be-4 and -• �• -- ,.lrL C��a_r --..n Y �4� �_ --s �L el vr..rr--a��Ml—s �d• S�./V�— _V —.e _ can acr_.g or adzi::sze~:.,g a;enc;� _r_o= to the a,.:ard o- ar.;J subccn-ac- under chis cc=-.=act rhe s bco^.z_actc= ce=__=:carica rerS:irad by these Bid Ccrditions. (5i&-=a--.:.e Of aucho==ed =_prese_nzati•re o bidder) io 00056 Contra Costa County Flood Control and Water Conservation District, Zone 3B Project No. 7520-8535-76-A For Pre-Bid Information, Contract: Richard Chavez Contra Costa County Flood Control and Water Conservation District Phone (415) 372-4470 SPECIAL PROVISIONS FOR CONSTRUCTION OF GRAYSON CREEK IMPROVEMENTS-PHASE I (EAST BRANCH OF THE EAST FORK) IN PLEASANT HILL, CALIFORNIA VERNON L. CLINE, EX OFFICIO CHIEF ENGINEER F I L E D CONTRA COSTA COUNTY Y , LOOD CONTROL AND WATER CONSERVATION DISTRICT �`✓" ``� MARTINEZ, CA.LIFOPli-1; 0( i 1978 J. R. OLSSON MAY 9, 1978 CLERK BOARD Of SUPERVISORS CONT CQSTA O. 00057 Mcrofilm_-d with board order THIS SHEET IS FOR INFOR -.ATION PURPOSES AND SHALL NOT BE CONSIDERED A PART OF THE CONTRACT Your attention is directed to the requirements in Section E, "Bid Conditions- Affirmative Action Requirements, Equal Employment Opportunity. " This project is within the area covered by an Area Plan on Equal Employment Opportunity and the Contract contains a special section of bid conditions dealing with the implementation of that Plan. There are two methods of qualifying for contract award, one of which is described under Part 1 and the other under Part 11 of the specifications. We have received information that specific crafts , listed in Section E (1 ) "Area Affirmative Action Plan" of the special provisions, have been approved as partici- pating crafts for the Contra Costa Area Plan. QUALIFICATION UNDER PART 1 Any or all of the crafts listed in Section E (1 ) "Area Affirmative Action Plan" may be qualified under Part 1 . No contractor can qualify completely under Part 1 , but may qualify the listed crafts under Part 1 and must qualify all remaining crafts under Part II. QUALIFICATION UNDER PART II In connection with responsibilities assumed by contractors bidding on this project, your particular attention is tailed to Paragraphs 3-1 "Goals and Timetables ," and B-2 "Specific Affirmative Action Steps" of Section E (2) "Affirmative Action Requirement" of the Special Provisions. Particular attention also should be given to the sixth paragraph of Section E, Part III of the Special Provisions , which states "It shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority employees. " 0OQ0b -INFORMATI0N- r INDEX SECTION A - DESCRIPTION OF PROJECT PAGE 1. Location A-1 2. Description of :fork A-1 3. Contract Documents A-1 4. Beginning of Work, Time of Completion & Liquidated Damages A-1 5. Permits A-2 SECTION B - GENERAL PROVISIONS 1. Definitions and Terms B-1 2. General B-1 3. Proposal (Bid) Requirements and Conditions B-1 4. Award and Execution of the Contract B-3 5. Scope of Work B-3 6. Control of Work B-3 7. Control of Materials B-4 8. Legal Relations and Responsibility B-4 9. Prosecution and Progress B-7 10. Measurement and Payment B-8 SECTION C - FORCE ACCOUNT AND EQUIPMENT RENTAL 1. Definition C-1 2. Labor C-1 3. Equipment Rental C-1 SECTION D - CONSTRUCTION DETAILS 1. Fish and Wildlife Protection D-1 2. Lines and Grades 0-2 3. Construction Access to the Project Site D-3 4. Order of Work D-4 5. Materials D-4 6. Public Convenience, Public Safety, & Signing D-5 7. Cooperation D-7 8. Obstructions D-7 9. Measurement and Payment D-8' 10. Existing Facilities D-8 Wrap Steel .dater Line Modify Existina Fence Removing Concrete Relocate Bike Racks RelocaTe Fcottridge Relocate -Inch A.C.P. 'Mater Line Modify Existing Box Culvert- Modify ulvertModify Side Drains 0(09 1 � I N D E X (Continued) SECTION D - CONSTRUCTION DETAILS PAGE 11 . Clearing and Grubbing D-12 12. Control of Water D-12 13. Watering D-13 14. Earthwork D-13 15. Cleanup D-16 16. Aggregate Subbase D-16 17. Filter Material D-17 18. Aggregate Base D-17 19. Asphalt Concrete D-18 20. Concrete Structures D-19 Structure Concrete - Channel Structure Concrete - Box Culvert Minor Structures 21 . Reinforcement D-21 22. Alternate Pipe 0-22 23. Asbestos Cement Pipe D-22 24. Reinforced Concrete Pipe D-23 25. Corrugated Metal Pipe D-23 26. Fences 0-23 Temporary Fence Permanent Fence and Maintenance Ramp Gate 27. Weep Holes D-24 28. Flap Gate 0-24 SECTION E - BID CONDITIONS, AFFIRMATIVE ACTION REQUIREMENTS EQUAL EMPLOYMENT OPPORTUNITY E-1 STANDARD DRAWINGS INCLUDED !iN SPECIAL PROVISIONS B-50 CONCRETE COLLAR. CC-310 STANDARD FENCE CC-3010 COVER PLATE CC-3013 STANDARD TYPE "C" INLET CC-3040 BASIC STAKES & MARKS STATE BULLETIN 105 EXTRACT - TRENCH PROTECTION of l.) o SECTION A - DESCRIPTION OF PROJECT 1. LOCATION The project is located within Grayson Creek (East Branch, East Fork) in the Pleasant Hill area and extends from the vicinity of Moiso Lane to Boyd Road. 2. DESCRIPTION OF WORK The work consists of constructing approximately 1 ,500 feet of reinforced concrete channel , 50 feet of reinforced concrete double box culvert, including modifications to the box culvert, and such other items or details, not mentioned above, that are required by the Plans, Standard Specifications, or these special provisions to be performed, placed, constructed, or installed. 3. CONTRACT DOCUMENTS The work embraced herein shall conform to the Plans entitled, "Contra Costa County Flood Control and 'dater Conservation District Zone 3B Grayson Creek Improvements-Phase I (East Branch of the East Fork) ," the Standard Specifications of the State of California, Business and Transporta- tion Agency, Department or Transportation, dated January, 1978, insofar as the same may apply, these special provisions, the Notice to Contractors, the Proposal, the Contract, the two contract bonds required herein, any supplemental agreements amending or extending the work, working drawings or sketches clarifying or enlarging upon the work specified herein, and to pertinent portions of other documents included by reference thereto in these special provisions. 4. BEGINNING OF .•IORK, TIME OF COMPLETION & LIQUIDATED DAMAGES Attention is directed to the provisions in Section 8-1 .03, "Beginning of Work," Section 8-1 .06, "Time of Completion," and Section 8-1.07, "Liquidated Damages," of the Standard Specifications and these special provisions. The Contractor shall commence work upon receipt of directions to proceed as stated in the "Notice to Proceed" issued by the Public Works Department and shall complete the work within the allotted time of: 100 WORKING DAYS counting from and including the day stated as the st-arting dace in the "Notice to Proceed." A - 1 00061 r SECTION A - DESCRIPTION OF PROJECT 4. BEGINNING OF WORK, TIME OF COMPLETION & LIQUIDATED DAMAGES Continued The Contractor shall pay to the County of Contra Costa the sum of 5150 per day for each and every CALENDAR DAY of delay in finishing the work in excess of the number of working days prescribed above and authorized extension thereof. 5. PERMITS Gradin - The Contractor shall comply with the applicable provisions in the County Grading Ordinances (Title 7 - Division 716 of the Contra Costa County Ordinance Code) in the process of disposing of the excess material as fill on private property within the County. Full compensation for conforming to Permit requirements shall be considered as included in the price paid for the item in which the permit is required. A - 2 O OWJ� Revised 2-18-77 SECTION B - GENERAL PROVISIONS 1 . DEFINITIONS AND TERMS As used herein, unless the context otherwise requires, the following terms have the following meanings: a. AGENCY means the legal entity for which the work is being performed as indicated on the Notice to Contractors, Proposal and Special Provisions. b. BOARD OF SUPERVISORS means the governing body of the Agency. c. ENGINEER means the Contra Costa County Public !forks Director (Road Commissioner-Surveyor; ex officio Chief Engineer) , or his authorized agent acting within the scope of his authority, who is the Agency's representative for administra- tion of this contract. d. STANDARD SPECIFiCATIMS (S.S. ) means the Standard Specifications of the State of California, Business and transportation Agency, Department of Transporta- tion, (hereinafter sometimes referred to as S.S. ) , dated January, 1975. any reference therein to the State of California or a State agency, office or officer shall be interpreted to refer to the Agency, or its corresponding agency, office or officer acting under this contract. e. EQUIPMENT RENTAL RATES AND GENERAL PRE`IAILING MAGE RATES means the latest edition of the Equipment Rental Rates and General Prevailing :Nage Rates of the State of California, Business and Transportation Agency, Department of Transportation, adopted annually by the Board of Supervisors of Contra Costa County, and on file in the office of the Cleric of the Board of Supervisors. f.. OTHER PERTINENT DEFiNITIONS - See S.S. Section 1 . 2. GE'NERAL a. State Contract Act. Unless otherwise specified in Section A of these special provisions, or elsewhere by special order, the provisions of the State Contract Act (Government Code Section 14250 et seq.) shall not apply to this contract, and reference thereto in S.S. Sec. 1-1 .40 is hereby waived. b. Standard Specifications. The Standard Specifications (S.S. ) referred to above are by reference Bally incorporated herein, except to the extent that they are modified herein. 3. PROPOSAL (BID) REQUIRDiENTS AND CONDITIONS The provisions of S.S. Sec. 2 shall apply, except as modified herein. a. Examination of Plans, Soecifications, Contract and Site of Work S.S. 2-1 .03; S - 1 00063 SECTION 8 - GENERAL PROVISIONS 3. PROPOSAL (8I0) REQUIRE`1ENTS AND CONDITIONS (Cont.) Records of the Department referred to in the second paragraph of S.S. Sec. 2-1 .03 may be inspected in the office of the Public 'Works Director for the County of Contra Costa, Martinez, California. b. Proposal (Bid) Forms (S.S. 2-1 .05) (1 ) The provisions of S.S. Sec. 2-1 .05 concerning the pre- qualification of bidders as a condition to the furnishing of a proposal form by the Department shall not apply. (2) All proposals (bids) shall be made on forms to be obtained from the ofrice of the Public :corks Director, at the address indicated on the Special Provisions; no others will be accepted. (3) The requirements of the second paragraph in S.S. Sec. 2-1 .05 are superseded by the following: All proposals (bids) shall set forth for each item of work, in clearly legible figures, an item price and a total for t,ie item in the respec- tive spaces provided, and shall be signed by the bidder, who shall fill out all blanks in the proposal (bid) form as therein required. (4) The requirements of the last two paragraphs of S.S. Sec. 2-1 .05 shall not apply. c. Pr000sal (Bid) Guaranty (S.S. 2-1 .07) The requirements of S.S. Sec. 2-1 .07 are superseded by the follow- ing: (1 ) All proposals (bids) shall be presented under sealed cover. (2) Each proposal (bid) must be accompanied by a Proposal Guar- anty in an amount equal to at least 10 percent of the amount bid. Guaranty may be in the form of cash, certified check, cashier' s check, or bidder's bond payable to the specific .Agency. d. Comoetency of Bidders (S.S. 2-1 .11 ) , The requirements of S.S. Sec. 2-1 .11 shall not apply. Attention is directed to S.S. Sec. 7-1 .01E and the requirements of law referred to therein relating to the licensing of Contractors. All bidders .mus- be ro m-raczors holding a valid licerse -c :erfo- the required .pork as orovided by the 3usiness and Prof=essions Code, and .may be required to submi- ev4dence to :he .Agency as to tieir ability, financial respon- sibility, and experience, in order -o 5e eligible -or consideration of their proposal . 8 - 2 SECTION B - GENERAL PROVISIONS 4. A14ARD ANO EXECUTION OF THE CONTRACT (S.S. 3) The provisions of S.S. Sec. 3 shall apply, except as modified herein. a. Award of Contract (S.S. 3-1.01 ) As used in S.S. Sec. 3-1.01 "Director of Public Works" means the Board of Supervisors. b. Contract Bonds (S.S. 3-1 .02) The successful bidder shall furnish a Faithful Performance Bond in the amount of the total bid and a Labor and Materials Bond in an amount of at least fifty percent (50") of the total bid, each in the form approved by the Agency. c. Execution of Contract (S.S. 3-1 .03) Within seven (7) days after its submission to him, the successful bidder shall sign the contract and return it, together with (1 ) the contract bonds, and either (2-a) a certificate of consent to self-insure issued by the Director of Industrial Relations, or (2-b) a certificate of Workmen' s Compensation Insurance issued by an admitted insurer, or (2-c) an exact copy or duplicate thereof certified by the Director or the insurer. A sample copy of the Agreement (Contract) to be executed by the Contractor can be obtained from the County Public !Works Oepartment, at the address indicated on the Special Provisions. 5. SCOPE OF WORK (S.S, 4) The provisions of S.S. Sec. 4 shall apply, except as modified 'herein. in Iieu of the provisions in the third paragraph in Section 4-1 .035, "Increased or Decreased Quantities," of the Standard Specifications, the following shall apply: If the tonal pay quantity of any ,major item of work required under the contract varies from the quantity shown on the Proposal by more than 25 percent, in the absence of an executed contract change order specifying the compensation to be paid, the compensation payable to the Contractor will be determined in accordance with Sections 4-1 .038(1 ) , 4-1 .038(2) , or 4-1 .038(3) , as the case may be. A major item of work shall be construed to be any item, the total cost of which is equal to or greater than 10 percent of the total contract amount, computed on the basis of the Proposal quantity and the contract unit price. o. CONTROL OF :WORK (S.S. 5) The provisions of S.S. Sec. 5 snail apply. B - 3 000&5 SECTION B - GENERAL PROVISIONS 7. CONTROL OF MATERIALS (S.S. o') The provisions of S.S. Sec. 6 shall apply. 8. LEGAL RELATIONS AND RESPONSIBILITY (S.S. 7) The provisions of S.S. Sec. 7, except as modified by the agreement (Contract) or these special provisions, apply to this project. a. Insurance (1) The Contractor, before performing any work under the agreement, shall , at no expense to the Agency, obtain and maintain in force the following insurance: (a) 'Hith respect to the Contractor's operations: The Contractor shall provide a policy or policies of comprehensive liability insurance, including coverage for owned and non-awned automobiles, naming the County and its officers and employees as additional insureds, with a minimum com- bined single limit coverage of $500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. (b) With respect to Subcontractors' operations, Contractor shall procure or cause to be procured in their own behalf: A policy or policies of comprehensive liability insurance, including coverage for owned and non-owned automobiles, naminq the County and its officers and employees as additional insureds, with a minimum combined single limit coverage of $500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. (c) Without limitation as to generality of the Foregoing subdivisions (a) and (b) , a policy or policies of Public Liability and Property Oamage insurance in an amount not less than 55000,000, insuring the contractual liability of Contractor under the provisions of this Section as hereinafter stated. 7HE POLICY OR POLICIES, OR RIDER ATTACHED THERETO, SHALL NAME THE SPECIFIC AGENCY AS A NAMED INSURED. (2) Form, Term, Certificates (a) The insurance hereinabove specified shall be in form and placed with an insurance company or companies satisfactory to the County, and shall be kept in full Force and effect until completion to the satisfaction of and acceptance by Agency of all work to be performed by Contractor under the agreement. (5) -he Contractor sna l =urnish, or cause -o oe :o the Agency certific3t?(s) of insurance or cer:,fied c-pies 0' ::-e Coi;Ci25 07 insurance hereinbefore specified. Said certificate(s) shall provide for nat'lce of Canczli3_iCn to the Agency at least thirty (30; days prior to cancellation 0f the policy. 0066 6 - 4 SECTION B - GENERAL PROVISIONS 8. LEGAL RELATIONS AND RESPONSIBILITY (S.S. . 7) (Cont.) b. Public Safety The provisions of S.S. Sec. 7-1 .09 shall apply, except as modified under Section D - "Public Convenience, Public Safety and Signing" of these special provisions. Maintenance of all project signing, portable delineators, flashing lights, and other safety devices, shall be the responsibility of the Contractor at all times. The Contractor shall respond promptly, when contacted by the Engineer, or other public agencies, to correct improper conditions or inoperative devices. Failure to Frequently inspect and maintain lights and barricades in proper operating condition when in use on the roadway, or failure to respond promptly to notification of improperly operating equipment, will be sufficient cause for suspen- sion of the contract until such defects are corrected. All expenses incurred by the Agency because of emergency "call-outs," for correcting improper conditions or for resetting or supplementing the Contractor's barricades or warning devices, will be charged to the Contractor and may be deducted from any monies due him. c. Preservation of Property The provisions of Section 7-1 .11 of the Standard Specifications shall apply to all improvements, facilities , tress or shrubbery aithin or adjacent to the construction area that are not to be removed. The last two sentences of paragraph 2 of Section 7-1 .11 of the Standard Specifications are superseded by the following: if the Contractor fails to make the necessary repairs to damaged drainage or highway facilities in the vicinity of the construction area or to other damaged facilities or property within the rights-of-way or easements shown on the plans, the Engineer may make or cause to be -jade such repairs as are necessary to restore the damaged facilities or property to a condition as good as when the Contractor entered on the work. The cost of such repairs shall be borne by the Con- tractor and may be deducted from any monies due or to become due the Contractor under the Contract. d. Rights-of-Way and Easements The rights-of-way, easements, ri chis-of-en try, fill permits and other permits acquired by or on behalf of the Agency are, as far as can be determined, adequate for the performance of .he work .ander this contract. .-.ry additional richts- of-!4av, casements, or 7er'nn:s 4Rich :ne ;:ntrac-or determines are necessary or ccnven- " ient for the performance of the work shall be obtained by the Contractor at nis expense. B _ 00067 SECTION B. - GENERAL PROVISIONS S. LEGAL RELATIONS AND RESPONSIBILITY (S.S. 7) (Cont.) e. Access to Construction Site The Contractor shall make his own investigation' of the conditions of existing public and private roads and of clearances, permits required, restrictions, road and bridge load limits, and other limitations affecting transportation and ingress and egress to the job site. The unavailability of access routes or limitations thereon shall not become the basis for claims against the Agency or extensions of time for completion of the work. f. Responsibility for Damage The provisions of the sixth, seventh, and eighth paragraphs of S.S. Sec. 7-1.12, regarding retention of money due the Contractor, shall not apply. g. Damage by Storm, Flood, Tidal :Dave or Earthquake Subparagraphs A, C, E and F of Section 7-1 .165, "Damage by Storm, Flood, Tidal ,wave or Earthquake," of the Standard Specifications are amended to read: 1 . Occurrence--"Occurrence" shall include tidal ,raves, earthquakes in excess of a magnitude of 3.5 on the Richter Scale, and storms and Moods as to which the Governor has proclaimed a state of emergency when the damaged work is located within the territorial limits to which such proclamation is applicable or, which were, in the opinion of the Engineer, of a magnitude at the site of the work sufficient to have caused such a proclamation had they occurred in a populated area or in an area in which such a proclamation was not already in effect. 2. Protecting the 'Work from Damage-Vothing in this section shall be construed to relieve the Contractor of his responsibility to protect the work from damage. The Contractor shall bear the entire cost of repairing damage to the work caused by the occurrence which the Engineer determines was due to the failure of the Contractor to comply with the requirements of the Plans and Specifications, take reasonable and adequate measures to protect the work or exercise sound engineering and construction practices in the conduct of the work, and such repair costs shall be excluded from consider- ation under the provisions of this section. 3. Determination of Costs--Unless otherwise agreed 'between the Engineer and the Contractor, the cost of the work performed pursuant to this Section 7-1.165 will be determined in accordance with the provisions in Section 9- 1 .03, "Force Account Payment," except that there shall be no markup allow- ance pursuant to Section 9-1 .03A, "Work Performed by Contractor," unless the occurrence that caused the damage was a tidal Nave or earthquake. The cost of emergency work, which the Engineer determines would have been part of z` e repair work if it had not previously been perforwd, will be determined in the same manner as =:,e authorized reoei r wcrk. ?e test of retia i r i ig darmagec work which was not in Ccmp i iante .v':7 :Me recu i wer,_s :f e ;;ens , nc specifications shall be borne Solely by the Ccntrac:or, and such costs shall not be considered in determining the cost of repair under this Subsection E. 00068 B - 6 SECTION B - GENERAL PROVISIONS 8. LEGAL RELATIONS AND RESPONSIBILITY (S.S. 7) (Cont. ) 4. Payment for Repair Work--When the occurrence that caused the damage was a tidal wave or earthquake, the County will pay the cost of repair, deter- mined as provided in Subsection E, that exceeds 5 percent of the amount of the Contractor's bid for bid comparison purposes. When the occurrence that caused the damage was a storm or flood, the County will participate in the cost of the repair determined as provided in Subsection E in accordance with the following: (a) On projects for which the amount of the Contractor's bid for bid comparison purposes is $2,000,000 or less, the County will pay 90 percent of the cost of repair that exceeds 5 percent of the amount of the Contractor's bid for bid comparison purposes. (b) On projects for which the Contractor's bid for bid comparison purposes is greater than S2,000,11 00, the County will pay 90 percent of the cost of repair that exceeds 3100,000. 9. PROSECUTION AND PROGRESS The provisions of S.S. Sec. 8 shall apply, except as modified herein. a. Subcontracting (S.S. 3-1 .01 ) The items of :cork in the Engineer's Estimate preceded by the letters (S) or (S-r) are designated as "Specialty Items." b. Assianment (S.S. 3-1 .02) Neither the contract, nor any monies due or to become due under the contract, may be assigned by the Contractor without the prior consent and approval of the Board of Supervisors, nor in any event without the consent of the Contractor's surety or sureties, unless such surety or sureties have waived their right to notice of assignment. c. Beginning of Work (S.S. 3-1 .03) In lieu of the provisions of S.S. Sec. 3-1 .03, the Contractor will be issued a "'Notice to Proceed" by the Engineer within five (5) working days of the date the contract is approved by the Agency and the working days charged against the contract shall be counted from the day stated as the starting data in the "Notice to Proceed." The Contractor shall not start work prior to the date stated in the "Notice to Proceed" unless a change to an earlier date is authorized in writing by the Engineer. d. Progress Schedule iS.S. 3-1 .0-) The Contras:cr _hail submit :he Engineer a orac:icabl=_ :rofires5 schedule before starting any work on the aro, ec_ and, i; requested by the Engineer, supplementary progress sc-eduies shall 5e submitted .within five (5) working days of the Engineer's written request. 00069 8 - 7 SECTION B - GENERAL PROVISIONS 9. PROSECUTION AND PROGRESS (Cont.) e. Time of Completion (S.S. 8-1 .06) The following days are designated as legal holidays: January 1 , February 12, 3rd Monday in February, last Monday in May, July 4, 1st ?Monday in September, September 9, 2nd Monday in October, November 11 , 4th Thursday in November, December 25, and any other day established as a general legal holiday by proclamation of the Governor of California or the President of the United States. If any of the foregoing holidays falls on a Sunday, the following Monday shall be considered to be a holiday. 10. MEASUREMENT AND PAYMENT (S.S. 9) The provisions of S.S. Sec. 9 shall apply, except as modified herein. a. Determination of Riahts (S.S. 9-1 .045) The provisions of S.S. Sec. 9-1 .045 shall not apply. b. Partial Payments (S.S. 9-1 .06) In lieu of conflicting provisions of the third paragraph of S.S. Sec. 9-1 .06 and the fourth paragraph of S.S. Sec. 11-1 .02, the Agency will withhold 10 percent from any estimated amount due the Contractor. c. Payment of Withheld Funds (S.S. 9-1 .065) The provisions of S.S. Sec. 9-1 .065 shall not apply. d. Final Payment (S.S. Sec. 9-1 .07) (1 ) Upon satisfactory completion of the entire work, the Engineer shall recommend the acceptance of the work to the Board of Supervisors. If the Board accepts the completed work, it shall cause a Notice of Completion to be recorded with the County Recorder. (2) Thirty-five (35) days after the filing of the Notice of Completion, the Contractor shall be entitled to the balance due for the completion and acceptance of the work, if he certifies by a sworn written statement that all claims for labor and materials have been paid, and that no claims have been filed with t.�e Agency based ucon acts or omissions of the Contractor, and that no liens or withhold notices i-ave zeen filed acainst said work or the prooerty on which .he work was _Jcne. P-_ rrent C ne balance due W-::7 be made or. :^e tay =o 1 i cw i nc :"e recu i ar day =cr pa_men= c- _cu.n.cy bills by the County Auditor. 000'70 B - 3 SECTION B - GENERAL PROVISIONS 10. MEASUREMENT AND PAYMENT (S.S. 9) (cont- ) e. Adjustment of Overhead Costs (S.S. Sec. 9-1 .08) The provisions of S.S. Sec. 9-1 .08 shall not apply. f. All prior partial estimates and payments shall be subject to correction in the final estimate and payment. 3 - 9 00071 (Revised 5/76/77*) SECTION C - FORCE ACCOUNT AND EQUIPMENT RE14TAL (S.S. 9-1.03) The provisions of S.S. Sec. 9-1.03 shall apply, except as modified herein. 1 . DEFiNITION. As used here, "force account" means the method of calculating payment for labor, equipment and/or materials based on actual cost, plus specified percentages to cover overhead and profit for work not included as a bid item in the contract. When extra work is to be oaid for on a force account basis, compensation will be determined in accordance with the provisions of S.S. Sec. 9-1 .03 as modified herein. 2. LABOR. a. The actual wages to be paid, as defined in S.S. Sec. 9-1.03A(la) , will be considered to be the prevailing rates in effect at the time the labor is performed, and no revision of payment for labor already performed will be made for any retro- active increases or decreases in such rates. b. Premium wage rates will not be paid for any labor employed on force account work unless such rates have been approved, in writing, by the Engineer. *c. The second paragraph in Section 9-1 .03A, "Work Performed by Contractor," of the Standard Specifications is amended to read: To the total of the direct costs computed as provided in Sections 9-1.03A(1 ) , "Labor," 9-1 .03A(2) , "Materials," and 9-1 .03A(3) , "Equipment Rental ," there will be added a markup of 24 percent to the cost of labor, 15 percent to the cost of materials, and 15 percent to the equipment rental . d. Section 9-1 .93A(lb) , "Labor Surcharge," of the Standard Specifications is amended to read: To the actual wages, as defined in Section 9-1 .03A(la) , will be added a labor surcharge set forth in the Deoartment of Transportation publication entitledEquipment Rental Rates and General Prevailing :,cage Rates, which is in effect on the date upon which the work is accomplished and which is a part of the contract. Said labor surcharge shall ccnstitute full compensation for all payments imposed by State and Federal laws and for all other payments made to, or on behalf of, the workmen, other than actual wages as defined in Section 9-1.03A(la) and subsistence and travel allowance as specified in Section 9-1 .03A(ic). 3. EQUIPMENT RENTAL. The provisions of S.S. Sec. 9-1 .03A(3) shall apply, except as modified 'herein. a. No payment will be made for idle time due to breakdown, lack of operator, weather conditions prohibiting work, or other circumstances beyond the control of the Agency. b. Equipment shall be .'.e t i veredi -o 7-he extra work size ze equ i sped as ordered c. Idle time -waiting for the arrival or equipment to nove he rented equipment will not be paid for. 00072 C - 1 SECTION D - CONSTRUCTION DETAILS 1. FISH AND WILDLIFE PROTECTION The State of California, Department of Fish and Game, has jurisdiction over Grayson Creek. The requirements listed below, under which the Department of Fish and Game permits construction in the channel , are hereby made part of these special provisions. (a) All work in or near the stream or lake shall be confined to the period June 1 , 1978---December 31 , 1978. (b) Disturbance or removal of vegetation shall not exceed the minimum necessary to complete operations. The disturbed portions of any stream channel or lake margin within the high water mark of the stream or lake shall be restored to as near their original condition as possible. (c) Restoration shall include the revegetation of stripped or exposed areas. (d) Installation of bridges, cuiverts, •or other structures shall be such that water flow is not impaired and upstream or downstream passage of fish is assured at all times. Bottoms of temporary culverts shall be placed at or below stream channel grade. Bottoms of permanent culverts shall be placed below stream channel grade. (e) When any dam (any artificial obstruction) is being constructed, maintained, or placed in operation, sufficient water shall at all times be allowed to pass downstream to maintain fishlife below the dam. (f) Any temporary dam (any artificial obstruction) constructed shall only be built from material such as clean gravel which will cause little or no siltation. (g) When work in a flowing stream is unavoidable, the entire streamflow shall be diverted around the work area by a barrier, temporary culvert, and/or a new channel capable OT" permitting upstream and downstream fish movement. Construction of the barrier and/or the new channel shall normally begin in the downstream area and continue in an upstream direction, and the flow shall be diverted only when construction cl she diversion is comoieted. Channel bank or barrier construction shall be adequate to prevent seepage into or from the work area. Channel banks or barriers shall not be made of earth or other substances D - 1 SECTION D - CONSTRUCTION DETAILS 1. FISH AND WILDLIFE PROTECTION (Continued) (g) (Continued) subject to erosion unless first enclosed by sheet piling, rock riprap, or other protective material. The enclosure and the supportive material shall be removed when the work is completed and the removal shall normally proceed from downstream in an upstream direction. (h) Temporary fills shall be constructed of nonerodible materials and shall be removed immediately upon work completion. (i) 1) A silt catchment basin shall be constructed across the stream immediately below the project site. This catchment basin shall be constructed of gravel which is free from mud or silt. 2) Upon completion of the project and after all flowing water in the area is clear of turbidity, the gravel along with the trapped sediment shall be removed from the stream. (j) No debris, soil , silt, sand, bark, slash, sawdust, rubbish, cement or concrete or washings thereof, oil or petroleum products or other organic or earthen material from any logging, construction, or associated activity of whatever nature shall be allowed to enter into or placed where it may be washed by rainfall or runoff into, waters of the State. When operations are completed, any excess materials or debris shall be removed from the work area. No rubbish shall be deposited within 150 feet of the high water mark OT any stream or lake. (k) The operator will notify the Department of Fish and Game of the date of commencement of operations and the date of completion of operations at least five days prior to such completion. 2. LINES AND GRADES One complete set of stakes for each of the following items will be set by the Engineer after notification by the Contractor as specified in Section 5-1.07: (a) Right of way and clearing. (b) Cut and fill slopes, -Ath refarance stakes. D - 2 00074 SECTION D - CONSTRUCTION DETAILS 2. LINES AND GRADES (Continued) (c) Fencing. (d) One set of final alignment and grade control stakes for use by the Contractor to control the road and channel basement material , base and surfacing. No additional stakes or marks for alignment or grade control will be set by the Engineer. The Contractor shall provide such separate grade controls for the basement material , base and surfacing as are necessary to secure conformance with the plans and final stakes. (e) Manholes, box culverts, pipe culverts, underdrains, ditches, reinforced concrete channel , and maintenance ramp. (f) Lines, elevations and points required for relocation of the foot bridge, including but not limited to footing elevations and abutment lines. The Engineer shall be the sole judge of the adequacy and sufficiency of the stakes and marks for the purpose for which they are set. If the Contractor requests additional stakes, hubs, lines, grades or marks other than those set by the Engineer, the cost of labor, equipment and materials required to comply with the Contractor's request shall be deducted from any monies due or to become due the Contractor. The cost of labor, equipment and materials involved in resetting stakes destroyed or displaced because of the following reasons will be deducted from any monies due or to become due the Contractor: (a) Negligence in use of construction equipment. (b) Stakes ordered by the Contractor that are not used for a long period of time and are lost in the interim. (c) Poor planning of sequence of operations by the Contractor. 3. CONSTRUCTION ACCESS TO THE PROJECT SITE The Contractor's attention is directed to the fact that only the east side of South Cody Lane will be reconstructed. The Contractor shall conduct his operations in such a manner that loaded trucks are confined to driving on the east side of South Cody Lane. Should the Contractor elect to use the west side of South Cody Lane for access of loaded trucks, then he shall 'bear the entire cost of reconstructing the west side of South Cody Lane. • D - 3 000' SECTION D - CONSTRUCTION DETAILS 3. . CONSTRUCTION ACCESS TO THE PROJECT SITE (Continued) Moiso Lane shall only be used for access to relocate the footbridge. Full compensation for conforming to this special provision shall be considered as included in the various items of work and no additional compensation will be allowed therefor. 4. ORDER OF WORK The first item of work shall be the erection of the temporary fence. The intent of this requirement is to provide a barrier between the intermediate school and the construction zone at all times so that the safety of the public is assured. The Contractor shall take adequate precautions to insure that this requirement is met. The existing footbridge shall be relocated prior to removing the existing concrete slab and warped wingwalls. Once started, the relocation of the footbridge shall be completed without delay. in no case shall the footbridge be closed to public traffic for longer than two (2) calendar days. The integrity of the existing channel fence shall be checked each working day and shall be maintained throughout the duration of the project. The reconstruction of South Cody Lane and the repaving of the school parking lot shall not begin until all construction operations which require the movement of heavy equipment over these two surfaces have been completed. The Contractor shall have all work within the limits of the channel completed by October 30, 1978. Full compensation for conforming to these special provisions for any work not paid for by other items of work shall be considered as included in the various contract items of work and no additional compensation will be allowed therefor. 5. MATERIALS » Certificates of compliance will be required for reinforcing steel , paint, reinforced concrete pipe, asbestos cement pipe and corrugated metal pipe, and fencing. The asphalt concrete and oortland cement concrete mix designs shall be designated by the Contractor subject to the approval of the _ncineer. The Contractor shall provide the Engineer a minimum mix design review periec of four working days for a cesion ;rom ar "Approved" ccrrer:?ai pi;nr and five continuous working days for a design from a "nen-approved" ccar..ercial plant. For "non-approved" plants the Contractor shall be responsible for obtaining the necessary aggregate samples. Refer to Section "Asphalt Concrete" and "Concrete Structures" of these special provisions. D - 4 00075 SECTION D - CONSTRUCTION DETAILS 5. MATERIALS (Continued) The Contractor shall give the Engineer not less than four working days advance notice to permit adequate testing and plant inspections of materials for asphalt concrete, aggregate base and portland cement concrete from recognized commercial plants and for aggregate subbase and any other material from other than the usual commercial sources. The relative compaction of soils and aggregates will be determined by comparison with the maximum density as determined by Test Method No. Calif. 216. The field density may be determined by Test Method No. Calif. 216 or by nuclear density gage determination (Test Method No. Calif. 231) . 6. PUBLIC CONVENIENCE, PUBLIC SAFETY AND SIGNING Attention is directed to Section 4 of these special provisions "Order of Work" which deals with the safety of the public in the area. Section 7-1 .09, "Public Safety," of the Standard Specifications is modified as follows: All signing and traffic control warning and safety devices shall conform to the requirements set forth in the current "Manual of Warning Signs, Lights and Devices for Use in Performance of Work Upon County Highways," issued by the Public Works Department, Contra Costa County, California. Construction operations on South Cody Lane shall be performed in such a manner that there will be at least one 12-foot wide traffic lane open to public traffic at all times. At the end of the day's work and when construction operations are not in progress, a 14-foot wide passageway shall be maintained. In addition, the northerly 50 feet of South Cody Lane shall be maintained so that a minimum width of 30 feet is available when construction operations are not in progress. Temporary traffic lanes need not be paved. South Cody Lane is not a through street and thus is the only access available to the area's residents. The Contractor shall notify all affected residents one day before he proposes to excavate the southerly end of South Cody Lane. In no case shall access be blocked for a period longer than four (4) hours. Construction operations which affect other roads shall be performed in such :,,anner that _here will to a� least two 12-=oe= tra`fic lanes open to the Dualic at all Times. In lieu of the conflicting provisions in Sect or, 7-1 .08, "Public Convenience," and 7-1 .09, "Public Safety," of the Standard Specifications, the Contractor shall bear the entire cost of furnishing, (except those signs shown on the plans to be County-furnished) installing, maintaining and removing D - 5 0007`7 SECTION D - CONSTRUCTION DETAILS 6. PUBLIC CONVENIENCE, PUBLIC SAFETY AND SIGNING (Continued) all signs (including County-furnished signs) , lights, flares, barricades and other warning and safety devices. Signs shown on the plans to be furnished by the County, together with 4" x 4" wood posts, galvanized carriage bolts and brackets for assembly shall be picked up by the Contractor at the County Maintenance Yard Sign Shop on Shell Avenue between Marina Vista and Pacheco Boulevard in Martinez. The Contractor shall notify the Engineer at least one (1) working day in advance of the time he proposes to pick up the signs, posts and fasteners and said time shall be during the County yard working hours of 7:30 a.m. to 4:00 p.m. Signs shall be erected and covered with burlap prior to commencing any other work on the contract. Covering shall be removed immediately preceding the start of work when directed by the Engineer. Wood posts shall be securely set a minimum of 2' - 6" in the ground and shall be located so that the attached sign is at least two feet clear of the edge of pavement. Signs shall be placed on the post to provide a five-foot clearance between the sign and the pavement or ground surface, except that when signs are located in sidewalk areas, or where there are pedestrians, the clearance shall be seven feet. Exceptions to the location provisions of this paragraph shall only be on the written approval of the Engineer. Upon completion of the project and at a time directed by the Engineer, the signs, barricades and lights shall be taken down and dismantled; and the County-furnished signs and posts shall be delivered to the County Maintenance Yard Sign Shop on Shell Avenue during the County yard working hours of 7:30 a.m. to 4:00 p.m. Lane closure shall conform to the provisions in Section 7-1 .092, "Lane Closure," of the Standard Specifications except that the taper length for each lane width of closure shall be determined by the Contractor and approved by the Engineer prior to its use. The Contractor shall provide and station competent flagmen in advance of a closure. The sole duty of the flagmen shall be to direct traffic around the work. Full compensation for conforming to the provisions in Section 7 of the Standard Soeci''cations and :hese scecial orovisicrs, includirc full compensation ,"or furnishing all labor, includine flacren, mat-erials, tools, equipment, and incidentals, and for installing, maintaining and removing all signs, lights and barricades as shown on the plans, as specified herein, and as directed by the Engineer, including picking up, hauling and returning County-furnished signs, and posts, shall be considered as included in the contract lump sum price paid for Signing and Traf�"ic Cantrol , and no additional compensation will be allowed therefor. D - 6 WKS SECTION D - CONSTRUCTION DETAILS 6. PUBLIC CONVENIENCE, PUBLIC SAFETY AND SIGNING (Continued) The replacement cost of all County-furnished material lost or damaged between the time it is removed from and returned to the Shell Avenue Maintenance Yard Sign Shop shall be borne by the Contractor and may be deducted from any monies due or to become due to the Contractor under the contract. Payment shall be made in increments of the contract lump sum price for Signing and Traffic Control in the following manner: First Increment - 40 percent of the lump sum price upon satisfactory completion of installation of signs, lights, and barricades. Final Increment - Balance of the lump sum price upon satisfactory completion of removal and dismantling of signs, lights, barricades, posts and framing and delivery of County-furnished materials to the Shell Avenue Maintenance Yard Sign Shop. 7. COOPERATION The following work by other forces will be under way within and adjacent to the limits of the work specified, as follows: (a) Adjustment of a water valve cover on South Cody Lane. The Contractor shall coordinate his work with that of the utility company so as to avoid unnecessary delays. In lieu of the compensation provisions in Section 7, "Legal Relations and Responsibility," and Section 8, "Prosecution and Progress," of the Standard Specifications , full compensation for conforming to the requirements of this special provision shall be considered included in the prices paid for the various contract items of work, and no separate payment will be made for delay or inconvenience to the Contractor's operations by reason of his conformance with this special provision. 8. OBSTRUCTIONS Attention is directed to the presence of water, sewer, and gas pipe lines, sprinkler lines, and overhead utilities in the construction area. The locations of underground utilities shown on the plans are approximate. The Contractor is advised that the sprinklers are active and that they may be turned off by advance coordination with the owner. ' D - 7 OOA�9 SECTION D - CONSTRUCTION DETAILS 8. - OBSTRUCTIONS (Continued) The Contractor shall give the utility companies two (2) working days advance notice before work may start. Notification of several utility companies may be accomplished by calling Underground Service Alert (USA) toll free number 800-642-0123. The work specified shall be so conducted as to permit the utility companies, the water district and the sewer district to maintain their services without interruption. Abandoned pipe lines, conduits, culverts and foundations, if encountered, shall be removed and disposed of off the job site, in accordance with the provisions in Section 7-1 . 13, "Disposal of Materials Outside the Highway Right of Way," of the Standard Specifications. Full compensation for conforming to the requirements of this special provision, not otherwise provided for, shall be considered as included in the prices paid for the various contract items of work, and no separate payment will be made therefor. 9. MEASUREMENT AND PAYMENT Attention is directed to Section 9-1 .015, "Final Pay Quantities," of the Standard Specifications, the provisions of which are applicable to several bid items on this contract. 10. EXISTING FACILITIES The modification of existino facilities shall conform to the provisions in Section 15,"Existing Highway Facilities," of the Standard Specifications and these special provisions. Wrap Steel .later Line Prior to encasement of the steel water main within the box section, the Contractor shall perform the following work: (a) The Contractor shall clean the pipe surface of all dirt, rust and foreign elements by the normal wire brush method. (b) Using Protecto Wrap Primer -1170 and 1" or 6" Protecto Wrap Tape =200A, or aDproved equal , the Contractor snail 50�' overlap nor the eneth to be wrap the pipe wi:h a encased plus up to 6" past the ends cf the concrete forms. (c) No reinforcing steel shall be allowed to touch the Nater main. D - 8 00080 SECTION D - CONSTRUCTION DETAILS 10. EXISTING FACILITIES (Continued) Wrap Steel Water Line (Continued) The Contractor shall give the Engineer three days advance notice before he performs this work. Full compensation for wire brush cleaning, painting, and wrapping the existing 10-inch steel water line attached to the north side of the Boyd Road box culvert shall be considered as included in the contract price paid for "Structure Concrete - Box Culvert," and no additional compensation will be allowed therefor. Modify Existing Fence Full compensation for removing all fences shown on the plans to be removed shall be considered as included in the contract price paid for the various items of work and no additional compensation will be allowed therefor. Existing chain link Fence shown to be removed may be salvaged and used for temporary fence. Compensation for salvaging and using such chain link fence shall be considered as included in the contract price per linear foot paid for "Temporary Fence." Removing Concrete Removed concrete shall be disposed of in accordance with the provisions in Section 7-1.13, "Disposal of Material Outside the Highway Right of Way," of the Standard Specifications. Removing concrete will be paid for at the contract price per cubic yard, which price shall include removing reinforcing steel encountered in the concrete. Removing concrete shall be paid for at the price per cubic yard, which price shall include removal and disposal of sacked concrete and concreted rock slope protection. Relocate Bike Racks Relocate bike racks shall include the following: (a) Remove and salvage existing fence and Cate in the bike rack area. (b) Move the existing bike racks to the temporary area. D - 000ai SECTION D - CONSTRUCTION DETAILS 10. EXISTING FACILITIES (Continued) Relocate Bike Racks (Continued) (c) Install two temporary gates in temporary bike area. (d) Relocate bike racks to original area at completion of construction. (e) Reinstall original fence and gate at completion of construction. (f) Remove and dispose of the second temporary gate. The contract lump sum price paid for "Relocate Bike Racks," shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in completing the above work. Payment for "Relocate Bike Packs" shall be made in increments of the contract lump sum price in the following manner: First increment - 40 percent of the lump sum price upon completion of relocating the bike racks and installing temporary fence and gates to and around the temporary area. Final Increment - Balance of lump sum price upon completion of relocation of bike racks to the original area and reconstruction of fence around the original area. Compensation for temporary fence shall be as specified in Section 25 of these special provisions. Relocate Footbridge The Contractor shall relocate the existing footbridge as shown on the pians and as specified 'herein. Attention is directed to Section 4 of these special provisions "Order of Work." The Contractor shall take precautions to insure that an adequate safety barrier is provided along the channel wall at all times during this relocation work. The contract lump sum price paid ;or "Reiocate =ootbridge," shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in relocating the footbridge, complete in place, including constructing concrete bridge piers, removing existing A. C. walk and constructinc ne new, and f:.,rnisnirc cnd installing chain link fence to extend the existing chain link fence to connect to the relocated bridge and bridge pier. 0 - 10 UUO(13,42 SECTION D - CONSTRUCTION DETAILS 10. EXISTING FACILITIES (Continued) Relocate 6-Inch A.C.P. Water Line The exact depth of the existing 6-inch water line is unknown. The Contractor will be paid by force account to locate the existing line. If the line is in conflict with the proposed channel lining, then the Contractor shall relocate it as shown on the plans. Compensation for this relocation work should it be necessary in the opinion of the Engineer will be made by force account. Modify Existing Box Culvert The Contractor shall modify the existing box culvert as shown on the pians and specified elsewhere in these special provisions. Modify Side Drains The Contractor shall modify the existing side drains as shown on the plans and as specified herein. Pipe used to extend the side drains except for the 48" extension at Sta. 18+74 shall conform to Section 22,"Alternate Pipe," of these special provisions. If the Contractor elects to use a different type pipe than the existing for his extensions, then he shall construct a reinforced concrete collar at the joint. The Contractor's attention is directed to Section 15-2.05 of the Standard Specifications. The side drains shall be placed in the following manner: (a) The channel shall be backfilled to i foot minimum above the proposed location of the top of pipe. (b) A trench shall then be excavated to accept the pipe. (c) The pipe shall then be laid and the trench backfilled. The only exception to this method of backfill shall be the 48-inch C.M.P. installation at Sta. 18+74. The 48-inch C.M.P. shall be cast in the wall and the backfill shall be brought up in even 8-inch lifts around the pipe and compacted. The contract unit prices per linear foot paid for various sizes of side drain shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in installing the various side drains complete in place, including removing and disposing of part of the existing side drain, backfilling around the extended side drain, constructing concrete coiars or furnishing and installing coupling bands and grouting pipe into the block outs. D - 11 00083 SECTION D - CONSTRUCTION DETAILS 10. EXISTING FACILITIES (Continued) Modify Side Drains (Continued) Compensation for the 48" pipe extension shall be as specified in Section 25 of these special provisions. 11. CLEARING AND GRUBBING Attention is directed to the presence of existing plants, shrubs, and trees within the project area. Only those trees and shrubs which are indicated to be removed on the plans may be removed by the Contractor. The Contractor shall obtain written authorization from the Engineer to remove any other tree or shrub. Tree branches which extend over the construction zone and would be damaged during construction operations shall be cut off at the tree trunk in a workmanlike manner. Scars resulting from the removal of these branches shall be immediately treated with a heavy coat of an accepted tree sealing compound. All tree roots exposed during excavation operations shall be neatly trimmed flush with the excavation limits. Tree roots 2-inches in diameter and greater shall be treated with a heavy coat of an accepted tree sealing compound. 12. CONTROL OF WATER The Contractor's attention is directed to Section 1 of these special provisions. The Contractor shall construct and maintain all necessary ditches, cofferdams, channels, drains, sumps, and temporary protective works and shall furnish, install and maintain all necessary pumping and other equipment for controlling flows including ground water in the pipe trenches and structure excavations so that all foundations do not contain any free standing water when receiving concrete, filter material , or pipe. Any pumps other than electric which must be operated between the hours of 7:00 p.m. and 7:00 a.m. shall have a noise deadening acoustic shield constructed completely around the pump. After having served their purpose, all temporary protective works shall be removed to give a sightly appearance and so as not to interfere in any way with the operation, usefulness or stability of the permanent structures or improvements. Sump holes or similar excavations shall be backfilled to finished grade in conformance with the requirements for earthwork as provided elsewhere in these special provisions. As the work approaches the rainy season, the Contractor shall conduct his work in a manner that will provide the maximum practicable continuous waterway opening for the passage of sto mr ;raters. D - 12 00081 SECTION D - CONSTRUCTION DETAILS 12. CONTROL OF WATER (Continued) The Engineer may require the Contractor to reduce the height of any dikes or dams or remove them completely, and to remove construction equipment or material from the channel , if weather conditions are such that a flood hazard is present with the dikes, dams and construction equipment and materials in the path of flood waters. The contract lump sum price paid for "Control of Water" shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in this item of work, including conformance to the Department of Fish and Game requirements. Payment for water control will be made in proportion to the percentage of the total project work completed. 13. 14ATERING Full compensation for developing a water supply, furnishing watering equipment, and furnishing and applying water for compaction and dust control shall be included in the contract price paid for the various items of work requiring watering or dust control and no additional compensation will be allowed therefor. 14. EARTHWORK Structure excavation shall include all excavation for all concrete structures and 6-inch and 18-inch subdrains. All material within the minimum grading excavation line shall be removed. Attention is directed to Section 5-1 .02A, "Trench Excavation Safety Plans," and 7-1 .01F, "Trench Safety," of the Standard Specifications. An extract of State Bulletin S-158, showing the minimum trench protection is attached and made a part of these Specifications. The Contractor and his engineer shall retain the responsibility for the correctness and adequacy of the design and implementation of trench protection during the course of the construction work. The review or acceptance of the plan by the agency will not relieve the Contractor and his engineer of the said responsibility. The Contractor's attention is directed to the requirements of the Division of Industrial Safety pertaining to "Confined Spaces." all manholes, culverts, boxes, and any trenches which could contain air that is not readily ventilated may be considered a "Confined Space." Cross-section sheets showing details of excavation grading, and other earthwork at the project site are on file in the District office and may be inspected by prospec-ive bidders during recular business :hours. Such cross- section sheets will be made available on request at the cost of reproduction. The said cross-section sheets are not part of the contract plans. Four (4) sets of cross-section sheets will be supplied to the successful bidder withcut uharcc. D - 13 0005 SECTION D - CONSTRUCTION DETAILS 14. EARTHWORK (Continued) In lieu of the provisions in Section 19-1 .03, "Grade Tolerance," of the Standard Specifications, the surface of the grading plane at any point shall not vary more than 0.05-foot above the grade established by the Engineer. In lieu of the relative compaction requirements in Section 19-5.03, "Relative Compaction," of the Standard Specifications, relative compaction for all earthwork including structure backfill shall not be less than 90 percent. The requirements of paragraph two of Section19 5.03 shall not apply. All spongy, unstable, or organic material below the roadway or structure grading plane which is classified as unsuitable material by the Engineer shall be removed. The resulting voids shall be filled with suitable material , placed and compacted as specified herein. Suitable material shall conform to Section 19-3.06, "Structure Backfill ," of the Standard Specifications. Payment for removing unsuitable material and filling the resulting voids with compacted suitable material shall only be made when the unsuitable material or unstable subgrade condition is not the result of inadequate pumping or drainage by the Contractor. Any unstable subgrade conditions caused by the Contractor's operations and which would have been preventable by proper pumping or drainage shall be stabilized at the Contractor's expense. In lieu of the conflicting provisions of Sections 19-2.02 and 19-3.07 of the Standard Specifications, removal and disposal of all unsuitable material will be paid for at the contract price per cubic yard for the class of material involved. Furnishing, placing and compacting of suitable material will be paid for as provided in Section 9-4 .03, "Force Account Paymnet," of the Standard Specifications. Pay limits for structure excavation shall be the minimum grading excavation line as shown on the plans. Pay limits for structure backfill shall be the minimum grading excavation line or the existing creek. bank whichever is the most distant from the channel wall . The sole exception to this shall be the section of channel which borders the existing creek and which is designated on the plans to be Tilled. In this case the pay limits for structure backfill shall be the minimum• excavation grading Tine. The Contractor should note that the structure excavation and structure backfill quantities were calculated on the above basis. D - 14 00003 SECTION D - CONSTRUCTION DETAILS 14. EARTHWORK (Continued) The section of existing creek which is designated to be filled on the plans shall be filled with compacted native material. This fill operation shall be considered as embankment construction. Structure backfill used to fill behind the concrete channel wall above the aggregate subbase layer shall consist of native material from the excavation. Method of compaction shall conform to Section 19-3.06, "Structure Backfill," of the Standard Specifications. Ponding or jetting will not be allowed. It is anticipated that there will be an excess of approximately 3,000 cubic yards of excavated material which shall be disposed of by the Contractor off the job site, in accordance with the provisions in Section 7-1.13, "Disposal of Material Outside the Highway Right of Way," of the Standard Specifications. All tree roots exposed during excavation operations shall be neatly trimmed flush with the edge of excavation. Tree roots 2-inches in diameter and greater shall be treated with a heavy coat of an accepted tree sealing compound. The contract unit price per cubic yard paid for "Structure Excavation" shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in this item, including filling part of the existing creek and compacting the native material and disposing of excess material. Full compensation for preparing "Trench Excavation Safety Plans," constructing the planned shoring protection, and removing the planned shoring or protection shall be considered as included in the contract prices paid per cubic yard for structure excavation and no additional compensation will be allowed therefor. The contract price per cubic yard paid for "Structure Backfill" shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in completing the item, including gradiro the channel fill behind the channel walls. Full compensation for trimming and _rea_ine ai; _ree rcos shall be considered as included in the cor:tract prices paid for the various items of work which expose such roots and no additional compensation will be allowed therefor. D - 15 00087 SECTION D - CONSTRUCTION DEVILS 14. EARTHWORK (Continued) The contract unit price per cubic yard paid for "Roadway Excavation" shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in completing the item, including saw cutting and removing existing pavement and disposal of excess material . 15. C-LEANUP All construction debris, materials, and equipment in the area of construction and any adjacent areas used by the Contractor shall be removed and disposed of outside of the construction area in accordance with the provisions in Section 7-1 . 13, "'Disposal of Material Outside the Highway Right of play," of t^e Standara Scecifications and these special provisions. ruli cpmoensation for cle?nuo shall be considered as included in the prices paid for the various contract items of work requiring cleanup, and no separate payment wilt -.e made nerefor. lc. "GUGREJA?- ,URSe=.SE Mcgrega=a subbase shall conform -o the provisions in Section 25 of the Standard Saeci=icazions for either Class 1 or Class 2 accregate subbase at the Contractor's option. 'he aggregate subbase provided must CCmDly who, iy with the soec4f?cations for Class I or Class 2 aggregate subbase. A Combination of the t:vo separate specifications will not be accepted. In lieu of the conflicting provisions or Section 25-1 .05, the relative cot action, of acgregate subbase s;naii not be less than 90 percent, ?onding or jetting will not tle allowed. Pay limits :or aggregate subbase shall be the minimum grading excavation 1 i ne or the existing creek bank whichever is the -host -distant from the channel wail . 7ne sole exception to this shall be the section of channel which borders the existing creek and which is shown on the plans to be filled. In this case, Cay limits "or accrecate subbase s^all be the minimum excavation gradinc line. The -ontractor should nota ::hat the puarti:y of aggregate subbase :+as .c'culated on he aceve bas;s. "u11 comoensezior, - or . urnisn—c ar,C ao:7y4ng -. , Na:e' Her the -nateri 3 i ^as peen :ne "Caz-Cee Sna• 1 �e .:,ns'C as included i n he :Cnt?'3C: ori ce pa-:,_J Per cut i c y art Tor acerega to subbase and no separate payment will be nade there l or. 0 - 16 0000 SECTION D - CONSTRUCTION DETAILS 17. FILTER MATERIAL Filter material shall be Class 2 permeable material conforming to Section 68-1.025 of the Standard Specifications. Pay limits for filter material shall be the minimum grading excavation line or the existing creek bank whichever is the most distant from the channel wall . The sole exception to this shall be the section of channel which borders the existing creek and which is shown on the plans to be filled. In this case, pay limits for filter material shall be the minimum excavation grading line. The Contractor should note that the quantity of filter material was calculated on the above basis. Filter material shall be compacted in 1-foot lifts by two passes of a mechanical vibrator. The contract unit price per cubic yard paid for "Filter Material" shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in completing the item. 18. AGGREGATE BASE Aggregate base shall conform to the provisions in Section 26 of the Standard Specifications and these special provisions. Aggregate base shall be Class 2 and shall conform to the grading for the 1-1/2 inch maximum or 3/4 inch maximum grading. The aggregate base provided must comply wholly with the specifications for 1-1/2 inch maximum or 3/4 inch maximum. A combination of the two separate specifications will not be permitted. The provisions in the second paragraph in Section 26-1.06, "Measurement," of the Standard Specifications are superseded by the following: The weight of material to be paid for will be determined by deducting from the material delivered to the work, the weight of water in the material , at the time of weighing, as determined by Test Method No. Calif. 225, in excess of 9 percent of the dry weight of the material . The weight of water deducted will not be paid for. Full compensation for furnishing and applying -II water after the material has been delivered to the roadbed shall be considered as included in the contract price paid per ton for aggregate base and no separate payment will be made therefor. SECTION D - CONSTRUCTION DETAILS 18. AGGREGATE BASE (Continued) The provisions in Section 26-1.04; "Spreading," of the Standard Specifications is superseded by the following: The use of a spreader box for spreading Class 2 aggregate base will not be required. Class 2 aggregate base shall be spread with equipment, to be approved by the Engineer, that will provide a uniform layer conforming to the planned section, both transversely and longitudinally, within the tolerance specified in Section 26-1.05, "Compacting." Equipment or methods which cause segregation of the material will not be permitted. 19. ASPHALT CONCRETE Asphalt concrete shall be Type B conforming to the provisions in Section 39, "Asphalt Concrete," of the Standard Specifications and these special provisions. Unless otherwise directed by the Engineer, asphalt binder to be mixed with the mineral aggregate shall be steam-refined paving asphalt having a viscosity grade of AR 4000 and shall comply with the requirements of the "Materials" section of these special provisions. Aggregate shall conform to the grading specified in Section 39-2.02, "Aggregate," of the Standard Specifications for one-half inch maximum, medium grading. Aggregate shall have a sodium sulfate loss of less than 9.6% when tested in accordance with Test Method No. CCC 214 (AC). Asphalt concrete for placing any course shall be supplied from one plant. Prime coat and paint binder shall be asphaltic emulsion, Type RS1 . The asphalt concrete surface course shall be spread in one layer of 0.20-foot thickness. The Contractor shall not perform paving operations when the weather is rainy or foggy. It shall be the Contractor's responsibility, based on weather predictions, to schedule his paving operations to avoid paving in the rain or fog. If the day's operations are cancelled because of predicted rain or fog, a non-working day will be charged regardless of actual working condi ions. Asphalt concrete shall not be placed on any surface which contains ponded water or excessive moisture. D 18 00090 SECTION D - CONSTRUCTION DETAILS 19. ASPHALT CONCRETE (Continued) If paving operations are in progress and rain or fog forces a shut down, loaded trucks in transit shall return to the plant and no compensation will be allowed therefor. The Contractor shall furnish and use canvas tarpaulins to cover all loads of asphalt concrete from the time that the mixture is loaded until it is discharged from the delivery vehicle. Conforms between existing pavement and newly constructed pavement shall be made by cutting the existing pavement to a neat, smooth line at the conform line and constructing a vertical-face butt joint. Driveways, entrances and road connections shall be paved as shown on the plans or as directed by the Engineer to connect with the new paving. The contract price paid for asphalt concrete shall include full compensation for the following: (a) Construction of conforms to driveways, entrances and road connections. (b) Furnishing and applying asphaltic emulsion. 20. CONCRETE STRUCTURES Concrete structures shall conform to the provisions in Section 51 , "Concrete Structures," of the Standard Specifications and these special provisions. "Structure Concrete - Channel"and"Structure Concrete - Box Culvert" shall be Class A concrete. The combined aggregates for Class A portland cement concrete used in the work shall conform to the grading limits for the 1 inch, maximum size specified in Section 90-3.04, "Combined Aggregate Gradings," of the Standard Specifications. Aggregate conforming to 1 - 1/2 inch maximum size may be used for"Structure Concrete Channel ." Aggregate gradings to be submitted by the Contractor as required by Section 90-3.01 , "General ," of the Standard Specifications shall �e delivered to the Engineer a minimum of 5 working days prior to oiacemEnz of :he concrete. The concrete channel , including chute transition, maintenance ramp, contraction and construction joints and cutoff wails shall be considered "Structure Concrete-Channel ." All box culvert construction and codifications involving concrete shall be considered "Structure Concrete-Box Culvert." D - 19 00091 SECTION D - CONSTRUCTION DETAILS 20. CONCRETE STRUCTURES (Continued) All exposed concrete surfaces shall have a Class 1 surface finish except for the bottom slab which shall have a broom finish. At the end of each day's concrete pour, a construction joint shall be constructed as shown on the plans. No vehicles shall be allowed on the concrete slab until a 14-day cure time or 1800 psi strength has been reached. The structure walls shall not be cast until the slab has cured two (2) days or reached 700 psi strength. Pio loaded concrete trucks shall be driven on the concrete slab. Weep holes shall be installed as shown on the pians. Structure Concrete - Channel Full compensation for furnishing all labor., materials, tools, equipment and incidentals and for doing all the work involved in constructing scuppers, blockouts, forming around the 48-inch C.M.P. , supplying and installing weep holes and filter screens, cans for fence posts, expansion joint material and no bond agent, and for applying surface finish shall be considered as included in the contract unit price paid for "Structure Concrete-Channel" and no additional compensation will be allowed therefor. Structure Concrete - Box Culvert When installing the false wall in the existing box culvert, the box culvert slab shall be sandblasted 'before any concrete is placed thereon. Sandblasting shall be performed so as to provide a clean roughened surface. All holes to be drilled to install dowels shall be drilled to the depth indicated on the pians. Should reinforcing steel interfere with such drilling, the hole shall be filled with concrete grout and a new hole drilled. Blocks =or the concrete block wall shall be 8 x 8 x 16 inches. The cavities inside the blocks shall be fiiled with mortar. At the top of the wall air spaces shall be provided as shown on the plans. Mortar for the concrete block wall shall conform to Section 60-1.03, "Mortar," of the Standard Specifications. D - 20 OO&V SECTION D - CONSTRUCTION DETAILS 20. CONCRETE STRUCTURES (Continued) Structure Concrete - Box Culvert (Continued) Full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in furnishing and installing weep holes and filter screens, removing center wall radius, sandblasting the concrete surface, constructing the 12-inch wall drains, drilling for and installing dowels, furnishing and installing expansion material , and furnishing and installing cans for fence posts shall be considered as included in the contract unit price paid for "Structure Concrete- Box Culvert," and no additional compensation will be allowed therefor. Minor Structures The Type "C" inlets, special manholes and concrete collars are identified as minor structures. The frame and cover for the special manholes shall be for a 24-inch clear opening and shall be a heavy duty pressure type. The installation shall include a 1/8-inch minimum flat neoprene gasket and four (4) 1/2-inch hex-head stainless steel bolts. The frame and cover shall be as the Phoenix P-1002 or equivalent. The contract price per each paid for "Minor Structure" shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in constructing the Type "C" inlets and special manholes complete in place, including all excavation and backfill , grates and frames and manhole frames and covers, and all miscellaneous iron and steel , bar reinforcing steel , weep holes and sacked filter material . Full compensation for constructing the concrete collars complete in place, including reinforcement, shall be considered as included in the contract prices paid for the various side drain pipes and 48-inch corrugated metal pipe and no additional compensation will be allowed therefor. 21 . REINFORCEMENT Reinforcement shall conform to the provisions in Section 12, "Reinforcerent," of the Standard Specifications and mese special orovisions. In lieu of conflicting provisions of Section 52-1 .02A, "Bar Reinforcement," of the Standard Specifications, grade EO steel shall be used for the 8 x 7 foot double box culvert. D - 21 00093 SECTION 0 - .CONSTRUCTION DETAILS 22. ALTERNATE PIPP The side drains may be extended with alternate types of pipe. At the option of the Contractor, he may use the same type of pipe as the side drain and of the same class or he may use: a. Asbestos Cement Pipe b. Corrugated Metal Pipe c. Reinforced Concrete Pipe Whatever type of pipe is used, the sizes shall be the same as the side drain to be extended. At no time shall the side drain extension consist of a different metal than that of the side drain. Tie various types of pipe listed i n a., h., and c. above shall conform to the requirements of Sections "Asbestos Cement Pipe," "Reinforced Concrete Pipe," and "Corrucated iletai Pipe," of these special provisions. 7 1C^r'-0C CTEAENT pT:;c asbestos cement pipe shall conform to the requirements of Sections 54, "Asbestos Cement Pipe," and 68, "Subsurface Drains," 0f the Standard Specifications and these special provisions. Asbestos cement pine used for alternate pipe shall have a minimum ultimate D-load strength of 15GO lbs. 6-Inch Per=orated and 18-inch Asbestos Cement Pioe 6-inch per=orated and 18-inch asbestos Cement pipe shall have minimum ultimate v-lcad strsncz;,s Of 1 ,100 lbs. and 2,100 lbs. , respectively. The Contractor's attention is directed to the fact that the 6-inch P.A.C.P. and 18-inch A.C.P. cannot withstand construction loading directly over them. The Contractor shalr—conduct his construction Operations in such a Manner t^at =he .nt-grity of the pipe is assured aT all times. The contract prices paid .or 6-inch cerforated and 18-inch asbestos cament pipe snail include fuii compensatior for piucging the girds O, who ncn pipe) cons_rucrinc 'he -emcbrary recwCod Ou <^era and oroc One the pipes from C3mace ourinC _,Derat'Cns, 7^e acove ntrac: prices d0 not inciuce ccmoersation 'or exa ''?n and �acicf. : . `or -nese oipe5. Full compensation for the recuired exca`la--or anc for the 6-inch per crated a^d i S-i ncn asoe5:Ds :7:,- ; of _Cns'.ersd as included in _he contract or' :es pa-,,.' `or S: .;c:;;re _xcava.i un and :-i,?-Er Mat2riai and no additional compensation Ni71 be Made therefor. 000,91 SECTION D - CONSTRUCTION DETAILS 24. REINFORCED CONCRETE PIPE Reinforced concrete pipe used as alternate pipe shall be Class II and shall conform to Section 65, "Reinforced Concrete Pipe," of the Standard Specifications. 25. CORRUGATED METAL PIPE Corrugated metal pipe shall conform to the requirements of Section 66, "Corrugated Metal Pipe," of the Standard Specifications and these special provisions. Corrugated metal pipe, ranging in size to 36 inches in diameter shall consist of the following minimum thicknesses: Aluminum - 0.079 inches (14 gage) Steel - 0.064 inches (16 gage) The 48-inch corrugated metal pipe shall have a minimum thickness of 0.0109 inches (12 gage) and 0.079 inches (14 gage) for aluminum and steel pipe, respectively. All corrugated metal pipe shall be bituminous coated. Corrugated steel pipe shall be galvanized. The contract prices per linear foot paid for 12-inch and 48-inch corrugated metal pipe shall include full compensation for constructing the concrete collar, complete in place, grouting, 12-inch pipes into the block outs, and all necessary excavation and backfill to completely install these pipes as shown on the plans. 26. FENCES Temporary and permanent fences and gates shall conform to the requirements of Section 80, "Fences," of the Standard Specifications and these special provisions. Temporary Fence Chain link fabric shall be CL-6. Posts shall be metal. Temporary gates shall conform to the requirements of Contra Costa County Standard Plan CC310. Temporary fence and gates may be of material previously used by the Contractor or may be existing chain link fencing and gates shown on the plans to be reroved. Temporary fence and gates shall be of such quality and construction that its integrity and purpose of providing security to the public is assured during the duration of the prosect. D - 23 ��� SECTION D - CONSTRUCTION DETAILS 26. FENCES (Continued) Temporary Fence (Continued) The contract unit price per linear foot paid for "Temporary Fence," shall include full compensation for furnishing, erecting,dismantiing, and removing temporary fence and gates. Permanent Fence and Maintenance Ramp Gate Permanent fence and maintenance ramp gate shall be Type CL-6. Extension arms for the barbed wire shall be galvanized in accordance with the requirements of Section 75-1.05, "Galvanizing," of the Standard Specifications. The contract unit price per linear foot paid for "Chain Link Fence (Type CL-6)" shall include full compensation for furnishing and installing the extension arms for the barbed wire and the barbed wire, and for furnishing and installing expansive grout. The contract lump sum price paid for "16' Chain Link Gate (Type CL-6) ," shall include Tull compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in furnishing and installing the maintenance road gate, complete in place, including all necessary fittings, hardware, and gate and latch posts with braces. 27. WEEP HOLES Weep holes shall be installed as shown on the plans. Filter screens for weep holes and installation shall conform to the requirements of Section 51-1.15, "Drains in Walls," of the Standard Specifications. Full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all the work involved in placing the weep holes and furnishing and installing filter screens shall be considered as included in the contract prices paid for the various items of work requiring weep holes and no additional compensation will be allowed therefor. 28. FLAP GATE An 18-inch flap gate shall be installed on the channel Nall at the outlet of the 18-inch asbestos cement pipe. D - 24 0009 SECTION D - CONSTRUCTION DETAILS 28. FLAP GATE (Continued) The flap gate shall be flat back and shall be able to take a 10-foot seating head. Anchor bolts shall be stainless steel . Hardware and installation shall conform to the manufacturer's recommendations. The flap gate shall be Waterman, ARHCO, Rodney Hunt or equal . The contract unit price per each paid for "18-inch Flap Gate" shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals , and for doing all the work involved in furnishing and installing the flap gate complete in place. D - 25 00097 A 10/77 SECTION E - BID CONDITIONS - AFFIRMATIVE ACTIO14 REQUIREMENTS, EQUAL EMPLOYMENT OPPORTUNITY 1. AREA AFFIRMATIVE ACTION PLAN The Area Plan applicable to this project shall be the Contra Costa Plan on minority employment. Organizations subscribing to said Plan include, but are not limited to, certain trades from the Contra-Costa County Building and Construction Trades Council , Local Construction Trade Unions, and General and Specialty Contrac- tors ' Associations. Contractors participating in the Contra Costa Plan may qualify under Part 1 of Section E (2) , "Affirmative Action Requirements," of these special provisions for the following designated craft, if said craft is to be utilized on this project: PLUMBERS .-159 2. AFFIRMATIVE ACTION REQUIREMENTS The contractor commits itself to the goals for minority manpower utilization as set forth herein, and all other requirements, terms and conditions of these bid conditions by submitting a properly signed bid. The contractor shall appoint a company executive to assume the responsibility for the implementation of the requirements, terms and conditions of these bid conditions. Part 1 : The provisions of this Part 1 apply to bidders, contractors and subcontractors with respect to those construction trades for which they are parties to collective bargaining agreements with a labor organization or organizations and who, together with such labor organizations, have agreed to the Tripartite Agreement for Contra Costa County, California (but only as to those trades as to which there are commitments by labor organizations to specific goals of minority manpower utilization) , together with all implementing agreements that have been and may hereafter be developed pursuant thereto, all of which documents are incorporated herein by reference and are hereinafter cumulatively referred to as the Contra Costa Plan. Any bidder, contractor or subcontractor using one or more trades of construction employees must comply with either Part 1 or Part 11 of these Bid Conditions as to each such trade. Thus, a bidder, contractor or subcontractor may be in compliance with these conditions by its inclusion, with its union, in the Contra Costa Plan a specific commitment by that union to a goal of minority manpower utilization for such trade "A," thereby meeting the provisions of this Part 1 , and by its commitment to Part 11 in regard to trade "B" in the instance in which it is not included in the Contra Costa Plan and, therefore, cannot meet the provisions of this Part 1 . Part 11 : A. Coverage. The provisions of this Part 11 shall be applicable to those bidders, contractors and subcontractors, who, in regard to those construction trades to be employed by them on the project to which these bid conditions pertain. 1 . Are not or hereafter cease to be s;gnatories to the Contra Costa Plan referred to in Part 1 hereof; 2. Are signatories to the Contra Costa Plan, but are not parties to collective bargaining agreements; 00098 E - 1 i Part II: A. Coverage (Con't) 3. Are signatories to the Contra Costa Plan, but are parties to collective bargaining agreements with labor organizations who are not hereafter cease to be signatories to the Contra Costa Plan. 4. Are sianatories to the Contra Costa Plan, but as to which not specific commitment to goals of minority manpower utilization by labor organization have been executed pursuant to the Centra Costa Plan; or 5. Are no longer participating in an affirmative action plan acceptable to the Director, OFCC, including the Contra Costa Plan. B. Requirement--An Affirmative Action Plan. The bidders, contractors and subcon- tractors described in paragraphs 1 through 5 above shall be subject to the provisions and requirements of Part II of these Bid Conditions, including the goals and timetables of minority manpower utilization, and specific affirmative action steps set forth in Section B.1 and 2 of this Part 11 directed at increasing minority manpower utiliza- tion by means of applying good faith efforts to carrying out such steps or is deemed to have adopted such a program pursuant to Section B.3 of this Part 11 . Both the goals and timetables, and the affirmative action steps must meet the requirements of this Part 11 as set forth below for all trades which are to be utilized on the project, whether subcontracted or not. "Minority" is defined as including Blacks, Spanish Surnamed' Americans, Orientals and American Indians, and includes both minority men and minority women. 1 . Goals and Timetables. The Goals of minority manpower utilization for the bidder and subcontractors are applicable to each trade not otherwise bound by the provisions of Part 1 hereof for the following range of percentages for each trade which will be used on the project within Contra Costa County, California. From 9/30/75 forward 17.0%' - 19.5% The percentages of minority manpower utilization above are expressed in terms of manhours of training and employment as a proportion of the total manhours to be worked by the bidder's, contractor's and subcontractor's entire work force in that trade on all projects in Contra Costa County, California during the performance of its contract or subcontract. The manhours for minority work and training must be substantially uniform throughout the length of the contract on all projects and for each of the trades. Further, the transfer of minority employees or trainees from employer-to-employer or from project-to-project for the sole purpose of meeting the contractor's or subcontractor's goals shall be a violation of these conditions. In reaching the goals of minority manpower utilization required of bidders, contractors and subcontractors pursuant to this Part 11 , every effort shall be made to find and employ qualified journeymen. However, where minority journeymen are not available, minority trainees in pre-apprenticeship, apprenticeship, journeyman training or other training programs may be used. In order that the nonworkinc training !lours of trainees 'av to counted in meetino the goal , such trainees mus;. be employed by the contractor during the training period, the contractor must have made a commitment to employ the trainees at the completion iof their training and the trainees must be trained pursuant to established training programs which must be the equivalent of the training programs now or hereinafter provided for in the Contra Costa Plan with respect to the nature, extent and duration of training offered. E - Z OUOU9 B. Requirement--An Affirmative Action Plan (Con't) A contractor or subcontractor shall be deemed to be in compliance with the terms and requirements of this Part 11 by the employment and training of minorities in the appropriate percentage of his aggregate work force in Contra Costa County, California for each trade for which it is committed to a goal under this Part 11 . However, no contractor or subcontractor shall be found to be in noncompliance solely on.account of its failure to meet its goals within its timetables, but such cnntractor shall be given the opportunity to demonstrate that it has instituted all of the spec;`;:. Zffirmative action steps specified in this Part 11 and has made every good faith effort to make these steps work toward the attainment of its goals within its timetables, all to the purpose of expanding minority manpower utilization on all of its projects in Contra Costa County, California. In all cases, the compliance of a bidder, contractor or subcontractor will be determined in accordance with its respective obligations under the terms of these Bid Conditions. Therefore, contractors or subcontractors who are governed by the provisions of this Part 11 shall be subject to the requirements of that Part, regard- less of the obligations of its prime contractor or lower tier subcontractors. All bidders and all contractors and subcontractors performing or to perform work on projects subject to these Bid Conditions hereby agree to inform their subcontractors of their respective obligations under the terms and requirements of these Bid Condi- tions, including the provisions relating to goals of minority employment and training. 2. Specific Affirmative Action Steps. Bidders, contractors and subcontractors subject to this Part ll must engage in affirmative action directed at increasing minority manpower utilization, which is at least as extensive and as specific as the following steps: a. The contractor shall notify community organizations that the contractor has employment opportunities available and shall maintain records of the organizations' response. b. The contractor shall maintain a file of the names and addresses of each minority worker referred to him and what action was taken with respect to each such referred worker and, if the worker was not employed, the reasons therefor. If such worker was not sent to the union hiring hall for referral or if such worker was not employed by the contractor, the contractor's file shall document this and the reasons therefor. c. The contractor shall promptly notify the CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT when the union or unions with whom the contractor has a collective bargaining agreement has not referred to the contractor a minority worker sent by the contractor or the contractor has other information that the union referral process has impeded him in his efforts to meet his goal . d. The contractor shall participate in training programs in the area, especially those funded by the Department of Labor. e. The contractor shall disseminate his EEO policy within his own oraan►za- tion by including it in any policy manual ; by publicizing it in company newspapers, annual reports, etc. ; by conducting staff, employee and union representatives' meetings to explain and discuss the policy; by posting of the policy; and by specific review of the policy with minority employees. 001010 E - 3 1 B. Requirement--An Affirmative Action Plan (Con't) f. The contractor shall disseminate his EEO policy externally by informing and discussing it with all recruitment sources; by advertising in news media, specifically including minority news media; and by notifying and discussing it with all subcontractors and suppliers. g. The contractor shall make specific and constant personal (both written and oral) recruitment efforts directed at all minority organizations, schools with minority students, minority recruitment organizations and minority training organiza- tions within the contractor's recruitment area. h. The contractor shall make specific efforts to encourage present minority employees to recruit their friends and relatives. i. The contractor shall validate all man specifications, selection require- ments, tests, etc. j. The contractor shall make every effort to promote after-school , summer and vacation employment to minority youth. k. The contractor shall develop on-the-job training opportunities and participate and assist in any association or employer-group training programs rele- vant to the contractor's employee needs consistent with its obligations under this Part 11 . 1 . The contractor shall continually inventory and evaluate all minority personnel for promotion opportunities and encourage minority employees to seek such opportunities. m. The contractor shall make sure that seniority practices, job classifica- tions, etc. , do not have a discriminatory effect. n. The contractor shall make certain that all facilities and company activities are nonsegregated. o. The contractor shall continually monitor all personnel activities to ensure that his EEO policy is being carried out. p. The contractor shall solicit bids for subcontracts from available minority subcontractors engaged in the trades covered by these Bid Conditions, including circulation of minority contractor association. 3. Contractors and Subcontractors Deemed to be Bound by Part 11 . In the event a contractor or subcontractor, who is at the time of bidding eligible under Part 1 of these Bid Conditions, is no longer participating in an affirmative action plan acceptable to the Director of the Office of Federal Contract Compliance, including the Contra Costa Plan, he shall be deemed to be committed to Part 11 of these Bid Conditions. Further, whenever a contractor or subcontractor who, at the time of bidding is elioible under Part 11 of these Sid Conditions, uses trades not cont-e-an- piated at the time he submits his bid, he shall be ccrmit:ed to ?art ;1 for those trades. Whenever a contractor or subcontractor is deemed to be committed to Part 11 of those Bid Conditions, he shall be considered to be committed to a manpower utili- zation goal of the minimum percentage range for that trade. 00101 J B. Requirement--An Affirmative Action Plan (Con's) 4. Subsequent Signatory to the Contra Costa Plan. Any contractor or subcontractor subject to the requirements of this Part 11 for any trade at the time of the submission of his bid, who, together with the labor organization with whom it has a collective bargaining agreement, subsequently becomes a signatory to the Contra Costa Plan, either individually or through an association, may meet its requirements under these Bid Conditions for such trade, if such contractor or subcontractor executes and submits a new certification committing himself to Part i of these Bid Conditions. No contractor or subcontractor shall be deemed to be subject to the requirements of Part 1 until such certification is executed and submitted. 5. Nondiscrimination. In no event may a contractor or subcontractor utilize the goals, timetables or affirmative action steps required by this Part 11 in such a manner as to cause or result in discrimination against any person on account of race, color, religion, sex or national origin. Part III: Compliance and Enforcement. Contractors are responsible for informing their subcontractors regardless of tier as to their respective obligations under Parts i and 11 hereof (as applicable). The bidder, contractor or subcontractor shall carry out such sanctions and penalties for violation of the equal opportunity clause, including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered by the Contra Costa County Public Works Department. Any bidder or contractor or subcontractor who shall fail to carry out such sanctions and penalties shall be deemed to be in noncompliance with these Bid Conditions. Violation of any substantial requirement in the Contra Costa Plan by a contractor or subcontractor covered by Part 1 of these Bid Conditions, including the failure of such contractor or subcontractor to make a good faith effort to meet its fair share of the trade's goals of minority manpower utilization, or of the requirements of Part 11 hereof by a contractor or subcontractor who is covered by Part 11 , shall be deemed to be in noncompliance by such contractor or subcontractor with the Equal Opportunity Clause of the contract, and shall be grounds of imposition of the sanctions and penalties provided. herein. The Contra Costa County Public Works Department shall review its contractors' and subcontractors' employment practices during the performance of the contract. In regard to Part 11 of these conditions, if the contractor or subcontractor meets its goals or if the contractor or subcontractor can demonstrate that it has made every good faith effort to meet those goals, the contractor or subcontractor shall be presumed to be in compliance with these Bid Conditions and no formal sanc- tions or proceedings leading toward sanctions shall be instituted unless the agency otherwise determines that the contractor or subcontractor is not providing equal employment opportunities. In judging whether a contractor or subcontractor has met its goals, the agency will consider each contractor's or subcontractor's minority manpower utilization and will not take into consideration the minority manpower utilization of its subcontractors. Where the agency finds that the contractor or subcontractor has failed to comply with the requirements of these Bid Conditions, the agency shall take such action and impose such sanctions as may be approeria=e, includ- ing, but not limited to: 1 . 'Withholding of pa_ments to the contractor under the contract until the contractor complies, and/or 2. Cancellation, termination or suspension of the contract, in whole or in part, and/or 00102 E - 5 a� B. Requirement--An Affirmative action Plan (Con't) Part III: Compliance and Enforcement. (Con't) 3. To the extent allowed by applicable State Statutes, the contractor may be declared ineligible for further County Public Works contracts until he satisfies the County that he has established and is implementing an Equal Employment Opportunity program which conforms to the provisions contained herein. When the agency proceeds with such formal action, it has the burden of proving that the contractor has not met the requirements of these Bid Conditions, but the contractor's failure to meet his goals shall shift to him the requirement to come forward with evidence to show that he has met the "good faith" requirements of these Bid Conditions by instituting at least the Specific Affirmative Action steps listed above and by making every good faith effort to make those steps work toward the attainment of its aoals within its timetables. The pendency of such formal proceedings shall be taken into consideration by Contra Costa County in determining whether such contractor or subcontractor can comply with the requirements contained therein and is therefore a "responsible prospective contractor." It shall be no excuse that the union with which the contractor has a collective bargaining agreement providing the exclusive referral failed to refer minority employees. The procedures set forth in these conditions shall not apply to any contract when the Contra Costa County Public Works Department determines that such contract is essential to the national security and that its award without following such procedures is necessary to the national security. Contractors and subcontractors must keep such records and file such reports relating to the provisions of these Bid Conditions as shall be required by the Contra Costa County Public Works Department. Submittal of CALTRANS form HC-7, FEDERAL-AID HIGHIWAY CONSTRUCTION CONTRACTOR'S EEO REPORT or optional form 66, MONTHLY MANPOWER UTILIZATION REPORT will be required monthly. Additional forms or reports that may be required will be presented at a pre-construction conference to be held prior to the start of work. For the information of bidders, a copy of the Contra Costa Plan may be obtained from the Contra Costa County Public Works Department. 00103 E - 6 A - NOTES 1. REINFORCED CONCRETE, CLASS B, WITH No.4 BARS @a IG" EACH WAY MAY IYP BE SUBSTITUTED FOR GROUTED ROCK RIPRAP. 2 No4 HOOPS 2. GROUTED AND LOOSE ROCK RIPHAP SHALL CONFORM TO THE COUNTY F C-101"MIN_ F ORDINANCE SPECIFICATIONS. I2D IUIi pIpC9 OVEN!E"I - � I I 3. FOR PIPES WITH FLAPGATES SEE C.C.C.F.C.D. DWG B-55. I v 4. FILTER MATERIAL SHALL CONFORM TO THE COUNTY ORDINANCE SPECIFICATIONS. CONCRETE COLLAR, COLLAR SEE COLLAR DETAIL �( DETAIL COMPACTED NATIVE MATERIAL-� ..'• �c,- ` I . 18"Noll BARS WHEN BOTTOM WIDTH < 20 EXTEND 12" THICK ROCK TO IG' OPPOSITE BANK b UP A HEIGHT 0. / GROUTED NOCK 1's`�.1+ ' ' ' ~ IB" RIPRAP -- -- -_-- "lf•r : WHEN C > 2/3 BOTTOM WIDTH , EXTEND 12" THICK ROCK TO OPPOSITE TOE , Q t 4"D WEEPI-101_Es ---- '•y` ---- ; ou r +.t.. Cu) 3'c.c. WREN H>7Him _ C \� 0 R C x i e'-o"MIM. I CMP 4D IN \I �/" LENGTH,WMIN. 1G" TotiL ( - L Cl o I� C, 'J" FILTER BLANKET H E •L�/� v LOOSE 1/2 w. l 0� ��I/ WHCN H >%' "--- ' 11 -' HOCK RIPHAP I/ 1 -6 10 T -O 2-O 71011 to 14'-011 41-011 SET I —q 14'-0" to 20'-0" sl_01; C ON A Over 20' -- e1-0" Y-D/4 ,9"MIN. - r rE CON i9A lC;i' 01,N (Y FLOOD COfII401 no TOE i VNWATik CONS'_dVA110N I•IS'NICI .i� ° !-N- IlaSTANDARD ROCK RIPRA i , '> 61 PIPE SPILLWAY FOR > 4r,;aii� �� � o_r••� �12� ia EARTH,O:• " :CHANNEL _- ! i i ��.�„.:�•A GROUTED ROCK RIPRAP 1D,N. <.,!1. NONEFC� �1•1•10/60.P , w�C �37s LAN • SECTION B— B µ 8- 50 r.Nl YJfI Af II h•M/(•j .�EMIMi(•t_ 1 •,.ti,' , C_ IY NI Is nL IIIh ILI 1.110.111. II NII .111 NI.IlI�•l..•f ISrUNNI .'M:� I Y I In IMrll NW OM41I.1 YN U Cu.i1 WC11MY m( llu tl LY uN111{Ot nlN Nr4l •' • /•I IIN/ IUtI /DIN CI/0 61,14 1NL 1f IN ........... I- .!w �. I Y 1, L.If•N.t1�....... .. 111611V11 , Y'IL1� I' 'c y I'rllllf 6eN.ul,•ll S ( { 1' <, /! r1NYlS hI") 1N45LbuJl�• �•.•Ij .((•4IX IS$P/CJIp .�INI4MIl WILI 1,, �� I I I ,, ti 1—.lwJ•-rdr:r..G.YN...:;L? ;.` LNO CONNLN ANO 6AI1 J ""� u I •wl n,.o. .wrK.:'lr,nn .rrrr.r w..•.r.r .r.r • •• ., IJ f• rJ ((( ppp mn'•'r•mn.•Nn.a iri o•� r..•..i.J•M L,>.. .•I�LfI FU51 ASSIMULT 1• I / Y• I�' hNl1•bN.1)f n•h L•I'•NLN I K I11I1 InIN 111 IL y••LNaLI ! ' I )1 ,•h "' 1'0,1UN 1•Yw.l L4'1NY IhIN sic 10401 at •IfN FIF YI: � .�.n q.1s•b•I. .,'•" ( II f1'1'14.I.au11 is 1nw 11 II.,At II IJ. tLl4k%01•04 Y3Y IIYI ll Y'I.YNN f 1lf clL•/t'IIYNrC CHAIN LINK FENCE :IDtI 11'r• •Illi wwllf IwL N•.r.•11 f;:."$fill YD..1/ w.Nl u111.•NY Y•NYIY � � - / r.N•,.lINL11r L._ I I .N.11 - I !I4U 11N4111.( .L I-, as llrl If IYN WW _ `r 1 r 7`Pull/ �• � .~ ._. ._ I•I�. : NYYY YN III L' r YN.0 V+ "1 �... H�:'�.I•� I�� � �,i •X 1\ � I. I .,..,N......•n.•r..,.-.....r.Yo.rnal !I;�:' 45...�,� .� ...., r. - -i�. " 1 •.1 .., ....•...,, `'� Inl YY bw•N 1• Ilrl w Ino•N• ff'(0!1 lull I YN Y IL CYw(YI ItI'u 1 P011 :ww Y Y NhWq I. 1\ 1 YNICI .to IL r11 M 11 rX NuuY h1111 L NU, CUNNI If.AND Wil POST A55t MILT PULL POST A55LMULY I .�..r •• 1/ru 14N 131 Y•CO..,w Y41t1 If r..to-"It•r DN Y.YN Hu/►till) PULL POST ASSEMBLY I lUY rL,Nr 10.11 LNO,CONNLR.AND GALE POST A55LMULY LINE PUTTS a.0w r.I .11A...$ ML1AL POST INSTALLATION WOOD POST INSTALLATION (( .I '•'1 INL PWI NIII-if 4111 Pull `1 I IMI•JLI }/ .IIp ..4•.L•4 YIN M / ) Y.• I _ 1 "..I post 4:"fc�wZw r,1y I I. 1 • f , •n..R ,\RRA/l P!\.\n� r1 1,.;. .' X111\RR^A jA� H 4 •(, 1 F. [.LN LFY wlLDl41Y ( pp !t• ) Y'�1,.�L��pN. I .�. YY•�I, �,Iya1I ��;,;`lin:`: RV..'1, ^ ..s^^��uNNN$1 �.�� ,�-1 , t.N\N pN pl Ii L�ILNNI t{1 1 �11,�q uw,1 I, .....-w......rrw•..w�....n.. •L.,._' mYN.. Y.YIYNgY y.14NI1 !•. N ..1•'• Ml LL.M.Y .� 1 w (:rNl h VNW�1�DII Lu bLND 1'r.Nr. ►✓✓✓ . '� �• INLIlra •,:1- ` NIIh/ t I.IC •• 11IJJ 11 f aI KNr•Y lLOIY 1 IN.L•I 9.1 N�_: •��'r.N _. �' I rAYt1L11 METAL FRAME GATE AND ADJOINING PANELS BRACE POST ON CURVE FENCE LOCATION SPACING Ot UHACE P0575 NOTES 1 Ilr/N.11.111.•N.p 4.1 �95!_Lt:S114 I lrl w.►JII rlfN LND/Llwla YNNYIn•gyp 11t IrMN IOu 1\INI OI.II•POLI f Nuwlw 10.0U 44 W INI 40 140.•1 Inl tD0 IpUp$43 (IINI/111(N INI 111r4MhY irl[U.CNIwMi 11.11 JI L•.II WIr1I a 154M Lr rn 4..1111 IIDY?IY Ifop' ll[NI$IIXIF/{It I. W.W."1. w LI ILLo. , •r.k ht. I Y1II'1C1N1'Yi-1"j.LILY1•l IMIi ItN C/NS © PROPERTY FENCE CONTAA COSTA COUNTY FUWC WORKS DIMLIMINT STANDANp_PIAN^_--• .IIN3•Ip�;� ✓;;�,..�• STANDARD FENCES rpnit LloNlj aNttloY'`N f"hili aro Sil» "1t1"�- !- a-N1 rt.YNI lhw iP.w.cryy _.•1 7rl�r.n ti•.1 � tl11 --..�_ ..,. MO DIIL NI.INph Dr$CNII IIUw 1f ti..N Lr. "' cc SIVA A _ (ILt/ +. ,1• 1• • 11/1 /1'.p• '�I.II.I ,• t- IV �. SECTION QP, t ;2 SECTION 00 SECTION NH 1 0' - DETAIL X SECTION 11 ,•1I. •i•1oI /Y1/ we taws .,.� w1 I.w.•1 1 "Ct'�._'".._ I'MaIO fYMNkA Iwl SECTION AFF I -off 84 11. 6 «L(. 1.1 rYn O , _ 1 1W.,I.0 rKn 1 _� _1 P•A Ii + '+• \ -. � •°� 7 u it N /c°I• L 4 IL -lw0 -LA /�._..f _ •I. �l' •-1'.1�•j'�{..�•i -1,1•Yul ' let Y1/.,Y.1 .I •�r/I _�.t, .i. ..-,'.1. -rl •t/•ll . 1" .0A Q.1111C ..Ln �l� ICRI. IMI I TAIL 11 P11 DETAIL ! -- :t C{ �� +I -°_-•••-••.».»....... 1...•.,,I »I° `` - - -.•N I . 'N COVERPLATE FRAME Ir I•._... ...».. _ .... 1•II II I I•II• 1 .-r �I� It /o.Y•o ` u.u«.ul PLAN �; �. •• """"` ''• GRAPE - SECTION AAAlp GRATE r l'. ,�• - I wr nln 11 11 f r ■dN 1/ND•IwYi ! Iw1 \ Y 1.•1 �11 . �l 1 i yr I,Y I .1'•f• -i•l� `�� /n1I/N P I.r4il1 W I •'' -�• • YMM•1/ r • � �• \+ .11 Ne.11.10 1..Pe../111/• �- - _.I. Yry •w..n•11 1••V 1 1_ SECTION CC SECTION OD6.4 DETAIL Y I u1.11/.• -VY•IVY..V.•.••r •.+110•(.•1 DETAIL t COVERPLATE .r.w.1•rVl �\ y1 tv r♦��11.e�°" N« IN AY•11 MI 4.11 nw «I.I-.......__ \ Iw 66.46 II'.e•or VI••I.YY .1vY" \ «N P.M Mme•-111 1.13 NC..II'f°IW Y.Cl/ 1«1/• _ r_t' = .lilltll N�IE/ DETAIL V1 rt rnwY nraMwr.w..A 1+1..w0 fiwrw PLI- Y••1(. MNl INwa ���. .YI 1. K•.. •"IIIIVf M1611 /.10y Mlw N,LA, QI•M w 4 Irr r.r /1. /r,aY lwl•wr w 11. ,. i`• `' - - •«MI «IN . l� - ! 11/ 11.11 Y L4 rtr.I.WM.1/.•M I...IrM I•lu IN.<I,YIN.I YI.I M 1•aMIV I•IW / r....Y IM .Y.1.. Muaa III I.YIIM. r1wYV1 •Yt.M 1 A `+ M t 1 Al 111111 Do c){�. 1�•• ,yp t.,1►�'�• IMI SAO" /CNt1 f I.Y•N•wP Yu•a WI.1 I./Iln.l .a.IPI .1111 r.•1rI i/ tIN>Q-TlSE!-jls!!Il t11DN COANt All 11 11 1.10.11 M Mt/ll 1. . rl�wll wll I.W .O°, M•11 «►. IYYI«l•11 I.•Yr \.r. t0.l.ra.11 Hr . 1 /Jl:lta111 Curly kya It!_+Y K:1lie !!Cl1i.HNML.Il.41!.9 illi►-@Y! DETAIL w l +•.fl•nu Yu1-Im n(.YIY uwl°u w Y.u.arY w I•.I'.l'..aroq �...rl ORATE FRAME • ••p-, t{pl.1 P•p.1.4r M.11,.Iw1./• r01 10 ICIaI 10 Il utiU ..... - w.1-.._ w P•u.•I ru wcNYA lrla a Iw u.,• +'`r`w '•'!"'"'11.1-- _ CUNTM COSTA COUNTY Pw ola�Nlwr It N YII°°IQ IK ! 1/l�1� AYII 1.1.•NP�I•wp 114/1 Iriw/pA1Y uY ►UDLIC WORKS DEPARTMENT NttIW.rn«w =w emu 11.11.WA ! i�li!ry •w f•I•{n.w.l.0 wf!pwy, pq �. 9►11-Ic`•-I►�YLi_4SL 14 a x.,111 .w+lf �IYY (�..w1 ul,•wui :e .••,1..1 I.a_,.. 1 Y1.w. {I IMA YY1a« I.r1r0 10 ! ! I!'•..._ I._ / a1n.11 r..Y�u.Y1.1.Y wl m YY.0 .0 111nU►110 PIAN L/A1ra 111a1 c0.1.Iti 110.0•NIA/ILI 11\IAI ..«1«I•.YI 1a1 CL,I.r1I1/I.-I...� Iw «wl Irwl 1•.ww Iuaa« t••w1Y VIA -_° 111nI In Ir( .11flw.S(-iY t •I'':_ INLET FRAMES. GRATE e I.YNP/•YIP IIat YY /JO YWl w AI WNIO 1 1/1%« 1'w.i LWMI11 w01Gr1 pY...11 � • ! x/11 \I.i rw1 uu.•i11.41I ip II•./' _ AND COVkN PLATE unro 4-;4..wis I1 /n❑.•i liSa ii A.u.-'' li/i{iYll�i�ii►i NIIIC 1471Mt•N1f 1111~'1��'Q 11 h0/14� 0.11 •I.�w. w.<wrlY11 �P• Y.•°r P. - a....lY .. CC 3010 •-:.":=...:�"`'p+`"A.4'�w'i"^�"".:;......�.v^C:Z..-_"""'""•-+_...5":'-.,,;,,.i 3...'-'i�""`�'F�.'�.,..w��..,r..."•�,.w'.:�:.......t�«,.._..i!f.'�'!'�".4et7w10..L... ..a.. ..i_ ....,,-.r _._...._ � _ 1 w•awlt0 $left CAN(M.11 Ali) Y•'r 1r R0.1MNR/iu0 I4L vus Rt Mal rt i"'.'r'i"i aM'1 h+• ,. itnYAt bet talfMt t fEt NOTC t ' itn r fly.i�A 1•'�• NAW1111tDii1 o1siA41w., "........................ J . � «.. ...1 �� �. r1•riN11.. ••A•, •Mi At•4/1 601wrM •! Y AA olrl 1t0 104 i'4RATKA4. i i i i �„._.•�._ __,� /T (44"U49 wall •� JJ11..77ii I•4f- TYPE • , !t �� ttT10N 01 ' A TYPE C OPENING n,i 1 y ON M/CAiT AIANIOLt •ANN(L 1 a•,t,t 1 W0 10 it-0-4/t"K Woo i i we r nA . 7-r 1N1 W Mil[•4N»I�i 1V1+t 11r -41 0-4 i • SECTION A-A ;'.,W.04;;a—it. SECTION B-B � of.6, ft— r-ar itcnoN O/ TYPE "C" OPENING IY,••AP4i ON MAMlOtt BAU Al ttIL /too 1 ✓ .1 f a{ Rwt• 17At *,4, � 40+ttR 10•tetn..i Yr t 11[ *• 1 w /1A 10 {IAADM1-0-9O KA•RR i0p IM7.1 IIII Arty ttt Nott i A \ / SECTION 8-8 r CURB OPENING MODIFICATION Norts' ) t tAuiw ti A, iwr MK 4+as •t.iA,.K.igi•A•t yAtt H t.• .I.4r.ua N M faMYM 1,,(.+• all tautw4D,• �' f{',i. + •,._ ( .... j .... a U. b,a+a Y ''rl� il.,.Ywt.w,.,Alt. ♦wit,ui ala itlt•N!4ra.t ail wttMtAt i 4•.twAM.iw.aiMlii •iM irA/At tui la.•t-...A.W{ MII W tM i".t At"- la!MwM Iw N wa,1 r,a4MA wYt,441 a.YY4{t1 Yr FI 'A1•r n{w PKa{ww lC t+N1fA �, 4{t t+w„ww{ i.tw l Int S',wit Vire, i AA I 1 yALwlaw W MII W Naw4t IY AA a1 iwlwY gall a,1 ilrrl.wwl Y11•iwVi 1A IWii1 A. 1 „ Ii+A/i Mht N ..,its Iwi «,{t .1 ID it la h{A.trail twat, it .414 ` - CONTRA COSTA C0u1{TY ' TUMAC WOOKS OEYANTMtNT FLAN i4+Iw+.lf»4t Iw4YY 1 64{if 41ltilYtt watt w .lug t.r TYPE `� INLET �, R ••R'N ta+at..,4+{wirlt.(ID..tu•_ 1A0 ,......r1�.G,-_r'-r«( al•wwW._.AC1�.:{S-- 1 i•1,r ,util4rt Y011t .mdD .. �tIC 4Cr.{OWRta_AR�taAl W 1104 �"• " ,•^'• �•,l=A.�..SSi. N Mii ArltNia 4tK✓lar if yiaAi iw - Srt+ii i, . cc 3013 APPROVED, SLOPE STAKE REFERENCE LATH POINT AND WITNESS STAKE PUBLIC WORKS DIRECTOR SLOPE STAKE GUARD R.E. CERT NO. 5709 STAKE R/W AND/OR CLEARRIG STAKE SLOPE STAKE REFERENCE POINT AND WITNESS STAKE LATH - FINAL GRADE R/W ANO/OR G AR __��FINAL GRADE AND AND LINE STAKE 'R SUTAK LINE CLEARING STAKE LINE STANE- STAKE SLOPE STAKE TYPICAL SECTION ROADWAY STAKI NG NOTES: 1. STAKES WILL BE PLACED BY COUNTY FOR SUCH SPECIAL FEATURES AS WITNESS STAKE BENCHES, STRUCTURES, PIPES, DITCHES, CHANNELS, INLETS AND HEADWALLS. 2.' FOR FINAL GRADE AND LINE STAKES; (a.)OFFSETS MAY VARY TO FIT CON— OFFSET DiTIONS, (0.) GRADES MAY BE REFERENCED BY CUT AND/OR FILL MARKINGS, liub ti (c.) LONGITUDINAL SPACING WILL VARY AS DICTATED BY ALIGNMENT, GRADE AND TACK CROSS SECTION CONTROLS. 3.1 IF TOP OF CURB IS STAKED, THE FINAL GRADE AND LINE STAKE SHOWN ABOVE WIC-L NOT BE SET. TYPICAL CURB STAKE . O�FSCT DISTANCE MAY VARY TO FIT CONOMONS, SUCH AS CONTRA COSTA COUNTY SIDEWALKS. PUBLIC WORKS DEPARTMENT MARTINEZ, CALIFORNIA STANDARD PLAN BASIC STAKES AND MARKS TO BE ESTABLISHED BY THE COUNTY SCALE: NONE DATE: JAN. 1:5, 1969 DRAWN: T DIMAGGIO FILE NO: NO DATF RFVPzM)N DESCRIPTION BY CHECKED'. M. WALFORD — CC 3040 ------------ r --_-^^f .+.•r(�•T�7�'�nc'i�^MT-rt.-^_'__^..___> >./�T:-:•tri'P-"t['"�fl;ter-^•^^C•n•tT'+"'TT7^L^.T^!•r'•�__ Don't Gamble With Death! Fourteen times as many .workers Walls of Perth may look qujte hprgtless, die from caving ditches, trenches, but they are extremely 'dangerqu; unless, Protect' 1011 and excavations than from other held in lace by adequate shoring and' of construction work (in proportion to the bracing. number of disabling injuries). • * * A A A Out of every 13 workers who I re- ,•.Play safe! Don't bet lives on soil orhm' en In . ceive a disabling injury from cave- conditions! , Provide adequate shor- ins, one dies. Ing and bracing. TRENCHING into a slippury, dungerous mass soon after exposure to air. To prevent this uir-clucking, some contructors apply TREi CNE� S Culiforniu's Construction Safety Orders Hive a prolective coining of gunitu to such walls, in addition ndiehinunt requirements only, but distinctly specify to shoring and brueinU. Other contractors provide extra Ihut trenches in oll types of eurllr must be guarded sheeting to hold the wcukenud wulls in place. uguinst Ihu hazard of ntovinU Uround. Ir is the ensplu)er's respunsibilily lu sue that em• ployces are nor injurud frunl coving ground. Expurl- 4. Guard Against Caving Hazard ended construction men Oiler ilia following advice, Created by Vibrution and Load From which will be hal lul in decidin haw much sheelin C1S ' , oa °4° p U U. Highway Traffic. Trenches located near high- re`, � r ,. � 'Q �(�+:�Uo�� �� vr$�q'•{ I� ,�, in addilion to Ihu minimum specified, is squired: like) to cave than similar �Qa•o•"•�q `fZ'�'uD°•�° °� was and srreuts are more I Y y ��� ;•,u� Q•V'P o:o,Q•,,i�o�.'•r;;•p. trundles in locutions not uxlsosud to movinU lauds. Qr, t S �;: _'ii Qctisl,il4i'Oii:,_.:�i,': 1. Beware Of Disturbed Ground. Extra sheeting is neuessury, and loose rocks and chunks .r . D.� Ground that hus Leen filled or disiurbud will require of eurlh that could full on men in the excavation should additonal shouiinq .utd bruciou. So will hard compact be removed. 't o 0••Q. •. 00...�,j •P"T•. •� �•�•. 3•pD''O�.,1• II P'•i • ground if there is filled �� ''��0•° •ol)c7 �cS' 'J(. oy'�!j�s° (led Urounsl nearby. A (ranch wall , p.$�; �. �� ,� •�': 3i i. 00 n•. .u ��l_ I q ••�. oD P.UPU•. o` w- 11.0. ��-:gyp•• that is Hoar anoUsr+ recentlytilled (ranch, (or example, ,.o �.p� t. •�� �.,;�� ' 5. Install Upper Trench Jacks first. 1 'o ,;Q 'g'Q P:•,o•• �0�: . �, is unstable, even though it uppeurs to be hard compact PP w,v, maruriol. When Itench fucks are used to hold uprights in place s�: t { , t '', t CYC r£_•r� _t against trench walls, Ihu top juck should be instulled No. The next lower one should be )laid in position with ? - 2. Take i l S eciaPrecautions Where C P hooks from above halos 5 men enters Ihu trench ul t � L.u•o• ' �'bv'� Moisture Is Present. 14uvide extra sheeting 0 that point to place the lowest jack. Shoring does not fob uo:Q::O•oo•a / p:o �[ I where there is wot4.1 or seepcsUe. Keep the excavation }"A serve its purpose if man expose themselves to hazard �oo •R >.d�C °° t �' o. pumped out of ell amus, and ovoid any,uccurnulalion 0 while instulling il.'Most of Ihu installation work should 7.: c D•.. of water, day or mg)lt, until the work is done. be curried on from u safe position outside of the Irench. >�, b •. d• P•'s•.:, 06 3. Guard Against Ruck-like Material 6. Protect All Men in Trenches. If a ­0 �ot?.o: o. . z :K f�••:c That Softens When Exposed to Air. Upon man is needed ut Ilia borlons of the bunch near the ` a Ilia boom-end of aboom-type IrenchinU machine, he should exposure to air and mulslulo, some rocks, like 20: �j •..r {;s ( .;s ?:, Ili tY;t., !�' greenish serpentmei fuund in California, undergo a be protected by metal shields attached to the 600111- softening change .celled ui1 slaskusU. Walls of such rock end. These shields should be of adequate strength and _ ere hard and solid at the time of uxcuvution, but sultan design to serve as a substitute for shoring and bracing. Il'af��iII��tXil SPECIAL NOTE - - An area restricted by installing forms or similar structures adjacent to Ilse rs> °' 4 • � � bank al on uxcuvalion is termed a trench, and all trench regulations upply. CSO, Sec. 1504. ;� 1, t �.Lr 1. s : ,,., 'r 1.). ,t ---' -------- ---__---. .----- --- -- f,�f Yft;r7a t�tr(ti•tfi iilll+� ;I�tY r•7 � , t ;1 r ' .,1u COMPACT GROUND FILLED OR UNSTABLE GROUND ALTERNATE TRENCH PROTECTION Trenches 5 feet or more deep unci over 0 feel long Sheeting must be provided, and must be sufficient Sloping ` must be braced at intervals of 0 feel or less. to hold the mafeiial,in place. A slrul brace is required for ouch 4-fool zone inlo longitudinal-stringer dimensions depend upon Trench or excavation walls must be sloped no les which The french depth can be divided, with at least the strut and stringer spacing and upon the degree of than 2/. horizontal to I vertical as an alternate method Iwo braces for each set ul uprights, instability encountered. to shoring. Soil instability may, however, require a Steel screw-type Irench biur,es must have a fool or flatter slope. base plute on Loch end of the pipe, placed horizontally and bearing firmly uguinsf uprights. Hydraulic metal - '. jack units, properly maintained and of equivalent strength, also are acceplublu• [lues m �j ,�'• j ,�", Timber brutes ,,list be in good condition, free from •j ►slut dope�� 1 1 ��Ouuer shun imperfections affecting their strunglh, well cleated, and T '. 1 Slop, rigidly wedged. STRINGERS J" x 6" MINIMUM ' Horizontal Strut Braces �j l wrdrh of tio,,ch sire of srra of /� . f,r✓ J. rear(In(I.) wood Brutes, Pilm Bruges / ��� Protective Shields 1- 3 4"x4" 11/3" STD i��t'�, y Prolective shields or welder's huts may be substituted 3- 6 4" 6" x ' 2" STD I / �� Y SIUEI FIRINGS for shorin s stems to rovide local rotection for work- 6- 0 6'W" 2" STD E / `� ` IRENCII DEPTH g Y P P „ to W-2•' Minhnutn Ilikknoss men in 1 enches. 0-10 6"x0" 3 STD 4'-� f fl / o'er B'-7" Minimum lhltknsN j 10-12 0"x0" 3" STD \ Design by Registered Engineer Lranches wider shun 12 Iasi muss huve brutes, of corrospondinylr lotyet dimensions. �� ��\ A civil engineer, registered in California, may design I r uEAR and submit detailed data to the Division of Industrial 2' MINIM Safety for alternate offective shoring systems.The design �ssr. x must include a soil evaluation study, a slope slubilily BRACES study, and an estimalion of forces to be resisled, to- e 1 / 4' z 4" MINIMUM gelller with plans and specifcalions of the materials "' // �� See Spatifitnsions so;u 1 / / IF and methods to be used. I f toll•w���av`�o•`' / Upon review of the application and supporting da►u, The Division may accept the provisions of The alternate proposal or add such modifications as appear just and /., RUNNING MATERIAL reasonable, See Plate C-24-a, b, Appendix, Conslruc- SOLID SHEETING tion Safety Orders, for engineering design alternate IS REQUIRED criteria. ACCESS In trenches 5 feet or more deep, laddois must extend Trench Shoring Specifications I at least 3 feet above the top, unless u safer means of --- =----___==-- --- --- - getting in and out of the Irench is provided, HARD COMPACT I SOIL TYPE DEPTH UPIIIOHTS BRACES STRINGERS t There muss be a ladder within 50 ILu1 0( a GROUND '-- `— - ---'- `^- - in a trench, any worker S'OR MORE IN DEPTH � -- Hml- Hal•. — 'y 1 rontal font l Valical 1 sem, t a site opacln8,' Site Waring, Sire pacing, r feet Indies lest Indree feet , indlee last PIPE INSTALLATION , field, 6-10 S 2X8 ! 1X1 — 6 W►ae indicated i s,'1 Length or diameter of pipe being installed does not t. tomprel Over 10 7X8 6' ' '1X6 6 Where indicated ,? I ' p Unstat.16 6-10 1 ermit variance with shoring requirements. Shoring pro II'I l 2X8 1x1 1 Wkereindicakt lection is required within at least 4 feet of any workman. 11 2X8 2 1X1 2 Wiese iudlealed l Over 10 3X8 liulid IXe a IXe 1 / rtlefrJ In eu,eoante attar us, stets rasa nna III Iluonh.q ' 1.8 2X8 ootid Ixt 6 1X6 1 I I I I I liver 8 8X8 Ikdid 6X6 0 8X0 4 rose eo, • se eta WA IL BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA Re: Sale of Excess Vacant Land ) to ;Cay Building Company, ) RESOLUTIOA NO. 78/ 421 Willow Pass Road at Range Road, ) Pittsburg Area - td/O 4297-6,53 ) - (S & H Code Sec. 960.4) The Board of Supervisors of Contra Costa County RESOLVES that: On September 4, 1962, the Board of Supervisors accepted Grant Deed and approved Agreement dated August 14, 1962, from V. P. Barer, et al conveying approximately" 11 .909 acres of land for the l.Jillow Pass Road grade separation loop; said Deed was, recorded September 27, 1962 in Book 4211 of Official Records at page 457, et seq. Said Agreement provides for the reversion to the grantor, his successors or assigns, at fair market value, any portion of the property found no longer required for County highway use. Kay Building Company, successor in interest to V.P. Baker, et al , has offered the County $80,000.00 for a portion of said property in accordance with the terms and conditions of Real Property Purchase Agreement dated April 11 , 1978. Upon recommendation of the Public Horks Director, and with the approval of the City of Pittsburg, that portion of said property described in Exhibit "A" attached hereto is declared to be no longer necessary for County highway purposes and its pair nark-et value is determined to be S89,000.00. Pursuant to Section 960.4 of the Streets and High:•iays Code of the State of Calirornia, this Board hereby APPROVES the Real Property Purchase Agreement dated April 11, 1578 between Kay Building Company and the County, and the conveyance of tele property described in Exhibit "A" attached hereto, to the Kay Building Company, upon payment of $80,000.00 to the County; and the Chairman of the Board is hereby AUTHORIZED to execute said Agreement and a Quitclaim Deed to the Kay Building Company, and cause its delivery to said Company for acceptance and recording. The Clerk of the Board of Supervisors is DIRECTED to cause a certified copy of this resolution to be recorded in the office of the County Recorder. PASSED on May 9, 1978, unanimously by Supervisors present. Originator: Public Works Department Real Property Division cc: Assessor Administrator Auditor-Controller City of Pittsburg (via P/W) Recorder (via PPH) Kay Building Company (via P/U) RESOLUTIOa Pio. 78/ -�i 3 00111 ` Willow Pass Road `5781-78 Excess to Kay Building Company EXHIBIT "A" That parcel of land described in the deed to Contra Costa County, recorded June 11, 1963 in Book 4384 of Official Records, at page 632, a portion of the parcel of land described in the deed to Contra Costa County, recorded September 27, 1962 in Book 42I1 of Official Records, at page 457 and a portion of the parcel of land described as PARCEL I in the right of way deed to Contra Costa County recorded September 27, 1962 in Book 4211 of Official Records, at page 460, records 'of Contra Costa County, California, lying in Projected Section 13, Township 2 North, Range 1 west, Mount Diablo Base and Meridian, in the Rancho Los Medanos, more particularly described as follows: Beginning at the northeasterly corner of said Contra Costa County parcel (4211 OR 457) from which a radial line of a curve concave to the north, having a radius of 17,298.74 feet bears north 10° 59' 06" east; thence, northwesterly along said curve and northerly line of said Contra Costa County parcel (4211 OR 457) through a central angle of 0° 10' 40", an arc distance of 53.67 feet; thence, continuing along said northerly line, non-tangent to said curve, north 890 05' 06" west, 1092.55 feet to the northerly prolongation of the easterly line of "Parcel "A" of Subdivision 4138, Twin Harbours", filed August 23, 1972 in Book 149 of Maps, at page 27, Records of said County; thence, along said northerly prolongation and easterly line as follows: south 5° 02' 38" east, 523.06 feet and south 10' 18' 02" east, 149.0-9 feet; thence, leaving said easterly line south 88° 44' 22" east, 349.38 feet; thence, northeasterly along a tangent curve concave to the northwest, having a radius of 330.00 feet, through a central angle of 590 29' 23", an arc distance of 342.64 feet to the southerly line of PARCEL I of said Contra Costa County parcel (4211 OR 460) thence, along said southerly line, radial to said curve, south 580 13' 45" east, 25.00 feet to the easterly line of said PARCEL I (4211 OR 460) from which a radial line of a non-tangent curve concave to the west, bears north 58° 13' 45" west; thence, northerly along said curve and easterly line, through a central angle of 490 39' 23", an arc distance of 307.67 feet to the southeasterly line of said Contra Costa County parcel (4384 OR 632); thence, along said southeasterly line north 34' 13' 42" east, 217.08 feet; thence, south 89° 06' 35" east, 255.45 feet to the easterly line of said Contra Costa County parcel (4211 OR 457); thence, along said easterly line north 00 42' 27" east, 33.78 feet to the point of beginning. Containing an area of 11 .445 acres, 498,535 square feet of land more or less. Bearings used in the above description are based on the California Coordinate System Zone III. Subject to all existing easements and rights of way, recorded or unrecorded, under, across or over the hereinbefore described parcel of land. Further subject to future right of way dedications as set forth in the Real Property Purchase Agreement between Contra Costa County and Kay Building Company, dated April 11 , 1978, a copy on file with the Clerk of the Board of Supervisors of said County. k zk� 001110 i` aril 11 1978 i° Parcel Number: None ( � Date: Project Name: , Mow amass Excess Name: Kay Building Company ange Road Project Number: Address: 880 Hinckley Rd. W/O Number: 4297-663 surlirgame Ca 94010 (ZIF REAL PROPERTY PURCHASE AGREEMENT THIS AGREEMENT made and entered into this 9th day of 14ay 1978 by and between Contra Costa County hereinafter called "Grantor" and KAY BUIIDING COMPANY. a raliforni a Co o i-i on- io hereinafter called "Grantee" In consideration of the covenants and conditions hereinafter contained, it is mutually agreed as follows: 1 . Grantor hereby agrees to sell and convey that certain real property described in Exhibit "A" attached hereto and made a part hereof to the Grantee for the sum of Eighty Thousand Dollars and no/100--------------($80,000.00 ) free and clear of all liens, encumbrances, assessments, delinquent taxes, rig is of possession and leasehold interests whether the same be recorded or unrecorded I except: a. Covenants, conditions, restrictions, and reservations of record, if any. b. Easements or rights of way over said property. 2. Grantee shall pay all costs of escrow, title insurance, and conveyancing. 3. Grantor shall retain possession of the property up to the date of recorda- tion of the deed. The Grantee shall deposit funds in escrow within 30 days of receipt of a deed executed by Grantor for subject property and shall not cause said deed to be recorded until payment to Grantor of the selling price set forth herein. 4. It is mutually understood and agreed that subject property is being sold and conveyed on an "as is" basis and Grantor makes no warranty of any kind as to the condition and/or possible uses of the land or any improvements thereon. 5. It is understood and agreed that the Grantee will take title to subject property subject to all existing easements and rights of way thereon at time of close of escrow; and, Grantee, its successors or assigns, will convey to the proper party(s) at no cost to said party(s), those rights of way that may be required subsequent to close of escrow by the City of Pittsburg, its successors or assigns, at such time as said rights of way are determined and requested by the City of Pittsburg, its successors or assigns. RECEIVED MAY q 1978 J. R. CISZON 0113 CLERK BOARD Or SUPERVISORS CO T O TA�CO.� Microfilmed with board order e 01 The parties herein have set forth the whole of their agreement and the per- formance of this agreement shall relieve the grantor of all further obligations or claims on this account. GRANTOR CON OUNTY I ' B \ R.I.Schroder Recomz pproval : Y y oar o up rvisors By ,�` Attest: J. R. Olsson'. 'Clerk Pu tic Works Directorg B6 �� B BY Real Pro er y Agent Deputy Clerk r By d,/ °-e�XzL nCV Real Property Agent By GRANTEE Approved as to Form: BUILDIlJG CCMPANY cartfauLta Corporation JOHN B. CLAUSEN, COUNTY COUNSEL L:e� By Robert G. Miller, Vice President Deputy Concurred With: CITY OF IT URG By ` L f 00114 Willow Pass Road #5781-78 Excess to Kay Building Company EXHIBIT "A" That parcel of land described in the deed to Contra Costa County, recorded June 11 , 1963 in Book 4384 of Official Records, at page 632, a portion of the parcel of land described in the deed to Contra Costa County, recorded September '27, 1962 in Book 4211 of Official Records, at page 457 and a portion of the parcel of land described as PARCEL I in the right of way deed to Contra Costa County recorded September 27, 1962 in Book 4211 of Official Records, at page 460, records of Contra Costa County, California, lying in Projected Section 13, Township 2 North, Range 1 west, Mount Diablo Base and Meridian, in the Rancho Los Medanos, more particularly described as follows: Beginning at the northeasterly corner of said Contra Costa County parcel (4211 OR 457) from which a. radial line of a curve concave to the north, having a radius of 17,298.74 feet bears north 10° 59' 06" east; thence, northwesterly along said - curve and northerly line of said Contra Costa County parcel (4211 OR 457) through a central angle of 0° 10' 40", an arc distance of 53.67 feet; thence, continuing along said northerly line, non-tangent to said curve, north 890 05' 06" west, 1092.55 feet to the northerly prolongation of the easterly line of "Parcel "A" of Subdivision 4138, Twin Harbours", filed August 23, 1972 in Book 149 of Maps, at page 27, Records of said County; thence, along said northerly prolongation and easterly line as follows: south 5° 02' 38" east, 523.06 feet and south 100 18' 02" east, 149.69 feet; thence, leaving said easterly line south 88° 44' 22" east, 349.38 feet; thence, northeasterly along a tangent curve concave to the northwest, having a radius of 330.00 feet, through a central angle of 59° 29' 23", an arc distance of 342.64 feet to the southerly line of PARCEL I of said Contra Costa County parcel (4211 OR 460) thence, along said southerly line, radial to said curve, south 580 13' 45" east, 25.00 feet to the easterly line of said PARCEL I (4211 OR 460) from which a radial line of a non-tangent curve concave to the west, bears north 58° 13' 45" west; thence, northerly along said curve and easterly line, through a central angle of 49° 39' 23", an arc distance of 307.67 feet to the southeasterly line of said Contra Costa County parcel (4384 OR 632); thence, along said southeasterly line north 34* 13' 42" east, 217.08 feet; thence, south 89* 06' 35" east, 255.45 feet to the easterly line of said Contra Costa County parcel (4211 OR 457) ; thence, along said easterly line north 0° 42' 27" east, 33.78 feet to the point of beginning. Containing an area of 11 .445 acres, 498,535 square feet of land more or less. Bearings used in the above description are based on the California Coordinate System Zone III. Subject to all existing easements and rights of way,. recorded or unrecorded, under, across or over the hereinbefore described parcel of land. Further subject to future right of way dedications as set forth in the Real Property Purchase Agreement between Contra Costa County and Kay Building Company, dated April 11 , 1978, a copy on file with the Clerk of the Board of Supervisors of said County. 00115 -..•a..r..,.,.,. ... rte. .-........ .- .... r-....p,•R.. ..•..- �......., ..... ........ .•y. .....�y_.�,.....�,•..•,'.::. -.+.v„�::. :y•..,.v.,....�.n�:�ti.•d•.w r.....�•....--. .. ...-_.. .�..._.... ... ��+-+.ti..�„ .. 0• io r J'oo, til, q 1\10R7rj rrAjr?1 Sjay, DIR Ji1� r. 4r0•o�p4, N 89.OS'obS 89 0016 Q . t� F.;UPS ,C, m r �J 1\j r`l M InkW R N i`� d •��39'29" `r 211 J J1 �4 A Rr`-A 1 11,W46 Acres 1.3or 6T'�., r,� 1)1 r}�., ,1 rrJL t,7 ! Y� .4 S9-d.9'e3" moo. t/7 4 osCOTRA 1 Z PUBLIC WO KSTDEPAORTMENT S98•14'2Z A 14.9-38, MARTINEZ CALIFORNIA PRO PfR 7 Y S;f4ff MAP H J ` J :J J\/J _E" D .i �N D :.� ' coaNr Y PRO PERT Y B AR/NGS Sh'.91VN AA5 4OZ5. •U 01Y/74z C.4.tk /R Y1.4 CookAiNarr: ScALc /"•/00' o..rc APRIL /97 Sysr.ell1, r;C?NE 6Z. )Asir._ BRAWN erTO'Ctf.jt Frit Recorded _Pone IcaccKto errrlt.:/Y R.5 181"J(g COOKO, I-;9 ,t?0g1,,'55B,750 00116 kECORDING REQUESTED BY Kay Building Company AND WHEN RECORDED MAIL TO ' "37t Street Kay Building Company Address city State L Zip SPACE ABOVE THIS LINE FOR- RECORDER'S USE — MAIL TAX STATEMENTS TO risme DOCUMENTARY TRANSFER TAX$ Street Address COMPUTED ON FULL VALUE OF PROPERTY CONVEYED, city OR COMPUTED ON FULL VALUE LESS LIENS AND Zip Stats L � ENCUMBRANCES REMAINING AT TIME OF SALE. Signetura of Declarant or Agent determin;ng tax. Firm Nary County Excess — Range Road & North Parkside Drive, Pittsburg Q U I T C L A! DEED (Escrow No-----------------� By this itutrument dated-------------------- -----------------------_-------------------------._—----______.for a valuable consideration, COMMA COSTA COUNTY, a political subdivision of the State of California do.-_._.hereby remise,release and forever quitclaim to KAY BUILDING COMPANY, a California corporation, successor in interest to Piedmont Land Company, a corporation Contra Costa the following described Real Propert in tht State of California,County of-------_____________________________.__._._____--___---_---__-_-- Citvof------Pi_ttsburg------------------------------- -- FOR DESCRIPTION SEE EXHIBIT "A" ATTACHED.-.HERETO AND MADE A PART HEREOF. ••STA.C CT:cA:IfC"StA - hGv7_"Iu cG�^f:1T . U;IMA WSTA CG:.:.YTY R.I.Schroder r-- to Cs `a3.:..•kerd 01h:er e[ ,-e J.`..- .13.J :J:.IC car- r7 a:_a, - •ccy 3r c .Bis.. s1:Srra[.. at tk_ S:a•_ ,. ':1h i::ni3 as C:h:l: ^t`S_i3 Pt;7ii LJ1y. ar.3 1e. 01313;t:aM4 Sz:to re to: y . . a:�a,r_d>,:d ;o r e ..:1: :air. ;j!.,.e .trey execat.'6 rhts Ca��:aa3L / - - _ek 3,£z•,i:icio c:erA rt C.arJ ct�;Penisors. Ay 178 c:u6ty elfi CONTRA COSTA C4J►' _.` yl� / A . By R-I.Schroder Chaff an, Board of Supervisors ATTEST: J. R, OLSSON, Clerk ---- ---- - -: ------------------------•---------------------------------•-------- By yq ----------------------------- Deputy Clerk• STATE OF CALIFORNIAOn----- --- ----_.._.»___,19.----.,before mt.the undersigned,a Notary Public it.,and for said SS- County and State,personally a�•r_rcd»._Y_ _.__»_ �--•.---._._»_._» _�_»_.-_-- COUNI TY ............ _... »._�..._.-.._ .._ »___known to me to br:he pers,)n..._... whose name-.-_.--»--__ __suSsetib-d to tit-!—n ir.s!r^c^:,2n.4 sc's:rr tttj'-r', o r:- r NOZAry's Signature_.__.__..-.-_» ...__........_» __.___,.»»......_.. .. ». .»..».._....__.._. 00117 , ffticroji''mz1 c! with boort; order MAIL TAX STATEMENTS AS DIRECTED ABOVE ►s i l lU. c "a_b ..UdU cjlul—lu Excess to Kay Building Company EXHIBIT "A" That parcel of land described in the deed to Contra Costa County, recorded June 11 , 1963 in Book 4384 of Official Records, at page 632, a portion of the parcel of land described in the deed to Contra Costa County, recorded September 27, 1962 in Book 4211 of Official Records, at page 457 and a portion of the parcel of land described as PARCEL I in the right of way deed to Contra Costa County recorded September 27, 1962 in Book 4211 of Official Records, at page 460, records of Contra Costa County, California, lying in Projected Section 13, To;mship 2 North,' Range 1 west, Mount Diablo Base and Meridian, in the Rancho Los Medanos, more particularly described as follows: Beginning at the northeasterly corner of said Contra Costa County parcel '(4211 OR 457) from which a radial line of a curve concave to the north, having a radius of 17,298.74 feet bears north 10' 59' 06" east; thence, northwesterly along said curve and northerly line of said .Contra Costa County parcel (4211 OR 457) through a-central angle of 0' 10' 40", an arc distance of 53.67 feet; thence, continuing along said northerly line, non-tangent to said curve, north 890 ,05' 06" west, 1092.55 feet to the northerly prolongation of the easterly line of "Parcel "A" of Subdivision 4138, Twin Harbours", filed August 23, 1972 in Book 149 of Maps, at page 27, Records of said County; thence, along said northerly prolongation and easterly line as follows: south 5' 02' 38" east, 523.06 feet and south 10' 18' 02" east, 149.69 feet; thence, leaving said easterly line south 88' 44' 22" east, 349.38 feet; thence, northeasterly along a tangent curve concave to the northwest, having a radius of 330.00 feet, through a central angle of 59' 29' 23", an arc distance -of 342.64 feet to the southerly line of PARCEL I of said Contra Costa County parcel (4211 OR 460) thence, along said southerly line, radial to said curve, south 58' 13' 45" east, 25.00 feet to the easterly line of said PARCEL I (4211 OR 460) from which a radial line of a non-tangent curve concave to the west, bears north 58' 13' 45" west; thence, northerly along said curve and easterly line, through a central angle of 490 39' 23", an arc distance of 307.67 feet to the southeasterly line of said Contra Costa County parcel (4384 OR 632); thence, along said southeasterly line north 34' 13' 42" east, 217.08 feet; thence, south 89' 06' 35" east, 255.45 feet to the easterly line of said Contra Costa County parcel (4211 OR 457) ; thence, along said easterly line north 0' 42' 27" east, 33.78 feet to the point of beginning. Containing an area of 11 .445 acres, 498,535 square feet of land more or less. Bearings used in the above description are based on the California Coordinate System Zone H I. Subject to all existing easements and rights of way, recorded or unrecorded, under, across or over the hereinbefore described parcel of land. Further subject to future right of way dedications as set forth in the Real Property Purchase Agreement between Contra Costa County and Kay Building Company, dated April 11 , 1978, a copy on file with the Clerk of the Board of Supervisors of said County. 00118 r IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Approving Plans ) and Specifications for Landscape ) Maintenance of Sycamore Homes, ) Danville, County Service ) Area M-6 ) RESOLUTION No. 78/422 (7476-2310) and W.O. 4903-0671 WHEREAS Plans and Specifications for Landscape Maintenance of Sycamore Homes, County Service Area M-6, Danville Area have been filed with the Board this day by the Public Works Director; and WHEREAS the estimated contract cost is $15,500; and WHEREAS the general prevailing rates of wages, which shall be the minimum rates paid on this project, have been approved by this Board; and WHEREAS the Public Works Director has advised the Board that this project is considered exempt from environmental impact report requirements as a Class lH Categorical Exemption under County Guidelines , and this Board concurs and so finds; IT IS BY THE BOARD RESOLVED that said Plans and Specifications are hereby APPROVED. Bids for this work will be received on June 8, 1978 at 2:00 p.m. , and the Clerk of this Board is directed to publish Notice to Contractors in the manner and for the time required by law, inviting bids for said work, said Notice to be published in THE `IALLsY PIO'TE R. PASSED AND ADOPTED BY THE BOARD on May 9, 1978. Originating Department: Public Works Buildings & Grounds cc: Public !Works Director Buildings & Grounds Service Area Coordinator County Administrator RESOLgTION NO. 73/422 00119 SPECIFICATIONS FOR LANDSCAPE MAINTENANCE AT COUNTY SERVICE AREA M-6 3'1CAMORE HOMES Contra Costa County Public Works Department Grounds Maintenance Division Prepared for. 9 Vernon L. Cline, Director CLERK 50:,,� c �_�:iscRs Public ',forks Dept. c tii ' c Ta co. Contra Cosa County Sixth Floor Administration Building 00120 Martinez , California V v Microfilmed with board order TABLE OF CONTENTS DIVISION A Notice To Contractors DIVISION B Instruction To nildders Section 1 Competence of Bidders Section 2 Securinq Documents Section 3 Examination of 41ans . Specifications, and site of the work Section 4 'Diddinq Doctin;t:n-ts Section 5 Submission of pr000sals Section 6 Withdrawal of proposals Section 7 Public opening of proposals Section 6 irregular oroposals Section 9 Ccmoetitive bidding Section 10 Award of contract Section 11 Special recuirements Section 12 Execution of Contract Section 13 Failure to execute contract DIVISION C Performance Bond DIVISION D Payment Bond DIVISION E Proposal (Bid Form) DIVISION F Articles of Agreement (Contract) DIVISION G General Conditions Section 1 Definitions Section 2 Governing laws and regulations Section 3 Patents and royalties Section 4 Bond and insurance Section 5 Payment schedule Section 6 Subcontracting Section 7 Time of work and damages Section 8 Work schedule Section 9 Permits and licenses Section 10 Conduct of work Section 11 Inspection Section 12 Rejections of materials Section 13 Interpretation of contract requirements Section 14 Clarifications and additional instruction Section 15 Product and reference standarss Section 16 Materials, articles and equipment Section 17 Preservation and cleaning Section 18 Payment of -federal or state taxes Section 19 Acceptance (000, DIVISION H Technical Specifications Section 1 Scope of service 00'021 Section 2 Landscape maintenance Section 3 Plans DIVISION A. NOTICE TO CONTRACTOR (ADVERTISEMENT) Notice is hereby given by order of the Board of Supervisors of Contra Costa County that the Public Works Department will receive bids for the furnishing of all Labor, Materials, Equipment Transportation and Services for Landscape Maintenance for the following designated area of the County: County Service Area M-6, Sycamore Homes Estimated Contract Cost $15,500. Each bid 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 94553. The plans and specifications may be examined at the Office of the Clerk of the Board of Supervisors or at the Public Works Department, Grounds Maintenance Office, 823 Main Street, Martinez, Californa, upon payment of a printing and service charge in the amount of Three Dollars and Twenty Cents (S3.20) per set (612m sales tax included) which amount shall not be refundable. Checks shall be made payable to the "County of Contra Costa". Each bid shall be made on a proposal form to be obtained at the Grounds Maintenance Office, 823 Main Street and must be accompanied by a cashier's check, certified check, or Bidder's Bond in the amount of ten percent (10'ro) of the bid amount, made payable to the order of the "County of Contra Costa" and shall be sealed and filed with the Public Works Department. The above-mentioned bid security shall be given as a guarantee that the bidder -rill enter into a contract if awarded the :-cork, and will be forfieted by the bid- der and retained by the County if the successful bidder refuses, neglects, or fails to enter into said contract or to 'Furnish the necessary bonds after being requested to so do by the Board of Supervisors of Contra Costa County. The successful bidder will be required to furnish a Labor and Materiais Bond in an amount equal to fifty percent (50'") of the contract price and a Faithful Per- formance Bond in an amount equal to one hundred percent (10000 of the contract price, said bonds to be secured from a Surety Company authorized to do business in the State of California. The County reserves the right to award to the lowest responsible bidder. Bid proposals shall be sealed and shall be submitted to the Public Sixth Floor, County Administration ouilding, 051 Pine Street, "arcinez, Cali.-ornia, on or before June 8, 197S at 2:00 p.m. and will be opened in public at the time due in the Conference Room of the Public Works Department, Sixth, 'loor, County Administration Building, Martinez, Caiifornia and there read and recorded. Any bid proposals received after the time specified in this notice will be returned �r unopened. ill � • l _ 1 7 i Bidders are herebv notified that, pursuant to the Statutes of the State of California, or local law applicable thereto, the said Board has ascertained the general prevailing rate of per diem wages and rates for legal holidays and overtime work in the locality in which this work is to be performed for each type of workman or mechanic required to execute the contract which will be awarded to the successful bidder. The prevailing rate of per diem wages is on file with the Clerk of the Board of Supervisors . The said Board reserves the right to reject any and all bids or any portion of any bid and/or waive any irregularity in any bid received. No bidder may withdraw his bid for a period of thirty (30) days after the date set for opening thereof. By Order of the Board of Supervisors of Contra Costa County By James R. Olsson County Clerk and Ex-Officio Clerk of the Board of Supervisors Contra Costa County, California By Deputy r 4. DATED: MAY 9 07F �. PUBLICATION DATES: w, 0010 DIVISION B. INSTRUCTION TO BIDDERS: The bidder shall carefully examine the instructions contained herein and satisfy himself as to the conditions with which he must comply prior to bid in submitting, his proposal , and to the conditions affecting the award of contract. SECTION 1. COMPETENCE OF BIDDERS: (a) LICENSE: No bidder may bid on work of a kind for which he is not pro- perly licensed, and any such bid received may be disregarded. (b) Bidders shall be experienced in the type of work for which they are bidding and shall , upon request of the County, submit to the County a written list of completed projects, with the name of the owner or contract officer indicated. SECTION 2. SECURING DOCUMENTS: . (a) Plans and specifications may be secured at the place and for fee as called.out in the "Notice to Contractor," page 1. (b) The fee, as called for in the "Notice to Contractors ," page 1 , is a non-refundable payment to defray a portion of the printing and handling costs. SECTION 3. EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE OF THE WORK: (a) CONTRACTOR'S RESPONSIBILITY: The bidders shall examine carefully the site of the work, and the plans and specifications therefore. He shall investigate and satisfy himself as to conditions to be encountered, the character, quality, and quantity of surface, and obstacles to be encountered, the work to be performed, and materials to be furnished, and as to the requirements of the proposal , plans and specifications of the Contract. (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 t e exis- tence or proximity of utilities encountered in performing the work, including without limitation thereon, repair of any or all damage and all "nand or explor- atory excavation required. (c) DISCREPANCIES OR =?RCRS: If omissions , discrepancies , or apparent errors are found in the plans and specifications prior to the date of bid opening, the bidder shall submit - 3 - request for a clarification which will be given in the form of addenda to all bidders if time permits. Otherwise, in figuring the work, the bidders shall consider that any discrepancies or conflict between plans and specifications shall be governed by section or division of these specifications . SECTION 4. BIDDING DOCUMENTS (a) Bids shall be made upon the special Proposal (Bid Form) (See Section E of th is 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 completed form should be without interlineations, alterations or erasures, no alternative proposals. Additional copies of the Proposal (Bid Form) may be obtained from those supplying these specifications. (b) Bids shall not contain any recapitulation of the work to be done; alternative proposals will not be considered, unless called for. No oral , tele- graphic or telephonic proposals or modifications will be considered. (c) BIDDER'S SECURITY: All bids shall have enclosed a cashier's check, certified check, or a bidder's bond, as described below, executed as surety by a corporation auth- orized to issue surety bonds in the State of California, made payable to "Contra Costa County", in an amount equal to at least 10 percent of the amount of the bid. No bid shall be considered unless one of the forms of bidder's security is enclosed therewith. SECTION 5. SUBMISSION OF PROPOSALS: Proposals shall be submitted to the Public Works Department of Contra Costa County at the place indicated on the bid proposal . It is the sole responsibility of the bidder to see that his bid is received in proper time. All proposals shall be submitted under sealed cover, plainly identified as a proposal fcr- the work being bid upon and addressed as directed in the Notice to Contractors and the V d 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. WITHDRAWAL OF PROPOSALS: Any bid may be withdrawn 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 Public Works Department of Contra Costa County. An oral , telegraphic, or telephonic request to withdraw a bid proposal is not acceptable. The withdrawal of a bid shall not prejudice the right of a bidder to file a new bid. This article does not authorize the withdrawal of any bid after the time fixed in the public notice for the opening of bids . -a- V_0012 SECTION 7. PUBLIC OPENING OF PROPOSALS: Proposals will be publicly opened and read at the time and place indicated in the Notice to Contractors. Bidders or their authorized agents are invited to be present. SECTION 8. IRREGULAR PROPOSALS: Proposals may be rejected if they show any alteration of form, additions not called for, conditional bid: , bids , erasure:, . or irreoularities of any kind. if bid dillO unt is cnanoed after the amount is originaliy inserted, the change should be initialed. The County also reserves the riaht to accept any or all alternates and unit prices called for on the Bid Form and their order of listing on such form shall in no way indicate the order in which the bids may be accepted. SECTION 9. rn-"PETITIVE BIDDING: If more than one proposal be offered by any individual , firm, partnership, corporation, association, or any combination thereof, under the same or different names, all such proposals may be rejected. A party who has quoted prices on materials or work to a bidder is not thereby disqualified from quoting prices to other bidders , or from submitting a bid directly for the materials or work. All bidders are put on notice that any collusive agreement fixing the prices ' to be bid so as to control or affect the awarding of this contract is in vio- lation of the competitive bidding requirements of the State law and may render void any contract let under such circumstances. SECTION 10. AWARD OF CONTRACT: The right is reserved to reject any and all proposals. The award of the contract, if it be awarded, will be to the lowest respon- sible bidder whose proposal complies with all the requirements prescribed. Such award, if made, will be rade within 30 days after the opening of the proposals. SECTION 11. SPECIAL REOUIREMENTS: The bidder's attention is invited to the following special provisions of the contract, all of which are detailed in the General Conditions (Division G) or other documents included in these specifications. (a) Bonds (b) Insurance (c) Inspection (d) . Assignment of Contract Prohibited - 5 - 00125 SECTION 12. EXECUTION OF CONTRACT: The contract (example follows Page 15 ) shall. be signed by the successful bidder in triplicate and returned within five (5) days of receipt, not including Saturdays, Sundays , and legal holidays , together with the Contract Bonds and Certificates of Insurance. No contract shall be binding upon the County until same has been executed by the Contractor and the County. Should the Contractor begin work in advance of receiving notice that the contract has been approved as above provided, any work performed by him will be at his own risk and as a volunteer unless said contract is so approved. SECTION 13. FAILURE TO EXECUTE CONTRACT: Failure to execute a contract and file acceptable bonds and certificates of insurance as provided herein within 10 days , not including Saturdays , Sundays, and legal holidays , after the successful bidder has received the contract for execution shall be just cause for the annulment of the award and the forfeiture of the bidder' s security. If the successful bidder refuses or fails to execute the contract, the County may award the contract to the second lowest responsible bidder. If the second lowest responsible bidder refuses Cr fails to execute the contract, the County may award the contract to the third lowest responsible bidder. On the failure or refusal of the second or third lowest responsible bidder to whom any such contract is so awarded to execute the same, such bidders ' securities shall be likewise forfeited to the County. The work may then be re-advertised or may be constructed by day labor as provided by State law. 00127 • domwk DIVISION C. PERFOR14ANCE BOND KNOW ALL 1.1E"1 BY THESE PRESENTS: That WHEREAS: The Board of Supervisors of the County of Contra Costa, State of California By Resolution passed 19 , has awarded to hereinafter designated as the "Principal ," a Contract for constructing and,. WHEREAS, said Principal is required under the terms of said Contract and the Specifications .therefor, to furnish a bond for the faithful performance of said Contract, NOW, THEREFORE, We, the principal , and as Surety, are held and firmly bound unto the said County of Contra Costa, State of California, in the penal sum of Dollars (S ) lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves , our heirs, executors, administrators, and successors, jointly and severally firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bonded Principal , his or its heirs, executors, administrators , successors or assigns , shall in all things stand to and abide by, and well and truly keep and perform the covenants , conditions and agreements in the said Contract and any alteration thereof made as therein provided, on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the said County of Contra Costa , its officers, and agents, as therein stlrul..ted, then this obligation shall become null and void; otherwise, it small be ana remain in full force and virtue. - - 00128 7 PERFORMANCE BOND (Con't. ) And the said Surety, for value received, hereby stipulates and - agrees that no change, extension of time, alteration or- addition to the terms of the Contract or to the work to be performed thereunder or the specification accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the work or to the specifications. IN WITNESS 'THEREOF identical ' counterparts of this instrument, each of which shall for all purposes be deemed an original thereof, have been duly executed by the Principal and Surety above- named, on the day of (To be signed by } Principal and Surety) Principal and acknowledgment ) (and Notarial Seal to) (be-attached. ) By Surety By The above bond is accepted and approved this day of 19 The above bond is accepted and approved this day of 19 O0129 DIVISION D. PAYMENT BOND (Labor andMaterial Bond) KNOW ALL MEN BY THESE PRESENTS: That WHEREAS, 'the Board of Supervisors, Contra Costa County, State of California by resolution passed 19 has awarded to designated as the "Principal ," a contract for the work described as follows: WHEREAS, said principal is required by Division 3, Part IV, Title XV, Chapter 7, , (commencing at Section 3247) of the California Civil Code- to furnish a bond in connection with said contract; NOW THEREFORE, we, the Principal and as Surety, are held and firmly bound unto Contra Costa County in the penal sum of Dollars lawful money of the United States of America for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns , jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION I5 SUCH that if said Principal , his or its subcontractors, heirs, executors, administrators, successors, or assigns, shall fail to pay any person or persons named in Civil Code Section 3181 or fail to pay for any materials, provisions , provender or other supplies, or teams, used in, upon, for or about the performance of the work contracted to be done, or for any work or labor thereon of any Kind, or for amounts due under the Unemployment insurance Code, with respect to work or labor, then said Surety will pay for the same, in or to an amount not exceeding the amount hereinabove set fortn, and also will pay in case suit is brought upon this bond, such reasonable attorney's fees , as shall be- fixed by the court, awarded and taxed as provided in Division 3, Part I7, Title XV, Chapter 7, (commencing at Section 3247) of the California Civil Code. - 9 _ 00130 PAYMENT BOND (Can't. ) This bond shall inure to the benefit of any and all persons , companies , and - corporations entitled to file claims under Section 3181 of the California Civil Code, so as to give a right of action to them or their assigns in any suit brought upon this bond. And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder of the specifications accompanying the' same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work, or to the specifications. IN WITNESS WHEREOF this instrument has been duly executed by the Principal and Surety above named, on the day of 19 Principal By Surety By Attorney-in-Fact - 10 - 001tv DIVISION E. PROPOSAL (BID FORM) Bids will be received until the Eighth (8th) day of .lime 1978 at 2: 00 p.m. in the Conference Room of the Public Works Department, Sixth Floor, County Administration Building, Martinez, California, 94553. TO THE HONORABLE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY Gentlemen: The undersigned hereby proposes and agrees to furnish any and all required labor, material , transportation and services for Landscape Maintenance of the following geographical area(s) of Contra Costa County: County Service Area M-6, Sycamore Homes in 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 sum(s); namely: (A) Bid County Service Area M-6, Sycamore Homes Shall include all of the work for landscape maintenance of all locations described therein; For the Sum of: Dollars ($ ) Alternate Bid County Service Area M-6, Sycamore Homes Shall include all of the work for landscape maintenance of all locations described therein; For the Sum of: Dollars (3 ) 00132 DIVISION E. PROPOSAL (BID FORM) (continued) (B) It is understood that this bid is based upon a term of service from Jill V 1 , 19 78 to June 30 , 1979 (C) 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. (D) 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. 0013=3 Bidder (E) The undersigned hereby certifies that this bid is genuine and not sham or collusive, or made in the interest or in behalf of any person not herein named, and that the undersigned has not directly or indirectly induced or solicited any other bidder to put in a sham bid, or any other person, firm or corporation to refrain from bidding, and that the undersigned has not in any manner sought by collusion to secure for himself an advantage over any other bidder. (F) Attached is bid security as required in the Notice to Contractors. Q Bidders Bond O Cashiers Check Q Certified Check (G) The following addenda are hereby acknowledged as being included in the bid; if none have been received, write in "NONE". Addendum T dated Addendum ,i dated Addendum ,' dated By Address Phone: Licensed in accordance with an act providing For the registration of Contractors, Classification and License No. Dated this Day Of 19 ,s 00131 1� DIVISION E. PROPOSAL (BID FORM) (continued) H. For accounting purposes, please indicate a bid breakdown by location. This information shall be required of all bidders and bids not including this data will be rejected. LOCATION ITEM LUMP SU;•? PRICE (in figures) BID ALTERNATE BID A. Medians on Old Orchard Drive �B. Entrances of Old Orchard Drive from Tassajara Road $ $ C. Medians on Sycamore Valley Road from approximately 500 feet ± west of Old Orchard Drive to Tassajara Road D. Entrances to Old Orchard Drive and Greenbrook Drive from Sycamore Valley Road $ $ E. Medians on Greenbrook Drive at the Sycamore Valley Road junction S $ TOTAL $ $ NOTE: Please show total on page TOTAL ANNUAL COST S S -� 00135 The following; questionnaire shall constitute an lnclusiuu to the bid documents and shill be cum.pleted and attached to the Bid (Proposal) Form, aiong with the necessary attachments.. Omission of the completed questionnaire from the Bid Form or failure to answer all .applicable questions ch.til he gtn unds for rejectiun of bid Lit accordance with the Contract Uucuments, Dlviaton B. 111STRULTIMI TO BLDDLR-, 5ectiun 10 (Cage 1) IRRC-GUItR PROPOSALS. Inclusion of this questionnaire is at the request of the State Attorney General. QUESTIONNAIRE TO GENERAL CONTRACTORS 1. Were bid depository or registry services used in obtaining subcontractor bid figures in order to compute your bid'. Yes ( ) No ( ) 2. If the answer to No. 1 is "ye-j," please forward a copy of the rules of each bid depository you used with this questionnaire. �. Did you have any source of subcontractors' bids other than bid depositories? Yes ( ) 40 ( ) 4. Has any person or group threatened ,you with subcontractor boycotts, union boycotts, or other sanctions to attempt to convince you to use the services or abide by the rules of one or more bid depositories? Yes ( ) No ( ) S. If the answer to No. 4 is "yes", please explala the following details: (a) Date: (b) Name of person or group: (e) Job involved (if applicable): (d) Nature of the threats: (e) Additional coirnrnts: (Use additional piper if necessary) ,Rev. I2172 ; 00135 CONTRACT (Construction Agreement) (Contra Costa County Standard For-m) �. SPECIAL TE.Ims. These special te—as are incorporated below by reference. (SS2,3) Parties: [Public Agency] [Contractor] Complete legal na^^ (52) Effective Date: [See 54 for starting date.] (S3) The Work: (S4) Comptati.on Time: [strike out (a) or (b) and "calendar" or "working"] (a) By [date] (b) Within calendar/working days from starting date. (SS) Liquidated Damages: S per calendar day. (S6) Public Agency 's Agent: (S7) Contract Price: $ (for unit price contracts: more of less, in accordance with finisned quantities at unit bid prices.) [Strike out parenthetical material if inapplicable.] \ 2. SIGUATURES d AC,70WLEDGMENT. 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 Law. By: [CORPORATE Designate official capacity in the business SEAL] By: [Designate official --apacity in thebusiness] Note to Contractor (2) Execute acknowZedgment form below, and (2) if a corpora- tion, affix Corporate Seal. - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - State of California ) AC,fLY0aLEDG.rE T (by Corporation, County of ) ss' Partnership, or Individual) T:ie person(s) signing above for Contractor, ;mown 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: [NOTARIAL SEAL] Notary Public - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - FORK APPROVED by County Counsel. (Page 1 of 4) 3. lel ! K. 'QVr1:AL:f, i.1..1ii. i, u Lhe it ss1r'naturon 1l1 :1:�_:• :e•�:L. .':1 Lite: ab0VU date, -t11ene parties .promLsc ane a�Ts�:•• .,•: ::.!t f-21 tit in L!11!-. Cane L.u:L,• Xneorporating by thesereferences the material ("special Lurms.") in Sec. 1. (h) Contractor shall, at his own cost anal expense, ant) in a workl.tanlik.: manner, f-illy anti fay thrully par form and complete the work; and will furlllsa all matort,lln, labalr, 5UrVLt:• :. and tran.l"7rt.7tiQl1 llncussary, convenient and proper in order fair:: to i,ti Luria the ro%iu1 r.:.a•::Ls'a of L::is coatract, all strictly in accordance with the Public Agencj'. plans, drawings and specifications. (c) The work can be changed only with P-.d)lic Agency's prior -written order specifying such change and its cost agreed to by the parties; and the Public Agency shall never have to pay more than specifieu in Sec. 7 witnuut such all order. 4. TIME: NOTICE TO PROCEED. Contractor shall start this wort; as cUrceted in the speci-• iications or the notice: to PrOCcuu; and shall complete it as specified in Sec. 1. S. LIQUIDATED DAMAGES. If the Contractor fails to complete this contract and this work wl in the time fixed therefor, allowance being made contingcncios as provided herein, he becomes liable to the Public Agency for all its loss and damage therefrom; and because, from the nature of the case, it is and will be ir..prarticable and extremely difficult to ascertain and fix the Public Agency's actual damane from any delay in performance hereof, it is agreed that Contractor will pay as liquidated damaacs to the: Public Agency the reasonable sum specified in Sec. 1, the result of the partics' reasonable ondeavor to estimate fair average compensation therefor, for each calencl.lr clay's tit-lay ill finishing said work; and if the same be not paid, Public Agr•nc:yr may, in a4ditiott to its other remedies, deduct the sane from any m-ney dui: 'Ir L', bq•c•jrti• alae: Cenll.r.actor t111t1vr thin con- tract. If the Public Agency for any cause authoriat:s or contribt;U: . to a :lay, susl.'en- sion of war): or eaten pion of time, it^ duratirn shall be added to the tine allowed for completion, but it shall not be deemed a waiver nor Un. uset: to &.-rent any riq).t of the Agency to damages for non-completion or delay herf�undar. Pursuant to Government Code Sec. 4215, the Contractor shall not be ansessed lic-i.0-lated damages fpr dcl,if in completion of the work, when such delay was caused- by the Eatiure of th': Public AUgncy or the owner of a utility to provide for removal or relocation of existiny utility Eacilities. 6. INTUG52ATED UOCU,L!_V:TS. The plans, drawinc_s and 3plicificatlons or :;pccisl provisions of the Public Agency's call for bids, and Contractor's accepteci bis; for this work are hereby incorporated into this contract; and they are intenucd to co-operate, so that any- thing exhibited in the plans or drawings and not mentioned in ttiu specifications or special provisions, or vice versa, is to be executed as if inhibited, mentioned and set forth in both, to the true intent and rmaning thereof when rakrn 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 eompen nation for all this, work. tile_ Public Agency .hall pay thn 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 small submit to the Public Agency a verified application for paynent, supported by a statement showing all materials actually installed during the preceding month, the Labor expended thereon, and the cost thereof; whereupon, after checking, thy- Public Agency shall isnue to Contractor a certificate for the a.luunt determ-ned to be due, minus: Lot thereof pursuant to Government Code Sec. 53067, but not until defective work and materials have been removed, replaced and made good. B. PAYMENTS WITHHELD. (a) :he Public Agenv! or its agent may withhold zny pzyment, or ecause of IMFdiscovered 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 :abor, 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 dilirercl:� .o :ssscover and report to Wise 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 -10"n defective work or parts. (c) 35 calendar days after the Public agency files its notice: of completion of the entire (Page 2 of 4) aork,' it shall issue a certifi. _e to the Contractor ana pay t.. oalance of the contract 3rice after deducting all amounts withheld under this contract, provided the Contractor shows ti:at all claims for labor and materials have been paid, no claims :lave been Dresented to the Public agency based or. acts or omissions of the Contractor, and no liens ar withhold notices have been fileu against the wort: or site, and provided there are not reasonable inuications of defective or missing work or of late-recordeu notices of liens Dr clains a-•ainst Contractor. 3. INSURANCL, (Labor Code $51800-01) 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 (:) a certificate of workers' Compensation insurance issued by .n adnitted insurer, or (3) an exact copy or duplicate thereof certified by the Director or the insurer. Contractor is aware of and complies with Labor code Sec. 3700 and the Workers' Compensation Law. 10. BONDS. On signing this contract Contractor shall deliver to Public Agency for �.pproval good and sufficient bonds with sureties, in ar..ount(s) specified in the specifi- cations or special provisions, guaranteeing his faithful perfor-lance of this contract and his naynent for all labor and materials ii%:reunder. 11. FAILLRE TO PERFORM. If the Contractor at any time refuses or neglects, without fault of tnc Public Agency or its agent(s) , to supply sufficient materials or workmen to complete this agreement and work as provided ;herein, :or a period of 10 days or more after written notice thereof by the Public agency, riie Public Agency may furnish same and deduct the reasonable expenses thereof from the contract price. 12. LAWS APPLY. general. Both parties recognize the applicability of various federal, state and local laws anu regulations, especially Caapter 1 of Part 7 of the California Labor Code (beyinning with Sec. 1720, and including Secs.. 1735, 1777.5, s 1777.6 forbidding discrimination) and intend that this agreement conplies therewith. The parties specifically stipulate that the relevant penalties and forfeitures provided in the Labor Code, especially is Secs. 1775 & 1813, concerning prevailing rages and :hours, spall apply to this agreement as though fully stipulated herein. 13. SUBCONTRACTORS. Government Code SS4100-4113 are incorporated herein. 14. 'WAGE RATES. (a) Pursuant to Labor Code Sec. 1- . 3, 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 cra- classification, or type of workman needed to execute this contract, and said rates are as specified in the call for bids for this work and are on file with the Public Agency, and are nereby 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 -'ie number of hours con- stituting the working day. When less tnan that numher of hours are worked, the daily wage rate is proportionately reduced, but the hourly rate remains as stated. (c) The Contractor, and all his subcontractors, must pay at least these rates to all persons on this work, including all travel, subsistence, and fringe benefit payments provided for by applicable collective bargaining agreements. All skilled labor not listed above must be paid at least the wage scale establishu" by collective bargaining agreeme : for such labor in the locality where such work is being performed. If it becomes neces- sary for the Contractor or any subcontractor to employ any person in a craft, classifi- cation or type of work (except executive, supervisory, administrative, clerical or other non-manual workers as such) for which no minimum wage rate is specified, the Contractor shall i.-mediately 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. HOUPS OF LABOR. Eight hours of labor in one calendar day constitutes a legal day's work, and no wor ;nan employed at any ttmu on this, wor): by tate Contractor or by any sub- contractor shall be requires: or permitted to work longer tnereon except as provided �a Labor Code Secs. 1310-1815. 16. APPRUITICES. Properly indentured apprentices may be employed on this work �j�s�(1 accordance with Labor Code Secs. 1777.5 and 1777.6, forbidding discrir....:ation. !`-,MVV V39 9 (Page 3 of 4) 17. PItLFLRMCI: VOR XUNTLRIAL; Tht.: ViWI-ic -'.,icncy 611;IT'.111 to . )rote the industries and economy -of Contra Costa County, and tine Contractor therefore promises to %ISO the products, workmen, laborers and mechanics of this County in ev-r*., c.-ise where the price, I..Ltness and quality are equal. 1B. ASSIGIRMN-L . This agreement binds Lhe lit-irn, slict:ossors, asniijns, and rcpr'!sCntativO5 of Lhe Contractor; batt hn cannot a:zsic;n it in whole or in nor anv :omits due or to become due under it, without the prior writt_-nn consent of Pul)Uc Agency and the Contractor's surety or sureties, unless they have waivi:u lloticc of assignment. 19. .110 WAIVER BY PUBLIC AGr::CY. Inspection of the work and/or materials, or approval of work and/or materials inspected, or statement by any OfCiccrr, agent or cmplo-,-ee of the Public Agency indicating the work or any part tt,.crc--)f coriplics 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 coTabination of thfe-.e artr., sliall not rr-.LievO the Contractor Of his obligation to fulfill this contract as nor shall Lhe Public Agency be thereby estopped from bringing any action for dama,-;es or cnforccrent arising from the failure to comply with any of the terms and conditronn here-of. 20. HOLD 11AP11LESS & INUE13-ITY. (a) Centract-r pronzines to --.d shall hold harmless and indemnity from the liabilities as defined in this sl-ction. M The indentniteas benefited aliti proLectetl i,-y t!lir. pr;,-)t-1isrt are tat,: Public Acroncy and its elective and appointive boards, cornission-, officers, agents and employee' (c) The liaLilitics protected against are any li-ibility or claire for damage of any kind allegedly suffered, incurred or t1trc;-,tcned of ar-ti,-ns ­,�-finf-!d below- , includina personal injury, death, property d.�m.nqe, rnndornniti.on, or -vny combination of these, regardless of whether or not such liabilit-.r, cf.-i;m _r ejamlqr` -.1:. t*unforeseeable at any L time before the Public Agency approve,! the improvem"nt plan or accnntcd the imDroverwnts as completed, and including the defense of any suit(si or action(s) at law o' r equity concernin, these. (d) The actions causing liability are any act or omiss-irin (negligent or non-negligent in connection with the matters covered by thLn 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 pro-mise and .1-recincnt in this section is not conditioned or dependent on whether or not any Ind(rmitee iv-s Preparcu", supplied, or approved any plan(s) , drawing(s) , specification(s) or special provision(s) in connection with tnis work, has insurance or other indetani f i cation c.-r.-cring an-,, cf tiiesc: inat,_t!rn, or that the alleged damage resulted partly from any negligent or willful misconduct of any Indemnitee. 21. ENCAVATION. Contractor shall comply with the- provisions of Labor Code Sec. 6705, if appiicable, by submitting to Public Agency a dr!tailed 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. 00140 (Page 4 of 4) DIVISION G. GENERAL CONDITIONS SECTION 1. DEFINITIONS: Whenever the following terms , pronouns in place of them, or initials of organizations appear in the contract documents , they shall have the following meaning: Addendum--A document issued by the County during the bidding period which modifies , supersedes , or supplements the original contract documents. Agreement--The written document of agreement, executed by the County and the Contractor. Architect or Engineer--Shall mean the architect, engineer, individual or co-partnership, employed by the County of Contra Costa; as designated on the title sheet of these specifications. When Contra Costa County is designated as the Engineer, Engineer shall mean the Public Works Director, or his authorized representative. Bidder--Any individual , partnership, corporation, association, joint venture, or any combination thereof, submitting a proposal for the work, acting directly, or through a duly authorized representative. Board of Suoervisors--Shall mean the duly elected or appointed officials who constitute sucn a 3oard, who will act for the County in all matters pertaining to the Contract. Chance Order--Is any change in contract time or price and any change in- contract documents not covered by substitutions, submittals , or field orders. Project Inspector, Construction Supervisor, Inspector, or Clerk of the Works shall mean the authorized agent of the County at the site of the work. Contract--The contract is comprised of the contract documents. Contract Documents--The contract documents include the agreement, notice to contractors, instructions to bidders, proposal , plans , general condi- tions, supplementary general conditions, specifications, contract bonds, addenda, change orders, and supplementary agreements. Contractor--The individual , partnership, corporation , associa- tion, joint venture, or any combination thereof, who has entered into a contract with the County. Counter--Snail mean the County of Contra Costa, a political subdivision of the State of California and party of :he first part, or its duly authorized agent acting within the scope of ;,heir authority. 00141 -25- Field Order--Is an instruction given during the course of the work, not involving a change in contract time or price. General Notes--The written instructions , provisions, conditions or other requirements appearing on the drawings , and so identified thereon, which pertain to the performance of the work. Plans--The official drawings including plans, elevations , sections, detail drawings , diagrams , general notes , information and schedules thereon, or exact reproductions thereof, adopted and approved by the County showing the location, character, dimension, and details of the work. Specifications--The instructions, provisions, conditions and detailed requirements pertaining to the methods and manner of performing the work, or to the qualities and quantities of work to be furnished and installed under this contract. Suoerintendent--The representative of the Contractor who shall be present at the work site at all times during performance of the work. Such Superintendent shall at all times be fully authorized to receive and act upon instructions from the Architect or his authorized agents and to execute .and direct the work on behalf of the Contractor. Supplementary Agreement--A written agreement providing for alteration, amendment, or extension of the contract. Work--The furnishing and installing of all Iabor, materials, articles, supplies and equipment as specified, designated, or required by the contract. SECTION 2. GOVERNING LAWS AND REGULATIONS: A. The Contractor shall keep informed of and observe, and comply with and cause all of his agents and employees to observe and comply with all prevailing Federal and State laws, local ordinances , and rules and regulations made pursuant to said laws, which in any way affect the conduct of the work of this contract. B. All work and materials shall be in full accordance with the latest rules and regulations of the Uniform Building Code , the State Fire Marshal , the Safety Orders of the Division of Industrial Safety, the National Electric Code, the Uniform Plumbing Code published by the 'Western Plumbing Officials Association, and other applicable State laws or regulations, Nothing in these Plans or Specifications is to be construed to pe mn= work not ccnfo ping to these Codes. SECTION 3. PATENTS AND ROYALTIES: A. The Contractor shall provide and pay for all licenses and royalties necessary for the legal use and operation of any of the equipment or specialties 00142 -26— ,..� used in the work. Certificates showing the payment of any such licenses or royalties, and permits for the use of any patented or copyrighted devices shall be secured and paid for by the Contractor and dclivered to the County at com- pletion of the work, if required. SECTION 4. BOND AND INSURAiNCE: A. The Contractor to whom the work is awarded shall within five (5) working days after being notified enter into a contract with the County on the Contra Costa County Standard Form for the work in aconrdanr_c? with the plans and specifications, shall furnish and file at the same time labor and material and faithful performance bonds as set forth in the aivertisement for bids, on a form acceptable to the County. B. COMPENSATION INSURANCE: The Contractor shall take out and maintain during the ife of this Contract adequate Workmen's 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 subcontractor similarly to provide Workmen's Compensation Insurance for the latter' s employees, unless such employ- ees .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 Workmen's Compensation statute, or in case there is no applicable 'Workman' s Compensation statute, the Contractor shall provide adequate insurance for the protection of his employees not otherwise protected. C. Public Liability and Property Damage Insurance: The Contractor, at no cost to Contra Costa County, shall obtain and maintain during the term hereof, Comprehensive Liability Insurance, including coverage for owned and non-awned automobiles , with a minimum combined single limit coverage of 5500,000 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. Contractor shall furnish evidence of such coverage, naming Contra Costa County, 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. CERTIFICATES OF INSURANCE: Certificates of such 'Workmen's Compensation, Public Liabi ity, & Property Damage Insurance, shall be filed with the County and shall be subject to County approval for adequacy of protection. 00143 -27- DIVISION G. GENERAL CONDITIONS Section 4. Bond and Insurance: (continued) E. PERFORMANCE BOND: One bond shall be in the amount of the Contract, and shall insure the County during the life of the Contract against faulty or improper materials or workmanship that may be discovered during that time. F. LABOR AND MATERIALS BOND: One bond shall be in the amount of fifty percent (50b of the Contract price, and shall be in accordance with the laws of the State of California to secure the payment of all claims for labor and materials used or consumed in the performance of this Contract and of all amounts under the Unemployment Insurance Act. Section 5. Payment Schedule A. On a monthly basis, the Contractor will furnish the Public Works Director with an invoice for work done during the previous month, giving dates and service area name and number. B. Payment shall be made on receipt of said invoices at the contract Pump sum price divided by Twelve (12). C. Invoices are to be directed to: Contra Costa County Public Works Department 6th Floor, Administration Building 651 Pine Street Martinez, California 94553 Attention: Grounds Maintenance Superintendent Section 6. Subcontracting A. The Contractor shall be responsible for all work performed under the Contract, and no subcontractor will be recognized as such. All persons engaged in the work will be considered as employees of the Contractor. B. The Contractor shall give his personal attention to the fulfillment of this contract and shall keen the work under his control. 0011 SECTION 7. TIME OF WORK AND DAMAGES A. The County will designate the starting day of the contract on which the Contractor shall immediately begin and thereafter diligently prosecute the work to completion. B. Any money due, or to become due, the Contractor may be retained to cover said liquidated damages and should such money not be sullicient to cover such damages, the County shall have the right to recover the balance from the Contractor or his sureties. SECTION 8. WORK SCHEDULE Within one week after the Contractor has been notified to start work, he shall submit to the County a practicable work schedule of operations on a form approved by the County. The schedule of operations shall show the order in which the Contractor er000ses to carry out the work. 'then required by the Countv, the Contractor shall submit an adjusted work schedule on the approved form to reflect changed conditions . SECTION 9. PERMITS AND LICENSES The Contractor shall obtain all permits, and all licenses , that are required for the performance of his work by all laws, ordinances, rules, regulations , or orders of any officer and/or body lawfully empowered to make or issue the same and having jurisdiction, and shall give all notices necessary in connection therewith and pay all fees lawfully required relating thereto and all costs and expenses lawfully incurred an account thereof. SECTION 10. CONDUCT OF WORK A. The Contractor shall observe that the County reserves the right to do other work in connection with the project by Contract or otherwise, and he shall at all times conduct his work so as to impose no hardship on the County or others engaged in the 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 pro- per quality, and equipment to properly carry on the work and to insure completion of each part in accordance with his schedule and with the time agreed. C. The Contractor shall personally superintend the work and shall main- tain a competent superintendent or foreman at all times empowered to act in all matters pertaining to the work. -22- 0014.5 SECTION 11. INSPECTION A. The Contractor shall at all times permit the County and their authorized agents .to visit and inspect the work or any part thereof. B. Whenever the Contractor intends to perform work on Saturday, Sunday, or a legal holiday, he shall give notice to the County of such intention at least two working days prior to performing such work, or such other period as may be specified, so that the County may make necessary arrangements. C. The County will inspect each area. In the event the inspection report notes failure to satisfactorily maintain an area, the Contractor shall re-work the area within seven calendar days. Re-inspection at completion of re-work is mandatory and, if unsatisfactory, will result in a Fifty Dollar ($50.00) charge to the Contractor from the County and to be deducted from the current month's billing. Each subsequent re-inspection will result in a similar charge in the same amount until the area has been satisfactorily re-worked and brought up to standard in the sole opinion of the County. 0. If the Contractor fails to re-work within seven calendar days , the County will accomplish the necessary work, either with its own forces or with others, and the cost thereof, including a one-time re-inspection fee of Fifty Dollars ($50.00) will be deducted from the current month's billing. Continued failure to perform will result in termination or -the contract SECTION 12. REJECTIONS OF MATERIALS The Contractor shall promptly correct all work rejected by the County as failing to conform to the Contract; and the Contractor shall promptly replace and re-execute his work in accordance with the Contract and without expense to the County. SECTION 13. INTERPRETATION OF CONTRACT REQUIREMENTS A. Conflicts in the Contract Documents : In the event of conflict in the contract documents, the priorities stated in subdivisions 1, 2 and 3 below shall govern: 1. Addenda shall govern over all other contract documents, except the County's Standard Form Agreement unless it is specifically indicated that such addenda shall prevail . Subsequent addenda shall govern over prior addenda only to the extent specified. 2. In case of conflict between plans and specifications , the specifications shall govern. 3. Conflicts within the Speci=ica:ions: a. The "General Conditions of the Contract" shall govern 0014' -30- over all sections of the specifications except for specific modifications thereto that may be stated in the Special Conditions. b. Omissions : If the contract documents are not complete as to any minor detail of a required system or with regard to the manner of combining or installing of parts , mate- rials, or equipment, but there exists an accepted trade standard for good and workmanlike construction , such detail shall be deemed to have been impliedly required by the contract documents in accordance with such standard. SECTION 14. CLARIFICATIONS AND ADDITIONAL INSTRUCTION A. Notification by Contractor: Should the Contractor discover any con- flicts, omissions , or errors in the contract documents or have any question concerning interpretation or clarification of" the contract documents , or if it appears- to him that the work to be done or any matters relative thereto are not sufficiently detailed or explained in the contract documents , then , before proceeding with the work af;ected, he shall irmediately notify the County in writing and request interpretation, clarification or furnishing of additional detailed instructions concerning the work. All such ouestions shall be resolved and instructions to the Contractor issued within a reasonable time by the County, whose decision shall be final and conclusive. Should the Contractor proceed with the work affected before receipt of instructions from the County, he shall remove and replace or adjust any work which is not in accordance therewith and he shall be responsible for any re- sultant damage, defect or added cost. B. Field Orders: During the course of the work the Architect and/or Engineer may issue Field Orders regarding the work. These Field Orders will supplement the Plans and Specifications in order to clarify the intent of the contract documents by adjustment to meet field conditions or to make the various phases of the work meet and join properly. A Field Order involves no change in contract time or price. SECTION 15. PRODUCT AND REFERENCE STANDARDS A. Product Designation: When descriptive catalogue designations , including manufacturer's name, product brand name, or model number are referred to in the contract documents, such designations shall be considered as being those found in industry publications of current issue at date of first invitation to bid. B. Reference Standards : When standards of the =ederal Government, :rade societies, or trade associations are referred to in tie Conrrac: documents by specific C a c OT issue, these shall be cons?eered a Oar: or this ccntraC-. When such references do not bear a date or issue, :':e Publfis,,ad 2d+tion at data of first invitation to bid shall be considered as part of this contract. 001-4'7 -31- SECTION 16. MATERIALS, ARTICLES, AND EQUIPMENT A. Material shall be new and of quality specified. When not particularly specified, material shall. be the best of its class or kind. The Contractor shall , if required, submit satisfactory evidence as to the kind and quality of material . Price, fitness and quality being equal , preference shall be given to products made in California, in accordance with Section 4380 et seq. , of the Government Code, State of California. B. Wherever the name or brand of a manufacturer's article is specified herein, it is used as a measure of quality and utility or a standard. If the Contractor desires to use any other brand or manufacture of equal quality and utility to that specified, he shall make application to the County in writing for any proposed substitutions.. Such application shah be accompanied by evidence satisfactory to the County that the material or process is equal to that specified. Request for substitution shall be made in ample time for the County's consideration as no delay or extra time will be allowed on account thereof. Evidence furnished to the County by the Contractor shall consist of adequate size samples of material , testing laboratory reports on material or process, manufacturer's specification data, field reports on product's approval and use by other public agencies , and experience or other data as required by the County. The County's decision concerning the refusal or acceptance of proposed substitute for that specified shall be accepted as final . Requests for sub- stitution will only be considered when offered by the Contractor with the rea- son for substitution. Failure to submit competent evidence as required and requested by County shall be considered grounds for refusal of substitution. C. All materials shall be delivered so as to insure a speedy and uninter= rupted progress of the work. 0. Within fifteen (15) days after the signiny of the Contract, the Con- tractor shall submit for aooroval to the County a complete list of all materials it is pr000sed to use under this Contract, which differ in any respect from materials specified. SECTION 17. PRESERVATION AND CLEANING A. The Contractor shall protect and preserve the work from all damage or accident. This shall include any adjoining property of the County and others. B. The Contractor shall properly clean the work as it progresses. As directed, rubbish shall be removed, and at completion the work shall be cleaned and all temporary equipment and rubbish shall be removed from the site, all being left in a clean and proper condition satisfactory to the County. SECTION 18. PAYMENT OF FEDERAL OR STaiE TAXES Any Federal , State or local tax payable on articles furnished by the Contractor, under the Contract, shall be included in the Contract price and 00148 -32- paid by the Contractor. SECTION 19. ACCEPTANCE A. The work shall be accepted only after being satisfactorily passed by the County inspector. Any discrepancies or conflicts arising from such inspection shall be governed by Section 3 of Division B of these specifications. B. In judging the work no allowance for deviations from the Plans and Specifications will be made, unless already approved in writing at the time and in the manner as called for heretofore. f - f 7 00: 49 -33- DIVISION H. TECHNICAL SPECIFICATIONS SECTION 1. SCOPE OF SERVICE A. The Contractor shall furnish all labor, materials and equipment required to satisfactorily perform the landscape maintenance required by the County on the streets or areas as designated in the attached plans and these technical specifications. B. Maintenance of the various areas shall include, but not be limited to, weed removal , spading, plowing or loosening of the soil , fertilizing , mowing, watering, removal and disposal at a connnercial garbage disposal site of debris, trash and detritus collected. C. The Contractor shall furnish to the Public .forks Director, within 15 days after approval of the contract by the Board of Supervisors, a work schedule showing the proposed dates and time of work for the location shown on the pro- posal . The Contractor may change the schedule of work by submitting a revised work schedule at least 30 days prior to the date when the revised schedule is planned to become effective. D. All plant material shall be in a healthy, growing condition during and at the end of the contract period. SECTION 2. LANDSCAPE MAINTENANCE A. Weed, Insect and Disease Control 1. All planting, rock, concrete, and asphalt surface areas; and immediately adjacent street gutters , shall be kept weed free. Maxi- mum weed population shall be three (3) weeds per square yard, and no weed shall remain over two (2) full weeks (fourteen-day period). 2. A program for control of weeds , insects , and diseases shall be developed by the Contractor and submitted with supporting manufacturers' data for written approval by the Public Works Director wi*hin 15 days of the approval of the contract. Such program shall include control of both narrow and broad-leaf weeds and fungal diseases in turf. Such program will be adhered to unless written approval to change said program is granted by the Public Works Director. 3. Application of weed, insect and disease control chemicals shall be within the season(s) best suited to the insects , diseases and vege- tation in question. 4. Any new or existing plants or soil which in the opinion of the Public Work; Director have been damaged by applying or lack of applying control chemicals shall be replaced by the Contractor at his expense. 5. Weed oils, granular or pelleted weed control chemicals and chemicals with a "Danger" pesticide label will not be allowed. -34- 00150 ^ DIVISION H. TECHNICAL SPECIFICATIONS F SECTION 2. LANDSCAPE MAINTENANCE (continued) 6. The Contractor shall possess a valid California Pest Control Operator license and shall provide the Public !forks Director with such evidence prior to the application of any pest control chemicals. B. Staking and Guying 1 . Trees and shrubs susceptible to wind damage shall at all times be kept adequately staked or guyed per attached Standard Planting Details. Ties shall be loosened periodically to prevent girdling. 2. Where the supporting stakes have been broken, or where a replace- ment tree is planted, the stakes shall be of wood of uniform size, reasonably free of knots, and capable of standing in the ground at least two years, and they shall be 2 inches square and not less than 10 feet in length. See attached Standard Planting Details for Replacement Planting. C. Irrigation 1 . All planted areas shall receive the minimum amount of .eater neces- sary to allow normal growth and to insure the health of the vegetation therein. 2. The contractor is directed to reduce water usage down to survival limits for major plant materials such as trees and shrubs. 3. The County may, at any time, alter any irrigation system and/ or landscaping to create a low water usage situation. Such work may be performed by County personnel and in accordance with Division G, Section 10, Paragraph A of this document. 4. Where irrigation systems and water spigots are installed and available, the County will furnish the water at no expense to the Con- tractor. The County will advise the Contractor of any allotments and the Contractor shall be liable for any excess use charges. In all other areas to be maintained, the Contractor shall furnish the water as included in the contract price bid. During the rainy season where automatic irrigation systems are installed and available, the contractor shall set the controller to operate the irrigation cycle once a v.eek for one to two minutes. The contractor shall furnish the Contra Costa County Public '.forks Director with a ;irit-ten record of any such chance, to include the following: time settinc, time of watering, day(s) of watering, and date of such change_ The controller shall be set to operate in the morning before the heavy commuter traffic begins. 00151 DIVISION H. TECHNICAL SPECIFICATIONS D. Repairs to Existing Facilities All portions of existing structures or facilities including irri- gation systems, which are damaged or altered in any way during the performance of work under this specification shall be repaired or replaced in kind and in an approved manner by the contractor at his expense. E. Fertilizer 1 . Commercial fertilizer shall conform to the provisions of Section 20-2.02 of the Standard Specifications of the State of California, shall be a complete fertilizer, part of the elements of which are derived from organic sources, and shall have a guaranteed analysis of: Minimum Maximum Nitrogen 10% 20% Phosphoric Acid 6% 14% Water soluble potash 4' 7% and shall be applied at such a rate as to insure one pound of actual nitrogen per 1 ,000 square feet per application 2. Fertilizer tablets shall be 21-gram size with a guaranteed analysis of: Nitrogen 20.00% Phosphoric Acid 10.00% Water soluble potash 5.00% Combined sulfur 1.60% Iron 0.35% and shall be applied at the following rate: One tablet for each 1/2 inch of tree trunk diameter breast height or three tablets per tree, whichever is greater, inserted up to two feet deep but not less than eight inches deep, and spaced equidistantly around the dripline at the end of March of the Contract near. 3. Fertilizer shall be applied -o turf areas three (3) times during the growing season and two (2) times during the growing season of all other planting areas. 4. 'There annual bulbs have been plantad, carmercial bone meal shall be incorporated into the soil during October. 5. All areas shall be well watered within the 24-hour period prior to fertilization. All turf areas shall be watered immediately 52 after fertilizing. The contractor shall notify the Public "forks0 1 11 Director in writing of each fertilization. DIVISION H. TECHNICAL SPECIFICATIONS SECTION 1. SCOPE OF WORK F. Pruning and Mowing 1. All trees and shrubs shall be kept pruned for health, shape, pre- vention of wind damage and public safety. Turf shall be maintained at a height of ZZ" at all times. 2. Hypericum calcinum shall be mowed once a year in the spring or in the dormant season, to a height of three (3) inches. 3. Where turf is present, two vertical mowings and two aerations shall be done to eliminate thatch and aid in water infiltration. Such verti- cal mowings and aerations shall be spaced so that there is one vertical mowing in the fall and one in the spring. All corings and thatchings shall be removed from the turf and disposed of at a commercial dump site. G. Litter Control All areas shall be kept litter-free. Litter pick-up shall be done at the two-week intervals or less as required to maintain a presentable appearance as determined by the Public Works Director. H. Plant Replacement The contractor shall replace any and all vegetation lost through lack of care as described in Items A.through G. Unusual occurrences or those beyond the control of the contractor may be excepted from this provision by the Public Works Director provided he is advised promptly by the contractor. I. Location of Work 1 . Service Area M-6, Sycamore Homes a. Medians on Old Orchard Drive. b. Entrances of Old Orchard Drive from Tassajara Road. c. Medians on Sycamore Valley Road from approximately 5001± west of Old Orchard Drive to Tassajara Road. d. Entrances to Old Orchard Drive and Greenbrook Drive from Sycamore Valley Road. e. Medians on Greenbrook Drive at the Sycamore Valley Road junction. 00153 I it: I'kt t.-� PEECT101j y `y 'EC' ION �` t �r=GTf , ... _,rt, -cj 101 I t ' PAYINL-•'"'�. it 114t E- t:kAti I M1 _ -`` - � �„�-(rvR/_AP CJ:,}•}:'tl (f%w}f b(Qr� 4 r" ttuaOPR bTAK1,06E E. 2�2.2.r0'•O":i jAKc:.+ . _ # 4 h "J„___--2 IkEL TIEv 5fkEEjiES(EAC}};,I0E) 7trrkAFID*&."GALVWlkE � MULGI.1 Y"DEPT11 BAtAll PLA!i 1 —UF w i a hi MU1.LU(9"OG{j'll) ( ' �i'#.2'0"4AL.V PIPE. '� t RtL L.kniFl �t --•^1'JAbit( y L E.AOIFI I' 'f T --ROOT !BALL ••• kouT BALL ��y' 1 },}2t!.Oit t•a�irlr.. - --- ..qr k00 (BALI_ t (+,nGKFiLL t',AC}LF f L L. /////h����""""• tr� y "`-FLRtILixkR jaet_ET' �`-hE11T}LIZE.R TRPJLETb -F ERTlLIxEF2 TABLET:. ,}_ , % L;9t:j(ihlG '(REE- Pt.ANj {IOL&(ROUG{IEN '_`-PLANT HOLE (ROULHtti F'LAtJj 1(OLE(RC"HEN y iNc.vRPURATE. YOF BAL.KF}LL se I4G0RP0RATE.3'C.AL.KFILL ~\\ Ititrsu}>uuA'1'E 3'eACKFrt.L ,••r .', �, 1110 e,Oj'TOM-v OF HOLE. Itl,ra wrTOMJ'OF HOLE t}�WTo ttoyloMn'av ItOLE }�a� A "`I'tRFOt2ATt.t.) VIM :,UMP 9LArl ,, KRF0RATF_DMPE',BUMP �Pt.At'i�i/// 1— � PERFOkAj"ED PIPEGUMSP ,..r �. �` J .__ GROG•}�KLT(�,i�. __......--(S.A:,11I LO U '1rP.rA=SIN _ o a s PERFuRATEU F'IPfL.r,�Umf —f'Av1 Fl:, "-i't ltr-1�It A.(Lt, VIM LUMP �,^ i'tltFUFCA-j kt)HPE SUMP 1 T ORAIti uUCK xx k(�a)( GAL.t. -ROOT CALL ' ...... � ttoC)( r"+ALL • �.- '"�-C.Uy ./IRE .. - :fIAKE- ..._ STAKE � I. ,y 1'iPt: (RL.L'i;b'('}::, AN_ A t 1 aAt} J Ai r 2E } Ai �ClL } A l.E 01MAETER Sdf- ,fib' 12 of?x.2'I' �MPL 1 2 t 9 DETAIL b (51 ibr,AL} DETAIL (Cort DETAIL". G (L't,bT11Jo 7NtRL} 1PAVOIAME.jLR 4' }.' L' 4' x 1 e. L __ ._.._ _.i .. f2 REE PLANTING (3 . 1 SLOPE AND LF-55) PRESERVATION ~ ♦t� j�'"j� :)EaT•i0f,j y MtIL(ti (3`i:i}•Iii/ c � ILIZCLi }, eU/tLAPCUbNION t - RVOT bAL}. i"+ RuGI�ER}t07Fr. �.•-GACKFII.I. `1,..fS'L1"b(RKl- G ROOT CALL ',: II " ,r 7:ajRAND *&"GALV WIRE. L FER ji(.}'t is t+ (AGLE•jb -�"-�t (REE ('ll::} �L•.ACKFILL ROOT BALL �' PL ArI j' µGt L. (ttcx.x.ittN -Itt 4)1 U'Al_1. '-r BACKFILL WUEb} 1 INC MPO.t AjE JtACKF1Lt 1•�a KFi1 L PLANT HOLE(ROUGNEN _ DES} IT'OC�•luMYOF}KLt _�Fi:.RjILI - TACF- }'#.2'O"GALV PIPE PwANT HOLE (PVUGltkri ( CO#i All RhIZE IGAt C.Ai fSLAI. bidkb 1 FtRj+L}zElt '}'AGLErb NOLEdIAM -\141' 11()1.1. KVUGIIeN INC Ort PORATF -!GACwFIL.- # ter-INCORPORATE. :�C?AGKFILL AEt AIL.. N l 1� }NTo r�'t tot"!s ar#0L' Q L :,lt3E:3} 1>v iNTO HJT(OM:"Or HOLE _� !JOT¢ G.FOR bl_OPPLANT}NC.t, (JbE IN+-UR Pa)R A 1 i !"eAi f ' _Pr•RFL>kA(EDPE BUMP HOu T T PI '1 -' ' PERFORATED PIPE SUMP DETAIL D Wi }It t INI«V-01 Ir-'h1!OFHO.. � ' PLANT BOLE. PIE �jAKE. ill K!-t3HAI/'h i91't. :,t 9AV a PLANT HOLF- '� H•00 GALL ����� PLANTING �C�ra� oot BALL T - AI } At / GUY WIRE CONTiA COTTA CGUNTY �L ER biZL I GAl !,Ohl 1'•..-.AIorf% PERFURATED P,Pt L}iru• FUSUC W011t!CkFAITMINT LE OtAMETER '!.�"-_ 'SL •17' ;.O%.2J' .�� :>TAKE �. _ � PERF 'ta PIYr=SUM .... DA Jh.P:, I I I 2 ,/ _.... �, __,,,• _ NA=I3GJG.. UMP %.i?E A;# .10' .!'}.ya1 t:#..;ti t}'#.+t+v ` �—j PLA IIYC"i n� �.IL.�.7 C)F_ JL. F. (b } rb aA. I MTAIL" F ( ,} —f_ -REE. PLANTING ( GREATER THAN 3.1 SLOPE "' - K.[ wiY LiMtxa G.QC�iMt ItE Ytal +iv'r.R nnvra t n ... h •�t� CC 3052 00 �J' I,,a,N(?�iG�►pl�. Ow N �t7 t / ;.• 1 i i r, •.i is. ,i••' l;.il�:r. ', �,• �•A,• 1!,(a •rr-s+.•....T-r+�;:1•^:^rj •'r!-My_•lrit .:to.,•+.�•si.:��, i'�"�t� s :i1 ''�'.,t, 'r•l {' ,f'r ' .i�'•�, (� •+ .r�t' ' ...�.� G M.� a� •,�'a 1� r `G 'a ': j ! t' •'i. - •:�� i 1 ♦ ,tq.t ,r+� 1 !'1 ,.I:a t! '.`tt r' '�' r .'. .'1 ! t j,, .'r.t'..,-1j.,.i} 1 .1 �' ,'I sr jl.,.l 1'��1' r - ' f' '.rl, 't',' �(•: RII( :�` ♦ !; '�I' Vis, j '.1(' .A '1 �.. 60 •,I''YM ! .,'t J �r1,.•Y•.'11 t1•,� •i0J rl !'. . ,t.jti ' •i'�,•1 f' ' l r! .� tt .•i j...Y 1�r '���' h ,'.�. •,+�t 7, t � . T off I' �(_ r•..t Wl. u,r«1 Rte.` i ! �.� �," y ..�.-.•*x /�'`� .I District 2 ,»„• ..,«r, v ---- [Yrl Mr \ District 5 _.......1 —� t.. ... ::0061410 1 � i rict 3 ' ess„m WOieK I _, yii; .I 1,•�� .-', I.t „ 3 �,i�,\ ' „ i/ - '?�� 't' ,r• ,,t' �- • t•,, � .. '\��` ��, •Ire''~,. .�' ' ,j. , t, ' .(.r i t It%1!�•�r• 'f. (, ,'\ , f ..r•� '1 % •' ' ., r •l't.f ' !': •�! tel. , .,y. 1�, �.` ' .1'!- vr,-.. , ', y s{ t � , •; f1,2. { !'. �•/�,..•�,, j. �,'Yi,',i' '�,' tiJ: .+ , .�},, rr ,l Z,yyi�� �h} I. t 1\'�.! !a,' t t. i t.' �s' 4 `rr •�":i :%•' c C {.,�;' •i i �; :5(. l f v t` , �I r s,,t•!1 N t'y,1'.,',.�t `t},.,I !1 ..i t �• •r„}l�,�, S�; }'S !' s'•1 � , ,i.�i.-'� ;� .I'!�,:!• ��,. ;+• .� 1. ,i , }�/;;.o CON � COSTA COUN1� ( .L t1• ,`. .�:�' d "' ori r (! «1 S y ,� t s r , r 7 i S t,:,tij . \�.• r y I 1 1 r •} It•• , ; .1., i,it yS.+ •� ty, yS !", 1. " ' 'tiI I a tj !° S it rs rf' 1 t` t ! ' ; , !•• � CALIFORNIA ,• ,. 1 �! 1 '•t I ' .ir,t •,•�'\� , .,,..,,.7 :�� �' � i rt;t .i 1. � iS. j�,,� � ty 4 41 to ..7lZ�S'" 1t, �� 7s ' . :I _ .. ,'•� 5,:, ,� ,.•' •J "`' it, :\ r .t} ,IS I.— { r 'V I 1 l� t i •.`, t:',�. ! �'' �. r-1 w�:� l+� rr d k.�,"�yi,h,', S , 7, ' •fir' srr r•IJ�''i Y't _' �� a > L.t } t 1 ' �1� , 4.��, k,� .,. '�. ,• �,t!1 •\'•JI '" .+j• :i� �i':. . 'y t• I •:,.�t, '�f1 1.,, •� �.1 'r R. 1 1 ,�f'IlL :1 ► l•t• Ii r Il !, `•y`1-r1" 1 ', +� '•4 I 1} '•t ! t:;.7. �'r.• r t•1: •r. r'u;• 'c..r titf''r.. 5,.,' a 1 i't tl:+l„!p. , r`'Y r•.f,c:,,t,J., :;, ,�,: ,.� w ,t I '1-r+.��i '\, .); �x,•:,.•tf..,,. �Yr.•�,, .�f, >; a� , :,;�.•,. �.. •Li,� 5�j::)�' ':,�i +►,. t,?�y:4' :�. ,y .,� I ��:�rr,, y !„ ,�' '.�F,i ;!: / ��. �tvr�ay,4 ilo'F 'rp��./! f. a �,1',.s. r •r, r#,. 1 .}, t' } ti ,` t J� \,y O. .l{�l.r•: '•t i.S�, �-i 1 l` t �!r.1. ,' ;p• ,'. 1.� ,,.1•, f•. ! !. ,i 7 � S y .. 1. I' � '�I•! � �, '�a�l t�. � tJ�. y, a.� N ! }' Irrl, f , �'t,if: S .r F. t •,. �,t/'c. ��'. S 'S !. s. . t',1'y.,�}' .%r ',i. ,t�,I ',!• �, { i'. � .. �,�' IS ,: l 1 � 4. ,., M.-: ; Vii' ,.�-a=�rt� _..'. - ..•..�'; 3 i"• /" �I \ c ,. ..X't�'�c`�`£ l , �� S•^ i M� I fit,• } jJ �`L`/ CON AQ� Ctq J!•J.'-({ '• io •r aN \�•'� i '•" ic » � t �rl,/,e ,e, tom•.. .� `�• \ r l 1. V at ra e I ►,� ir, ;:f �1�' tsar _. °✓'�� 'y' .,. a• � .�:•;��. i.e.• •.,\ � _ •'1 � ; ,..:�.. }.t �� a� :s+ :_ l'r"2:eC.. �— '•t•6j•�y �'+y •te� �,'' -'•�'� ••t.. ,..rr G � •e,1 1 t„ ,►�tys �, rrt11,. �t. .7...�= �"^!,� ;,�i�'%; «,r• S'-,,,� , \."S 'M. `tS.� .�• ��. Jr� ?yam '� ?� Ir��.�: \'t`��. .� q. f b Cr 1 S '%i ! •'•~"-�'e't—E`.y� +1 � / :fes „1 \\s1 .� O 1 �l� wM1 //�� i Wit• ,�'K/' 1 r i+ `� _:.�. .• rrYy :. ,4 4.;;,,•� •`y a ,- �, ';�,�=�=� /� bid► '�' � '' ,�� 1: �. ' , Fes. � ,. � r.,.• ':�;, ' •/i�, j r , '�-�r •fir,+ � o i✓ (• N t _� ,�ty i fir•C� �`..,J�s* lVJ ll I r IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Approving Plans and ) Specifications for Remodel at Health ) Center, Richmond. ) RESOLUTION NO. 78/ 2 3 (4405- 4203) ) WHEREAS Plans and Specifications for Remodel at the Health Center, 100 38th Street, Richmond, California, have been filed with the Board this day by the Public Works Director; and WHEREAS the Architect's cost estimate is $15,000; and WHEREAS the general prevailing rates of wages, which shall be the minimum rates paid on this project, have been approved by this Board; and WHEREAS the Public Works Director has advised the*Board that this project is considered exempt from Environmental Impact Report requirements as a Class lA Categorical Exemption under the County Guidelines, and this Board concurs and so finds; and the Director of Planning shall file a Notice of Exemption with the County Clerk; The Board RESOLVES that said Plans and Specifications are hereby APPROVED. Bids for this work will be received on June 8, 1978 at .2:00 P.M. and the Clerk of this Board is DIRECTED to publish Notice to Contractors in the manner and for the time required by law, inviting bids for said work, said Notice to be published in THE I IDEPE:lPLVT PASSED and ADOPTED by the Board on May 9, 1978. 4 Originated by: Public Works Dept. Buildings and Grounds cc: Public Works Department Agenda Clerk Architectural Div. " Accounting Section (Info) ��� •� Director of Planning Health Department Probation Department RESOLUTION N0. 78/ 4 2 3 F I L -E D NOTICE TO CONTRACTORS (Advertisement) MAY --/ 1978 Page 1 of 2 DIVISION A. NOTICE TO CONTRACTOR J. R. OLSSON CLERK BOARD OF SUPERVISORS (Advertisement) B x„�� T ` �` T� Co. Notice is hereby given by order of the Board of Supervisors of Contra Costa County, that the Public Works Director will receive bids for the furnish- ing of all labor, materials, equipment, transportation and services for: Remodel at Health Center, 100 38th Street, Richmond, California, Budget Line Item No. 4405-4203. The estimated construction contract cost (Base Bid) is $15,000 Each bid is to be in accordance with the Drawings and Specifications on file at the Office of the Clerk of the Board of Supervisors, Room 103, County Administration Building, Martinez, California. The Drawings and Specifications may be examined at the Office of the Clerk of the Board of Supervisors. Plans and Specifications may be obtained at Room 112, County Courthouse, Martinez, at no cost. Return of Plans and Specifica- tions is requested. Documents may be obtained by mail with a written request to the Public Works Department, 6th Floor, Administration Building, Martinez, California 94553. Technical questions regarding the contract documents should be directed to the Building Design and Construction Section at telephone number (415) 372- 2146. Each bid shall be made on a bid form to be obtained at Room 112, Courthouse, Martinez, and must be accompanied by a certified cashier's check or checks, or bid bond in the amount of the ten percent (10'x) of the base bid amount, made payable to the order of "The County of Contra- Costa" and shall be sealed and filed with the Public Works Director. 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 siccessful bidder refuses, neglects or fails to enter into said contract or to furnish the necessary bonds after being requested to do so by the Board of Supervisors of Contra Costa County. Bid proposals shall be sealed and shall be submitted to the Public Works Director, 6th Floor, County Adninistration Building, 651 Pine Street, Martinez, California, 94553, on or before the 9th, . Day of June, 1978 at 2 P.M. , and will be opened in public immediately after the time due in the 6th Floor Conference Room, 6th Floor, Administration Building, !Martinez, California and there read and recorded. Any bid proposal received after the time specified in the Notice will be returned unopened. cc Microfilmad with board order NOTICE TO CONTRACTORS (Advertisement) Page 2 of 2 DIVISION A. NOTICE TO COi•JTRACTGRS, (continued) The successful bidder will be required to furnish a Labor and "aterials Bond in an amount equal to fifty percent (5072) of the contract price and a Faith- ful Performance Bond in an amount equal to one hundred percent (100'S) of the con- tract price, said bonds to be secured from a Surety Company authorized to do business in the State of California. Bidders are hereby notified that pursuant to the Statutes of the State of California, or local law applicable thereto, the said Board has ascertained the general prevailing rate of per diem :•!ages and rates for legal holidays and overtime t:ork in the locality in which this work is to be performed for each type of workman or mechanic required to execute the contract vjhich %•rill be a:•iarded to the success'ul bidder. The prevailing_ rate of per diem traaes is on file :•rith the Clerk of the Board of Supervisors. In all projects over S50,000, a Contractor shall be required to submit for county approval an Affirmative Action Plan (see Division E). The said Board reserves the richt to reject any and all bids or any por- tion of any bid and/or waive any irregularity in any bid received. "o bidder may withdraw his bid for a period of thirty days after the date set for opening thereof. BY ORDER OF THE SOARO OF SUPERVISORS OF CWJTRA COSTA COUNTY By JAFiES R. OLSSO'J County Clerk and Ex-Officio Clerk of the Board of Supervisors Contra Costa County, California By Deputy DATED: MAY 9 1978 PUBLICATIO'I n-aTES: Rev. 11/77 00159 -4- SPECIFICATIONS FOR remoael - health center 100 38TH STREET RICHMOND, CALIFORNIA PREPARED BY AND FOR Contra ARCHITECTURAL DIVISION Costa PUBLIC WORKS DEPARTMENT 1�L1 CONTRA COSTA COUNTY C&nty 651 PINE STREET MARTINEZ, CALIFORNIA 94553 r F ILE MAY � 1918 /y w ��//J��. R. OL_SSON CLERK EGAD J; ( j(j]/{ C T A 0. tae u j v�6 Microfi'r-n-cd with board order T.,%M:7 OF -00'-_rr,-.7S v DIVISION A. Notice to Cc^tractors DIVISION B. Instructions to Bidders Section 1 Ccmpetence of Bidders Section 2 Securing Decv-ments Section 3 Examination of Plans , Specifications, and Site of Vork Section 4 State and County Labor and tlaterials - - Requirement Section 5 Bidding Documents Section 6 Submission of Proposals -Section 7 I'ithdrawal of Proposals Section 8 Public Opening of Proposals Section 9 Irregular Proposals Section 10 Competitive Bidding Section 11- A.and of Contract Section 12 Special Requirements Section 13 Exectuion of Contract Section 14 Failure to Execute Contract DIVISION C. Proposal (Bid Foran) DIVISION D. Articles of Agreement DIVISION E. Equal Employment Opportunity DIVISION F. General Conditions ' Section I Definitions Section 2 Governin; Laws and Regulations Section 3 Patents and Royalties Section 4 Contractor' s Responsibility for Work- and orkand Public Utilities Section 5 Bond and Insurance Section 6 Subcontracting Section 7 Time of 11ork and Damages Section 8 Progress Schedule _ Section 9 Temporary Utilities and Facilities Section 10 Permits Section 11 Conduct cf :-:or:; Section 12 Responsibility for Site Conditions Section 13 Inspection Section 14 Rejection of Materials Section 15 Interpretation of Contract Requirements Section 16 Clarifications and Additioaal Instructions Section 17 Product alzd Reference Sta rd2_ds Section 18 Materials , Articles , and Equipment Section 19 Shop Dray.ii:-s , Descriptive Data, Samples Alternatives 0015 CONDITIONS (continued) w DIVISION F. General Conditions (continued) Section 19 Shop 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 to Claims Section 28 Guarantees DIVISION G. Special Conditions TECHNICAL SPECIFICATIONS DIVISION 1 . Omitted DIVISION 2 Site Work DIVISION 3 Omitted DIVISION 4 Omitted DIVISION 5 Omitted ,. DIVISION 6 Carpentry • DIVISION 6A Finish Carpentry and Millwork DIVISION 7 Omitted DIVISION 8 Doors, Windows & Glass DIVISION 8A Doors and Frames DIVISION 8B Finish Hardware DIVISION 9 Finishes DIVISION 9A Gypsum Wallboard DIVISION 9B Vinyl Wall Covering DIVISION 9C Base DIVISION 9D Painting DIVISION 9E Carpet y DIVISION 10 Omitted DIVISION 11 Omitted DIVISION! 12 Omitted DIVISION 13 Omitted 00.162 CONDITIONS (continued) CONDITIONS (continued) DIVISION 14 Omitted DIVISION 15 Mechanical DIVISION 15A Heating, Ventilating & Air Conditioning DIVISION 16 Electrical DIVISION 16A Electrical NOTICE TO CONTRACTORS (Advertisement) Page 1 of 2 )PJISION A. NOTICE TO CONTRACTOR (Advertisement) Notice is hereby given by order of the Board of Supervisors of Contra Costa County, that the Public Works Director will receive bids for the furnish- ing of all labor, materials, equipment, transportation and services for: Remodel at Health Center, 100 38th Street, Richmond, California, Budget Line Item No. 4405-4203. The estimated construction contract cost (Base Bid) is $15,000 Each bid is to be in accordance with the Drawings and Specifications on file at the Office of the Clerk of the Board of Supervisors, Zoom 103, County Administration Building, Martinez, California. The Drawings-and Specifications may be examined at the Office of the Clerk of the Board of Supervisors. Plans and Specifications may be obtained at Room 112, County Courthouse, Martinez, at no cost. Return of Plans and Specifica- tions is requested. Documents may be obtained by mail with a written request to the Public :•lorks Department, 6th Floor, Administration Building, Martinez, California 94553. Technical questions regarding the contract documents should be directed to the Building Design and Construction Section at telephone number (415) 372- 2146. Each bid shall be made on a bid form to be obtained at Room 112, Courthouse, Martinez, and must be accompanied by a certified cashier's check or checks, or bid bond in the amount of the ten percent (10j) of the base bid amount, made payable to the order of "The County of Contra Costa" and shall be sealed and ' filed with the Public Works Director. The above-mentioned security shall be given as a guarantee that the bidder will enter into a contract if awarded the work, and will be forfeited .by the bidder and retained by the County if the successful bidder, refuses, neglects or fails to enter into said contract or to furnish the necessary bonds after being requested to do so by the Board of Supervisors of Contra Costa County. Bid proposals shall be sealed and shall be submitted to the Public Works Director, 6th Floor, County Administration Building, 651 Pine Street, Martinez, California, 94553, on or before the 8th __ Day of June, 1978 at 2 P.M. , and will be opened in public immediately after the time due in the 6th Floor Conference Room, 6th Floor, Administration Building, Martinez, California and there read and recorded. Anv bid proposal received after the tine spec cu iii _j,.L- .1,10�7C;. ..!411 ..ZJ. v : 001s NOTICE TO CONTRACTORS (Advertisement) Pace 2 of 2 DIVISIM A. 'NOTICE TO CONTPACTrRS (continued) The successful bidder will be required to furnish a Labor and 'aterials Bond in an amount ecual to fifty percent (5013') or the contract price and a Faith= ful Performance Elor.d in an amount equal -to one hundred percent (1001) of the con- tract price, said bonds to be secured from a Surety Company authorized to do business in the State of California. Bidders are hereby notified that pursuant to the Statutes or the State of California, or local law applicable thereto, the said Board has ascertained the general prevailing rate of per diem ...ages and rates for legal holidays and overtire t:ork in the 1 oca 1 i-y in which this work is to be performed for each type or t•;orkman or mechanic required to execute the ccntract tlilich .rill to awarded to the successful bidder. The prey:ai1ir.c_ rate of per diem gages is cn file .-jith the Clerk of the Board of Supervisors. In all prosects over 550,000, a Contractor shall be reouired to submit for county approval an ;affirmative ".ction°Plan (see Division E). The said Board reserves the richt to reject any and all bids or any nor- tion o; any bid and/or waive any irrecularity in any bid received. Flo bidder .Ta'/ withdraw his bid For a period of thirty days after the date set for opening thereof. _ BY ORDER OF THE BOARD OF SUPERVISCRS OF CONTRA COSTA COUNTY By MMES R. OLSSON County Clerk and Ex-Officio Clerk of the Roard of Supervisors Contra Costa County, California By Deputy DATED: PUBLICATIC1 CATES: Rev. 11/77 09165 -4- . DIVISIOPIE Bid Ccnditicns, Affirmative ActionReouire-eats Equal Emolovment OJDortunity This Section, Pages 15 through 23, deleted because progect cost is less than $50,000 DU�US _ DI'7ISZOY B. I.y:'BCCI:C:: TG 3IDOE r The bidder shall carefully examine the instructions con- tained herein and satisfy himself as to the cenditians with chic:: he gust comply prior to Sid in suhmictin3 hzs proposal, and to the conditions ofrect4& the award of contract. SECTION 1. CCw?yT=-::CE Or 3IODS7S. (a) License: :So bidder may bid an work of a kind for which he is not properly licensed, and any such bid received ray be disregarded. (c) Bidders shall be experienced in the type of work for which they are bidding and shall, upon request of :he County, submit to the Cam^.cy a written list e: cc-pleted projects, with the name of the owner or contract officer indicated. SECTION 2. SE^'3I`G L-I= Q.,S: (a) Drawin;s and Sze=ifieaticrs may be see sred at the place and for the deposit or fee as called out in the "Notice to Contractor", page 3. (b) The deposit, if called fcr in the "Notice to Contractor" page 3, is a 3uaran:ee chat the Drawings and Spec_fi cations will be return=d in good condition. C' (e) The fee, if called for in _he "Notice to Contractor", page 3, is a nrn-refundable pavwe:t to defray a portion of the print- irg and handl=g costs. . V .. _ vT't4v. l_ 7T••i::S, �7�r•7� - ::S, n'7 - - CF .t:: r.1 (a) CC:.:a.ir.`-C3'S • The bidders shall examine carefuLly the site of the work, and the plans and specifi=atia:.s therefor. He shall investigate and satisfy hi-self as to conditions to be encountered, the character, quality, and ;uantity of surfa=e, and subsurface materials or obstacles to be enc=urcered, the work to be perfar^ed, and materials to be :'urn- ished, and as to the requirements of the proposal, plans, and specifi- cations of the contract. Where investigations of subsurface conditions have been made by the County in respect to foundation or ocher sc:uctural design, and that inio_:.ation is sho:'n in the plans, said information represents only the stace_enc by the Ccunty as to the character or material which has been actually encountered by it in its investibation, and is only included for the convenience of bidders. Invesci;atiors of s=bsurface cordLcions are made for the purpose of design, and the County assu-es no -espoasibility whatever in respec: to the sufficiency or accuracy of borings, or of the log of test borin;s, or other prelimirary invescieacions, or of the interpre- tation therefor. S_ Rev. 5:75 001667 : .......... .. .. ... .. r... ..t .....:::..:. , _ 3 . ..: ... ..... InsTquima, i0 3nmERS (continued) There is no guarantee or warranty, either express or implied, that the co..-.di-ions indicated are representative a: those existing thrc ghout the ::cry. or any part of it, or that unlocked for developments may not occur. Hnking such informa- tion ara£lab'_e to bidders is not to be construed in any :ray as a waiver of the provisions.of this article concerning the Can responsibility for subsurface cenditions, and bidders caust satisfy :hersaloes tzrcugh their ewZt irvestigaciers as to the actual conditions to be encountered. (b) 3E:'^`:c:3T-T'y :03 UTILITIES: As part c: the resaarsibil:ty statad in subdiv£s£on (a) above, and without :i_-:acion thereon, the Contractor shall be responsible at his m:n•ccsc far any and all wo=k, expense or special precaucicns caused or required by the existence of prcxiaity o2 utf- .es encountered in performing the wore in- cut 11= :acion thereon; repair of any or all darage clt:d rg with and all hand-or exnloratary excavacian required. The bidder is cuatiored chat such utiLi:i:s hay include com,::e:nication cables or electrical cables which ay he high voltage, and the ducts enclosing such cables, and when working or excavating in the vicinity therecf, :he special precautions :a be observed at his own cost shall also include the follcwirg: All such cables and their enclosure ducts shall be exposed by careful hard excava- tien so as noc to da=age the ducts or tablas, nor cause injury to perscns, and suicanle warnin,, signs, barricades, and safety devices shall be erected as recessary or required. In connection with the foregoing, the bidder's attention is invited to Section -- of Division ; of these speci:icacians. (c) DTeC:='Ik:: ."__ CR =°3r:5: If omissions, discrepancies, or apparent errors are fcurd in the plans and specifitaciers prior to the dace o: bid . opening, the bidder saaLi sub=:: a written request: for a clari- ficacicr. ::iii h will be Zr_:en in theform of addenda cc all bid- ders if ti=e perm:s. Cc=er+ise. in fi;tiring the wore, the bid- ders shall consider that any discrepancies or conflict between drawin-s and spec:_`ications shall be governed by Section LS of Divis::n P 3f :hese speci`ica::ons. SEC-1:00 4. 3:DDi`:G DO `c:.'fS (a) Bids shall be made upon the special Proposal (3td Fora) (See b:+:s:crl C of this Speci:ication) , with all icams completely filled auc; ntt_:.t)ers shall be stated both in writing and in figures, the sisnacures of all persons signed shall be in longhand. The com- pleted _or= should be without Lrtteriineaticns, alterations or erasures. no alternative proacszls. 2di:icral copies of the Proposal (aid Fora) .ay be obtained from those snap=ys.^.o these specifications. Rev. isii ....... .,..,.. . .::rill: :'. 00100 L ... ....viii. :'fib•: .. ... . SEC':0 BIDDI2:G DC (continued) �`.T S (co irue (b) aids shall not contain any recapitulation of the work to be done: alternative proposals will not be cansid- ered, unless called for. No- oral, telegraphic or telephonic proposals or modifications will be considered. (e) List o' ?ran awed subccntractcrs: Each proposal shall have listed ::ere:n the na=e anc•aoeress of each subcon- tractor to whcst the bidder proposes to subccrtract portions of the work in an amount is excess of i of L percent of his total bid, in accordance with Chapter Z, Division 5, Title 1, of the Goverr_en: Ccde. See Section a of Division F of these speci_`:cations for further reference to subcontractors. (d) Bidder's Security: ` all bids shall have enclosed cash, a cashiar's cneCi, check or a bidder'$ bond, as describea below, executed as surety by a corporation au:acri=ed to issue surety bonds in the State or California. made payable to "Contra Costa County". in an amount equal to at leas: 10 percent of the a=,--%t of c a bid. No bid shall be considered unless one or the forms of birder's security is enclosed :herewith. - SECTT_CY 5. SLBM!5S'_CS OF PRMSALS: Proposals shall be subnic:ed to the Clerk of the Board of Supervisors of Contra Costa Councy at the place indicated an the bid proposal. It is the sole respc:sibillev of =he bidder to see that his bid is received in proper ci.:.e. All proposals shall be submitted under sealed cover, plainly identified as a prc_osal for the work being bid upon and addressed as directed in the do:ice to Contractors and the bid proposal. Failure to do so :may result in a premature aoening of, - or a failure to open such bid. Proposals which are not proper Ly narked „ay be disregarded. SEC OU i. rp ?yno,,SALS: Any bid may be withdrawn at any time prior to the tLme fixed in the public notice for the openins of bids. provided that a request in writing, executed by the bidder or his duly authorized representa:i•:e, for the withdrawal of such bid is filed with the Clerk of the Board of Supervisors of Contra Costa County. An _oral. telezr-zni_, or telaainzLC r ani:e.c to wichdraw a bid pre esi= is neo acceocno_ . 1 e wicazrawaL o:a oa is snail not prejudice . nigh: .: ot�:c er to file a new bid. This article does not authorize the withdrawal of any bid atter the time fixed in the public notice for the opening of bids. Rev. 5176 -7. .,::.<..:-.viii . ,.• - „ ..viii. . : ...-.�. ..:........:... .. ..viii .. ..:.::.:..viii. ..:..: .. .. ......:.......:::viii:.... ... .. O 6 19 4; ycr-•TrV PUBLIC MNING Or ?•C?OS-LS Proposals will be publicly opened and read at the time and place indicated in the Nctice to Contractors. Bidders . or their authorized agents are invited to be present. SEC"-^`i 3. I3?ECMAR ?30?Cc=LS Proposals =ay be rejected if they show any alter- ation or sora, additiers not called for, conditional bids. in- ccmplete bids, erasures, or irreslaricies of any kind. If bid =ourt is changed after the a.:.eunc is ori3inal17 inserted, the change should be initialed. The County also reserves the ri�at to accept any or all alternates and unit prices talied�far on the Bid ?crw a- their crier of listi cn such form scall in no :ray indicate the order in Which t`.e bids may be accepted. SEC-,:0`: a COM?=TWE 3IDSI`:G: _f core than one proposal be offered by any individual, firm, partnership, corporation, association, or any ac=binacion thereof. under the sate or diff=erent names, all such proposals May be :ejected. A party who has quoted prices on .:.aterials or war'-- to a b der is not thereby disqualL=ied :rcm quoting prices to ocher bidders, or from suomitti:g a bid directly :or t e materials or work. ( all bidders are put on notice that any collusive a3ree- hent fixing the prices to be bid so as to ecntrol or of etc the awardin; of this cent:aC_ L8 in violation of the cc=petitive bLddini; • requiresents of th State '_.z: and may :ender void any contract hat under sLCZ CirCL=Sta:C25. • SECT-_O'? 10. WA23 Cc C�•._Z.:C:': The rig c is reserved to reject any and all proposals. The award of the cencract. is be awarded, will be to fire Iciest resparsible bi�.der w ose proposal eccpl_es with all the requirecents prescribed. Such award, is wade, will be rade wi:h;n. 30 days a--:ter the opening at the proposals. SEC'' U. SpECI.;i. :tE MZnE% The bidder's attention is invited to the follcwin; spec- Lal provisions of the contract, all o: which are detailed in the General C6nditiors (Ji.ision F) or other doc: encs included in case speci�Lcations. (a) Bonds (b) insurance (c) Liquidated Caczge; (d) Guarantee (e) Inspection and Testing of Materials _-_es to be CrCvided at .Lte (s) .;ssigr=u:%_ o: Contract ?rchibitad V. X01 10 SECT G 113 =s�CLTi,% C= COti?3AC. • The contract (exa:.ple in 0) shall be signed by t}e success!ul bidder is duplicate counterpart and returne'wic..-.. Oive (5) dans of receipt, not including, Satur- days, Sundays,wand legal holidays, together with the Contract Bonds and Certificates o: Insurance. No contract sial) be binding upon the County until sa=e has been executed by the Con- tractor and the County. Should the Contractor begin -.cork in advance of • : receiving notice chat the contract has been approved as above provided, any work perfo^ed by hie :will be at his can risk and as a volunteer unless said contract is so approved. S=CTT_G'I 13. FAT_t t'g£ TO = C'.-I'= CO.Y.-R-A : Failure to execute a contract and file acceut- able bonds and -t";caces of insurance as provided herein :within 10 days, not including Saturdays, Sundays, and legal holidays, after the successfsi bidder has received the contract for execution shall be lust cause for the an.-.uLzer-c of the award and t a for=ei he c- ure of tbid4gr's security. I= che'successful 'bidder re=sses or fails to execute the contract, t o County =ay award the contract to the second lowest responsible bid-er. If the second lowest respon- sible bidder refises or fails to execute the contract, the County =ay award the contract to the third lowest responsible bidder. On the `ailu:e or refusal of the second or third lowest responsible bidder to uaoc any such contract is so awarded to execute the sa=e, such bidders' securities shall be likewise for'=iced to :he County. The work may then be readvertised or hay be conscr:.cted by day labor as provided by State law. : ' �-:•: .!•-:._:.,:-...-,:._.n ter. .,.. -- • .,...._..,:<:_.,.. : ......r.v.... ... s,�cid - .i.. ,i54":a �.L;�'' cif'.:':'.:� •a:�.i:.i^'J:.+': ; Y_ S b. +ice:�+�' � '. .... .:•....r.x.:moi.?�•. . �.`^ , ....• ....a...... ..,.. ,. .. .._....:. ... ....- .. .c ., ... ... , ... .:•=\'icy`:y_ h A •<4 .. .... .. .... .. ..... .... .. .. K ...._.., .r. .. . .. .. '.:- 'Tar.::. ..., .. ,.. .... _ ... ... .r:..................:' "use,:f• Y fC a-t' .. ._. r . ...;.�;..•ve:?„:. ...,. ..yrs.:.: ... .. .. .......... ..-.`.:.'.; �.... a .!'%. :• V. .. ....... ....::r.--:.: ,._: ...t.....: ...,.....:._. .... SLK” r�4�b ... ......:., .n_, .... .. ._. . . ........<.... .. ..h?:. a. .. ........--. r. ... ..,.; ,:,.'!..._:,:...,_::.. ;.,fix,:•:i'i+c'` - �i - T. :....: :. . . 01 ... ....:.::.. r -.7 Bidder DIVISION C. PROPOSAL (BID FORM) BIDS WILL BE RECEIVED UNTIL THE 8th Day of June 1978 AT 2 P.M. ATJHE PUBLIC WORKS DEPARTMENT, 6th FLOOR, ADMINISTRATION BUILDING, 651 PINE STREET, MARTINEZ, CALIFORNIA 94553. {A) TO THE PUBLIC WORKS DIRECTOR, VERNON L. CLINE, PUBLIC WORKS DEPARTMENT: Gentlemen: The undersigned hereby proposes and agrees to furnish any and all required -labor, material , transportation, and services for - Remodel at Health Center, 100 38th Street, Richmond, California, Budget Line Item No. 4405-4201 in 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, Administra- tion Building, Martinez, California, 94553, for the following sums; namely: BASE BID• Shall include all of the work for the construction and completion of all facilities therein: For the sum of: Dollars (B) It is understood that this bid is based upon completion of the work within Thirty Days (30 days) from and after the date of corr.�encement. 001 12 • -10- It 1S L:I;CECrStCC'd, Wltlh C?L•C allJ:d.2n::CS I!.iCla? .L it^.C''i.idable delays , that __ the Contra Cto_ should 1'a:L to CO:piste the �:: is t y onr•_.Tct � :in, r t n iro of-t:1 cv..a _a...a. :��tt a.'re StiLlated e, titan, he shall be liable to the Ovmer in Che .-mount e� f,fty and n 100 dollars (50.00) day ?ie=i+C bC}'Gnc the ti=c for ccmpletion, as and fcr lia- uidatLci QR^:..^_aeS 3:I :1Qt aS a I)LI::11 L")�, i bel"^ a,^ eed and e:-.- prnssiy Sti�uiated that it :1��LIC1 be impractical and diEE'icult - t0CtL:al B=ount of damace. (U} The uacersi=*:ed Ih�:s ea:ar..ined the loc;:tion or the aroacsed t:Or: alh" _S ztuns, SpeCif:_C.3t i0::5 ci.:�i Otile� COZt�FaCt dOC_-:L'nLS n:c the ZCCt" Ch Cohere t:l:' C:Gi 1S t0 •a72 done. (F} The unc�_si�^ed hr�s c^.ticked carefull, all of the �.bove f�oures and cerstalh3s that t:he Loard o£ �uoer�:isors :yili nct be re- soonsible for any errors or o�Iissicrs on the part of the under- Sijred in :aa:i.5 up this bid. ...,. . _, . .. .: . ... . :.: ,. . .. . .. . :... .:. , ,, . ._ . . . w=': :c` . .. _ . ..... . .. >. . : "r--':.,....,... '.::..... ..:.;': .,.,,...n' .?Ire %{t,"%,r y.+;,:. .. ...,..',,., i. _ s -,__.. .,.. .:,.. .. ,:.:.:'c r:.c. .......... .. u .. ,1. ... ...,a. µ3,r»:.::>�. - - S,iS: .. .. s....,r.-.,, . ... .,.. .. .i.:.r,.:.,' .:r,.t,,L.e... w x r �I.. n.....��.'� ix .. .. ,... ...x .. ... .. ..t" �tiv ,. _................ . . .....:.., ..., ....... d. r:r^ .. .. +'r r ..:. e..... , ... .., ... .. _ ",....... t. .. ,t .. v, .. �.::_.:.:.r. .. ...T ..t .., - .e .. .+..4..n ., ..,. r.< r.f, w ir; r ,. ..,. ,. .,,..,n.,-... ........r. x._.; ,.. ;,. . ..!. ..,...f- ..,.,. - - .-. ..,.:...<,....:�... „.k:,..•:' , ..,...,..,. bra`:✓S iii.:'<:.�'.•`;-j'._::: :;'�v';,�.:r, .. i. .. ..., ., ..,..a,..... L:'- v... ..s...., x. .:. ..a..- .. :,..:.. ,r ,. , .. . .,.r ,. ., r.,.: 'I i " , .,,, .. "Al.,.. :yt _ .. , ...... ..., . .. ,.x:.. .. u•.... ... s .. r i,...:.:1. :..x..r:-... ,,".,.F. ......y...> S•.:..,,_ [..7.tV.{f'::.i M .52 w,:y:_4 .�k: r.w .. f ..r,.,.. n.-.. ... .. ... .-.. v ...:::C 4 f.e .. ,v,.. ,.::...,.. .r ..-.C.,7..,c.. ,.. ..n :S. .; ..Y.'... .a ......;.. ftp, &,i _h. - ":K';%-:'--:..<' t . k. ... ,r.,a.... .. .... .....:.. .:.... +...'v..a <... d.., ':rrr:.iti,:j:I;,xr-`iqr..- ..,Sr .... ...,.. ., ,..". w.,... r... , '< :., 1. W =:4. L:: ,..... . ..,.r.. ... ... ..... .. .. ._w.,,... n..xff.. iiu >. . . .. ..[.. ,. ... ., P!? '}i4i t. , ...V....-...n"`x'.': 'til - .. 1..... ..... .. t... .:,:; r:�fe.. ,t. r... .,.. ,. .-.,,. .. ,.. .. ...d , .,.. s:�,�f� s .. z s..- ..... .. . ... --.. ..x,.:,.. >. ..try � :^ .. . , .,s... . v .. ..c. ., ..r iii:•e�F.�.r f.:. ... .. . .. 5.... .. :. ,n....... .., c>,..:.,.....r .'<' .. .'x .,. ..,.... .. .. ..: ... .., x,......... ......r......,.. ., .. .. ,,., 3..,. _.. .,:,... t,.. ,,,.--._ ..a ,,....,.y. [ .,<....,,.:.p....t, .. .._ ... r ....o .- _ ,. , .,,....,,.,. .... _ .. .. ., .,v s%' . ... .. h .. .,...... -:., .. .. ...5„_. .. 'Ri:^'ate ,:1::,<,F'�•nd•;." .. _v . .. .. "' ..,r..,.. ....._.:: .._... .. ... .. ....�..s........... .... .r....5... .. :.. ........ . .. ....:. .... ... ... ..,:...,...: .. ., _._... ..... .. ,..,. x.. r.. .. ,. . .,. ...,... .. ...x. f„ ..,. ... ...::.,. .. ,..r._. , 4.. _i _ - ., , .. . .. n<Y.::"„rte i }� r. ,, r ... ...r .... ... .. ... . .. , .. ,, ..-t.tY. ...14.. ...:.,...w 1 .:..,s,.x.,.,....f V 1. ..:,. .. '.s"1i'+ ...... ...-. .. :,. ..r. ... .. .., ... -.. �' f� .: A. .(..__ r._.. r_r..rv. .M. .. ... ,. ,...,....,,....::..: .,•.. .. , .... ,. r...C.. ,. , ...,.+u,. ..., ,_.,_n,.r.. ...... .,_. ,.. ,. s .,.. ... r ./.�_ 1,-.1... r. ! .,.. .a...,...... .... -,,.y, ..,.::,..... . ,r:. :y:: .. 1.......r.._. _». ._� ,r::.:.,. .....:'..,... ..,...,,::.,':ter - ;"::":r:% .. y... .I'v,,ti.•,:„.....,.:v2.:::.,;.:;....::: l:i:_:r'. r .Y.. .. p,.., r<.-... ten.,.•F.::., ..,....a..<a,..+<,�...',;`., , ..... ....... ......v.,, .....,..,.:..,. ew..... ...,.,.. .......� ... ..r,., ma .., ,... .. . ... .F. ...... ,, t .,. .V ..1....... 1. .^ - , 1 ......:.:. ,,,.,. ..r-, ,,:..., � ....,v ..... ,. , 4. . .... .. ... .:. . . � .r ., l -y . 0. .. . . .. : . .. r r .. ,. , . . % .. " . . - . .. . , , ., . . . . r . ... : . : .. : . .. .: .. ..:. . . .. . .. .::..:. . . . . . 00113 .DTVISTQ?: C. PROPMAL (lid F—MI evnt .ed (�! The undersiPed herebv certifies that chis bid is genuine and not sham or collusive, or .:ade in the ircerest or in behalf or any person rcc herein Hawed, and chit :he undersi5:ed has act directly induced or solicited any ocher bidder to puc in a sham bid, or any ocher person, firm, or corporation to refrain from biddi-g, and that the undersigned has roc in any marrer, scu;hc by collusion to seccre for hi:- set= an advsntaSe over any ocher bidder. (3) Attacced is a list of the :.a=es and lccations of the place of busir ess o! the subc:.rtrac=ars. (9) Attached is bid security as required is the Notice to Concractars. ' C Cassa C Bidders Bond Cashiers Check =Cercified Check (Lei The addenda are hereby acknowledged as being in- cluded in the bid: Addend•= .1 dated Addendum r _ dated ' ( Addendum f dated Fla .3y y` = Title Address =t' Phone Licensed in accordance with an act prcvidin.- for the registra- -tion of Contractors, Classificatier. and License No. Dated this day of , 19 iev.. 5/75 .......::.... 001 1.1 r'1 DTsl*SION C. PRC�CcA 3TD =CR.%t ccat=-sed LTS-I OF SVIC:3.72A'TM: (As required by Divisicn B. Section 4, Paragraph (c)) (Subs citutior. o: listed subcontractors: See Division E., .. Section O. ?aragraph E.). . Potion of Work :lace Place of, 3idders I I ( i I I _ t I I 1 I . - I I I - I i i i I I I I I I I 1 - I I -::- 001 Z DIVISIC D. A-X '-7S Cr' ACR--'E7 (Ce -ee'i (Cans::u:;Lan A;ret�e•t:) (Contra CJs a Cauncw SC.ta:a:d ?oro) ' :Seat variables are incor;oractd below !�y reference. (f 1.' 3) :_r_.:a: (?ublic A;encv! (coatrac:or) ..a:a: (See f: for scar::rg date.} (strike out (a) at (b) "calendar" or "working`) (a) By (date) (b) Vithin calendar/marking laws from startia; date. ler calendar dal. A;ency'a A,-en-: Prise: S (for-an:C price c:ntrac:s: pore a: less. ih accordance ..... •.:r.:;nes •.:an:.ctes at YRL: bid prices.) (Strike ou: p+:ea;hett:alna:e:ialif inapp::cable.) c-te_.. By: (Presidtnt or CSatrnan) (Secretary) Sereb# also acknow:elt:ng awareness of and ca+oltanct with .A*Cr Coat f:isl cance:n:n; :oriaen's Conpen a tion '.AW- By: (:.e s:dnat< ai::oia. caPacity Ln cnt bus:ntssl tia:e :o _„ ..•_:ter. .a. .nc :�?•-�•.: fnr• rtLdu; :n.: i:1 � _... rr^- JL-do:--2 ..+.']rt.:nl•iZtru:.-n .... �]^.:r' .,•1^.• Lnt �J�J6 r!�•r.r.- �.. ------------------------------------------------------------------------------------------ Stare of Califarnta ) as. l'. _" tbv Car»rJ:Lon. County of ) Par:nershiP. or :naiv:iva:) ,he person(s) s:;ping above fer Cattractar, known to -a in indtvidual end business capacity As sicced. Peraana:!Y a;:eatea oe:art to :oda# and Acahovledced tha: helchc" tae—ted it and that the corporstian or p+rtnetsnip n v.ta above eseeuCed it. Dated: (SEAL) �orsrr Puo:l: ------------------------------.'_-_----•------__-•---_--------- ------------------ FJQti •?::J:E:. 1. _. .La75f�. ��... ._.�sa:. __._� ___ •t_ Rev, 00175 3. (a) 5, :heir s:4ca:ures in :eccton '. off :t_ve in t-e s'7o•ve date, u.sse ]<:::_; ?:cm-.e an_ atret as act iir:a in t.h.ts cor.ira:t, .�c3::erit:r.e 3v these re!erentes we nAteri-a: '•v.:rabie%") on Sec. 1. (o) C7ntr A:,z r G ull, At ..tt awn cost and eapen:e, and in a wort-a/:: _ fully and fa:'. fu:.: ; rf3r3 And t71pitCe this +ort; and wt11 fAcnish all ca:trta:s. calor. servi:.•s and transpor xctan nests..r convenient azd ;rose: to o N_cr fAtrir '- peril:: tae :ed ut:e_er.ts of :%%:%s entre::, 411 atr:ctly in 3:t3r:ance wtzh tie ?.:!:t .Aten:+'s pia�•, 1r41:nu5 ant smei:!i:a:lens. (C) :his worl :an be Cain;ea caly �tth ?_CI.: Agerc"s. prier written ]:der s7ezi!rtn; such v t than;e and its cost agreed to b ..e par::es: ant the P:]::c A;en:y snail neve: ha.. :3 pay more tram spec—Led in Sec. 7w-tacut sura an Order. ??Qt.c='D. Contractor shat: star: Chia -ark as dfrec:el in :he specs- - fieations ar toe !:O::te co Prcetea: and sial: complete f: As spectf:ed St Std. 1. S. .I. =A:47 '�A•!A:cS. Zf tae Contractor .falls t3 to-plete this conzrdtt- arm this vark with:3 t.f_ :sae !:zea there!a:. 311:w4nce belt; made (or rant:nae^.does Asprovited me:t:n. he becomes _ia3:e :3 the Publlt .t;ancy all lit loss and tAnatt :le:tl:Om: AMC recluse, from the nature of sae case, it is and nil: be lm;raccitatit and ex::e-s:r dl!!t_-._ . ascertain Ana fit the Public A;ency.s +tins: damaae from an? delay ir. pe:!erman:e .e:eo!. it is .;teed tnat lin:rat:a: will ray as lii�:da:cd dasa;es to the ?uall: A--er.:y :he reasonaole sum s;eci!:ed in Sec. 1, the result of :ne parties' reison431t en:cavo: :3 estimate fair average cempensati:m thecefar, far tarn calendar day's de:av im _tr.isetd3 said -ark: and if the same be not paid, PObli: Agency may, in aSlicicn :: its Other remedies, deduct t-he same from any honer due or :3 became Cue Contractor under tats con- trace. If the ?ublic Agency far ary cause author:tes or contrt7u:es to A delay, susien- sion of vork or extension of time. its luraclan shall be added to the time allowed !or completion. but it shall not to act"A s valver nor be usel to defeat any rt;r.c of the Agency to damages for non-ccnpletina or de.ay hereunder. Pursuant :a Cavernment Code Set. ::15. :he Contractor 31.11 no: be assessed ltiuida:ea d.--aces for delay :3 com;le::or. of the wort, -nem such delav was caused by the failure of the ?ublt: .A;enCv 7: the tune: of a • utility to provide for removal of rel3CAtlbn Of ealating u:tlt:? !ac!::::es. - 6. I%':`_-?A:`: -CCL'MEN—S. :he pians, d:sw:n;s and spectficaclons, of any ?..;b:ic Agency's cal: !Jr :s. an: -:..t:3c:or's ar:f7_t_ __r tnis work are Ie:ety 13�:rp3:5ted onto this -.atrat:: Ata they are intents: t3 ta-03trace. so th.t anYcr,rn; ta:::i:e_ tm .:e plans ar lraui.n.gs and not =end:fired in :-e 1pecl.t_ :1333. 7r vitt versa. :s :] :e execuzea As if cxl:Ooze.-, tentioned and set !ar:n lit ]Cth. to the true intent and =caning :hereof vntacaecr all co;etae:: aid d_!!erences Of op:a:on cone-rain[ these snail be finally leterminal ov ?ub::: Agency's Agent speC!!tta in Sec. 1. 7. ?AYRr_5:f (a) For his strict and literal ful!%llmen: of tnese prd-_ises and :3Odtt:3s. and as f.a: z=;ens_aclon far ail anis wort, one Pu3Ii: Acener sna:I pav :-e _an:[ac:Or the son specified 1m Sec. 1. ticert t3a: :n unit price contracts :he ;w=oat ..a:t to for finlaned Quantlt:es at unit bid prices_ (b) On or about the first lay of each ee:endsr month the Contractor seal: tub-if: :o the ?uoli: Ateti-t a ucritl<1 a:pli:a:tdn !3r p♦+zemL, supporsec by + stateacnc sh3wtng all zste::ala attua:Ir lnsta:Ie1 du:tr.a :It preceding noncr., tae laOor tA3endea thereon. and :he cos: _'-e:e:!. where.ion, after cnecalai, the Pual:c A;en:v seal'. iss•te to Contractor a ctrcl!l:a:e far the at3un: !e:ermined to be due, n mus :.. :nerevi pursuant to :ortrn:tnt rode Sec. SJO%:. but Sot :twit! Se!e:cite ware and mattriAls lave act- rtavved, rep:ated a.J made good. d. vAYmEl;-S (a) :he Public %gent- or its agent mAv vlchhold say ;avmen:, or because at :Ater :u covere1 evtJence aul;!!v al: or any eerti!l:ate for ;avmenc, to %u.:h extent And period of the only is 34y be necessary to Protect the Public A;enc• from 1335 because of: (1) Jefective vork not remedies, or ."cQTPl.c,d vark. (1) C:a:ms !Sled 3e rvasdnab:O <vil.lcr laCi:A:tr.t pro3%ble filln;. (J) Failure to proper:, pAy aa]:ontractars or far sattrlal or lata[, (tj FeAtonsa:e louot that the .oto can ae c3vPleted for :le balance then :npa:1, at (5) 7a2ate to snucter contractor. (b) The Public A;<n:y shall was reasonaale st:hence to 3lscover aid re3ort :o the C3mt-ra:tor, ss the work -rogr.as,.. the tacVr2-:z and :mbar vnich ate nit sactsfaecory ro tt, ea .. :o avoid von«e3fArr tro—:e at mast to the Contractor In miaint ;331 t3'/ ce!ect:+e .erk Or parts. (C) are.d a: taws after _`< :_..- Ate m-a .from ..t n3tt:e If :_mb:r.tte 3! r f �� work, it snail issue a certificate to :he Coacractor and lav Cr.e balance of :he contract price aft,: de:c::ir.a all amounts 4ithte If unser tats can:tact, prove:ea :he :cntr attar Shows Char 411 CIA:=■ far 1&act aid =a:e:tats have been p4:.. no claims nave best presented tc :he Public Agency based an act& or o=issicns cf Cate Con:rac:ar, ahc no 1:ens of wIthso:c notices lave rtes !tit: aaaiaet :It vara or .tie. And ;rbvtaad :ht:* are no: reasonable :tl::ac:ons defective or wast=a war's or of late-recorded notices of liens • or tint=s against Contractor. • P 9. INS;73ANCH. (Labor Calc II:a-53-511 On a:;ntna this contract. Con:rsctor muss gtve Public Aat-.cv (1) a Ce:-t:ftCate of ccnseat to satf-lnsvrt issued of the -.:e::or cf Indus:t:a: le:attans, or (.) a ce::tf:ca:e of '-:a:i=en's =b=;easa:tcn insurance tssved ov an a:=ttted insure:, or (3) as eaac: Cc;! or Sual:cate rte:eof certified by tae 3i:e:ter or the :as_rer. Ceatra::br is aware of and co=p:te• with Labor Code Sec. 3730 sad the wor.z.n'a Ca=;caaatlbn Lam. 10. SOV^S. 3n stoning :!%:a c*nr:ac: Contractor shall le:t•ae: :a ?-;blit Agen:v for ap;:o•+a. q:ol and su:fi::en: Soils u_ct sore::es, in a=cuncts) specified in :he saectft- marten., gua:aatesiag his !&:thfal pelf=:=an:e of this contract And nis paw=enc fa: all labor and matt:ta:s attainder. 11. rAl_L'8r " ?riFClft. If :he Contractor at anv time refuses or net:ec:o. without fou.: of the Pun::: agency or its a;en:js). :o su7;1v sufftzLe : =acerials o: uarkmen to complete :h:s aa:eement and :ori as prbv!:e1d rereia, far a ;triad o I'? days or =ore after written notice C.ereof b,v :re Puol:: Aaencv. the ?ublic Agency may furnish same and ceduct the reaactable esaensts taereof !to= the contract ;rice. 12. lAttS A?!-Y. :one-al. loth pa:::es recothtte the applicability of various federal. state and local :A.s sna :egulattcas, es:eCia::y Chapter 1 of ?art 7 of the Ca:Sfora:a Labor Code (btgtaniag with Sec. 1720. and :nc:udir.g Sets. 1735 1 1777.5 forbtl-:n, is- erimtnAtt2h3 and :ata- tha: thts A;Ceesen: - =p:tea ..he:t-t:h- .he pa:ties i0eCift:ally stipulate that :he ;elevat: ;sena-ties ase fartef:a:es p:o•:te,a in the Labe: Code. especially in Secs. 1175 i :+:3, conte:=:al ;re-ai.tna +ales and hcurs. shall a;;:v to this agreement as anv;n fully sti;u:atc: acre:n. 13. S=lC:):-Fa:-J?S, Covtra=er.t Code If.::^_-:11] ate into:oarated herein. 1: _AL2 PA-cS tai Parsaant to Labor Cade iec. 7l. :ht lovern1n& ba:v of -ae Public Aftn:y has ♦sce::a_ eC _ e general Jrevat:::a rates '_. ..aces at: Sita, anc fdr holiday aid cver::tt =r&, in tam .-cal:ty ... .tstn this work Is :3 at ;er!irned, far each -:ai• class:f:ca::an. at type of .ark=An nee-e- to r4e:4ce anis :antra::. sna said rates art 41 speeif:ed in tae call !CC Side :at this wort and ate an file .t:a the P-blit Aaeacy, And are .hereby incorporated herein. (b) -his schedule of wages Is :axed on a warning Say of d sours unless dche:wise spec:fitd. and tae daily rate :s the nau:t! rate ault:;lie: by the au=bar of hours can- atituciag the worYial day. 'rnen lt.s tta1 that au=ser of touts are wor.ed. the Sally Wage race is pro;cr::ovately reduced. but the hourly rate remains As stated. (e) The :=hr:aC:or. ill a:l htf tabGJnr:4Gt]ts. bust pa, At leaf: .arse rates :a all persons an this vo:t, inc:aaSri a:: .:ave:, subsittence, ane fringe Sene:t: pa•i�eats provided far a+ a;0:icablt co::ec::ve Oa;tai ht^.a aateeaati. Alt sat:Iad :agar not .:sten above Sus: at ;ail at :east the wage scale est.alls'tel b+ Collective 34rg4&ni.t4 &l:tesent for such labor or. the lot4:t:7 where such ..dr. is :eth; ;tri-raeo. If it secants nc:es- serf for .La a ntric:or at anv svtcontrac:or to e=plov lav attach in a craft, c:ass:f&- _ cotton or :1 pa of .Ora ;eacept ene:ut:ve, subervSto:v. Ad-tnistrattvt, cltriGal or atner non-San-.aa: -Qf4CCs as such) •cr =itch no min:boa wage rate is speelfl•d, the Contractor . snail _ ail 'Ate:v rotithe,?ubiit A{etcv yttCh snarl pr:mpt:y dect[nthe the prevailtn; wage rate tneretat and".utatsn the Contra.:or vita tae mthtmun rate eased :hereon, wnica *hall apply f:ab the time of the initial employment of the aersan Af!ttted ar.d d,:inl rte continuance of such e=plovatnt. I 5. '+9':7S le 'o. L:ttit louts of la>>r in ae calendar lav canstttu:ts a leis: day*s .or.. adc no ....:ab f=::_+•6 a: any ria. on :his at. _+ the Can:ract_. _. _+ 'v —b- tdhtrACter snail be re;atrtd or pet=ittea to wart :anaer thereon eace;t Is p[o+thea :n Lamar Code Secs. 16. t'y:r•.-:__S. Preber:v inner:arcs &;;r•n:aces -4v 5, e-7:z•ta cr. :Cls wort . . attar:an;e . Soar Zaat St;.. 77.,, ora ... _ Jn non-Sts:r:_.•+ac:-t. Cl ale � 41 , Rev. -l�b- - UUl'�8 IT. P3_'r:pSSC'c T`. "s-_;:A_$. The ?u311c A;en:i des:res to p:o:otcr. ..:S cs::ref ana ee2n,::y : of •_.a,:a __,_. _ata;., an: , e ca.,t;a:;pr .-ht ref:re ;r22t.es•:2 use •.re ;... .:s, ••o:k-cn, la3crc:s aaa 3echant:s of tnis :oun:v :2 every :ase +^.ere :he prl:e. f:cress as= quant•: are tq.41. 19. ASS:Cr.`t=_��. This 2;:ee2snt !tads the netts, successa;s, asstCr.s, and rep;tserta::ves Of :he ::arra;:;:: ..t it _-..-3t A.s:43 it .n ..._/e 2: :n ;art, .. any _3n:es ..e or :3 beta-e due under it, v::bout :he prtar u:1::en :2-sen: 20 the ?ctrl:: A;ehcv ana ,-e COMtrattor's surety or sere:-es, +mess they have .::ve: nett:e _. asst;n=ent. 19. '40 -s:;Ei Vf ?t'DL:= a3eXCY. ins;rc:l2n of the work and/cr -A.e:tals, or 4c3:ova. of vo:a a,.••3r -a:erla:s .-s:e::e1, 2r state�hen; ev aav officer, a;enc or e-_pl:yer of tae Public A;ehcy lndlcatln; the vera or any part ;-ereof co-plies wt:h :r.e reau::s-er:s o: this centra:: 3: ac:e;:Arte 3f :he v-ele 2r in. par: 2f said _ora 4nd,2r na:r::a:s. :r pay-ena U:e;t!zr, or aav :2-reir.4ct22 3f these a::1. steal! not relieve the C2a::at:c: 3f his 2cl:gat12n :2 _..is cart:a:t as pros::::c3: nor shall :he ?a`!._ A;e.._. :e there=. escep;ed .,.n ^_.:a;:ha any a:clan for Sana;es 3: a-f,,enc at is ia; fro r. int fat!:::t to comply •_:h ahy 2f .he :er=rs Aad e31.1__3rs -.re:f. 20. _: 4-IRMLr_SS a :�_cr�:':. /a) Contractor 2ri,ises t2 and snail hall har-:eSS and ineenr—t iro= ;he iia:::i:ies as deilned In th:s se:tion. (b) The !-de--:tees benefl:ed and prctec:rd ;y this pr2»ise are the ?uS!:: ::err- arc Its elective ana ap;::..,:•ve 32ares. c._n1asi3na, e!c.:ers, agents and ea,-!:yens. (e) The lia2ll:rtes pro:ec:e1 a;a:ns: are jar 1la2iti:y or :lat- for dans;e 2f ars kind A!tege::v su:ie:ed, into::e: :. :zrea:enel he a use of Act!cns aeflaee =e:3:, ir.:._eir.e personal injury. Seale, prefer:v tamaae, livers- c2n:e-natt2n, a; any :or.2:n4;:2n e: t^.eS.. regardless of .rether er not sach Ita2:l1ty. clat_ 3r da-a �� t: -as 2n:::esesa3:e a: ar.- :ivr before :he Co,nty 433:c•ved the i- zverent ;Ian 3: accepird ;he :tea:pvenen a as cd3:2:e:e1, and Includlig tae defense 2f Any S-jl:(s) o: ac::3r.(s) a: :a': 3r rGu:;1 :gage crib; :hese. (d) The ac:!— :—sin; t.:ah:!1:y are ary act cr 2-_lsst2n !healitrn: or nor- ne%lt;e,:) in can-a::tar +l:h the ca:ce:s :3ve:2d s: . .:s :3,::a:t :n1 a:tr::_:at:. :3 •.-c gen:rat:or, suSt2-::a::3::11, or any o!f:cer:s), a;enc.$) 3: e22.2vee:s) 2f 2ne :r =ore :. then. (e) ` ' or. -s: e- :n-C2 ;rz�lse ana a;ree-; to :,1s se:t.2n is -2t_ .n_1:11ne: : n _ depedent 2.3 _ne:-e: 3: h2tahy :aIeea1tee has prepared, s+;2:led, or 323re+ed aa•, 2:4.. or spe:tfic4t:3r(s) :a c2rnection with this w2ra. .has insarancr or o:ren :roe-r.tt::a::2n cover1iq any of :hese natters, or that :he alae;ed lana;e resulted 2Ar:ly f:3= anv near!- gent or tri:.... n:s:o=duct of anv lase=attee. r?a;e ;C 1 Rev. f�/;� 001 /9 DU17SIM; r G='--RAL CC.I'D'_'?Q;;S SEC"ON 1. Defin;_ 'yrs: Whenever the follcwiag ter­_s, pronouns in ?lace of then, or initials o: oroanizacions ap?ear in the contract'doc=encs, they shall have the following meani:3: Addend-= - A doc•.=ent issued by the Counter during the bidding per"d -aich =odi'_2s, supersedes, or supplements the original contract doc=ents. Affirmative Action Ma:scwer Utilization. Reno-_t - A writtaa coc`.enc kcaily, weedy, or =nraly) prepared by the contractor for subaissicn to the County which reports tha total nt_ber of et-_21oyees, the total nu=ber of min- ority e=lcyees, and the present .._ncrity tanhours of total un- hours worked an to project. ,TMee_ent - The written doc=ent of agreement, exe- cuted by the Cou:cy and the Contractor. Architect or =rzineer - Shall aean the architect, engineer, irdiviCual or co-part-ership, e=lcyed by the Counz7 oz Ccrtra Co3ca; as designated on the title sheet of these speci- fications. When Contra Costa Ccuncy is desi;:aced as the En3ineer, En;ineer shall Wean the Public Works Director, or his auchlrized r representaci7e. Bidder - Any individual, partnership, eorporacien, association, ;o_ac venture, or any cc.bination thereof, su mittin3 a prcpesai icr the -jerk, actin; directly, or thrcuyh a duly aucaor- ized representative. Bcnrd o; Shall mean the duly elected or appointed ot._�iais Wino cons._- to such a Board, who will act for the Ccuaty in all ratters pertaining co the Contract. Ch-inze O-'er - Is an? enanSe in contract ci=a or price and any chan;_ in ccncract doer-encs not covered by subconcractor3 ?rn+ect :nsnec_tcr, Crnct-pcti-n Sune=visnr. :nso•�ctr, or Clerk of; tne +.crks - snaii wean zr.a auzacr_zed aS_rt oz tae uncy at tae site oz the work. Ccncrhet - The contract is comprised of the contract docents. Cent-nct Onec^_erts - The contract doc,=ents include the agreement, notice to corcractcrs, instructions cu bidders, proposal, plans, general tend_tions, specificaeions, concraec bonds, addenda, c .an;e order3, and 3uppiemencar-y agree=encs. Bev S/7b 00? � SEC?:O`r 1. De:_nit ^s: (continued) Contractor - The individual, partnership, corporation, association, joint venture, or any ccsbinacicn thereof, who has entered into a contract With the County. County - Shall Wean the Counts of Contra Costa, a political suacivision of the State of California and ?arty of the first ^art or its duly authorised agent acting within the scope of their hor-ty. =field Order - Is an instruction given during the course of the Jork. kSee Section 153) . General Setts - The written inst—ructicns, provisions, conditions, or other requirements appearing on the drawings, and so identified thereon, which pertain to the perfor---ante of the work. Plans - The official drawings including plans, ele- vatiens, sections, detail drawirgz, diagrams, general notes, in- fc._aticn and schedules c erecn, or eact rer_aducticns thereof, / adopted and approved by the Ceunzc_r showing the location, Character, f` d''.easion, and details of the Doric. SomcitII- _'_ons - The instructiens,*provisiors, condi- tions and detaiiee requize=ents per=aini^.3 to the methods and =n- ner of pe-for^ing the work, or to the qualities and quantities of work to be f r-ished and installed under this contract. Subccntrsctor - An individual, partnership, corporation, association, joint venture, or any combination thereof, who con- tracts with the Contractor to perform Jork or labor or render service in or about the work. The tem subcontractors shall not include those who supply .seerialz only. SuoPrir.tAn�?e^t - The representative of the Contractor who shall be present at c:e work site at all tines during perform- ance of tie work. Such Superintendent shall at all ti=es be fully authorized to receive and act upon inscrfccions for the Architect or his authcrized arenas and to execute and direct the work on be- half of the Contractor. Suvole=e_ntar-7 :izreemenc - A written agrecaenc providing for alteration, amencmen=, or extension of the contract. Work - The furnishing and Lnstallin; of all labor, materials, artzcles, supplies, and equipment as specified, desig- nated, cr required by the contract. Rev. 51:5 -25- 001 sl S� D.MS'_C`i F. G''+EZAI S= "•i ' Go•s�- - Lasa nd =a. �r.s: A. The Ccnt=a=tor shall kaeo i^ford of and obserre, mid c=p'_y wick and cause all c: his agents and a=- playees to obser-re and ccapiv vita all prevailing Federal and State lays, local o=dimances, and :;les and re3ul-'icns =ade p� :: sant to said 1--s. _cz in an— =gv s==ec' te�cerd_ _ of the ork of t'?_s CIInc B. All worst and ate=jals shall be in full accord- ance vitt the latest _.:les and re;ulaticrs of the tri=g Building Ccde, the State r'--- 'ia_sral, the Safety Or;ers of the Division of Industrial 3Safat7, c1he Nac:aral Zleciric Code, the U=ifc= ?1-bizg Ccde published by the ;western ?I,=bi^3 0==icial3 Asacciaticr., and other applicable State laws or regulacions. Nochi:3 in these ?!—,is or Specifications is to be censc=ued to pe==sic wer`cno= ccn:�ting to these Codes. The Canrractor shall keen copies of Codes on job at all ci^.es Buri=- ccnscruction period. C. rxce_-pts :_pa Section 6422 of the Labor Ccde of the State of C'17-forra are included below. The Ccntractor shall cem?iy fel:; vit" this seccicn of the Labor Ccde as applicable. 1JNo contract for public vorka involvir.S an esci:zatad e-pendti•.:=e in, e=cess of S25,000.C4 for the excZjacion of any trench or t=enches ;_ve feet or _ore in dezth, shall be awarded unless It contains 3 C13L'Sz ecUi_in; sib-issian b7 the Con:Ca_cor i and acceptance by the avardin; OCG': or 3: a reg:.'otered Civil Or st_.:ct:.=:1 engineer, e=pioyed ay the a:rardin; body to vacs asthcri_y to acceot :aa been del*e3ated, in advance of ex- eavatitn, of a Cetailed :)lan showing the 2esi_1 of saarin3, brac- ing, slcping, or ocher provisicns to be xade for worker procacticn fr= the hazard of caving g=2ttnu durin3 the excavatim Oz such ..rent:: or trenches. If suc ?Ian varies f_ci _:^.e shoring spsc= standards estaolt'^ed by .a Ccnst=. icn SaLet% Ceders, the plan shall be pr,pared by a re3iscered civil or structural enginter. "hoc-in; iz this section shall be dt=ed to alloy the use o: a sacrin;, slapir3, or protective sync— less effective than t'.-at ran,;. red by the Construction Sa_ety Ciders of c a Division o= Industrial Safet;. ":lochin3 in this section scall be construed to i-pose tort liability on the awarding, body or any a= its e=pLoyees. ;,he ter--s 'pt:b_i. 1ork5' and 'awardin; body', ss used in this section shall have the 51_a _e3ni-S as 1i Labor Code Sec- ticas 1720 and 1722 respect=vely." Rev. 5/;6 - i- 00182 f ' ..t.. ., .. .. .. prr_._SION F. GENERAL CM-MMONS (tent-hued) 4. CTZCIt 3. Patents and 3Jvaic;?s: A. The Contractor shall cr:vide and !ay for all licenses and royalties necessary for the legal use and operation of any of the equip=ent or specialties used in the work. Cert£=icates shcrring the pay--enc of any such licenses or royalties, and per- mits for the use of any patented or copyrighted devices shall be secured and paid for by the Contractor and delivered to the County on ccssletion of the work, 4—f required. SECT_ I 4. Cen:ractor's lespcnsibili- for and ?u4Lic A. The '.io-k: Until the feet-al acceptance o4 the work by the County, the Contractor shall have the charge and care thereof and shall :ear the risk of i:tj::r-r or da aye tp ens par of the woek by the action of the elenea:s or frc= any other cause ex- cept as provided in Section 23. The Contractor, at Contractor's cost, shall rebuild, repair, restore. and .puce Socd all such da--,yes to any portion of the Jcrk occasioned by aay of such causes before its accept- Ince. B. p..bli- lit lit es: ' • a. The Contractor shall send proper notices. .lake all necessary arrangeren:3, and perfa= all other services required in the care and ::aintens:ce of all public utilities. The Con- tractor shah assure all respons£bi:ity concerning sate for which the County ray be liable. . b. Erclosin3 or boxing in. for portecticn of any public utility equi;senc, shall be done by thu Contractor. upon co=:+Le- tion or :he stork, the Ccrtractor scall rp:ove all enclosures, till in all openi=gs in : sonrr. 3 cu:in; the sane wacartiyht, and leave in a finished condi=ion. c. Al'! connections to public utilities shall be xade and =aintai:ed hat such -uaintained as not to interfere with the con- tinuing use of sa=e by the Cuunty during the entire progress of the worn. STC:C`t 5. *3Cnd and A. The Contractor to whc= the work is awarded shall wilthir. five (5) working days after being noc if ed enter into a contract with the ouaer on the Contra Costa County Standard :oma for :he work in accordance with the drxalny and s'peci icaciors, shall fur- nish and file at the sa=te ti--c labor and cateriaL and faithful per- :o:ante bonds as set forth in the adverciszeenc for bids, on a fog: acceptable to the County. - Zev. 51:5mm -r?- 00183 DIVISION F. GENERAL CONDITIONS (cont'd) SECTION 5. Bond and Insurance (coned) B. Comsensation Insurance: The Contractor shall take out and maintain during the life of this Contract, akdequate Workman's Comoensation Insurance for all his em- ployees employed at the site of the project, and in case any work is sublet, the Contract shall require the subcontractor similarly to provide '.?orkman's Compensation Insurance for the latter's employees. unless such employees are covered by the protection afforded by the Contractor. In case anv class of e.,.ployee engaged in hazardous work under the Contract at the site of Che project is not protected under the Workmen's Compensation statute, or in case there is no aoniicable Workmen's Compensation statute, the Contractor shall provide, and shall cause each subcontractor to provide, adecuate insurance for the protection of his employees not otherwise pro;.ec:.ed. C. Public Liability and Prooerty Damage Insurance: The Contractor, at no cost to Public Agency, shall obtain and maintain during the term hereof, Comprehensive Liability Insurance, in- cluding coverage for owned and non-owned automobiles, with a minimum combined sinale limit coverage of S500,000 for all damaaes due to bodily injury, sick- ness or disease, or death to any person, and damage to property, including the loss of use thereof, arising out of each accident, or occurrence. Con- sultana 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 The Contractor shall submit a Certificate of Liability Insur- ance which shall include the "hold harmless" agreement as required in the Articles to agreement. D. Fire Insurance: Omitted. ........ ... Tr ^'ter f .. .. ..r.. ...........- .. .. .. .. .. :. Y', ,.... .. ...... <. ,.r... ... <t:i...e:.:.:.u:. .. _ .. .. .. .....s ... .r.: . . .�....... ... ,f.. _ .,. .,,..... :moi"..;..:.:... :. .J .1^ jN • r :._ is%•. ... ..:is.:.. .:>.: 00181 DIVISION F. GM ERAT CaMITIONS (carti nu±d) SEC-11C% 5. BOND AM ?NSJR3::CE (continued) , E. CE3T1r-C.AT.=3 Or l;SII3_+::CE. Certificates of such Wor'sen's Compensation, Public Liability, Property Da--age Insurance, and Fire Insurance, shall be filed with the Ccunty and shall be subject to County approval for adequacy of protection. all certificates shall indicate that Contra Costa Countv :las been named as an additional insured. These certificates shall contain a provision that coveraae af- forded under the policies will not be cancelled until at least ten days' prior ritten notice has been given to Contra Costa County. F. PrZFC3`Ly;:CE 30:'D: One bond shall be in the amount of One hundred percent (100:) of the Contract, and shall insure the Owner during the lime as the Contract and for the tem of one (1) year from the date or acceptance of the work against faulty or improper mater- ials or wor'=nship that may be discovered during that time. G. aa` ti"* BOND: One bond shall be in the amount of fifty percent (5M.) of the Contract price, a;d shall be in accordance with t a Laws of the State o= California to secure the payment of all claims for labor and materials used or consumed in the performance of this contract and of all amounts under :s; Cre..nloy--ert Insurance Act. Scr'C:i 5. SL-3CQ:::ZACTT•:C: A. The Contractor shall be resoonsible for all work per- fo^red under this contract, and no subcontractor will be recog- nized as such. All persons en;aged in the work will be considered as employees of the Contractor. B. The Contractor shall .;ive his personal attention to the ful- filL-ent of this contract and shall keen the work under his control. When any subcontractor fails to prosecu;.e a portion of the work in a r-anner satisfactory to the Architect or Engineer, the Contractor shall remove such subcontractor irsediately upon written request of the Architect or Engineer and he shall not again be employed on the work. C. ALthough the specification sections of this contract may be arranged according to various trades, or ;eneral grouping of work,.the contractor is not obligated to sublet the work in such manner. The County will not entertain requests to arbitrate dis- putes among subcontractors or between the Contractor and one or more subcontractors concerning responsibility for performing any part of the work. Rev. 5/76 -=9- 00185, ::DIVIS!04 ? MAT CMIDI-_QNS (Cocci:ted) SEC-10H 5. Subcnntractine (continued) D. Subletti:g or subcontracting any portion of the work as to whnich no subcontractor was des;-.;:aced in the original bid shall be pe^ittad only 4-1 case of public emergency or necessity, and then only after a finding reduced to writing as public rec- ord os the awarding authority secci:g Porch the facts consticuting such emergency or necessity. E Substitucicn o: Subcontractprs: Contractor shall not substitute any person or subcontractor in place of a subcontractor listed is his bid proposal without =he written approval cf the Cou-1ty. S:iastit::tio n of subcontractors must be in accordance with the provisions o= the "Sublectiny .1 d Subcontracting ?air Practices Act" begin--.;-.-; with Section L61CO at the Gaver=ent Code, Violations of this act by the Ccrtractor .lav subject him ca penalties which may include cancellation of ccntrac=, assessment of 10 percent or the subcontractor's bid, and disciplinary action by the Contractors' State License Board. SEC7!04 7. T!"C rPRK AN r�iu?GES: A. The County will designate the starting day of the can- tract on which the Cortraccpr shall 4--nediately begin and thereafter diligently prosecute the work to completion. The Contractor obLi- gates himself to cc�lece the work an or be°ore the date, or wi:hi:t the number of calendar days, set forth i.. rile Proposal (Bid ?or_) for completion, subject only cc soca adjustment o :ice as may be set =orth in this article or purs::azc co Seetien moi. 3. I: the work is not a=pleted within the cjae - ;red, d-=ge will be sustained by the CoancT. It is and will�be '_mpract- icable and extremely diffic•ilt to asccrca£n and decay-i:e the actual da-aga which the Counc+ will sustain by reason of such delay; and it is there ore agreed that the C.^r.: actor will pay co the County the sum o: coney stipulated per day in the Specifications for each and everr day's delay in fin shi.:g :he work beyond ch•e ci- -e p:es- cribed. If the Contractor fa Ls :a pay such li;aidaced dacages the Ccunc7 -ay deduct the --cunt there! .rcm any -oney due or tnat .ay become due cue Cancractor older the contract. C. The work shall be regarded as eccpleted upon Che date the County has ae=eat•r3 the s:+ne in vri:ic ,. D. Nritcan reruests :or contract time extensions, along with adequate justification, shall be submitted cc the County not Later than cat munch fo1Loaing the delay. Any -oney due, or to beccme due the Contractor, may be retained to cover said liquidated da=ges and should such coney not be suzfic£ent cc cover such da=gts, the County shall have the right to recover the balance from the Centraccor or his sureties. Bev. 5/75 �0 .. ':'4•: rid.. �.I:�. 00183 DIVISION F. GENERAL CONDITIONS (continued) SECTION 7. TIME OF !•WORK AND DAMAGES: (continued) F. Should the County, for any cuase, authorize a suspension of work, the time of such suspension will be added to the time allowed for completion. Suspension of work by order of the County shall not be deemed a waiver of the claim of the County for damages for non- completion of the work after the adjusted time as required above. SECTION 8. PROGRESS SCHEDULE Prior to beginning work the Contractor shall submit to the County a practicable progress schedule of operations on a chart form approved by the County. The schedule of operations shall show the order in which the Contractor proposes to carry out the work, the dates on which he will start each major subdivision of the work, and the contemplated dates of completion of such subdivision. When required by the County, the contractor shall submit an adjusted progress schedule on the approved form to reflect changed conditions. (Normally a new schedule will be requested when schedule is more than thirty (30) days in error. ) SECTION 9. TEMPORARY UTILITIES AND FACILITIES: A. The Contractor shall furnish the necessary temporary piping from the distribution point to the points on the site where water is necessary to carry on the work and upon completion of the work shall re- move all temporary piping. R. The Contractor, at his own cost, shall furnish and install all electric light and power equipment and wiring, that is necessary to per- form his work and shall remove the same upon the completion of the work. Rev. 4/78 -31 t 4 L.! � 3 _ 0018 DIVISION F. GENERAL CONDITIONS (continued) C. The County will pay directly to the utility companies con- nection fees, annexation fees, permit fees, acreage fees, and all other fees required by the utility companies and associated with the permanent utility services. If additional fees associ- ated with the temporary services are required they will be paid by the Contractor. The County will not pay for telephone on the project until after the county makes written request to the utility companies that billings be sent to the county. (Normally the County will make these requests after the project is accepted as complete.) D. See Special Conditions for Variations to the above requirements. SECTION 10. PERMITS: A. The contractor shall make application for all permits, required for the performance of this work by all laws, ordinances, rules and regulations, or orders of any body lawfully empowered to make or issue same and having jurisdiction, and shall give all notices nec- essary in connection therewith. The contractor is not required to pay charges associated with required building permits (It is not the policy of the county to pay fees to the incorporated cities). The contractor shall pay for all other permits and licenses required. 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 contract or other- wise, and he shall at all times conduct his work so as to impose no hardship on the county or others engaged in the work. He shall adjust, correct and coordinate his work with the work of others so that no discrepancies shall result in the whole work. B. The Contractor shall provide an adequate work force, materials of proper quality, and equipment to properly carry on this work and to insure completion of each part in accordance with his schedule and with the time agreed. REV. 4/78. -32- 00188 DIVISION .. GENERAL CO'MTT:CNS (Ccncinued) SEC77Oy 11. CC`-JUCT OF WORK: C. The Contractor shall personally superintend the work and shall =intain a ce�ecent superin:andenc ar =oreaan at all -'_es until the job is accepted by the Ccuncy. This superintencent scall be emper.ered to act in. all =afters pertainnin; =o the work. 0. Weekly manpower reports shall be signed by the contractor, or his superintendent, and submitted to the county. Report forms will be supplied b�! the county- E. L less otherwise specified, the Ccntraccor shall clear all obstructions and prepare the site readv for the conscructica. He shall verify d=�ensicns and scale of plot plans. and shall check ail d-;-ensions, levels, and censcruccian. F. Where work of one trade joins, or is on other wcrk, there shall be no discrepancy or incc=plete portions when the total project is cerplece. In en3a;in3 one kind of work with another, =arrin_ or da.:aging same will not be pe=icted. .Shculd i.-groper work of any trade be covered by another whichresults in da--age, or defects, the whole work affected scall be made good by the Ccntraccor without expense to the County. G. The Contractor shall ancicfoace the relations of the various trades to progress of the work and shall see chat required anchorage or blocking is furnished and sec at proper times. An- chorage and blcck4-- for each trade shall be a part of sa=e, ex- cept where stated ocerwise. H. Proper facilities shall be provided at all times for ' access of the County representatives co conveniently exay:e and inspect the work. I. Watch=zen, at Contractor's opcion, shall be .aincained during the progress of the wcrk as required, at the expense of the Contractor. J. I` any subcontractor or person employed by the Contractor shall appear to the Engineer to be inc=pece'nc or to act in a dis- orderly or i-prcoer man:.er, he shall be discharged i--ediacely on the written request of the E:gineer%architect. and such person shall noc again be e=plcyed on the work. , SErMN I?. D^e?nNCT7!rt--v :nR cr-- f'C.'nT±*r.•�e: The following shall constitute exceptions, and the sole exceptions. to the responsibility o° the Contractor sec forth in Section j, in the Iastrsctions to 3idders: A. If during the course of the work the Contractor enceunc- ers active utility inatallltions which are not shown or indicated in the plans or in the specifica=ions, or which are found in a location suostancial'_y different :res that shcun, and such utilities are not reasonably apparent `rca visual ex:_inscior., then he shall Rev. 5/75 -3:- 001M ::•/IYt DI-1-cTr•; F. GT•rRA.L Gy:3777Er•:s (Ccnt nuedl S3C-n.t 12 -r.R SITE (continued) pror�c'_/ motif? the Cc=--7 in writing. •,.'stere necessa:r for the work of the cont=act, the Gouty shall issue a wri=tea -•a order ca the Contractor to te such adju3:rant, res=ang_aenc, repair, re--oval, alteracicn, or special handling of such ut'_licy, including repair o: rite damaged utility. or the purposes of :he fore3oin3, "active" shall =.ean other than abandoned, and "utili:? installations" shall include tate follcwi:g: Steam, pet- leum products, air, the ,cal, water, sewer, s:o-^ water, gas, electric, and telephone pipe lines or conduits. The Cc:tractor shall aerfar:• the work described in such written order an.. -=oensatir-t therefor ail_' be made LL accord- ance with Section 21, relacins ca accord- -changes is tae work. E:ccapc for the iters of cast speei=lad in such Sections, the Cat:=attar shall receive no cc.rpensaticn for any other cost, da=aga or dela; to his due to tate ?=esence o_' suc utilit,. Zf the Contractor fails to give the notice SpeciUed above and thereafter acts with- cut instructions f_ra the Ccun:?, then he shall be liable for any or all da=age to such util°ties or other work of the =entract :in•.h arises `-cm his operacicns subsequent to discovery ci:erecf, and he snail repair and =oke goad such damage at his own cast. B. 1! the contract r +Gres excavation or other work to a stated i.!=i: of excavation beneath the surface, and if during the course of the work the County orders a chane of depth or d1ren- sions of such r:bsur'aca :cork due to discovery of unsuitable bearing =aterial or for any other cau3e, then adiuscae^.c to con- tract price tar such change will be rude in accordan._e with Sac- • tion 21. Except for the =ce-s o° cost acetified therein, t:a Con- tion t_accor stall receive no cccpensatica for any other cost. da=aye, or delay to a!= doe to the preseaca of such unsuitable bearing • .:.aterial or other cbstruction. A. The Contractor shalt at all tic pe_t.c the Cuunc/ and their . h cre=ed a;ent3 to visit and inspect tae work or any 2 thereof and the shops :+hare wort[ is in preparation. This obli- gation 3hal: is[ludo sin:a L-ti:ti proper facilities and safe access for suet inspection. phare the contract requires work to be tr_sced, it shall not be covered up until inspected and ap?roved by tate Counc?, and the Car.:=actor shall be solely responsible Co. nocif/- in3 the Ccun"v where and when such work is in readiness :zr inspec- tion and casting. Should any 3uca work be [[voted 7i:::cut such test and approval, it shall be uncovered ac the Contractor's ex- pense. B. Whenever the Ccntrac:cr intends co perfern work on Saturday, Sunday. or a !etal hoiida?, he shall give notice :a the Count.? _ zh interc_in at ?east _JD tar{ins days ='_o- to per-a^in.j such -jerk. or such ocher period as ray he 572ei- tied. ;a :hat tae C.:unty =,1J =.we aecessar; arrl:t:fro^:3. Rev. 517i -�•+- ... .. �O DITESICV F. COMITIONS (Continued) SEC':=C`i 13. 1NS=SCT10.7: (Concizued) C. The inspection of the work or materials shall not relieve the Contractor of any of his obligations to fulfill his contract as prescribed. Work and materials not meeting such require--encs shall be made good and unsuitable work or t.'= materials may be reiecced, notwithstanding that such work or .ac_rials have been previously inspected or that payment has been ade. SECTION '4. REXECTIONS QF VA="?*ALS: A. The Contractor shall pr=otly remove from the- premises all materials conde,.--sed by the County as failing to cenform to the Contract, nether iaccrporated in the work or not, and the Ccn_ractor shall protptly replace and reexecute his own work in accordance with the Contract and without expense to the County and shall bear the expense of .acing gacd all work of other Contractors destroyed or da-aged by such re=ovai. B. If the Contractor does not re-.-ave such cord---ned work and materials within reasonable ti=e, fixed by written notice, the County may re=eve then and :ay store the satcrials at the experme of the Cent=actor. If the Cor-c=actor does rot paw the expenses of such removal -within ten (10) days thereafter, the - County may upon ten (10) days written notice, sell such =acerials at auction or at private sale and shalL account for the net pro- ceeds thereof alter deductisyall costs and expenses that should have been borne by the Contractor. SEr:? 15. I.L`:=?3_^_'-_:^V C? RMIJI3zUEN—S: A. Correlation: The contract doc=ents shall be 'ntaroreted as beim; co=le--enca--7 in requiring a ccrplece work ready for*use and occupancy or. is not to be occupied, operation. Any require- trent occurri::g in any one of the doe-=eats is as bindtr-; as through occurrin; in all. B. Con!liccs in the Contract Doc=ents: In the event of conflict in the contract documents. the priorities stated in sub- divisions 1, 2, 3, and 4 below shall gove^.s: 1. Addenda shall overn over all other contract douc=ents, extent the County s Standard Fora Agre=enc unless it is specifically i•sdicated that such addenda shall prevail. Subsequent addenda shall ;overn over prior addenda only to the extent specie'ed. 2. In case of conflict between plans and specifi- cations, the specificacicns shall govern. 3. Conflict within the Plans: a. Schedules, when identified as such, shall govern over all other portions o-- the plans. b. Specific dotes. shall govern ever all ether states and all other portions of the plans. c. Lar;er scale drawin;s shall govern over s alitr ;cafe dravings. Rev i.':i i 0091 ` n ???i?CX F. G='?%• rC;'3r CNC; (Con' .) q?r'-T=pili T`_-^�_ :i..L•: t_= �.... L. Con:llc_s within the Specifications: a. Lite '�rneral Ccrdi=ions of the Ccr..rzct•• -:rn!! govern over all sections of the s=eciflcations except fer, specific acd U1cacionr thereto that ray be stated In the Special Conditions. b. Omissions: If :he contract dec-=encs are no: carpLece as to any .minor detail of a reeui-ed conacrsccien syscen or with regard to the manner of combinia; or installing of =arcs. =steriais, or equipcert. but t`ere.- exists an accepted trade standard far good and wor'.c=anI!ke construction, such detail shall be deemed to have been i--olied!y -equ.-red by the contract documents in accordance with such standard. ".`liror detail" shall Include the eon-sept of subscantially Identical c--::-pcaents, where the price of each such cot.-sonenc !s s.-call eves though the a-,g e3ate cost or Importance is substar.=i31, and sail include a sinxle coaonen= lr!ch Is Incidental, even though its cost or i=ortance tay be substantial. The quasi=y and quantity of the parts or material sop tied shall conform to trade scandar2s and be cc---jacible with t`e cype, composition. stren;th, size, and profile o: the parts or sacerials ocha:•vise sec forth in the contract documents. =1A3r=T^_.),2!CN3 A,`:B A- Not!fIcatio; by Con=rac:or: Should the Contractor discover any conflicts, omissions, er errors in the cencrac= dcc—encs or have any question concern.!n; Interpretation or clarification --f the 'contract documents. : or if it appears to him that the work to be done or any"-tatters relative there-' ' to are not suff!ciertlq detalled or e=lalnod In the contact doc-=ants, then. before proceeding with the work affected, he shall I=adiacely notify the Count; In writing tvrounh the Can3cruetic6 Sewer-Isor, and request Interpre:a- tion, c!arificatior. or .srnishia: of additional detailed iast.-uc a ons concerning the work. All such questions shall he resoivad and instructions to the Contractor issued within a reasonable time by =he County, whose decislen is-.aLY be final and conclusive. Should the Contrsc:or proceed with the work of:ected.tefore receipt of instructions from :he County, he shall remove and - glace or adjust any fork which is not in accordance therewith and he shall be.respcaslble to an; resultant damage. detect or added cost. B. Field Orders: During the course of a`.fork .ne Arcnitect and/or Engineer .:ay issua =zeal Cr-ers re•.;ardiac the 'Jork. rhese FLe:d O cars wL L 9uaoLeme:t one Paas and SneeL:icacians in ardor to cld ,- the La am or the cantracc =ocseents by adjustment to ccet fic!c :cn-!!cions o. to make the var--ou3 , phages ci the work meet and join pr.-jerly. A Fle-d 0-aer tnvalves no cha.;e in contract cite or price. ?errerrance. aarrialiy or in '•-! Ot a Fi.eid a-eer shall censrctLte a --aiver of .la: r.r + change is =znc-acz ..me or pr:.-e far ch,a .ark covered :v the Feld Ordez. un: ;s a. hanct Order hi> _een issue.:_ C. Chan;e titers: See Sect.--n T!, _.. �iltazca. ale}� DZ'JiS:C;i Gc`i�gAL CCai iT S 15 (Con'^.) ScC:LC`i 17. ?RCCUC, i-D ?T_RENC'c aiA`iDA3MS: A. product Desigracion: When descriptive catalogue 4esi3nacions, ivaludia3 manufacturer's name, product Brand :ace, or model number are referred to is the contract documents, such desi3nations shall be considered as being those found in industry publications of current issue at dace of first invitation to bid. B. Reference Standards: When standards of`the Federal Government', trade societies, or trade associations are.referred to is the contract documents by specific data of issue, these shall be considered a pare of cais contract.,.,- When such refe=eaces do not bear a date of issue, the current publishededition'.-'' ac date of first invitation to bid shall be considered as pare of chis contract. ' SMC-;C:i 18. v=-RrALS ARTICLES. kM E0U1?1t---1T• A. Material shall be new and of quality specified. :Khen not particularly specified, material shall be the best of its, class or kind. The Contractor shall, if required, submit satisfactory evidence as to`the kind and r quality o: material. ?rice, fitness and quality being equal, preference shall be given to products made in California. in accordance with Section` 43!0 et seq., of the Caveractnt Code, Stace of California. B. Mechanical equipment, fixtures and material shall be delivered in ori;incl shippin; crates to :he job site and the County scall be natified of the receipt of such equipment, fixtures and material before uncratis3. The County fill, when desired, inspect such equipment, fixtures or material to: determine any damage or deviation from That specified. Zc.as daesged during delivery shall be rejected. C. Wherever the sax or brand of a manufacturer's article is . :specified herein, it is used as a measure of quality and utility or a scandard. If the Contractor desires to use any ocher brand or sacuraccure of equal qua Licy and utility to that specified, he shall rake application to the County in wricin3 for any proposed substitutions. Such application aha Ll be accompanied by evidence aatisfacto:/ to the County char the material or process is equal to y 'r^ -3i- L :TNn7"CN; (Can'..) _?-�Tf-t.Y� �:Z i_�'a_ 1� _ _i. ;�:t� �t:i^�_.�: (rOn•t � tP'at cpeclflei. Request for substFtutlon shall be made In a--VFe :tt_e for Ch. Countv•s consideration as no dela_: or extra tice will be allowed on account thereof. ,.•ridence furnis�ed to the Co,._nty by the Contractor shall consist of adequate size samples of material. testl.z laboratorJ reports ch material or process, maru=act'arer's "eciflcacicn cats, field reports on product's approval an,i use b:: otter public azencies, material costs, and installation costs are maintenance provisions ane experience or other data as required by the CcunCy., The Countv's decision ctncerricg the refuaal or acceptance of proposed substitute for t:+at nzeci`led stall be acce?tad as final. Requests $or su}stltuttc.- will only be ccnsidered when o`_fered by the Contractor with t!te reason for substttutlon. =allure to suhnit zcm. etent evidence as required and requested by County shall be considered ;rounds for refusal of substitution. The Contractor shall include n; notice of change in contract prices. if substitution Is approved. D.- All materials scall be delivered sc as to insure a saeedv and uninterrupted progress c! tie cork. lame shall be stored so as to cause no obstruction, and so as to prevent overloading e; any po-tian'of the structure. and the Contractor shall be entirely responsible for damage or loss by weather" or other cause. % l-thin fifteen (15) daps aft-?raft-?r the sitning of the Sant-acc, tho Cenereator shall for r_vrovai to the Cct--nzv s =-oiete list c: all materials is isC xopes�? - use +u:_'er 7:i. Contract, vhich differ In any :espett f,ro- rentals specified. V:h-'S LFat 343I3 l.clude all =aterials _hien are proposed by the subcontractors as well as by himself for use in work of his Contract and which are acc specifically mentioned In the Spec ificattons. This list must also include the figures received by the Contractor In 'aid for-- for the xaterial or materials which are succ+tt:ed for approraI or subszituticn, tcgether uF=a the figures in bid farm of the spectfted material or materials far which substitutions are proposed. :n case a subszitute Is of_ored and accepted as approved equal to m terlsls specified. .::a cost of uhlch is less than rite cost of the material or equicment spaclflad, then a credit shall be taken for the di_`:erencc between the two costs in order that tae Caunt�r aha11 obtain uhatever benefits my be derived from the substitution. Fal:cra to propose tae substicutlon of any article within thirty-five (:5) daVs after the slzninz of the Contract may be deeacd su.:icient cause for the denial of: request for substitution. ;FC? .' D'S.^s 1i' I: 7A .t. !;a!Ao'S. .ii7 'la '., A. The Contractor shall submit promptly to the Colint7. so as Co cause no delay to the work, all shop drawtaA s. descriptive data and samples for tho various trades as reculred by the specifications, and offers of alter- natl•ros. if any. Such submittals shall be checked and coordinated by the Contractor with the work of other trades involved before thoy ire submitted to the County for examination_ _3__ DVISI'M F. G=-i=-?.%L CC\^i!-.!CVS (Can't.) SEC.-:04 19. Vic? 9?i-;:wS. D:S ti r^7: ^ATA. SA!S=S. AV.-EM.'A:I:S: (Coni.) 3. The Contractor shall submit to the County s co or diagram dr=ain s in the =umber of ccpiei as required is submittal schedule, or fire (5) copies if no schedule is incl i= these dor:.-eaca. The drawings shall show cc�lerely the stork to be dome; any error or omission shall be bade good by the Contractor at his own expense, even thou3h the work be installed before sa=e beCOGea apparent, as approval by the County covers general layout only. Fabrication, details and inspection shall con!o: to approved Contract Drawings. C. Descriptive Data: Submit secs of =anufscturer's brochures or other data required by the specifications in the number of copies as required in submictaL schedule, or. fiv (5) copies if no schedule is included in these doc=ents. The Couaty vili ex.a=ane such subait:als, noting _hereon corrections, and return carte copies with a _.ter of _raasmictal indicatir; actions takes by the County or required of the Contractor. D. S&- Les: Submit samplas of articles, materials or equipment as required by the soecificac!ons. The work shall be in accordance with the approval of the samples. Sa=plas shall be s=aved from County property when directed. Sasalas not removed by the Contractor, at the County's option. will become the property of the County or will be removed or disposed of by the County at Contractor's expanse. E. Alternatives: For corveniarce In des!;nxc len on the plans -� or In the spec!°lcat!ons, certain materials, articles, or equtpzent =ay be designated by a brand or trade name or the name of the manufacturer :cgecher with catalog designation or other identifying !n_orratlon, hereinafter referred to generically as "desl:naCed by brand =awe". An alterracive .acerial, article. or equipment which Is of equal quality and of the required characteristics for the our;ose Intended may be proposed for use provided Via Contractor complies with the following requirements: 1. The Contractor shall submit his proposal for an alrernscive In wr!ttn; within Vie t!xe li=Ir designated in the saeelfieaeions. or if not designated. then within a period which will cause no delay In c`e work. 2. No such prz,osal will be cenaidered unless accompanied by tosolece lnfor�atlen, and lesertptive data. necessary to determine the equality of the offered =acerials. articles, or equipment. Sars, 2es snail be provided when requested by the County. The Contractor shall nota that the burden of proof as to the comparative quality or suitability of the offered =scerials, artteles, or equip. meat Shall be upon the Contractor. The County shall be the sole judge as to such acters. in the even: that the County rejects the use of such biter^.solve ==ter:els, .articles. or equip enc, then one of the particular products designated by brad mare shall be furniahed. Rev. 1.'i 7 2 -39- Q01� (Con*t.) S 1 =t:? `?ai:iM;i n_irs:x:•f_ 1V siv.i__i �:. .,y The .:ounty will exa=ine. with reasonable pct^atness. such sub,:tttals, and return of submittals ca the Contractor shall not relieve _hA Contractor t-.om responsibility for. deviations and`alternati•:e. froom r-e. contract 21ans and specifications. nor shall It-relieve him from respensibtli for errors in the submittals. A failure by the Contractor to'teertif., !n sts letter or transnittai material deviations from the plans and Specifications shall void the submittal and any action taken thereonbythe County. Ul-en specifically requested by the County. the Contractor shall resubmit such shop eravinza, descriptive data, and sacales as may be required. If any mechanical. electrical_ structural, or ocher chanes - are rewired for the nrcper installation and fit of alternative materials. articles, or eguivmert, or because ofdeviatians from the contract plans and specifications, such chanes shall not be made Lit—hour the consent of the Count? and shall be -2ade withour addit,onal cost to the Cour:?. qr•-r�C�J ? SAS.ati 4t'� �7,5: The Countv reserves the rtzht at its own expense to order tests of anv part or the vork. Lf as a result of any such test the ' work is found tmacceocaoLe, It will be rejected and any additional tea c required by the County shall be at Contractor's expense. Unless otherwisedirected. all ' samples for testing will be taken by the Count; :roti :he m3rerials, arriclas or eqsiprenr delivered, or from worts performed, ann tests will be under the saver- vision o , or directed by, and ar such places as =av be ccnvenienc cc the County, Materials. articles. and eguipsenc requiring tests 3hail be delivered in ax=le' time before intended use to allow for tescl:x, and .none may be used beicre receipt of written ao-roval b.: :he Count,. Any a, le deliveredtothe County or cc the premises for examination, including trscin;, sh3LL be disoosed of by the Contractor at his own expense vithia noc more than ten (LO) days after cae Contractor acquires knowledze that such examination is ccnciuded, unless otherwise directed by the Councv, The Caunty reserves the right cc order in wri:in;` chanSes in the plans' and specifications, without voidin3 the ccntract, ane the Contractor shall zo=Lf with such _rder. :.o change or Jeviation from the plans and sp•xificacions will be rade without authority is writing :roe the County. Changed work shall be perfor=ed in accordance with the origin: reduirements of the Contract Docsmenca and previous fully execuced Chan3e Orders. A Chan;e Crder may adjust the contract price either uoward or down- ward in accordance with ettner or a cc=blaation or the follow::.1 ba>es. as the Cao:c;• may elect: (1) On a _u= Sum basis a3 sup?ortdd il•4 3reiwt.aun 3: Rev. ]1 I' 0019S DIVZSZCIS Can't.)` �Ci SEC:ZQ3 ?1. t«''I4aCE C39ZRS: (Can't.) (2) on a unit price basis. (3) Cn a cost-plus basis in accordance with the following conditions: 1. For work pe_for-.ed by the General Contractor an amount equal to the direct cost (33 defined nerezn) of the work plus 15_ of the direct costs for overhead and profit. 2. For work perfor--ed by a sub-contractor an a=unt equal to the direct costs (as detinet hoc__:; of the work plus 20» of the direct costs for oce:nead and profit. (Sugvested breakdown: IS to the contractor, 5Z to General Contractor.) 3. For_uork perfo wed by a sub-sub-contractor an amonnc equal to the direct costs (as ceziced neretu) of the work plus 25Z of the direct costs for overhead and profit. (Suggested breakdown: 15Z to sub-sub-contractor, 5Z to sub-concractor, 5Z to General Contractor.) G. In no case wL1I the total tack-up be -eater than 25: of the direct casts notwithstanding the ncsrber of caatracc tiers actually existing. :f 5. For deleted work the .:ark-up shall be 14» of the direct costs or the agreed upon eacicace thereof. (b) DIZ'' COSTS- 1 Labor: TheCosts t - labor shalt include any ectolo er _,,_ _ ^d - health �» v n .or he ! -'i2 O .._e n ena I_ a' _ a ..zncs to o. o b ? Y" _ - on and similar purposes. labor welfare, -_ a to s will not be recognised when in excess or chose prevaiLia3 in the locality and time the work is being performed. 2 �lteriais: T-he actual cost to the Contraccer for the .esceruis directly required for the perforrance-ot the changed'. work. Such cost of materials may include the cost of procure=enc, 'w transportation and delivery if necessarily incurred. If a trade discount by the actual supplier is available to the Contractor, it shall be credited co the County. If the , r aerials are obtained from a supply or source owned wholly or in part by the Contractor, payment therefore will not exceed the current wholesale price for such caterials. The:term "trade di3couat" includes the concept of cash discount.< rev __? 7 /1 , - I Rev. L ©� '"�7 f a t_.'•: 'l C_;Z' OR!:Els: (Can' .) : Materials: (Cca'- 1. If, in the opinion of cae Ccuncy; the 'cost of -acerin:s is excessive, or if tha_Cca:ractoc {ai -3 =urn:sh sactsfatto evidence of the cost to hi= from the actual ssppl '_r _nereo', then in either case the nest of the caterials,shali:berdeet-ed :a. be the lowest current wholesale =rice at uhic'r, similar :raceriai='are available in the quantities required. The' Cou-ty eser•�es the right to furnish such materials as is deeats:advisable, and :he .` Contractar`'shall have no clans for costs or pro:ics on =a=erial - finis::^.ed by the County. 3. u__=erc: The actual cost ce :he Ccntraccor for the use of equtp=enc.direct2y required 1. the ,er.a:^zncr of the thaa:,zd work-'' In c=cnuci_^.� tie hour re^cai of equip-._-en=, aav tir_e less ::-in 30 minutes shall be considered one-hal_ :.our. ::o aa:xent will'be ra_e -.'0r't-- while ecuip=eat is"inoreraci•:e due to breakdowns cr :or non-•o :cin; days. 1= addition, the ramal ti=e shall in=h=ale the ti=e required to rove the eq=-=enc to the -work fro= the nearest available source for rental of such equipment, mad to recsrn itto the source. If such equi;a_nt is not -.oved by its own power. :hen. ' load-4--- and trar•s=or:a:ion costs -will be paid in lieu of" ren=al ri=e therefor. •roweier, neither movins time no. Loading and transportation costs will. be paid if the equipr.ert isused on tie project in any ocher way than anon the c sng_d verR. aa.r:3uaL. nieces of ecui- eat h^:i.^.2 3 @?:IL"''Yc v111d ?: S:.O:C or asY, si1'_i i`?cc» �cl- ar scat_ e__iMO t aac an a:-en_ _ . :•e ._ice t t===ar For equi_ment owned, furnished, or rented by the Cantractor. no cost therefor shat: ht reco;n=ad excess of :he rental rates established by disir!utors cr equi menc rancai:'agencies the locality where the sora is ?e--. reed. The amount to be geld to the Genera=tor for the use of 'equip= nc as set forth above shall constituce 'full cec.=ensaticn to tie Contractor for the cost of fuel, power, oLl, lubritacicn, s a?:its sail tools, s=311 equipment, necessary attachments, repairs and raintenance of any ;wind, depreciatiar•, storage. insurance. :ai`or' (except for equipme.nt operators), and 2ny,and all costs to clef Contractor incidencal to the use of such equl;wenc. For any charge Ln tie *:crk, the ,cncraccar shall be ez_.tied only to such adjustmenrs in ti=e by which cur letion'of .he enttre ?art is delayed due co per. of :he than ed work. tach"estirace far a changt to' the work .ubnitced :xv':he'Cor.-rector shah: sea__ _ the azoun::of extra time chat he constders-should be 31Locrc for. - =kiqg the re?u_sted c:tAage. 4y _ u. r L t i # k DY7i5��.`� F. C�.".-..3a2. L^:3=1C.•iS (Coa'=-) S.C':a•t 21. CMXNCS ORDERS (Caa'c.) (d) R--CORDS AND SL'P20Z'ICE T:=CRnITICN: (1) The Contrahtor shall caintain hia records in such"a neer as to provide a clear distinction bet:.•een`."the direct costs of e.�ctra work paid for ca a cost-plusbasis and•`the costs of other operations. (2) Contractor shall .aincain daily records shovin;.ran hours and aarerSal quantities required for cost plus work. The Contractor shall use a _ora approved or provided by chi Coulty. iEe forces will be filled out in duplicate and the County's "-pector will zeviev aced `: attac his ao^rovira siznature to the fur- on the air the _r'k is atr.o»ea (3) Rental and =at__ial charSes shall be substa tiated by :slid copies of vendor's invoices. (4) The cantraecor's cost records pertaining to cost work shall' be open .to inspection or audit.by the County. (e) :ATLiF? _J ACREES AS TO CCS-: Notwithstanding the failure of the County and the Contractor to agree as to cost of the proposed change order, the Contractor, upon-Written. order from the County, shall proceed L=edia_ely;with rhe changed vorR. Daily job .ecoids"shall be kept as indicated is ?aragiaph (d) 'above and when agreed to by the Contractor and the const cticn=insaector, ~ itsshal: Secoae the basis for paycrnc of the changed uoz<. "A3ree=enc • and execut:oa of the daily job rer_rd by the canstractica ispaccor`shall - " not preclude subsequent adjustcent based .upon a,later audit by:the County. s i { v, it -Yi r I?y72 -� L 7 00199 i J f OMS1011 F. G :=?a: CZ1.0171C:7S (Con't.) -:ver.-,- part of the work shall be accomplished by srorspen.'Iaborers; or wechanics especially skilled. In the class of sork required and vo:±cansnip shall be the best, S'cC T:C`: 23 Cf_,..a;.:rte nv 'a- rC••I-v e?IC? To 1G':cis _ The Count; reserves the r!ght to occupy all a: an•% par= of the project prior to Coale=!on of the work, u-pcn -rl=zcn orae: :here?or_ In such event, the Contractor vil. be relieved o: responsibility for any s!nju., or dama3e to such part as results fro= such ccaspancy and use by the County. Such occu?arcy does no= constitute acceptance by the Ca=.:y of the work or any portion thereof, nor will is _eliive the Contractor of resocr.3ibillty for ecrrec=!:2.= defecc!ve work or aater!ala found at any time before the ac=eocance ' of the work as set forth In Section ZG or during the guaranty period after such acceptance. as set forth in Section .2 S-C71M, 2S A:'7 A. The Contractor shall procecc and preserve the -ork from all, da:.a3e or acc!de:t, providing any teaorary roofs, window and door coverin;s. boxin;s or other const.=cicn as req.red by the County. This shall include any adjoining property af the County and others. B. the Contractor shall properly clean the work as ie-prc3resses, As directed du!:g cons=r:xtian, rsbbish s:^sil be removed, and 3e compietiun,t.`.e :chole work shall be cleaned and all z:aporary construction. eauipnenc and rubbish shall be removed from the site, all being lei= in a clean and proper cordician' satisfactory to t:e County. 5=":ICS ?j R$.YME..T CrFnn'."lL .^.R 571i= T_.4XES: Any Federal. State or local tax payable on 3rti_1es furnished-by the Contractor, tnaer the Contract, shall be included in the Contract price and paid by the Contractor. The County will furnish, Excise-Tax c'xa=ption Certificates to the Contractor for any articles which are required to be :urrizhed under che. Rev. 12 1 ? _`?4_ 0,0200 DIVISION F GE:._RAL CONDITIONS (Can-C.) SECTION 25. ?A=—\T OF FEDERAL. OR STATE ;_ES: (Con'c) Contract and which are exempt fret Federal Excise Tax. SECTION 25. ACCE?Ta::CS: A. The work shall be accepted in writing only when it s shall have been completed satisfactorily to the County. Partial pay--encs shall not be construed as acceptance of any part of the work. B. In judging the :cork no allowance for deviations from the drawings and Specifications will be made, unless already approved i:. writing at the time and in the canner as called for heretofore. C. County shall be 3iven adequate opport nicy to cake any necessary arran„emerts for rare insurance and extended coverage. D. Final acceptance of the Contract will not be given until all re:,uirerents of the contract doc=ents are comolece and approved by the County. This shall include, but is not li:.ited to, all construction, guarantee fo^s, parts list, schedules, tests, cparatir.; instructions, and as-built drawings - all as required by the contract documents. S:CTTG:J 27. F MAL AND WAV"E'3 TC CL IMS: After the official acceptance of the work by the County, the Ccntractor shall sucmit to the County, on a form acceptable to the County, a request for payment in in accordance with the contract. The for- "Statement to accompany Final Payment” (?age C) shall be ccmpletee, signed by the Contractor, and submitted to the County with the Baal payment request. SECTION 28. GU.;,R NMFE: 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 o: defects in work=anship and aacerlals for a period of one year from the date of acceptance of the contract, unless a longer guarantee period is specifically called for. The Contractor hereby agrees to repair or replace any and all stork, together with any ocher adjacent :cork which may be displaced in so doing, that :..ay prove to be not in its workmanship or material within the guar- antee period specified, :without anv expense whatsoever Co the Ccuncy.- ordinary .wear and tear and unusual abuse or neglect excepted. B. Contract bonds are in full force and effect during the guarantee period. C. The Contractor further agrees, chat within 10 calen dar days after being noti-fied in writing by the Councy of any Work not in accordance with the requirements of the contract or any Rev. 5175 00201 V% DT9ES_QV _ Ge a:ZL CC-mm-nCnS (Const) S=CT_3CY 38. GjARA!= (con's.) defects is the work, he will cc---eace and prosecute with due diligence all :cork necessary to fulfill the tens of this guarantee, and to ccrplete the work within a reasonable period of ti=e, and in the event he fails to so cc--ply, he does hereby authorjr.e the County to proceed to have such work done at the Contractor's expense and he will pay the cost thereof upen de rand. The Cauaty shall be en=i=lad to all costs, Lncludin3 reasonable attorney's fees, necessarily incurred upon the con- tractor's re=--sal to pay the above costs. Yor-aithstandi:g the foregoing paragraph, in :he event of an r,ar;ency constitu-'_ns an '— diaca :a=ard to --he health of safety of the CouatT's e=oloyees, property, or licen- te Ci ;.e Co^tractor'a erpense vichseesr out prier notice al Acr_-k necessa-7 to correct such hazarccus conditions vhea it was caused by work of he Con~acsor not being in accordance :rich the requirements or this contract. D. The general ceatractcr and each of the listed sub- Contractors shall exec-ate and fu_:.ish the County With the standard guarantee -ora, : (See ?ase 47 �• lev. 5/76 00202 4;444 4444 . ...:...... - .>. 4,4,44. -...... ...,.... ......:,....._,. . .._............ ;i�:-44;44. .•:::::;�:: - .. 4444 ,. ..... . ...... 4444 .. _. , 4444 _ GUApA% FOI Cr13A COSTA COMM'. MILOI::C rA:a:-i_7z, We hereby guarantee to the County of Contra Costs the (=,fie of Worc) which we have iastal:ed in the (iia=e o: California, for year (s) use frc= dace of 443:=3 oz the co�.dt4o= notice in tie 0....e o: _:d County Recorder. ::t agree to repair or replace to the satisfaction of the County any or all such work that :ay prove defective in wcrit=sash'=, or maceriaLs vi:hl-r. that period, ordinary wear and tear and unusual abuse or =e3lect excepted, co3etier with any ather work which may be dax3ed or displaced in so doing. if we -fail to eo=ply with the above eenticaed conditicns within a r_asonaale ti=e after being notified in writing, we, collectively and separately, do hereby authoriza the owner to proceed to have the defects repaired and sade good at our expense and we will pay the costs and e;ares therefore ixediately upcn dd=and. :his suarant_e covers and includes any special ter-=, including ci_e periods, specified for tai= work or csceriaia in the plans and specificatto=s for this projtct. :his Suarancee supersedes any previous guarantees we have =de for this particular przject. Date: (.Affix Caroora:e Sasll CG437.%L CCN—,7A=CR Date: (.\?f:x Cor-'entre sexl% ::Ola: if t:^.e "r= is -at a carporatian, add a pira;raph stat:=; the type of business or;anizatien and the capacity and authority of the per un st3n:n; tie 3uarantee. new. 1=/72 -47- 00203 .::;s::-.::.., ,,:...,:,..;x.,;>,,:.."._mss:;.,.._.•. ,...,.�.:.. FOILM S-AAT=---N-Ir TO ACCr:WA.`i1C .....,:-.: ....... .. MAL PAY�.`..i : TO: Conga Costa County _ • Publ. V oris De ari.en. •'. . ='" County Administration 3uildi:.; Martine=, Cal =_a Re: sinal ?a/- -enc (Project) ' Dear Sir: The undersi3ned Contractor represents and agrees that the final pay'--eat includes herein all el31= and de:.ands, of whatever :azure, which he has ar say Nave 332ins: the County of Contra Costa in connection with the contr.:c_ to consrru-c: the above-e:titied project, and that ?ay-_ent by the County of the final eszz=te shale di3c:ar3e and release it from any and all claims. The undersigned hereby certifies that all war:, Labor, and :acerials' on this prefect have been furnished and parc:ased in full con iia:ce with the contract and wi:h all applicable laws and regulacicns. The undersi;zed states that his claim for final pay-.,ent is true and correct, that no part has been tneretofore paid, and that the arounz therein is justly due. I declare under penalty of perjury that the foregoing is true and correct. Dated , at (City) , Californsa. - ... .... ......:. .. .. ev. 12172 00204 1 DIVISION G. SPECIAL CONDITIONS: 1 . All existing equipment, and other miscellaneous items which are dis- mantled or removed and not' re-used shall remain the property of the County and shall be delivered to County Maintenance Shop, 1619 Shell , Martinez. 2. Water and electrical power are available and may be used by the con- tractor's forces at no cost to the Contractor. The Contractor shall provide approved connections to utilities and shall remove same at completion of work. 3. The Contractor and his forces may use the public toilet facilities in the building. Contractor shall leave these facilities in as clean a condition as received. 4. All work shall be accomplished in strict compliance with all applicable building codes, ordinances and regulations. 5. If during the work the Contractor or his forces mar, damage, or deface county property, such shall be cleaned, repaired, replaced, or other- wise restored by the Contractor to substantially original condition at no cost to the county. 6. The contractor shall maintain a clean and protected operation. Floors shall be kept clean, and all debris and waste shall be collected and removed at the close of each working day. 7. All installations shall be per the respective manufacturer's recommenda- tions or these specifications and the higher standard shall prevail . 8. No service shall be shut down, transferred or otherwise interrupted with- out first being scheduled to be done at a time agreeable to Owner with two (2) working says notice. 9. When utilities are accidentally or inadvertently interrupted, they shall be immediately restored to service prior to continuation of any other work under the contract, regardless of the hour of occurrence. 10. Any questions regarding the project will be handled by the Building Design and Construction Section at telephone 372-2146. 11 . Inasmuch as this project is less than $50,000 the formal requirements for an Affirmative Action Plan, Section E of General Conditions are Waived. 12. A pre-construction conference will be held by the county with the contrac- tor prior to commencement of any work. -49- � �ll•5 DIVISION G. SPECIAL CONDITIONS (continued) 13. As-Built Drawings a. The Contractor shall maintain "as-built" drawings of all work and subcontracts, continuously as the job progresses. A separate set of prints, for this purpose only, shall be kept at the job site at all times. It is required that these drawings be up-to- date and so certified by the Owner's Inspector at the time each progress bill is submitted. Fulfillment of this requirement is prerequisite to approval of requests for Progress Payments. b. During the course of construction, actual locations to scale shall be identified on the drawinas for all runs of mechanical and elec- trical work, including all site utilities, etc., installed under- ground, in walls, floors, and furred spaces, or otherwise concealed. Deviations from the drawings shall be shown in detail . All main runs, whether piping, conduit, duct work, drain lines, etc. shall be located in addition, by dimension and elevation from a fixed location. c. Where the drawings are not of sufficient size and detail , Contractor shall furnish his own drawings for incorporation of details and dimensions. 14. Work shall be performed in a manner which will permit convenient continuous uninterrupted use of facilities by County. In line with this requirement, the first order of work shall be: a. Cut and frame opening between B-147 and 8-143. b. Remove counter and reinstall at new location. c. Relocate electric strike switch. 15. Contractor shall deliver a completed project to the County. Those in- cidental and minor items not specified or identified but obviously necessary to accomplish and complete the work shall be provided by the Contractor at no additional cost to the County. lo. No allowance will be made for lack of full knowledge of all conditions, before commencement of the work. 17. The Contractor and his forces may park in unreserved County parking lots on a space-available basis. All necessary arrangements to reserve on-street parking shall be made by the Contractor with the City of Richmond. 18. The Contractor shall furnish the County with parts lists, operating instructions, and maintenance instructions on all equipment furnished on this project. (3 conies each). 19. The Contractor shall furnish the County, upon request, shop drawings, samples and other descriptive data deemed necessary to clarify the installation of work. -50- 002-05 DIVISION G. SPECIAL CCvDITIONS (continued) 20. No additional compensation will be paid for overtime work scheduled for the convenience of the Contractor. Overtime required due to County requirements may be scheduled, and if so, the overtime diff- erential will be paid by the County. Two (2) work days notice will be required for all overtime scheduling. Division 2 Site Work SECTION 2A DEMOLITION 1. Division F & G, General and Special Conditions, Form a part of this specification. 2. SCOPE Furnish all labor, material , equipment and services required for the execution and completion of removal and disposal of existing construc- tion indicated on the drawings and/or as specified herein. 3. GENERAL a. Materials demolished, razed or otherwise removed as required shall be disposed of at the expense of the contractor off site unless otherwise specified, or directed by the Project Inspector. Any questions -as to Ownership of "demolished' materials shall be re- solved by the Project Inspector and his decision shall be final . b_ Owner reserves the right to remove any existing materials prior to vacating structures or prior to start of work under this contract. c. The contractor shall be responsible for providing dust control as required for the alleviation or prevention of any dust nuisance on or about the site, or offsite, if caused by the Contractor's operations either during the performance of demolition, or result- ing from removal of debris from the site. Demolition within exist- ing finished areas shall not proceed until all protective enclosures and coverings are complete in place. d. Notify the Owner of the utilities being removed and follow their recommendation as to treatment of existing service. When unidenti- fied utility lines are encountered during progress of the work, im- mediately verify service and status of same and notify the Owner; do not shut off or disturb such service until instructions are is- sued by the Owner. e. Removals shall proceed to cause the least nuisance by dust and least interference by accumulations of waste materials and debris. Provide frequent and continuous removal of debris as necessary. General Con- tractor shall furnish trash dumpster for the duration of job for general use. f. Provide all safety measures as may be required by law for the Parti- cular type of work carried on. Demolition shall proceed in a safe manner. Equipment and materials shall be provided and procedures determined as necessary to avoid accidents, injury to persons and unnecessary damage to property. 2A-1 �V�� Division 2 Site Work SECTION 2A DEMOLITION (continued) 3. GENERAL (continued) f. Mechanical coring or sawing shall be provided for removal where new piping or conduit is required to penetrate through or pass under existing concrete floors. 4. SALVAGE AND DISPOSAL OF REMOVED MATERIALS a. Existing materials or equipment specified for re-use on the new work shall be stored at the Contractor's expense in areas approved by the Owner, protected from damage, and handled in such a manner as to not overload the structural capacity of the building. b. Existing materials or equipment not specified for re-use on the new work, shall be delivered at the Contractor's expense to the Contra Costa County Corporation Yard located at 1619 Shell Avenue, Martinez, California, Building Maintenance Shop. 2A-2 00209 Division 6 Carpentry SECTION 6A FINISH CARPENTRY AND CABINET WORK 1 . Division F & G, General and Special Conditions, form a part of this specification. 2. SCOPE All materials, labor and equipment required to complete satisfactorily all cabinet work shown on the drawings and/or specified, including re- location, repair and refinishing of existing cabinet work to be reused. 3. SUBMITTALS a. Detailed shop drawings of all cabinet work including joining of new work to existing. Drawings shall conform to WIC section 1 "Millwork Shop Drawings". No work shall be commenced until shop drawings have been approved. b. Material/color samples of laminated plastic. 4. CODES AND STANDARDS Cabinet work materials, construction and installation shall be "Custom Grade" in accordance with the Woodwork Institute of California "Manual of Millwork; Jan. 1 , 1978 edition. 5. MATERIALS a. Plywood and particle board: WIC standards b. Solid Stock (1) Exposed: Birch, Custom Grade WIC (2) Semi-exposed: Hardwood, selected to match adjoining plywood. (3) Concealed: Sound, dry lumber. c. Laminated Plastic High pressure laminated plastic as manufactured by Formica Corpora- tion or approved equal , conforming to NEMA LD 1-1964. Color and finish shall match existing. (1) Counter tops and faced panels: 1/16" thick with balancing sheet on back. (2) Adhesives as recommended by Plastic manufacturer. Waterproof type throughout. d. Hardware: To match existing, as required. n s� 6A-1 Division 6 Carpentry DIVISION 6A FINISH CARPENTRY & MILLWORK 6. CONSTRUCTION Construction shall be in accordance with WIC Sections 14, 15 and 16. 7. INSTALLATION a. Installation shall be accomplished by Fabricator. All work shall be plumb and level and all hardware, shelves, etc. shall be in- stalled and adjusted for proper operation. b. Cabinets shall be complete with all hardware and in accordance with the drawings and as specified. It shall be the responsibility of the contractor to verify all dimensions in the field prior to fabrication. c. Where new cabinet work adjoins reused cabinet work, joints and seams shall be neat, tight and permanently held. d. Install all miscellaneous specialty items and complete all on-site finish carpentry work required to produce a complete and finished installation of net• and reused cabinet work. e. Clean all surfaces and interiors. Leave clean and free from scratches, dents, adhesives or other defects. 6A-2 Division 8 . Doors & Windows DIVISION 8A HOLLOW METAL WORK 1. Division F & G, General & Special Conditions, Form a part of this specification. 2. SCOPE Furnish all labor, materials, equipment and services required for the execution and completion of all hollow metal work as indicated on the drawings and/or specified herein. 3. GENERAL REQUIREMENT a. Shop drawings shall be submitted for approval prior to fabrication and installation. b. Frames for fire-rated doors: Construct and label per U.L. Clas- sification File No. 120 LD12,: as applicable to types and rating required. - 1 hour rated. c. Hollow metal work shall be produced by a single fabricator through- out the work unless otherwise approved; Forderer Cornice Works; Overly Mfg. Co. ; Fire Protection Products Co. ; Atlas Universal Service Co. ; or equal . Manufacturer shall have been regularly pro- ducing work of the type required for not less than five years. d. Construction and fabrication shall conform to published specifica- tions and factory standards established by the manufacturer's ap- proved for the work. e. Sheet Steel : Prime quality cold rolled, stretcher leveled, pickled furniture steel ; U. S. Standard gauges specified; surfaces free from defects. 4. (MATERIALS a. Unit Pressed Metal Frames: 16 gauge throughout, each unit fabrica- ted with corners mitered, continuously welded through the joint and ground smooth. Each jamb with 14 gauge minimum angle floor anchor punched to suit fastenings to floor as shown; each jamb with 16 gauge minimum wall anchors of type suitable for adjacent con- struction, spaced not over 6 inches from top and bottom and 24 inches in between. Each head 42 inches and tinder with continuous 112 x % x 12 gauge reinforcing angle welded in place. Frames shall be drilled for a minimum of three (3) door silencers. 5. CONSTRUCTION AND FABRICATION a. Reinforce at all points of bearing and fastening for all surface, 8A-1 00212 DIVISION 8. Doors & Windows DIVISIONd 8A HOLLOW METAL WORK (continued) 5. CONSTRUCTION AND FABRICATION (continued) mortised and concealed items. Reinforce using steel plate or sheet; 8 gauge for hinges, butts and strike closer bases, brackets and closer arm shoes; 10 gauge for reinforcing at cylindrical locks where reinforcing units are not otherwise supplied; and 14 gauge for other items. b. Securely attach reinforcing per manufacturer's standards, except all mechanical and welded connections shall be sufficient to resist all anticipated operating and shock loads and shall be subject to approval by Architect. c. Prepare doors and frames to receive mortised hardware from templates or from the hardware itself. Mortise and install reinforcement at the factory. The reinforcement for the butts and strike shall be drilled and all tapping done at the factory. Locate finish hardware per manufacturer's standards. d. Size frame widths to wall or partition thicknesses; size frame trim for uniform width throughout; unless otherwise shown or approved. e. Size doors for uniform 1/8" maximum clearance between door edge and face of frame rabbet. Recess door face into frame per manufacturer's standards but not more than 1/8". f. Fastenings: Phillips OHSM screws where necessarily exposed; set in holes factory punched and countersunk. g. Priming: After fabrication, clean all surfaces free from oil , grease, and other foreign matter; sand exposed surfaces smooth, apply one mil dry thickness of rust inhibitive metal primer to all surfaces and bake dry. h. Completed hollow metal work shall be free from dents, warps, and buckles, with all edges, miters and mouldings accurately formed and in true alignment. Exposed welds shall be ground smooth and free from weld and grinding marks. 6. U. L. LABEL Door, frame and hardware shall have U.L. Label and meet the requirements of a one-hour fire assembly, when required. 0Q$_13 8A-2 DIVISION 8 DOORS AND WINDOWS SECTION 8B FINISH HARDWARE 1. Division F & G, General and Special Conditions, Forms a part of this Specification. 2. SCOPE Furnish and install all labor, materials, equipment and services re- quired for the execution and completion of all specialties indicated on the drawings and/or specified herein. 3. GENERAL REQUIREMENTS a. Contractor shall submit for approval six (.6) copies of a type written schedule of hardware which he proposes to furnish. b. Contractor shall consider the ordering of hardware as a first order of work. c. Template type hardware throughout. Furnish and deliver templates as necessary for related prepatory work required under other Sections. d. Fastenings: Include all screws, bolts or other fastenings complete; of adequate sizes and types; in matching finishes with expansion shields or other special anchors to suit materials or conditions. 4. FINISHES Factory metallic finishes only, unless otherwise specified. Painted finishes permitted only where particularly specified. Match existing hardware finishes. 5. KEYING AND KEYS a. Authorized representative of lock manufacturer shall be available for consultation and shall meet with the owner's representative to assist in the preparation of the key schedules when necessary. Tag keys with approved tag showing hardware item number and door number or room number as shown on drawings. b. Furnish three keys per lock. Upon receipt of the iocksets and cylinders from factory, hardware supplier shall notify the County Building Maintenance Department that locks and cylinders are ready to be checked for keying requirement per keying schedule. Deliver keys to County upon arrival of hardware. 88-1 OW. 11 DIVISION 8 DOORS & WINDOWS DIVISION 8B FINISH HARDWARE 5. KEYING AND KEYS (continued) c. Furnish all locksets keyed to existing master system in accordance with keying schedule to be provided by the Owner. 6. MATERIALS a. Latchsets shall be Sargent, 8U15-GR. b. Office locksets, where required, shall be Sargent 8GO5-GR. c. Locksets shall be Sargent, Series 8GR, functions as noted. Keyways shall be LL6-pin. No substitutions will be allowed for specified locksets. d. Strike: USAS types where required; lengths sufficient to protect trim; styles as necessary items and details encountered; with wrought boxes for locksets. e. Butts shall be Lawrence BB4101 , or approved equal . f. Door stops shall be Sargent, Surface Mount 7#9435, or approved equal . g. Strikes shall be Sargent, 2-3/4", 800 Series, or approved equal . h. Finishes to match existing hardware. 7. HARDWARE GROUPS Set 7#1 1-2 pair Butts FBB 179 Stanley 1 each Lockset 8GO5 Sargent 1 each Stop 3380 Sargent 1 each Closer 60-S Series Sargent 3 each Silencers 64 Glynn Johnston Set 7#2 lk; pair Butts FBB 179 Stanley 1 each Lockset 8G05 Sargent I each Stop 3401 Sargent 3 each Silencers 64 Glynn Johnston 8B-2 00215 DIVISION 9 FINISHES DIVISION 9A GYPSUM DRYWALL SYSTEM 1. Division F & G, General and Special Conditions, form a part of this specification. 2. SCOPE All materials, labor, and equipment required to complete satisfactor- ily all drywall work shown on the drawings and/or specified. 3. GENERAL a. All materials specified by trade name or manufacturer indicate a standard of quality only, and do not preclude the use of other manufacturer's materials and methods which meet the specified re- quirements. b.. Provide adequate ventilation and maintain a temperature of 550 to 700 within the building during finishing. c. Materials shall be delivered to the job in original unopened con- tainers or bundles and stored in a manner to protect from damage and exposure to the elements. d. Installation and application of all materials shall be in accord- ance with the latest specifications of the Gold Bond Co. 4. MATERIALS a. Gypsum Wallboard: 5/8" thick x 48" tapered edge type x fireshield. b. Joint Treatment: Perforated tape system. c. Accessories: Corner beads, casing beads, and trim shall be galvanized steel . d. Screw studs and Track: Galvanized steel , 25 gauge, 4 in. , roll- formed 0 16 in. o.c. typical . e. Fasteners: Drywall screws type "S"-1 in. and Type "S" Pan head - 3/8 in. 5. INSTALLATION: a. Framing: Align floor and ceiling tracks to assure plumb partition Secure track with suitable fasteners at a maximum of 24 in. o.c. Position studs in track on 16 in. centers by rotating into place for a friction fit. Secure double studs located adjacent to door and window frames, partition intersections and corners by 3/8 in. pan head type "S" screws through both flanges of studs and tracks or by using a Gold Bond stud clincher. 9A-1 00215 DIVISION 9 F[MI3H[8 DIVIS0N 9A GYPSUM DRYWALL SYSTEM (continued) 5~ INSTALLATION(continued) b. Wallboard: Apply gypsum wallboard with length parallel to studs, Center abutting ends or edgeS Over Stud flanges' Stagger joints On partition faces. Attach with Type "S" Drywall screws, spaced 12 in. 0.[. in the field and 8 in. o,c- along the vertical abut- ting edges using an electric drywall screwdriver. C. Accessories: Corner beads shall be provided at all exterior corners and nail applied stagger 9 in. apart on each flange or crimp applied 6 in. o'C' with special tool . Terminate exposed drywall surfaces at dissimilar materials with metal trim. d. Finish shall match existing texture and be ready for painters finish. e. Provide bracing at mid point and full blocking at all equipment attachment points. ` ' ` ` - ' ^ ' - ' ' ' . 9A-2 �������"� � � / DIVISION 9 FINISHES SECTION 9B VINYL WALLCOVERING 1 . Division F & G, General & Special Conditions, form a part of this specification. 2. SCOPE Furnish all labor, material and equipment required to complete satis- factorily the installation of vinyl wallcovering, as shown on drawings and specified. 3. SUBMITTALS Submit to the architect for approval , one half yard full width of mill run of each pattern and color. Include manufacturer's literature. 4. MATERIALS a. Vinyl wallcovering shall match existing colors and patterns. Two colorways shall be provided. b. Vinyl wallcovering shall comply with the following requirements. (1) Total weight - 16 ounces per sqaure yard minimum (2) Fabric weight - 4-5.0 ounces per square year minimum (3) Fabrics shall be bleached and washed free of impurities. (4) Fire hazard classification - U.L. rated and labeled Flamespread - 25 Fuel Contributed - 10 Smoke Developed - 10 (5) Not to develop toxic or noxious fumes under fire. Certi- fied by an approved testing laboratory. (6) Stain resistant c. Adhesive - as recommended by the manufacturer of the vinyl wall- covering. This adhesive to be mildew and vermin resistant. 5. INSTALLATION a. Preparation Preparation of surfaces and application of vinyl wallcovering shall be done in strict accordance with the manufacturer's specifications. Examine all surfaces to receive vinyl wa-17- covering and report to the architect, in writing, any condi- tion that would detract from a perfect installation. Start of wcrk will indicate acceptance of wall surface as being satisfactory. 9B-1 00218 DIVISION 9 . FINISHES SECTION 9B VINYL WALLCOVERING (continued) 5. INSTALLATION (continued) 6. All seams must be closely and neatly butted. All air pockets and bubbles eliminated and there must be a firm bond of the fabric to the underlying surfaces on all the wall areas. Seams must be made at least four (4) inches from inside and outside corners and horizontal seams will not be accepted. Surfaces shall be cleaned as the work progresses, and all paste and paste residue must be removed. 6. EXTRA VINYL .-JALLCOVERING Provide two rolls each color and pattern for future repair. 9B-2 00219 DIVISION 9 FINISHES SECTION 9C RESILIENT BASE 1. Division F & G, General & Special Conditions, form a part of this specification. 2. SCOPE Furnish and install resilient base as shown on drawings and specifica- tions. 3. SUBMITTALS Colors shall be selected from full line of manufacturer's samples submitted by the contractor. 4. MATERIALS a. Base: Burke, 4 in. rubber topset, color as selected by Architect. b. Adhesive: As recommended by manufacturer. 5. INSTALLATION a. Sub-surface: The Contractor shall carefully inspect all surfaces on which the base is to be applied and shall report any unsatis- factory surfaces to the Architect. Otherwise, he shall have re- sponsibility for failures and defects in his work resulting from defective surfaces. The Contractor shall clean all surfaces, re- moving all grease and other substances before proceding with his work. b. Adhesive shall be trowelled evenly with a toothed trowel . c. Fitting and laying shall be done in a neat, workmanlike manner, accurately fitted at walls, corners, etc. All joints shall be close and even. d. Entire surface shall be left smooth and free from any curls or buckles. Remove all stains. 6. EXTRA BASE At completion of job, provide one half box of base material for each color used. 9C-1 O0220 DIVISION 9 FINISHES SECTION 9D PAINTING 1 . Division F & G, General and Special Conditions, form a part of this specification. 2. SCOPE a. Furnish all materials , labor and equipment for completion of all paint finish on exposed surfaces as shown and noted on the drawings and specified. b. Not included are surfaces specifically scheduled or noted on drawings as not to be painted. 3. COLOR AND SAMPLES Before beginning work, prepare for approval an 8 x 10 in. sample of each color and finish required. On materials corresponding with those to be finished. Approved samples shall constitute standards for color and finish for acceptance or rejection of complete work and shall be marked for identification and retained by the Architect. 4. MATERIALS a. Manufacturers: Materials specified by brand names establish a standard of quality. Substitutions will be considered, provided the procedures set forth in the General Conditons are followed. The Architect reserves the right to reject any materials which, in this opinion, will not produce the quality of work specified herein. None but accepted and approved materials shall be delivered to the job. The term "paint" as used herein includes enamels, paints, stains, varnishes, emulsions, lacquers, and sealers. The following manufacturer's products and numbers constitute the standards for the primers and finish coats of the paint systems hereinafter specified. Description Fuller Glidden Pratt & Lambert Primer Ferrous Metal 121-00 585 Prohide Primer, or interior trim primer Eggshell Enamel 215-xx 5086 Vitralite ' Enamel undercoat 220-07 555 Prohide Latex Wall Primer Satin Latex Enamel 214-xx or Alkyd Semi-Gloss 213-xx Prohide Latex Satin Enamal Enamel or Prohide Semi-gloss- 9D-1 00221 DIVISION 9 FINISHES SECTION 9D PAINTING (continued) 4. MATERIALS (continued) b. List of Materials: Within ten (10) days of award of contract, sub- mit five (5) copies of a complete list of materials proposed for use, together with manufacturer's specifications. All paint materials and products shall be subject to the Architect's approval . c. Unsuitability of Specified Products: No claim by the Contractor concerning the unsuitability of any material specified or his inability to produce first class work with same will be entertained unless such claim is made in writing to the Architect before the work is started. d. Color and Life of Film: Colors of all surfaces finished under this section shall , at the end of one year, have remained free from serious fading, and variations, if any, shall be uniform. All materials shall have their original adherence at the end of one year, and there shall be no evidence of blisters, running, peeling, scaling, chalking, streaks, or stains at the end of this period. Washing with alkali-free soap and water shall remove surface dirt without producing any deteriorating effects. e. Materials for General Use: (1) Shellac: Type I, bleached, No. 4, cut with pure grain alcohol , conforming to Federal Specifications TT-V-916 or ASTM D207-55. (2) Thinner: As recommended by each manufacturer for his re- spective products. (3) Linseed Oil : Pure first quality, conforming to Federal Specification TT-0-364 or ASTM 0260-61 . (4) Putty: Pure linseed oil putty of standard manufacture, with 25 percent white lead and sufficient varnish, thoroughly mixed to prevent the possibility of shrinkage. Color shall match the final finish of adjoining surfaces. 5. DELIVERY AND STORAGE All painting materials shall be delivered to the site in the manu- facturer's original containers with labels intact and seals unbroken. They shall be kept in a locked, well ventilated storage place assigned for this purpose. Receiving, opening, and mixing of all paint materials shall be done in this room. Storage space shall be kept clean and neat. Oily rags shall be removed and disposed of each day, and all other necessary precautions shall be taken to avoid danger of fires. 9D-2 00222 DIVISION 9 FINISHES DIVISION 9D PAINTING (continued) 6. WEATHER AND TEMPERATURE Surfaces shall be painted only when they are free from moisture. Sur- faces shall be properly dried before proceeding with the work. No painting shall be done when temperature is below 500 f. Clear sealer shall not be applied when air temperature is less than 70 degrees f. 7. SCAFFOLDING, DROP CLOTHS, AND PROTECTION OF WORK Furnish, maintain, and remove all scaffolding, ladders and pl-nks re- quired for this work, and all drop cloths for the protection of floors, prefinished materials, building fixtures, etc. Painted and finished sur- faces subject to damage or defacement due to other work on the building shall be properly protected and covered. Contractor shall be responsible for any and all damage to painted work and to that of other work caused by operations -under this Section. 8. PREPARATION OF SURFACES a. No painting or finishing shall be started until the surfaces to be painted or finished are in proper condition in every respect. Sur- faces that cannot be properly prepared by the painter for finishing shall not be painted or finished until they are rectified. b. Concrete and plaster shall be thoroughly dried before painting. c. Holes, cracks, and other imperfections in concrete and plaster sur- faces to be painted shall be suitably primed and patched with a compound recommended by the manufacturer of the paint to be applied to these surfaces, and all areas to be painted shall be brought to true, even surfaces. d. Surfaces to be painted shall be clean and free of dirt, dust and any other substance which might interfere with the functioning of the painting system. All surfaces to be painted shall be in proper condition to accept, and assure the proper adhesion and functioning of, the particular painting system or coating specified. e. All steel and ferrous metal surfaces to be painted will be primed before installation as specified in the applicable sections. Bolts, welds, and places where prime coat has been damaged shall be wire- brushed to remove all loose paint, rust and scale, and then given one (1) coat of Ferrous Metal Primer. f. Items reset under this contract shall be refinished as necessary to achieve completely finished work. 9th-3 00223 DIVISION 9 FINISHES DIVISION 9D PAINTING (continued) 8. PREPARATION OF SURFACES (continued) g. Existing doors, door frames, trim and other items shall be patched and repaired as necessary to correct any damage, sanded as neces- sary to make smooth and uniform, then painted. h. Surfaces which cannot be prepared or painted as specified shall be immediately brought to the attention of the Architect in writing. Starting of work without such notification will be considered ac- ceptance by the contractor of the surfaces involved. Contractor will be required to replace any unsatisfactory work caused by im- proper or defective surfaces, as directed by the Architect, at no additional cost to the owner. 9. WORKMANSHIP AND APPLICATION a. All painting shall be done by skilled and experienced mechanics. All materials shall be applied in accordance with the manufacturer's directions, and materials shall be thinned only for proper workabilitv and in compliance with the manufacturer's specifications. All materials shall be evenly brushed or smoothly flowed on without runs or sagging, and free from drops, ridges, laps and brush marks. Insure that all coats are thoroughly dry before applying succeeding coats. Sand surface between coats as necessary to produce a smooth finish. Spray painting will not be permitted. Two (2) finish coats shall be applied to all surfaces. b. Painting shall include all exposed surfaces of every member. Parts to be painted, inaccessible after installation, shall be painted be- fore installation. Priming shall include all sides, edges, and cut ends. Door edges, tops and bottoms shall be finished as specified for door faces. c. Putty, caulking, or spackle shall be applied after surface is primed and primer is dry. d. Completed painted surfaces shall be free of blistering, running, peel- ing, scaling, streaks, and stains and the colors of all surfaces shall remain free from fading. e. Existing walls, partitions, ceilings and other surfaces damaged and/ or repaired by work under this contract shall be completely refinished as work under this Section. Paint systems used therefore shall be compatible with adjacent existing work and comparable to the systems specified herein for the new work. f. Hardware, hardware accessories, plates, lighting fixtures and similar items in place shall be removed prior to painting and replaced upon completion of each space. 9D-4 00224 • DIVISION 9 FINISHES DIVISION 9D PAINTING (continued) 9. WORKMANSHIP AND APPLICATION g. Exposed plumbing, mechanical and electrical items: Items without factory finish such as conduits, pipes, ducts, grilles, registers, vents, access panels, and items of similar nature shall be finished to match adjacent wall and ceiling surfaces, unless otherwise dir- ected. Paint visible surfaces behind vents, registers, or grilles flat black. Wash exposed metal with solvent, prime and paint as scheduled. Do not paint concealed conduits, piping, ducts, or exposed anodized aluminum finishes. h. Do not paint over Underwriters' Labels, fusible links or sprinkler heads. i. Prime coats and finish coats for any one paint system shall be the products of the same manufacturer. 10. PAINT SYSTEM a. Unless noted or specified otherwise, all materials in any one system shall be the product of one manufacturer. Paint systems scheduled and noted on drawings refer to the complete corresponding paint systems as hereinafter specified. Major areas only are scheduled, but all miscellaneous items and areas within the room or space shall be treated with a suitable system. This specifica- tion shall serve as a guide to the Contractor and is meant to es- tablish procedure, quality, and number of coats. Confer with the Architect to determine exact finish desired. b. All paints, stains, lacquers, and varnishes shall be applied in ac- cordance with the manufacturers' latest specifications, instruc- tions and recommendations. All colors, tones, and finishes shall be as selected and approved by the Architect. 90-5 0022--) DIVISION 9 FINISHES DIVISION 9E CARPET 1. DIVISION F & G, General and Special Conditions, Form a part of this specification. 2. SCOPE a. Furnish and install all carpet complete as shown and noted on the drawings and specified herein to include thresholds as required. b. The contractor shall verify all dimensions and quantities for the carpet at the building site prior to ordering materials. 3. SUBMITTALS a. The contractor and/or manufacturer's representative shall submit 8" x 10" samples of the carpet and accessories to the Architect for approval . Each sample shall bear the manufacturer's label stating the name and description of the material . No carpet shall be purchased until the Architect has approved the samples. b. The contractor shall submit copies of manufacturer's acknowledge- ment of receipt of carpet order showing date and quantity of car- pet ordered. c. Prior to installation of carpeting, the Contractor shall submit complete layout plans including locations of seams and detailed method of seaming. 0 ) Layout each area for minimum number of seams. (2) Layout plan shall indicate seaming at header duct locations. (3) Indicate direction of carpet rolls. 4. MATERIALS a. Carpet shall be "Backstage II" as manufactured by Berven of Calif- ornia or approved equal conforming to the following requirements: (1 ) Pile Yarn: 100`0 Continuous Filament Nylon with static control . (2) Face Weight: 28 oz. (3) Yarn size: 3 ply 3375 (4) Gauge: 1/10 9E-1 00225 DIVISION 9 FINISHES DIVISION 9E CARPET (continued) 4. MATERIALS (continued) (5) Stitches per inch: 10.6 (6) Pile height: (7j Primary Back: Polypropylene (8) Secondary Back: Action bac Latex: 31 oz. Secondary Back: 3.6 oz. (9) Total Wei-ght: 66.2 oz. (10) Width: 12 feet (11) Color: Not more than one color will be selected. (12) Factory Runs: Carpet furnished hereunder shall be one factory run and one dye lot with color and shades guaranteed to be uni- form throughout the entire area run for type of carpet specified. (13) Vermin and Damp-proofness: Carpet shall be completely moth and vermin proof, and shall be completely compatible with installa- tion over concrete-slab-on-grade subfloors. (14) Static Electric: Not to exceed 3.0 KV at 20Z relative humidity and at 700 F I.F. Walker Method) (15) Fire Retardant Properties: The carpeting selected shall be com- posed of fibers with inherent fire-retardant properties or shall be permanently flame-proofed to flame spread rating of 45 or less to conform to all applicable building codes and regulations for incombustibility. Provide certificate of tests (in accordance with ASTM E84 76A from independent testing laboratory for carpet with substantiating identification to installed materials. b. ACCESSORIES (_1 ) As produced or approved by carpet manufacturer: Carpet Edges: Provide binder bar or reducing strips for edges not otherwise trimmed by walls, base or thresholds; "Universal Moulding System" by Roberts or approved equal . 9E-2 00227 L DIVISION 9 FINISHES DIVISION 9E CARPET (continued 5. PREPARATION a. Existing floors shall be inspected before beginning work. The con- tractor shall notify the Architect in writing of any conditions pre- venting satisfactory installation of carpet. Work shall not proceed until such defects or conditions are entirely corrected. Proceeding with the installation of carpet shall indicate acceptance of the floors by the contractor. Floors shall be stripped of wax and completely dry prior to carpeting. Contractors shall properly replace, without cost any work required to correct defects caused by improper or defective floor surfaces. b. Protect adjacent construction and finishes as necessary. 6. INSTALLATION a. All carpeting shall be installed by the manufacturer or his authorized representative in strict accordance with. the manufacturer's specifica- tions, installation instructions, and recommendations. Carpet shall be installed by the direct glue down method. b. Seams shall be closely fitted and jointed. No patching or small pieces will be permitted. Carpeting shall be cut and fitted tightly to the wall , obstructions, corners, pipes and fittings. c. Carpeting shall be installed using maximum practicable widths to mini- mize number of seams. d. Install binder bar and edge reducers as hereinbefore specified at all exposed edges and door locations as indicated or required. e. Carpeting shall be tight, smooth, and perfect at completion of instal- lation. f. Cutting of carpet for floor outlets, cover plates, or other items shall be the responsibility of the installer. Openings shall be neatly cut to a minimum size and thoroughly secured around the edges of all open- ings. All seams shall be completely concealed in the final installation and finish appearance. 7. CLEAN UP Before final acceptance of work, all rubbish, wrapping paper, and other debris shall be removed from the job site. Protect carpet after being laid from being damaged or soiled by other crafts, etc. 9E-3 00728 DIVISION 9 FINISHES DIVISION 9E CARPET (continued) 8. MAINTENANCE INSTRUCTIONS: Submit three sets of manufacturer's maintenance instructions for con- mercial installation of carpeting to the Architect in 822 x llin. binders. These instructions must include recommendations for commer- cial cleaning, spot cleaning, vacuum cleaning, and recommended types of furniture casters and glides for use with this particular carpeting. 9. GUARANTEE: Carpet manufacturer shall provide a one-year unconditional guarantee covering the complete carpet including backing. Guarantee shall pro- vide for complete replacement of the carpet; including all necessary labor and materials if either the face or backing of the carpet should fail within the five year period. The carpeting installer shall guar- antee against all defects in materials and,workmanship for a period of one-year from the date of acceptance of the project. See General Con- ditions, Section 28 for number and manner of submittal . 10. EXTRA -MATERIAL: Upon completion of work the contractor shall furnish to the owner, in addition to ordinary remnants, five percent (5%) of the quantity of carpet installed. This extra material shall be from the same factory run as installed and shall be cut from full width roll in one rectangular piece packaged and identified. The cost of this material shall be in- cluded in the contract price. Extra material shall be delivered to the • Contra Costa County Corporation Yard located at 1619 Shell Avenue, Martinez, California, Maintenance Shop. 9E-4 00229 DIVISION 15 MECHANICAL DIVISION 15A VENTILATION 1 . Division F & G, General and Special Conditions, form a part of this specification. 2. SCOPE: Furnish all labor, materials, equipment, and special services as re- quired to complete a working installation of all heating, ventilating and air conditioning systems shown on the drawings and/or specified herein. The general extent of the work shall include, but is not limited to the following: (1 ) Removal of existing duct. (2) Relocation of existing thermostat. (3) Installation of new duct. (4) All necessary modifications to pneumatic lines. 3. GENERAL: a. All material and equipment shall be new and unused and clearly marked with manufacturer's stamp and rating. All standard desig- nations refer to the latest editions. b. All work shall be in accordance with the Uniform Mechanical Code and all applicable National , State and Local Codes and Require- ments. Comply with all the recommendations set forth in the latest edition of the manuals published by the "Sheet Metal and Air Conditioning Contractors National Association". (SMACCNA). c. Where specifications and drawings require higher standards than applicable ordinances or statutes, specifications and drawings shall take priority. Where specifications and drawings violate applicable ordinances or statutes, the latter shall take priority. d. All control work shall be done by a licensed contractor and the location of all new and relocated thermostats shall be as indicated by drawings and/or the Architect. 4. MATERIALS: a. Flexible duct shall be type SL Glas-Flex by General Environment Corp. or equal . All ducts shall be U.L. listed and conform to Class 1 of NFPA. 15A-1 00230 DIVISION 15 MECHANICAL DIVISION 15A VENTILATION 4. MATERIALS (continued) b. Sheetmetai duct work shall be 26 GA. minimum galvanized sheet metal with 1 inch fiberglass insulation or rigid fiberglass duct similar to Fiberglas Mfg. Co. products. All ducts shall meet NBFU 90A and 90B standards and be U.L. listed. c. New thermostats shall be Pneumatic Thermostat 1T-4752 by Johnson Controls, ceiling mounted in pendant-type, brushed chrome, spher- ical mount, to match existing. New thermostat and housing shall be furnished by County. d. New pneumatic line shall be one-quarter inch (1/4") diameter polyethylene tubing, supported at four feet (4'0" on center, maximum) . Tubing shall be of quality equal to existing. e. Fire dampers, where required, shall conform to NFPA pamphlet No. 90A and be U.L. certified. Fire dampers shall be curtain type as manufactured by Tuttle and Bailey, or approved equal . Installa- tion shall be per manufacturer's recommendation for 1 hour assembly. f. Return Air Grille shall be Krueger or approved equal and matched to existing grilles for size and design. g. Air Transfer Grille shall be Tuttle & Bailey or approved equal . Grilles (2 required) shall be T & B A 985W 21w x 21H. Fire Damper (1 required) shall be T & B F6/U.L. 21w x 21 H. • 5. INSTALLATION a. Install ducts true to line and grade. Curved elbows shall be made with inside radius equal to the duct width. Square elbows and right angle turns shall be fitted with duct turning vanes, double thickness. Form transformation sections with uniformly tapering sections. Longitudinal seams. Hammer up all joints to make prac- tically airtight, and then tape with vinyl duct tape. b. The spacing and size of transverse stiffeners and hangers shall be as outlined in the latest ASHRAE guide. c. The contractor shall be responsible to take every precaution nec- essary to prevent damage to adjacent areas during the progress of the work. d. Existing pneumatic lines are either hard copper, soft copper or polyethylene. Provide appropriate connections as necessary. Cap all cuts. Seal all caps, tees, and connections airtight. 15A-2 00231 DIVISION 10' Electrical DIVISION 16A ELECTRICAL 1. Division F & G, General and Special Conditions, form a part of this Specification. 2. SCOPE: a. Furnish all labor, materials, equipment and special services as required to complete work shown on the drawings and specified herein. The general extent of the work shall include, but is not limited to the following: (1) Furnish and install new electrical and telephone outlets, junction box cover plates and junction boxes and other• materials as required. (2) Remove and reinstall : Existing lighting fixtures Existing electrical and telephone floor outlets Existing switches and cont actors where required (3) Remove: Existing abandoned electrical floor outlets & abandon plates Existing abandoned telephone floor outlets & abandon plates Existing junction box cover plates b. Work included under other sections: Floor repair where floor outlets are removed Ceiling repair where lighting fixtures are removed c. Work not included under this contract: All telephone cables and equipment 3. SPECIAL REQUIREMENTS a. Submit for approval five (5) copies of descriptive brochures, catalog cuts, etc. , as appropriate for each item of equipment to be installed. b. All shut-downs shall be coordinated with the Architect at least two (2) working days in advance. c. All equipment shall operate normally for a period of at least (3) weeks prior to final acceptance by the County, 16A-1 001232 DIVISION 16 Electrical DIVISON 16A ELECTRICAL (continued) 3. SPECIAL REQUIREMENTS: (continued) d. All outlets to be installed or removed will be designated by the Architect. e. Base Bid shall include the following work: (1) Installation of all telephone outlets as shown on plans. (2) Installation of all electrical outlets as shown on plans. (3) Removal of existing telephone floor outlets as shown on plans. (4) Removal of existing electrical floor outlets as shown on plans. (.5) Installation of new junction boxes. -(6) Replacement of junction box covers. (7) Installation of power & telepoles. 4. MATERIALS: a. All electrical equipmemt, seitches, floor outlets, and -tfe like which are removed and not re-installed will remain the property • of the County. b. All new materials required to complete the electrical work as specified herein and as shown on the plans shall be provided by the Contractor unless specifically noted otherwise. c. All conduit shall be EMT, galvanized or sherardized both inside and out. All fittings shall be Duro or Thomas & Betts. Connec- tors shall have plastic insulated throats and shall be compression threadless type. Minimum conduit size is 3/4" and minimum tele- phone conduit is 1 in. All telephone home runs shall be 12 in. diameter. d. All conductors shall be copper, n12 AWG minimum, with 600 V in- sulation. All wire sizes and conduit runs shall be the minimum size stated or sized per code for new work, whichever is greater. e. New contactors for lighting where required shall be manufactured by Square D, or equal size as necessary to match existing. ANSCO. 16A-2 • 00233 I ' DIVISION 16 Electrical DIVISION 16A ELECTRICAL (continued) 4. MATERIALS (continued) f. New switches shall be Hubbel No. 1221-1 , Specifications Grade, or equal . New switch plates and blank plates shall be brushed stainless steel to match existing. Use Hubbell No. 1223-1 where 3-way required. g. New outlets shall be Hubbel No. 5262-1 . h. New junction box covers, outlet boxes, adapters and other duct fittings shall be talker Parkersburg to match existing. i. Tele-Power poles shall be 21 TP series as manufactured by the Wiremold Company. 6. EXECUTION a. New and relocated electrical floor outlets shall be connected to existing-circuits as necessary. Outlets shall be evenly distributed on the various circuits. Each new or relocated outlet shall be tagged to identify supply circuit. b. Exact location of all new and relocated electrical and telephone floor outlets will be field determined by the project inspector. Telephone work will be coordinated by the project inspector. c. Circuit index in each panel shall be typewritten, updated to indicate all changes. d. there switches are removed, cover box with blank plate. e. Ceiling surface mounted fixtures shall be mounted same as existing. a• • 16A-3 004 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of ) Adopting Revised Fees ) RESOLUTION NO. 78/424 for Public Works Department ) Services. ) On February 7, 1978, this Board adopted certain fees for Public Works Department services provided in conjunction with the development of subdivisions within the County pursuant to sect=ions 94-4 . 602, 96-2.402 and 96-4 .208 of the Subdivision Ordinance Code (Ordinance 78-5); and The Public Worms Director having advised that, as a result of an evaluation of these fees versus the Department ' s costs to perform these service, that now is an appropriate time to revise these fees, and recommends that the following fees be charged for these services : Improvement Plan Review Fee 2 1/2% of improvement cost (based upon preliminary cost estimate) Checking Fee (final and parcel maps) $175, plus $5 .00 per lot Inspection Fee 7% of improvement cost(based upon the final estimate leas the previov_sly collected improvement plan review fees) ; and The Public Works Director has also advised that it is appropriate for the Board to establish these same fees for sit::il.ar services provided in conjunction with work under road and drainage improvement z:"reenents, conditional use permits and road acceptance projects; and The Public [forks Director ha.; fug -ther advised th-is Board that an ongoing review of these fees :rill be conducted and that this Board will be advised annually if changes are appropriate; NO3 THEREFORE, BE IT RESOLVED that the recommendations of the Public Works Director are hereby APPROVED. PASSED by the Board on May 9, 1978 . Originating Department: Public Works 11 , 1, -2, Land Development Division cc: Public Works (LD) Pi anni.ip Coastr•uctior Public Works - Business & Services RESOLUTIO:3 iiO. 78/424 Item 9- ADOPT FEE SCHEDULE On January 10, 1978, the Board of Supervisors adopted an amended Subdivision Ordinance (Ordinance 78-5) . The amended ordinance pro- vides for the adoption of a fee schedule by Board Resolution. These fees are for services in the form o_ improvement plan review, im- provement construction -inspection and final and parcel :^aa cher:in a. On February 7, 1978 , the Board passed a fee schedule resolution based on the Public Works Director' s recor„mendation to continue the old fee schedule as an interim measure until a new fee schedule, re= fleeting actual costs to the department, could be reviewed with the Associated Building Industry of Northern California and the East Bay Chapter or the Calif=ornia Council of Civil Engineers and Land Sur- veyors. This review has been completed and it is recommended that the Board of Supervisors adopt the following schedule of fees to be charged for Public Works Department services provided in conjunction with subdivisions within the unincorporated areas of the County. It is further recormended that the same schedule of fees be charged for similar services provided in conjunction with conditional use permits, road acceptance projects and other improvements constructed under Road and/or Drainage Improvement Agreements : Recommended Service Existing Fee New Fee Improvement Plan Review 0 220 of- improvement fimprovement cost Inspection 5% of 42% of improvement cost improvement cost Subdivision Map Parcel Maps - $25 $175 plus $5 per Checking lot Final Maps - $30 - plus $1.50 per lot These fees will be reviewed on an on-going basis and the Board will be advised annually if changes are appropriate. (LD) A E N D A Public Works Department Page 6 of 9 ■nnMa�y 9, 1978 MIC,Ol fll meds �j4h boarC•l Ordar . v�eeV?JS IN THE: BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Approval of )" RESOLUTION NO. 78/425 the Parcel Map of ) Subdivision MS 264-773 ) Danville , area. ) The following document was presented for Board approval this date : The Parcel Map of Subdivision MS 264-77, property located in the Danville area, said map having been certified by the proper officials; NOW THEREFORE BE IT RESOLVED that said Parcel Map is APPROVED and tris Board does not accept or reject on behalf of the public any of the streets, paths, or easements shown thereon as dedicated to public use. PASSED BY THE BOARD on May 9, . 1978. Originating Department: Public Works Land Development Division" c c. PWD-LD Director of Planning Doug Of fenhartz " P. 0. Box 887 Danville, CA 94526 s RESOLUTION NO. 78/425 00237 IN THE BOARD OF SUI-1ERVISORS OF CONTRA COSTA COUNTY, STATE. OF CALIFORNIA In the Matter of Approval of ) the Final Map and agreements of ) RESOLUTION NO. 73/¢26 Subdivision 5071, Walnut Creel: area. ) The following documents were presented for Board approval this date: The Final Map of Subdivision 5071, property located in the Walnut Creek area, said map having been certified by the proper officials; A Subdivision Agreement with Angelo Siragusa, Cipriano Rios , Oscar Perez and North American Contractors, Inc. , Subdivider, wherein said Subdivider agrees to complete all improvements as required in said Subdivision Agreement within one year from the date of said Agreement; A landscape improvements agreement with North American Contractors, Inc. , subdivider, wherein said subdivider agrees to complete all improvements as required in said landscape improvements agreement within one year from the date of said agreement; Said documents were accompanied by the following: Security to guarantee the completion of road and street improvements as required by Title 9 of the County Ordinance Code, as follows: a. Surety Bond No. 6009702 issued by Fidelity and Deposit Company of Maryland with Angelo Siragusa, Cipriano Rios, Oscar Perez, and North American Contractors, Inc. , as principal, in the amount of $51,200 for Faithful Performance and $51,700 for Labor and Materials; b. Cash deposit Auditor' s Deposit Permit Detail No. 08204, dated April 14 , 1978, in the amount of $1,000, deposited by: King' s Oaks, 1211 Church Street, San Francisco, CA 9411!! . C. Cash deposit (Auditor's Deposit Permit Detail No . 08360, dated April 111, 1976) , in the amount of $1,000, deposited by: North American Contractor, Inc. 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 1977-78 tax lien has been paid in full and the 1.978-79 tax lien, which became a lien on the first day of March, 1978, is estimated to be $3,500; Security to guarantee the payment of taxes as required by Title 9 of the County Ordinance Code, as follows : Cash deposit (Auditor's Deposit Permit Detail No. 07902, dated April 3, 1978) , in the amount of $3,500, deposited by : Transamerica Title Company. 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 thu streets, paths, or easements shown thereon as dedicated to ; ublic use. BE IT FURTHER RESOLVI.D that said Subdivision Agreement and lands:- --pe improvements agreements aro also APPROVED. PASSED BY THE BOARD on Hay 9, 1978. Originating Depart.mr--nt: Public Works Land Development Division cc : Public Works Director (LD) Director of Planning Subdivider (via Public ;,orks) /� p 00238 RESOLUTION No. 78/426..._ • SU13U I h i S l.t)N AGRliI:Ail?i4'"1' (til) .Subd.i vis ion: 5071 (sl) Sul xlivide. : not,� �;,. �tisa -Ciprano' (Government Codc §§66462 SOS 1I1� j:_1'c•rr7! _ ;and 3566463) ' ;uad -\ORTIlAMERICAN CO3ffl'RAC`r0RS INC: Completion 1'criod: 'T1 ycal 1. PAR f1 ES ; 1)Xi'!:. _ E"Teetive oil the afiovc date, the County o� Contra Cost;a,. Cal irornia, hereinafter casled "Comilyand the ;above named Subdivider, ;mutual.ly'promise and agree as follows, concerning this'suhdlvision: 2. Iivl'ata"VINE l'S. Subdivider sh:ll 1 t-MlStruct, `;.install and complete `To.ad:'alad'. street improvements, tract drainar;t•. :;t reef %igiis, Fire hydrant::. :and al l imliroventents- as required by the [uamty Ordinance`Code. i:ally 'I'itl"e 9, and in:lut.in;; fiitaire" amendments, ;and all improvements rr,latired ill tlw improvelli nt Mints oL this. SubdivisL011 as reviewed and oil file ill tine t:0a1tat_N•'� 1'trbt is Works Uep;artmcnL. Subd i viler-shall comp l ete th i s rk andimprovements (hereinafter called "work"):` within the above completion period from. date horcof as required by the C; i ifornii,'Six )-, division Map Act (government Code §§06410 ant" Io11owing), in agood';workmanlike manner, in accordance with accepted construction bract ices and in a manner equal or superior..to the requirements oi' the County Ordinance Codc• and rulings made I thereunder; and' Wier'e' there is a conflict between the improvement plans and the County Ordinance Code; the« stricter requircr:ctits shall govern. 3. GU:1R.�.\f1:L'. Subdivider guarantees that the !work is an '4i.11 be free from defects and will l perfona satisfnrt��ri ly in :accordance with Article 94- '.A of the CouniV Ordinance Code. and he slaa! l •o ­ucia•aili ve it fOr' One yC;ll_L after .i is completion. and. acceptance against any defective It.ari.m:uIs Ii0 I-Lmaterials or any,uaisatisfactory performance. 4. I:•;!'/r%1'I:��i:;:l' SRCURI'1••i: Upon ext•cur.ins; this agreement, Subdivider shall; pursuant to Goverm;,ent Code §§ 66.199, dQjmsi t 'as security with tile Countti-: A. tier 1'erforManee :Intl Gatsn;antcc: 1,000 cash, plus additional security, in the .!mount-of-~51,200 (chick together total the estimated cost'of: the work. Such additional security is pi-esented` in the .form of: ❑ Cash, certified cht•ck. -or cashier's check [� sureL • !ulna( Acceptable corporate ., ❑ Acceptable irrevocable letter of credit With this security the Subdivider gimrantces his performance of this agrecrientand'(o6 the work for one year -;fter coralotion' :and :lccept:onc.e thereof agairas: ally defective wo'riman_. Ship ;Or materials a-l• any unsatisfactor lic rro rm..,i ncc. Upon completion of tile, teork, Subdivider may request reduction or tic: amoauat of this bond in accordance with: County. . Ordinance. 13 Por 1':watlelit: Sccatr i 1 y ill t1.(' amount of`+ 51 70q the estimated Of the work. ':yelp acurity is prc::ented in tltc !'Dein of: Cash, certified t-heck. or ca::hi.er's check ❑ Accoptai,le corpm-ate surety bond ❑ nccept:abie irrevocable letter of credit With .this; security the Sui-3ivider la:arment to the contractor, to his subcon- tractors, ;and to persons renting equipment or furnishing labor or t --. ' Lo the Subdivider. F I L-E-D, MAY g 1978 J. R. OLSSON CLERK BOARD OF SUPERVISORS CONT ACO. Microfi=mrd with board order A DePUW 5_ -IVARP.,NN'I'Y. Subdivid_ i rrnllL t;utt said improveillcnt `hlsIlls are acicquatct to: accolilillish this ul•rk ;is: Ill-olltised til :;^• t i'ctt alitd 'if, at time before' tile `County'$ ., resolution of. cottapietion for the i'll"p •ovemellt Mauls 'prov,e to be,' inadequate in any respect, Subdivider shall ma!l c cii:►ngo - necessary to accomplish'the work as - promised. G. NO WAIVER BY Ct71JM')% I Ispec t.iv 11 of the work and/or mater i al s; or,,approval, ofawork and/or materials inspected , +,r .t::ttcl:,cl►L. iT an,., officcil•,' ai cnt o;.,, ymp11oyee.;of:: the County indicating the work or an%- part t-itri•%:of complies with. the rcgtiiren►eiits of`this Agi-cetnent, or acceptance of the itholo ot• :111ATart of saint t.ol•k aTut/or iniiter i.ai s, or pay merits therefor, or an% combination ol- all Of 1-h-s'e acts, Shill nut'rCL'ie"Ve tlfa Subdiv=idcr of his obligation to fulfill this coitl,ac:t. :I: 1-,•escribcd nor shall, the i:olnity. be thereby estopped from bringing any action for damages arising from the failure to comply with,any of the-terms-and:conditions 'hereof;. 7. IX1il t11'll `ulxlividc'i- flold it:i,rinless and indellillif'y the indunstlitces' from the 'liabilities zi-s_defined ill Lil i.: ::rct:i -n: A. 'I`ilc: i ndemn i tees bent,t'i t ond protected by thi s prom.i:sc are",tIle County,:• anal irS special dititr_icts,- elective .Incl appointive boards, commissions, offi.cers, "agents': - and ctatployeCs. B. 1:i0 l icibi l itics fv•It�•rtr�l at a iilsL' are any Nabi Iity or claim for damage of a0- kind allegedly suffered, itn:ur-rod -)r tiii-vatcned because: o;: actions defined belotr, and including 'personal illjllry, LICM: l', Ill-V1)rrt} :I:unagc, :i:iverse COACICntJlatldll, %OT any comGi- naLion :of these, and aregardless, of hr.;;her or not: such liability, claim or damage was. unforeseeable at ails time before 11N..- Clkiins rc:-iewed said impi•-avemcnt pl:i►Is or accepted tile work as completed, and including the of any suit(s}, actioti(s) or other;,pro,-` coeding(s) .concerning these. C: 111c act i:ons calls i Ili :I Inbl I #.1 r are any act or:omission (negligent or. non-. ncl;lil;cnt) in coltlicc:clon Lith-tile mAitots cuvrt-,!d by this Agrcement`and :-attributable to the Subdivider,_contractor, subcontractor oi- atli% officer; agent or employed of one or'more. of thein. D. ::gin-colldLti ons: •f'ilc and agreement in this section is not:` co►idit'ioncd or dci-vadent oil -whether ui• not aiv.v fndellinitee has prepared, SiIpi)liCd; or :. reviewed any ,plan(•;) or sprci fico t i m,(:::), .i n connection lei t'h this. t.ork° or subdivision,., o.r:: has insurance o,r:ou-.cr indemnific-ltic,ll �_overitil; any of these natters, or that the alleged. damage resulted partly from any ncl;.i i.gfcnt car 1:i l 1 ful misconduct of any Indemn1tee.- S. COSI*S. Subdivider :<ii:i I f telt• c: fell due, all the.costs of tlic t%ork including inspections thereof and relocating; e:isti.nF Ili iIitles required' thereby. J. SURVEYS. 'SuhJividet- aial I set :jir! establ ish survey monuments in accordance with tile filed map and to the satisl'actJon of Ole County Itoad. Comntissioalcr-Suz-veyor`. 10. ,NUNI :RI•'bRMAMA: Axil at'-:tS. It: ,SilR'lividcr fails to complete the work within the time specified^in-this AgreemenL c-t ext n:;ions granted, County may proceed' to complete them by contract oi- of herr.is;e, and Slibd iv idcr 'Aia I 1 pay the costs and chat-ges therefor imuled iately upon dealaild. If Count.% :,acs t'o �.•ompel performance cif- this At recment or recover the cost ofd conlplel'ing the -work, `:+thdividcr •Ball flay all ]•c:aSonah.la ;Ittclrrlcysl fees, costs- Of suit, and all other expenses of I i t igaL.ion incurred by County in connection therewith. 11. ASS INCIEN"1% If before County acc:c:pts the work, the subdivision is annexed to :1 city, the Comity may assign to that ci tr-the County's rights under this Agreement and/or any deposit or bond securing` Lhem. 7 fl irpuratinn) SPATE. OF CALIFORNIA --- . (;111;\'l'1. OFSan Francisco •_J SS. 1h. -__Apr_jj._4thr_ 1978. .. __. beb.T.• nu•, the undersigned,it Nolary Public in and fur said 1u.t••. pel.nn"Ily appeared ---• E._J._.FREEMAN w 1....au t., uu t.i br. thr_ —._-- _ Pre lden:,$7f.8 w :kKmx acre"wAc _— X'X!c=gc"f the corporation that executed the within Instrument, WLu.•..n b, uu• t., be the Ibe within i J II•-t+utiu•nt .m behalf of tln• ..npllnte.te 1111-18-illmulled. "till It. .n I•...oledg-1 I.. mr Ibal .n.h .mI—I.li..n e%..lowil lilt- within � in-•.unl.u] pUl.u"nl 1u it.I Ie-1111iml of ite. Loarll pFFIC111L SEAL . a .d dnertor.. = �� r I WITNESS Inhand and (i ieial seal. cC �; .. r...1.�►.n GARTOLEZO Y L. NOTA 2'f✓':^L::•r•1LIFORNIA Ct1f �nD COJAFY OF SMI FRANCISCO ((( jigtialUM ,(iyL-1�'�y '( MY COMMISSION EXPIRES DEC.29.1990 Malena B3krtolero Name (Typed •.r 1'rintrd) -- (ThD u..! .11.1.1 r•vb.. .. .. - ..... 002M M) L" I Ile and record Lhe final. Map III. Val (-I "I.Ii, for s.1 i ;10 '%I id CONTRA COSTA COUNTY SUBDIVI W: Vernon L. GLine Pubjic U' rks Director (Desqiijt'LJ oI_1_iciaL'Caj)ACiLy in the buisinc!, RECOMMENDED FOR APPROVAL: 11112111- 10L,111 ilt 10W; anLt if a col:11ol:iLlon, affix corporate seal. Direct r (CORPMATL SEAL) FORM APPROVED: JONN h. CLAUSE.N, County Counsel Wle of CaMornki (Acknowledgment by Corporation, Partnership, County of SPy Frowneo PY. or Individual) On 14Y(I //_ _,,_ZI!Z?, Lhc naille(N) Injaro signed ah"vv for Wdividor a :d who Tulare kaoun to Pw to he ch- individ"" ( (N) -4 Offer0s) — p4vonvefn) as SLaNd ah()Vt_• who signed i iris i nst-r"Ment p"rq"na I Iv appvarvd bcfnrp me And ackn"w1odgud to me that -1h) executed it: and LhaL Lhe corp"raLion or partnership named above executed it. 0FRC71,;\1L SEAL (NOTARIAL SEAL) P.­`TIC r R 3 Nol;�,y•0'LIC f�AUFORNIA CITY AVD OF F, , V HA.'i GISI-0 /Of r� YY CUMMOSON EXPIRES DEC U.VJ80 NoLa ry Mb I i I- for i d Couil Ly chid S to LU, (Suhdiv. Agrmt . G(:(,' Sul. Forin) LU-9 (Rev 1/77) 00242 Fi. • y-/Y 78 rVIAY ? i9160 ;8 "`• J. R. OLSSON CLERK BOARD oP SUPERVISORS `' n co.Nl srA co�D LANDSCAPE IMPROVEMENTS AGREEMENT U b 10 v (SO Subdivision Tract 1/5071 (SO Developer: North American Contractors, Incorporated (S3) Effective Date: (S3) Completion Period: One Year (S5) Deposits: A. (cash) $1000.00 1. PARTIES AND DATE. Effective on the above date, the County of Contra Costa, California hereinafter called "County", and the above-mined Developer, mutually promise and agree as follows concerning these fencing improvements: 2. PURPOSE. Developer desires to file Final Map for Subdivision identified above prior to installation of fencing improvements required in approval by the County of the above . Subdivision. County agrees to deferment of such fencing improvements if Developer constructs improvements as hereinafter promised. 3. IMPROVEMENTS. Developer shall construct, install and complete fencing improvements, as required by Condition #18 of the Conditions of Approval. 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. 4. GUARANTEE AND MAINTENANCE. Developer guarantees that the work is and will be free from defects and will perform satisfactorily in accordance with requirements of this agreement; and he shall maintain it for three (3) months after its completion and acceptance against any defective workmanship or materials or any unsatisfactory performance. 5. IMPROVEMENT SECURITY: DEPOSIT AND BONDS. Upon executing this Agreement, Developer shall deposit as security with the County: A. Cash. $1,000.00 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 payments therefor, or any combination of all of these acts, shall not relieve the Developer of this obligation to fulfill this . contract as prescribed; nor shall the County be thereby estopped from bringing any action frorn damages arising from the failure to comply with any of the terms and conditions hereof. 7, INDEMNITY. Developor shill hold hannic-s-; and indoinnify the inclemnitees from the rIiaGiTiires as defined in this % c-tion. A. The indemnitees betiefited 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 claire for damage of any kind alleges ysuffered, incurred or threat.-ned bec.itrsc of actions defined below, and including personal injury, death. property damage, inverse condemnation, or any combination of these, and regardless, of whohr!r or riot such liability, claim or clattt'lgi: was unforeseeable at anv time before the County approved the improve.;-ac•nt lfann: accepted the imprOvkIlnents as completed, and including the defense of any suit(s), action(s), or other procceding(s) concerning these. C. The actions causin; liahility 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 of f icer, agent or employee of one or more of them. D. Non-Conditions: The promise and agrt!etnent in this section is riot conditioned or dependent on whether or not any indemnitee has prepared, supplied, or approved any plan(s) or specification(s) in comretion with this work or development or has insurance or cSther indemnification covering; any of these matters, or that the alleged damage resulted partly from any negligent or willful misconduct of any indemnitee. 0(1243 Microfilmed with board order g, COSTS. Developer shall pay when due all the costs of the work. 9. NON-PERFORUMAr lCL AND COSTS. If Developer fails to complete the work and improvements within the time specified in this agreement or extensions granted, County may proceed to complete them by contract or 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 expenses of litigation incurred by County in connection therewith. 10. ASSIGNMENT. If before County accepts the se improvements, the development is annexod to a city, the county nray assign to that city the County's rights under this agreement and/or any deposit or bond securing them. CONTRA COSTA C PL 'TY DEVELOPER rIm C By �iLt�s airman, Board of Supervisors Destg e o cr capacit in business Note to Developer: (1) E=xecute acknowledgment form below; an(M) if a corporation, affix RECO 11MEND = I OR APPROVAL: corporate seal. r � -Anttor ny A. Dehae. js of Planning (Corporate,Seal) FORM APPROVED: JOHN B. CLAUSEN J Countv Counsel 47 . Dep'i t y ------------------------------------------------------------------------------------------------------------ State of gliforfia ) (Acknowledgment by Corporation, Partnership County ss or Individual) On . 1 C the person(s) whose name(.:) is/are signed ahoy Develo er and who i; known to me to be the individual and officer or partner a above who signed his instrument personally appeared beforeand a vle cf o me that he exec d' it and that the corporation or partnership named hove ex c .uted itti c+. (NOTARIAL SEAL) 1 r'!Ar_ 71 AL ' Notary Public for said County and State .= .:.tnL CEFI�c IK hla:ch 3, 'cul 002A The pi--mium ci1a:'170- i .'��t• this gotta is $1 ��; ^D f'.rst two years. 1 ' E ® it111ROVE.M.-i1'i' Sl: • , mount.. rltrc under the Vneriployment. Itinur•ntire #set with learn L Lo such uar•k nr• laall•c-r•, Lhat aald nourc•Ly wl 1 J iln.*? the nnnx 111 :In a::IounL not exceadinr the nnount laservininbove set for•... -nnel also in cane nuit is broul it upon this; bond, .:tll rats, In addition to tits face amntlrrt thereof, costs and t•en:•onlble expenses and fees, ineluclinl; reasonable attorney's fees, Incurred by County (or cit.;• nssir-nee) In. successfully. . enforcing such obligation, to be ae:;;r red and 'fixed Lys Lhe court, and to -lie taxed as costs and to be includes: in the judrnent therein ran- dered. It i4 hereby expressly: stipulated arra: arreed that this bond shall Inure to the Penefit e:' any and ail persons, comr-aniez; and corporations entitled to file clams tinder Title 15 (comnencinl; :-eith Section 3082) • of Fart %t of division 3 of the Civil Code , so a.-i to rive a right of action to them or their assirn* in any suit brought upon this bond. Should. the condition of this bond be fully cerfor.:cs' then tills oblil-ation shall become null and void, otherwise it shall Ise and remain in full force and effect. C. No alteration of said subdivision agreement or any pla}r or stieeification of said ..orl: agreed to br the Principal and the CoutAl, shall relieve any Surety frcm lia:ility on this bond; and con- sent: is hereby given t: r..a1:e such alterztian: :•:itcrot:: further notice to or consent by .Sur•et'; Tax Collector's Office Contra Edward County Trere Leal asurer-Tax Collector Alfre P. P. 0. Box 631 Costa Assistant T ease e'r-Tax Collector Court Street Mar County Martinez,California 94553 �\1/ (415) 372.4122 l April 3, 1978 IF THIS TRACT IS NOT FILED BY OCTOBER 31 , 19 78, THIS LETTER IS VOID This will certify that I have examined the map of the proposed subdivision entitled: TRACT NO. 5071 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 1977-78 tax lien has been paid in full . Our estimate of the 1978-79 tax lien, which became a lien on the first day of March, 1918_, is $ 3,500.00 Subdivision bond must be presented to County Tax Collector for review and approval of adequacy of security, prior to filing with the Clerk of the Board of Supervisors. EDWARD W. LEAL Treasurer - Tax Collector By: FF I L E D MAY 078 J. R. OLSSON CLERK BOARD OF SUPERVISORS C NTRA f0 TA,CO. Mx.De u Microfil t�•ith Fjn...t IB? THE BOARD C S€TPER'TLSORS O. CONTRA COSTA COIDEY, STATE OF CALIFORNIA In the Matter of Correcting ) the Total County 1-aint�ned ) RFSOWITON NO. 78/427 Fdleage to be 1012.39 Miles ) kTHERE9S Section 2121 of the Streets and Highways Code provides that in May of each year each county shall submit to the State Department Transportation any additions or exclusions from its mileage of maintained county roads, specifying the teriaini and mileage of each route added or excluded; and ..=-AS the State Department of T.Pransportation certified to the State Controller on Jun` 30, 1977, that the total mileage of maintained county roads in Contra Costa County vas 1004.88; anti. EAS the county noir finds that the total mileage of n^aintai.ned cotmty roads is 101.39 miles; NOW 1 ER�T�+'ORE, 13E IT BY TN BOARD Or^ SUPERVISORS RESOLED that the r1leaga of maintained county roads (as certified b5► the State June 30, 1977) be corrected as is*:di.cated on the May 20, 1977 version of the Highi,,,ay Planning Survey P•i.n and in accordance i.,ith the additions or corrections to the i:abulation entitled "County Roads Maintained and other Local Roads", which doctunents are on file in the Office o' the Public t',orks Director of Contra Costa County. PASSED PNID ADO - by the Board on May 9, 1978. Orig. Dept. : Public Zorks-Timnsraortation Planning Division E S & P Section cc: County Administrator Public j,orks Director S-� to of California Department of T?--mzportation (3) �`�r'�w (via Public l.Torkz, E S & P Sect-icn7 V2 }8 PZ OIUjTi 0 I !,;TO. 78/427 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Approving Plans ) and Specifications for Landscape ) RESOLUTION NO. 78/428 Maintenance Services for ) Countywide Areas A, B, C & D ) WHEREAS Pians and Specifications for Landscape Maintenance Services for Countywide Areas A, B, C and D have been filed with the Board this day by the Public Works Director; and WHEREAS the estimated contract cost is $ 105,700 ; and WHEREAS the general prevailing rates of wages, which shall be the minimum rates paid on this project, have been approved by this Board; and WHEREAS the Public Works Director has advised the Board that this project is considered exempt from environmental impact report requirements as a Class 1H categorical exemption under the County guidelines, and this Board concurs and so finds. IT IS BY THE BOARD RESOLVED that said Plans and Specifications are hereby APPROVED. Bids for this work will be received on June 8, 1978 at 2:00 p.m. , and the Clerk of this Board is directed to publish Notice to Contractors in the manner and for the time required by law, inviting bids for said work, said Notice to be published in the COITTRA COSTA TIMES. PASSED AND ADOPTED by the Board on May 9, 1978 Originated by: Public Works Dept. Buildings and Grounds cc: Public Works Department Agenda Clerk Buildings and Grounds Service Area County Administrator RESOLUTION NO_ 73/428 00249 SPECIFICATIONS FOR LANDSCAPE MAINTENANCE AT AREA A - West County AREA B - North Central County AREA C - South Central County AREA 0 - East County CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT GROUNDS MAINTENANCE DIVISIOtJ 4 � _ . FF L PRE.o ARED FOR ED L-1; {�t..��if..4-LL Vernon L. Cline, Director , Public Works Dept. Contra Costa Ccunty ' P. 0""C14 C [RY E�; FG G. ..025 Sixth Floor Adrinistra:ion 301dinc Martine=, California Micror'ilrncd oMod order TABLE OF CONTENTS DIVISION A Notice To Contractors DIVISION B Instruction To ?.idders Section 1 Competence of Bidders Section 2 Securinq Documents Section 3 Examination of Plans , specifications , and site of the work Section 4 Biddinq Docur--nts Section 5 Submission of pr000sals Section b Withdrawal of proposals Section 7 Public opening of proposals Section 8 Irregular oro pos'ils Section 9 Ccmoeritive biddinn Section 10 Award or contract Section 11 Special recuirements Section 12 Execution of Contract Section 13 Failure to execute contract DIVISION C Performance Bond DIVISION 0 Payment Bond DIVISION E Proposal (Bid Form) DIVISION . r Articles of Agreement (Contract) DIVISION G General Conditions Section 1 Definitions Section 2 Governing laws and regulations Section 3 Patents and royalties Section 4 Bond and insurance Section 5 Payment schedule Section b Subcontracting Section 7 Time of work and damages Section 8 'fork schedule Section 9 Permits and licenses Section 10 Conduct of work Section 11 Inspection Section 12 Rejections of materials Section 13 Interpretation of contract requirements Section 14 Clarifications and additional instruction Section 15 Product and reference standards Section 16 -Materials , articles and equipment Section 17 Preservation and cleaning Section 13 Payment of federal or state taxes Section 19 Acceptance DIVISION N Technical Specifications _ Section 1 Scope of service 002 Section 2 Landscape maintenance Section 3 Plans " DIVISION A. NOTICE TO CONTRACTOR (ADVERTISEMENT) Notice is hereby given by order of the Board of Supervisors of Contra Costa County that the Public Works Department will receive bids for the furnishing of all Labor, Materials, Equipment Transportation and Services for Landscape Maintenance for the following designated area of the County: Area A - West; Area B - North Central ; Area C - South Central; and Area D - East. ESTIMATED CONTRACT COSTS Area A - West County . . . . . . . . . . . . . . 332,500 Area B - North Central County . . . . . . . . . . . $21 ,500 Area C - South Central County . . . . . . . . . . . $32,500 Area D - East County . . . . . . . . . . . . . . . . $1.9,200 Each bid 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 94553. The plans and specifications may be examined at the Office of the Clerk of the Board of Supervisors or at the Public Works Department, Grounds Maintenance Office, 823 twin Street, Martinez, Californa, upon payment of a printing and service charge in the amount of Six Dollars and Thirty -Nine Cents (56.39) per set (6?ZM sales tax included) which amount shall not be refundable. Checks shall be made payable to the "County of Contra Costa". Each bid shall be made on a proposal form to be obtained at the Grounds Maintenance n Office, 823 Main Street and must be accompanied by a cashier's check, certified check, or Bidder's Bond in the amount of ten percent (1014) of the bid amount, made payable to the order of the "County of Contra Costa" and shall be sealed and filed with the Public Works Department. The above-mentioned bid security shall be given as a guarantee that the bidder will enter into a contract if awarded the work, and will be forfieted by the bid- der and retained by the County if the successful bidder refuses, neglects, or fails to enter into said contract or to furnish the necessary bonds after being requested to so do by the Board of Supervisors of Contra Costa County. The successful bidder will be required to furnish a Labor and Materials Bond in an amount equal to fifty percent (50%) of the contract price and a Faithful Per- forvance Bond in an amount equal to one hundred percent (100°0) of the contract price, said bonds to be secured from a Surety Company authorized to do business in the State of California. The County reserves the right to award to the lowest responsible bidder. Bid proposals shall be sealed and shall be submitted to the Public Works Department, Sixth Floor, County Administration Building, 651 Pine StreGc, 'Iar7_ nez, Caii'ornia, on or before June 8, 1978 at 2:00 p.m. and will be opened in public at the time due in the Conference Room of the Public !forks Department, Sixth Floor, County Administration Building, Martinez, California and there read and recorded. Any bid proposals received after the time specified in this notice will be returned unopened. 00252 Bidders are hereby notified that, pursuant to the Statutes of the State of California, or local law applicable thereto, the said Board has ascertained the general prevailing rate of per diem wages and rates for legal holidays and overtime work in the locality in which this work is to be performed for each type of workman or mechanic required to execute the contract which will be awarded to the successful bidder. The prevailing rate of per deem wages is on file with the Clerk of the Board of Supervisors . The said Board reserves the right to reject any and all bids or any portion of any bid and/or waive any irregularity in any bid received. No bidder may withdraw his bid for a period of thirty (30) days after the date set for opening thereof. By Order of the Board of Supervisors of Contra Costa County By James R. Olsson County Clerk and Ex-Officio Clerk of the Board of Supervisors Contra Costa County, California By Deputy DATED: PUBLICATION DATES: 00253 /', 1 DIVISION B. INSTRUCTION TO BIDDERS: The bidder shall carefully examine the instructions contained herein and satisfy himself as to the conditions with which he must comply prior to bid . in submitting, his proposal , and to the conditions affecting the award of contract. SECTION 1. COMPETENCE OF BIDDERS: (a) LICENSE: No bidder may bid on work of a kind for which he is not pro- perly licensed, and any such bid received may be disregarded. (b) Bidders shall be experienced in the type of work for which they are bidding and shall , upon request of the County, submit to the County a written list of completed projects, with the name of the owner or contract officer indicated. SECTION 2. SECURING DOCUMENTS: . (a) Plans and specifications may be secured at the place and for fee as called.out in the "Notice to Contractor," page I. (b) The fee, as called for in the "Notice to Contractors," page 1 , is a . non-refundable payment to defray a portion of the printing and handling costs. SECTION 3. EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE OF THE WORK: (a) CONTRACTOR'S RESPONSIBILITY: The bidders shall examine carefully the site of the work, and the plans and specifications therefore. He shall investigate and satisfy himself as to conditions to be encountered, the character, quality, and quantity of surface, and obstacles to be encountered, the work to be performed, and materials to be furnished, and as to the requirements of the proposal , plans and specifications of the Contract. (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 exis- tence or proximity of utilities encountered in performing the work, including without limitation thereon, repair or any or all damage and all 'nand or explor- atory excavation required. (c) DISCRE?ANCIES OR ERRCRS: If omissions , discrepancies , or apparent errors are found in the plans and specifications prior to the date of bid opening, the bidder shall submit a written - 3 request for a clarification which will be .given in the form of addenda to all bidders if time permits. Otherwise, in figuring the work, the bidders shall consider that any discrepancies or conflict between plans and specifications shall be governed by section or division of these specifications. SECTION 4. BIDDING DOCUMENTS (a) Bids shall be made upon the special Proposal (Bid Form) (See Section E of th is 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 completed form should be without interlineations, alterations or erasures, no alternative proposals. Additional copies of the Proposal (Bid Form) may be obtained from those supplying these specifications. (b) Bids shall not contain any recapitulation of the work to be done; alternative proposals will not be considered, unless called for. No oral , tele- graphic or telephonic proposals or modifications will be considered. (c) BIDDER'S SECURITY: All bids shall have enclosed a cashier's check, certified check, or a bidder's bond, as described below, executed as surety by a corporation auth- orized to issue surety bonds in the State of California, made payable to "Contra Costa County" , in an amount equal to at least 10 percent of the amount of the bid. No bid shall be considered unless one of the forms of bidder's security is enclosed therewith. SECTION 5. SUBMISSION OF PROPOSALS: Proposals shall be submitted to the Public Works Department of Contra Costa County at the place indicated on the bid proposal . It is the sole responsibility of the bidder to see that his bid is received in proper time. All proposals shall be submitted under sealed cover, plainly identified as a proposal fer• the work being bid upon and addressed as directed in the Notice to Contractors and the b.d 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. WITHDRAWAL OF PROPOSALS: Any bid may be withdrawn 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 Public works Department of Contra Costa County. An oral , telegraphic, or telephonic request to withdraw a bid proposal is not acceptable. The withdrawal of a bid shall not prejudice the right of a bidder to file a new bid. This article does not authorize the withdrawal of any bid after the time fixed in the public notice for the opening of bids . -4- QQ25� SECTION 7. PUBLIC OPENING OF PROPOSALS: Proposals will be publi.cly opened and read at the time and place indicated in the Notice to Contractors. Bidders or their authorized agents are invited to be present. SECTION B. IRREGULAR PROPOSALS: Proposals may be rejected if they show any alteration of form, additions not called for, conditions; b;d_ ir. _:e bids , erasure_ , or irregularities of any kind. if bid dmount is crianged after the amount is originally inserted, the change should be initialed. The County also reserves the richt to accept any or all alternates and unit prices called for on the Bid Fora, and ;.heir order of listina on such form shall in no way indicate the order in which the bids may be accepted. SECTION 9. C1011PETITIVE BIDDING: . If more than one proposal be offered by any individual , firm, partnership, corporation, association, or any combination thereof, under the same or different names , all such proposals may be rejected. A party who has quoted prices on raterials or work to a bidder is not thereby disqualified from quoting prices to other bidders , or from submitting a bid directly for the materials or work. All bidders are put on notice that any collusive agreement fixing the prices to be bid so as to control or affect the awarding of this contract is in vio- lation of the competitive bidding requirements of the State law and may render void any contract let under such circumstances. SECTION 10. AWARD OF CONTRACT: The right is reserved to reject any and all proposals. The award of the contract, if it be awarded, will be to the lowest respon- sible bidder whose proposal complies with all the requirements prescribed. Such award, if made, will be made within 30 days after the opening of the proposals. SECTION 11. SPECIAL REQUIREMENTS: The bidder's attention is invited to the following special provisions of the contract, all of which are detailed in the General Conditions (Division G) or other documents included in these specifications. (a) Bonds (b) Insurance (c) Inspection (d) Assignment of Contract Prchiaiiad _ 5 - 00255 SECTION 12. EXECUTION OF CONTRACT: _ The contract (example follows Page 15 ) shall- be signed by the successful bidder in triplicate and returned within five (5) days of receipt, not including . Saturdays, Sundays, and legal holidays, together with the Contract Bonds and Certificates of Insurance. No contract shall be binding upon the County until same has been executed by the Contractor and the County. Should the Contractor begin work in advance of receiving notice that the contract has been approved as above provided, any work performed by him will be at his own risk and as a volunteer unless said contract is so approved. SECTION 13. FAILURE TO EXECUTE CONTRACT: Failure to execute a contract and file acceptable bonds and certificates of insurance as provided herein within 10 days , not including Saturdays , Sundays, and legal holidays , after the successful bidder has received the contract for execution shall be just cause for the annulment of the award and the forfeiture of the bidder's security. If the successful bidder refuses or fails to execute the contract, the County may award the contract to the second lowest responsible bidder. If the second lowest responsible bidder refuses Cr fails to execute the contract, the County may award the contract to the third lowest responsible bidder. On the failure or refusal of the second or third lowest responsible bidder to whom any such contract is so awarded to execute the same , such bidders ' securities shall be likewise forfeited to the County. The work may then be re-advertised or may be constructed by day labor as provided by State law. 5 00W7 1IVISION C. PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That WHEREAS: The Board of Supervisors of the County of Contra Costa, State of California By Resolution passed 19---... has awarded to hereinafter designated as the "Principal ," a Contract for constructing and,. WHEREAS, said Principal is required under the terms of said Contract and the Specifications .therefor, to furnish a bond for the faithful performance of said Contract, NOW, THEREFORE, We, the principal , and as Surety, are held and firmly - bound unto the said County of Contra Costa, State of California, in the penal sum of Dollars (S ) lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bonded Principal , his or its heirs, executors, administrators , successors or assigns , shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and agreements in the said Contract and any alteration thereof made as therein provided, on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the said County of Contra Costa, its officers, and agents , as therein stipulated, then this obligation shall become null and void; otherwise, it shall be and remain in full force and virtue. - 7 - 00258 PERFORMANCE BOND (Con't. ) And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the work to be performed thereunder or the specification accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the work or to the specifications. IN WITNESS WHEREOF identical * counterparts of this instrument, each of which shall for all purposes be deemed an original thereof, have been duly executed by the Principal and Surety above- named, on the day of (To be signed by ) Principal and Surety) Principal and acknowledgment ) (and Notarial Seal to) (be-attached. ) By Surety By The above bond is accepted and approved this day of 19 The above bond is accepted and approved this day of 19 - 8 - Qo-259 3ION D. PAYMENT BOND (Labor and Material Bond) 'OW ALL MEN BY THESE PRESENTS: That iEREAS, 'the Board of Supervisors, Contra Costa County, State of California by .volution passed 19 has awarded to _;ignated as the "Principal ," a contract for the work described as follows: iEREAS, said principal is required by Division 3, Part IV, Title XV, Chapter 7, :omnencing at Section 3247) of the California Civil Code' to furnish a bond in mnection with said contract; )W THEREFORE, we, the Principal and s Surety, are held and firmly bound unto Contra Costa County in the penal sum of Dollars (S ) , --:Tul money of the United Stags of America for the payment of which sum well nd truly to be made, we bind ourselves , our heirs , executors , administrators, ,-ccessors and assigns , jointly and severally, firmly by these presents. HE CONDITION OF THIS OBLIGATION IS SUCH that if said Principal , his or its ubcontractors, heirs, executors , administrators, successors, or assigns, shall fail o pay any person or persons named in Civil Code Section 3131 or fail to pay for ny materials , provisions , provender or other supplies , or teams , used' in, upon, or or about the Performance of the work contracted to be done, or for any work or abor thereon of anv kind, or for amounts due under the Unemployment insurance Code, ith respect to work or labor, then said Surety will pay for the same , in or to an mount not exceeding the amount hereinabove set forth, and also will pay in case uit is brought upon this bond, such reasonable attorney's fees , as shall be- fixed . the court, awarded and taxed as provided in Division 3, Part :Y, Title XV, hapter 7, (commencing at Section 3247) of the California Civil Code. - 9 - 00260 PAYMENT BOND (Con't. ) This bond shall inure to the benefit of any and all persons, companies, and - corporations entitled to file claims under Section 3181 of the California- Civil Code, so as to give a right of action to them or their assigns in any suit brought upon this bond. And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder of the specifications accompanying the' same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work, or to the specifications. IN WITNESS WHEREOF this instrument has been duly executed by the Principal and Surety above named, on the day of 19 Principal By Surety By Attorney-in-Fact 10 - 00261 DIVISION E. PROPOSAL (BID FORM) Bids will be received until the Eighth (8th) day of June 1978 at 2: 00 p.m. in the Conference Room of the Public Works Department, Sixth Floor, County Administration Building, Martinez, Cal ifornia, 94553. TO THE HONORABLE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY Gentlemen: The undersigned hereby proposes and agrees to furnish any and all required labor, material , transportation and services for Landscape Maintenance of the following geographical area(s) of Contra Costa County: Area A - West County; Area B - North Central County; Area C - South Central County; Area D - East County, and in strict conformity with the pians, 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 sum(s) ; namely: (A) Bid Area A - West County Shall include all of the work for landscape maintenance of all locations described therein; For the Sum of: Dollars (S ) Alternate Bid: Area A - West County Shall include all of the work for landscape maintenance of all locations described therein; For the Sum of: 00262 Dollars ($ ) Bid: Area B - North Central County Shall include all of the work for landscape maintenance of all locations described therein; For the Sum of: Dollars ( ) Alternate Bid: Area B - North Central County Shall include all of the work for landscape maintenance of all locations described therein; For the Sum of: Dollars ($ ) Bid: Area C - South Central County Shall include all of the work for landscape maintenance of all locations described therein; For the Sum of: Dollars (� ) Alternate Bid: Area C - South Central County Shall include all of the work for landscape maintenance of all locations described therein; For the Sum of: Dollars ($ ) 00263 DIVISION E. PROPOSAL (BID FORM) (continued) Bid: Area D - East County Shall include all of the work for landscape maintenance of all locations described therein; For the Sum of: Dollars ($ ) Alternate Bid: Area D - East County Shall include all of the work for landscape maintenance of all locations described therein; For the Sum of: Dollars (3 ) (B) It is understood that this bid is based upon a term of service from July 1 , 19 78 to June 30 , 1979 . (C) The undersigned has examined the location of the proposed work and is familiar with the pians, specifications and other contract documents and the local conditions at the place where the work is to be done. (D) 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. 00264 Bidder (E) The undersigned hereby certifies that this bid is genuine and not sham or collusive, or made in the interest or .in behalf of any person not herein named, and that the undersigned has not directly or indirectly induced or solicited any other bidder to put in a sham bid, or any other person, firm or corporation to refrain from bidding, and that the undersigned has not in any manner sought by collusion to secure for himself an advantage over any other bidder. (F) Attached is bid security as required in the Notice to Contractors. 0 Bidders Bond Q Cashiers Check =Certified Check (G) The following addenda are hereby acknowledged as being included in the bid; if none have been received, write in "NONE". Addendum # dated Addendum # dated Addendum # dated By Address Phone: Licensed in accordance with an act providing for the registration of Contractors, Classification and License No. Dated this Day Of 19 00265 -12- DIVISION E. PROPOSAL (BID FORM) (continued) , H. For accounting purposes, please indicate a bid breakdown by location. This information shall be required of all bidders and bids not including this data will be rejected. (1 ) Area A - West County LOCATION ITEM LUMP SUN! PRICE (in figures) BID ALTERNATE BFD — 71 Service Area M-11 , Orinda Business Area (a) Park Landscape Maintenance - Northwest corner of Brookwood Road and Camino Pablo as shown on attached plans. S $ (b) Road landscape maintenance as shown on attached plans. S $ TOTAL $ $ #2 Service Area M-12, E1 Sobrante Business Area Street tree maintenance along San Pablo Dam Road as shown on attached drawing. S S TOTAL S $ - x3 Service Area M-17, Montalvin Manor Park (a) Park lawn Maintenance - 2.3t acres as shown on attached plans. S $ (b) General maintenance - 5.7} acres as shown on attached plans. S $ TOTAL S $ T4 Service Area M-20, Viewpoint Homes Area (a) Weed control on Willow Avenue S S (b) Maintain landscaping within County riaht of wav on Willow "venue S S (c) Maintain landscaping on Viewpoint Blvd. S S "C 4 L S c 0026.5 LOCATION ITEM LUMP SUM PRICE (in figures) BID ALTERNATE #5 Arlington Boulevard BID Maintain medians on Arlington Blvd. from Arlington Court southerly to County line. g $ TOTAL $ $ 76 San Pablo Avenue Maintain medians on San Pablo Ave. as shown on attached drawing. $ $ TOTAL $ $ NOTE - Please show TOTAL on Page TOTAL ANNUAL COST $ $ 00267 ^^ DIVISION E. PROPOSAL (BID FORM) (continued) C ' H. For accounting purposes, please indicate a bid breakdown by location. This info niation shall be reauired of all bidders and bids not including this data will be rejected. (2) Area B - North Central County LOCATION ITEM LUMP SUM PRICE (in figures) BID ALTERNATE BID al Buchanan Field Airport Maintain landscaping in various areas adjacent to John Glenn Drive and median on Meridian Park Boulevard. as shown on attached plans. 5 $ TOTAL $ $ T2 Pacheco Boulevard Maintain median islands on Pacheco Blvd. from Vine Hill Road to Second Avenue South as shown on attached plans. S $ TOTAL $ $ 3 Treat Boulevard Maintain Median islands on Treat Blvd. from Buskirk Avenue to Carriage Drive as shown on attached plans S $ TOTAL S $ #4 Alcohol Rehabilitation Maintain landscaping at 112 Blue Ridge Drive, Martine-,_ 5 S TOTAL S S 5 Sheriff Storage Maintain landscaping at 401 Escobar Street, Martinez. S $ TOTAL $ LOCATION ITEM LUMP SUM PRICE (in figures) BID ALTERNATE �'9TO — #6 Educational Media Center Maintain landscaping at 2371 Stanwell Drive, Concord $ S TOTAL 47 Health Building Maintain landscaping at 2355 STanwell Circle, Concord and planter bed in parking lot east of building $ 3 TOTAL T8 Central Services Maintain landscaping at 2366 Stanwell Circle, Concord. $ TOTAL NOTE - Please show TOTAL on Page TOTAL ANNUAL COST 5 3 00269 (3) Area C - South Central County LUMP SUM PRICE LOCATION ITEMS (In Figures) BID ALTERNATE BID T1 Service Area M-4, South San Ramon Area a Maintain landscaped portion of Alcosta Blvd. median islands b Weed and litter control portion of Alcosta Blvd. median islands. S � c Maintain landscaped median islands on Village Parkway. S S (dT Road landscape maintenance as shown on attached plans. S TOTAL S 22 Service Area R-5, Danville South a Park landscape maintenance - Subdivision 3806 - 1.5- acre park as shown on attached plans S 5 b Roadside Maintenance - East side of Camino Ramon from approxi- mately 200'+ north of Joaquin Drive to approximately 300'+ south of Franciscan Drive and West side of Camino Ramon from Franciscan Drive 300'= south. S 3 TOTAL S #3 Assessment District 1973-3, Bishop anch - Maintain median islands on Alcosta Blvd, Crow Canyon Road, North Canyon Road and San Ramon Valley Blvd. as shown on attached plans S S TOTAL S S -04 Stone Valle Road a Maintain median island on Stone Valley Rd. Nest of Green Valley Rd. S S 002'rU (3) Area C - South Central County (Cont. ) LUMP SUM PRICE LOCATION ITEMS (In Figures) BID ALTERNATE BID n4 Stone Valley Road (Cont. b Maintain southwest median island at intersection of Stone Valley Rd. and Green Valley Road. $ $ (c) Maintain median island north of the intersection of Stone Valley Rd. & Green VAlley Rd. (weed control only). $ $ TOTAL $ $ NOTE: Please show total on Page TOTAL ANNUAL COST $ $ 00271 (4) Area D - East County LUMP SUM PRICE LOCATION ITEMS (In Figures) BID ALTERNATE BID #1 Service Area M-8, Discover Bay Maintain landscaping in median islands as shown on attached plans. S S TOTAL $ $ T2 Brentwood Library Maintain landscaping at 648 2nd Street, Brentwood. 3 $ TOTAL $ $ #3 Oakley Administration Building Maintain landscaping and parking lot at 210 O'Hara, Oakley. S S TOTAL $ $ =4 Willow Pass-Port Chicago Highway Maintain medians at the inter- section of 'Willow Pass Rd. and Port Chicago Highway as shown on attached plans. S $ TOTAL $ $ NOTE: Please show total on Page TOTAL ANNUAL COST $ $ OU212 The following: questionnaire shall constitute an Inclusion cc the bid documents and shall be CoMpleted and attached to the Bid (Proposal) Form, aionb with the necessary attachments.. Omission of :he completed questionnaire from the Bid Form or failure to answer all applicable questions shall be grounds for rejection of bid in accordance with the Contract Uocus<ncs, Division 3. INSTRUC."!Ml -0 3IDOM. Section 10 (Page 1) IRREGUTAR PRUCOS..(s. Inclusion of this questionnaire is at the request of the State Attorney General. QUFSTIMMAIRE TO CLUERAL CONTRACI.ORS 1. Were bid depository or registry services used in obtaining subcontractor bid figures in order to compute your bid? Yes ( ) No ( ) 2. If the answer to No. I is "ye+," please forward a copy of the rules of each bid depository you used with this questionnaire. 3. Did you have any source of subcontractors' bids other than bLd depositories' Yes ( ) No ( ) A. Has any person or group threatened you with subcontractor boycotts, union boycotts, or other sanctions to attempt to convince you to use the services or abide by the rules of one or more bid depositories? Yes ( ) No ( ) S. I. the answer to No. 4 is "yes", please explain the following details: =r:; (a) Date: (b) Nasse of person or group: 1 e Job involved if applicable): '•' ( ) ( d Nature of the threats: (t) Additional comsasnca: Vs e a ddttional a erf necessary) ) "a,•rZv. .. •..`,i,.t.,.1.<.� �P%'O'11.,1T'^�����'•.er•T��'l`.:A:w:u..- - tia`j'?:1,:+ iz :.........:... .t, , 2. , 2 . ..:.::..... .,........ -13- 00273 CONT FaNCT (Construction Agree:-ent) (Contra Costa County Standard For: ) SPECIAL TERMS. These special teens are incorporated below by reference. (SS2,3) Parties: (Public Agency] (Contractor] tComplete legal na— (S2) Effective Date: [See 54 for starting date.] (53) The Work: (S4) Completion Time: (strike out (a) or (b) and "calendar" or °working"] (a) By (date] (b) Within calendar/working days from starting date. , (55) Liquidated Darrages: S per calendar day. (S6) Public Agency 's Agent: (57) Contract Price: 5 (for unit price contracts: more or less, in accordance with t;nishad quantities at unit bid prices.) (Strike out parenthetical material if inapplicable.) SIGilATURES S ACc:JO:YL:iJG�d�:!'. Public Agency, By: (President, Chairman Or Other Designated Representative) (Secretary) Contractor, hereby also acknowledging awareness of and compliance with Labor Code 51861 =c^.cerning Workers' Compensation Law. By: (CORPORATE [Designate official capacity in the business SEAL] By: Design•ite oiticial r-3paclty in the business ;tote to Contractor (1) Execute acknowledgment form below, and (2) if a corpora- tion, affix Corporate Seal. - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - State of California ) ss. (by Corporation, County of ) Partnership, or Individual) person(s) signing above for Contractor, Anown to me in individual and business lr•ity as stated, personally appeared before .r.c today and acknowledged that he/they :uteri it and that the corporation or partnership named above executed .d: (NOTARIAL SEAL) Notary Public - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -�)- - - - - - = APPROVED by County Counsel. 002'14 (Page 1 of 4) K Con-rRAc"P, a::I,2i)t;t:::. ( Y B. Lite.ir ni•inaLtire•. :in :;ucu1 , t.t`.£�.c.L.'tt•, i�tt'. Lliu abort' these parties prot.ise anti al-jret, .L: '&ortlt ill Uhl: Cecil tact., 122CC�r•2�oratStlC; by refer.nces. .the naterial (",pccial term:.") in 'Sec. L (b) Contractor :,hail, at his .own; d expense, and in a workmanlike matlncr, filly and faitht=ulls perform and complete r):; and will furnish all materials, labor, services and transportation necassary, fent and proper ill order fairly to p-_rfurn the re.ittirt•:.u!::tsof Lhi:i contract,; all ly in accordance wi tlt the Public AgvncS'n plans, drawinrl and rPccifications. he work can be changed only with Public Agency's prior -written 'order`'specifying, such and its cost agreed to by the partic ; and the Public Agency- shall, never stave to re than specified in Sec. 7 without such an order. rME: NOTICE TO PROCEED. ' Contractor shall start this wort; as directed in the sP eci ions or the Notice to Proceed; and shall complete it as specified' in 'Sec. 1. IQUIDATED DAMAGES. If the Contractor fails to complete this contract: and this work n the time fixed therefor, allowance being made f-- contingancies as provided herein,. " comes liable to the Public Agency for all its losn and damage therefrom;, and because, ` , the nature of the case, it is and will be itapracticable and extremely difficult ,to < twin and fisc the Public Agency's actual damage from any delay in perfornance hereof,,' agreed that Contractor will pay as liquidated damacles to the Public,,lgency "the nable sum specified in Sec. 1, the result of the parties' reasonable endeavor to ate fair average compensation therefor, for each c:alctuiar day's dolsy,`ill Un.ishi:nq work; and if the same be not paid, Public'Arir•nry may, iu :i,WLLi on to its othnr ies, deduct the sane from any tsu1t2ry-titu• c+r L.+ he t �»a tittt• Cunt tacte,r uita,•r- Chir: con- If the.Public Agency for any cause attLhori.- S or conLriljtiLr, ,to a uk:lay,`:,uspe n of wor): or extension-of tine, itn duration shall be added to the tine allowed for' etion, but it shall not be deemed a waiver nor be used to d%.feat any right of the y to damages for non-completion or dciay hereunder. Pursuant to Government Code';Sec: the Contractor shall not be "a::sossed lititu=elated danages fe)i: del,11 in completion of ork, when such belay t-ras cause-_I by the failure of thtr Prbi.ic AcJectc°t or the owner' of.a-,. ty to provide for renoval or relocation of a:cistiny utility facilities. r7TEGRATEU UOCUM.L••i:TS. The plans, tirawirlys anti specifications or special provisions e Public Agency s call for bias, and Contractor's acccoted bid for this work are . y incorporated into this contract: and they are intended to co-operate, so that any exhibited in the plans or drawings, and not 'mentioned in the specifications or al provisions, or vice versa, is to be executed as if a.-thibited, mentioned and set in both, to the true intent anO meaning thereof when .aken all together; and rences of opinion concerning these shall be finally determined by' Pubiic Agency`s specified in Sec. 1. AYMENT. (a) for his strict anti literal fulfillment of mese promises and conditions,. s Nil compensation .for- all this wor%, the public Agency shall nary twin Contractor um specified in Sec. 1, except that in unit price contracts the payment shall be for hed quantities at unit bid prices. b) On or about the first day of each calendar month the Contractor shall submit to ublic Agency a verified application for 'payment, supportcrd by a statement showing aterials actually installed during ,Lhe`preceding month, the -labor expended thereon,- he cost thereof; whereupon, after checking, the% Public Agency shill issue-to 'actor a certificate for the at.tount de-termined to be due, minus 10% thereof pursuant, vernment Code Sec. 530G7, ,but not until defective work and materials have been" ,ed, replaced and made good. PAYMENTS WITHHELD. (a) The Public Agency or its agent may withhold .any payment, or`- Ise of later discovered evidence nullify all or any certificate for payment, to such ,t and period of time only as may be necessary to protect the Public Agency from loss: Ise of: 1) Defective work not renedied, 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 b) Damage to the Public Agency, other than damage due to delays. The Public Agency shall use reasonable diligence to discover and report to the ;actor, as the work progresses, file :materials and labor which are not satisfactory= .to o as to avoid unnecessary trouble or cost to the ,Contractor.in making good any tive work or parts. 35 calendar days after the Public Agency files its notice of 'completion of th (Page 2 of 4) t shall issue a ,ccrtifi. -_e to the Contractor and pay ti- balance': of,.the -contract: iter deducting ;all amounts withheld under this contract, provided.-`the contractor.' ,tat all claims for labor and materials have bclen paid, no claims. ciave been. eci to the Public Agency based on acts or omissions of tae Contrac_or, and no liens hold notices have been filen against the word: or site, and nrovided there are not ule inuications of defective or missing work or of litte-recorded notices.of, liens';. ns a•r.ainst Contractor. UI:ANCL. (Labor Code 551060-6i) On signing this contract, Contractor nus t''give< Agency (1) a certificate ,of consent to self-insure issued by the, Diiector of ial Relations, .or (3) a certificate of Workers' Compensationinsurance issued by tted insurer, or (3) an exact. copy_or duplicate `thereof `ccrtifi.ed.;by the Director insurer. Contractor is azure of acid complies' with Labor Code Se:c' 3700 and ;the Compensation Law. DS. On signing this contract Contractor shall deliver to rublic Agency for-` 1 good and sufficient bonds with sureties, in amount(s) specified in the specifi- or special provisions,' guaranteeing his faithful perfoT�ance of this contract, and his: for all labor and ,materials hzrcunder. LI.IL': To rhm'um. ,If the Contractor at any time refuzes or neglects, without fault Public Agency or its agents) to supply sufficient materials or ,workmen to. e this agreement and_work as provided herein. for a 9 P period of 10. d j� or -mo after notice thereof by :the Public`,Agencj, the Public ;Agenc-j may .furnish sa,r..e and: deduct sonable expenses thereof from the contract price. IS APPLY. General. Both ;parties recuynixc the applicability of- various .federal, ; ndlocal laws and regulations, especially Chapter 1 of Part 7:, of- the :California 'ode (beginning with Sec. 172U, and including Secs.. 1735, 1777.5, & .1777:G` for5iddin g iination) and -intens] that this a� reement complies therewith. The 'A J f parties specifically to that the relevant penalties and forfeitures provided in the Labor Code, cspeeially 'in 1775 & 1813, concerning prevailinq wages and hours, -stt.zll; applyto this `agreement:as fully stipulated herein. CONTRACTORS. Government Code 554100-4113 are incorporated herein. PE PATES. (a) Pursuant to Labor Code Sec. 1. 3, the Director of" f the Department 'of.. -iaT 1.Relations has ascertained the' aeneral prevailing rates of wages oer diem, and'for, r and overtime work, in the locality in which this work is' to .be, erforr ed, `'for each<<craj P . 'ication, or type of workman,needed to _kecute this contract, and said rates are,,-,as" ed in the call forbidsfor this work and are on file with the Public Agency, and " 'eby incorporated herein. - This schedule of wages is based on a working day of 8 hours unless other-wise ed; and the daily rate is the hourly rate multiplied by ;the number of hours ''con ;ng t)te working day.. When less than that number of hours are worked, the daily wage proportionately reduced, but the hourly rate remains as stated. a ie Contractor, and all his -subcontractors, must pay, at least tciese rates, to."all on this work, ;including `all travel, subsistence, and fringe benefit payments !d for by applicable collective bargaining agreements. All skilled- labor not listed, %ust be paid at least the wage,scale established by eollective, bargaining agren_mr t_ rh labor in the locality where such work is being performed. ' `If it;becomes neces it the Contractor or any subcontractor to employ ,any person in a craft, classfi- or type of work (except executive, supervisory, .aduiinistrative, clerical or other wal workers as such) 'for which no mininurn'wage rate is specified, the:Con>_ractor, Immediately notify the Public Agency which shall promptly determine`' the,prevailina lte therefor and furnish the Contractor with the minimus, rate based thereon, which ipply from the time of the initial employment of the person affected and during the Lance of such employment. ?S OF LABOR. Eight hours of labor in are calendar day constitutes a legal day's: nd no worknan employed at,any time on thin war); by the Contractor-or by 'any ;sub- for shall be required_ or permitted to war]: longer thereon except as.provided in ode Secs. 1810-1815.' RUJTICES. Properly indentured apprentices may be employed on,:th s '.work. ;in . 0�2 nee with Labor Code Secs. 1777.5 and 1777.5, forbiddincf discrinl,nation. ss (Page 3 of 4) . ., _ Pltl.l•1,M44C:I; I.OR 2L1'MKIAL; i}tt• iret,tt-. _thL- iueiustriCs and :)t,ty of Contra Costa County, and tiie Contractor therefore: promises to use the products, :ten, laborers and mechanics of this County in ev-ry case :where the price, fitness :and, ity are equal. ASSIGNMENT. This agreement binds the heirs, sucenssurs, assi,ns, and representatives:. he Contractor; but he cannot assi5n it in whole or in r irr_ nor inr nr)nif%r. due or to me due under it, without the prior wriLt:an const-nt of t't�.: PuUiic ,Agency and the ractor's surety or sureties, unless they have wnivt_nj :tnticc of assignment. NO WAIVER BY PUBLIC AGENCY. Inspection of tate wort, ane!/or materials, or approval o:= and/or materials inspected, or statement by any officer, 'agent or employee of the is Agency indicating the work or any part thercoE con plics :.ith the requirements, of contract, or acceptance'of the whole or any part of said work.and,,,J'or material:-.,. or" ,eats therefor, or any cohbination of thele acts,-- shall rot relieve the Contractor of obliyation to fulfill this contract as pruseribtid; nor shall the Public agency Fac" eby estopped from bringing any action for damaycs or en[orccrent ari ing from the ,ure to comply with any of the terns anti conditions hereof. HOLD IIARIILLSS & I?1IX12IITY. (a) CiontracLcor pron:isA:!s to -` u shall hold harmless and. :mn.iry from the liabilities as defined in this section. (b) The indemnitees benefited and s rot r-tcft isy 11hi:. pry miss: are the I'ubli.c recency, its elective and appointive board;, colTl: issinn-;, officers, :a-aents and employees., (c) The liabilities protected against are any li.ibi Li t-%r or claim for cianage of any i allegedly suffered, incurred or tl.ret.tcaec3 ber::tus^ of `'ac-tic-::s ::cfinfscl below, including: .oval injury, death, property d.-mane. i:�-: r:r_ c-,ndenn-,tion, rnr an combination of these,., irdless of whether or not such liability, ci,;m ^r damagn -;is unfoJ re-seeable at any time ire the Public regency approve-Ifthe improven�nt plan or Aacr_ptcd the ir..urovements as sleted, and including the defense of anv suit(s) or act nn(s, at law or equity concerning se. (d) The actions causing liability are any act or omission inegligent or non-negligent :onnection with the scatters covered by Uii:, contract and attributable' to the contractor, :ontractor(s) , or any officer(s) , agent(s) or emuloyce(s) of''one or more of them, (e) Non-Conditions: The promist! and agreement in this section is not conditioned or, indent on whether or not any Indertnittee his prepare6, sul-lpli.ed, or approved any wing(s) , specification(s) or special provision(s) in connection with 'this work, has " urance or other indemnification covering any r_C mese maters, or that the alleged age resulted partly from any negligent or willful, misconauct of any Indemnitee. F,;{LAVATION. Contractor shall comply with the- provision:: of Labor Codd Sec. 6705,. if. " icable, by submitting to Public Agency a d^tailed plan showing the design of shoring' ting, sloping, or other provisiona to be .rade for worker protection-from the hazard af" ing ground during ,trench excavation. (Page. 4 of 4) It :Rev. -11.-76) IVISION G. GENERAL CONDITIONS SECTION 2. 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: Addendum--A document issued by the County during the bidding period which modifies, supersedes, or supplements the original contract documents. Agreement--The written document of agreement, executed by the County and the Contractor. Architect or Engineer--Shall mean the architect, engineer, individual or co-partnership, employed by the County of Contra Costa; as designated on the title sheet of these specifications. When Contra Costa County is designated as the Engineer, Engineer shall mean the Public Works Director, or his authorized representative. Bidder--Any individual , partnership, corporation, association, joint venture, or any combination thereof, submitting a proposal for the work, acting directly, or through a duly authorized representative. Board of Sucervisors--Shall mean the duly elected or appointed officials who constitute sucn a 3oard, who will act for the County in all matters pertaining to the Contract. Chanae Order--Is any change in contract time or price and any change in contract documents not covered by substitutions, submittals, or field orders. Project Inspector, Construction Suoervisor, Insoector, or Clerk of the Works shall mean the authorized agent of the County at the site of the work. Contract--The contract is comprised of the contract documents. Contract Documents--The contract documents include the agreement, notice to contractors, instructions to bidders, proposal , plans , general condi- tions, supplementary general conditions, specifications, contract bonds, addenda, change orders, and supplementary agreements. Contractor--The individual , partnership, corporation, associa- tion, joint venture, or any combination thereof, who has entered into a contract with the County. County--Shall mean the County of Contra Costa, a political . subdivision of the State of California and party of the firs= part', or its duly authorized agent acting within the scope of their authority. 00278 • -25- Field Order--Is an instruction given during the course of the work, not involving a change in contract time or price. General Notes--The written instructions , provisions, conditions or other requirements appearing on the drawings , and so identified thereon, which pertain to the performance of the work. Plans--The official drawings including plans, elevations , sections, detail drawings, diagrams , general notes , information and schedules thereon, or exact reproductions thereof", adopted and approved by the County showing the location, character, dimension, and details of the work. Specifications--The instructions, provisions, conditions and detailed requirements pertaining to the methods and manner of performing the work, or to the qualities and quantities of work to be furnished and installed under this contract. Superintendent--The representative of the Contractor who shall be present at the work site at all times during performance of the work. Such. Superintendent shall at all times be fully authorized to receive and act upon instructions from the Architect or his authorized agents and to execute and direct the work on behalf of the Contractor. Supplementary Agreement--a written agreement providing for alteration, amendment, or extension of the contract. Work--The furnishing and installing of all labor, materials, articles, supplies and equipment as specified, designated, or required by the - contract. SECTION 2. GOVERNING LAWS AND REGULATIONS: A. The Contractor shall keep informed of and observe, and comply with and cause all of his agents and employees to observe and comply with all prevailing Federal and State laws, local ordinances, and rules and regulations made pursuant to said laws, which in any way affect the conduct of the work of this contract. S. All work and materials shall be in full accordance with the latest rules and regulations of the Uniform Building Code, the State Fire Marshal , the Safety Orders of the Division of Industrial Safety, the National Electric Code, the Uniform Plumbing Code published by the Western Plumbing Officials association, and other applicable State laws or regulations, Nothing in these Plans or Specifications is to be construed to per. -nit; work not conforming to these Codes. SECTION 3. PATENTS AND ROYALTIES: A. The Contractor shall provide and pay for all licenses and royalties necessary for the legal use and operation of any of the equipment or sompi& ' '26— used in the work. Certificates showing the payment of any such licenses or royalties, and permits for the use of any patented or copyrighted devices shall be secured and paid for by the Contractor and delivered to the County at com- pletion of the work, if required. . SECTION 4. BOND AND INSURANCE: A. The Contractor to whom the work is awarded shall within five (5) working days after being notified enter into a contract with the County on the Contra Costa County Standard Form for the work in aconrdance with the pians and specifications, shall furnish and file at the same tune labor and material and faithful performance bonds as set forth in the aivertisement for bids , on a form acceptable to the County. B. COMPENSATION INSURAINCE: The Contractor shall take out and maintain during the life of this Contract adequate :yorkmen's 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 subcontractor similarly to provide Workmen's Compensation Insurance for the latter's employees , unless such employ- ees .are covered by the protection afforded by the Contractor. In case any class of employee engaged in ha-zardous work under the Contract at the site of the project is not protected under the 'Workmen's Compensation statute, or in case there is no applicable Workman' s Compensation statute, the Contractor shall provide adequate insurance for the protection of his employees not otherwise protected. C. Public Liability and ?ropert,/ Damane Insurance: The Contractor, at no cost to Contra Costa County, 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 3500,000 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. Contractor shall furnish evidence of such coverage, naming Contra Costa County, 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. CE?TIFICATES OF iySURrNCE• Certificates of such Workmen' s ComGensation, Public Liability, & Property Damage Insurance, seali de filed 4i_h .he County and shall be subject to County approval for adequacy of protec_ion. 002bU -27- • 1 - DIVISION G. GENERAL CONDITIONS Section 4. Bond and Insurance: (continued) E. PERFORMANCE BOND: One bond shall be in the amount of the Contract, and shall insure the County during the life of the Contract against faulty or improper materials or workmanship that may be discovered during that time. F. LABOR AND MATERIALS BOND: One bond shall be in the amount of fifty ' percent (50%) of the Contract price, and shall be in 'accordance with the laws of the State of California to secure the payment of all claims for labor and materials used or consumed in the performance of this Contract and of all amounts under the Unemployment Insurance Act. Section 5. Payment Schedule A. On a monthly basis, the Contractor will furnish the Public 'Works Director with an invoice for work done during the previous month, giving dates and service area name and number. B. Payment shall be made on receipt of said invoices at the contract Tump sum price divided by Twelve (12). C. Invoices are to be directed to: Contra Costa County Public Works Department 6th Floor, Administration Building _ 651 Pine Street Martinez, California 94553 Attention: Grounds Maintenance Superintendent Section 6. Subcontracting A. The Contractor shall be responsible for all work performed under the Contract, and no subcontractor will be recognized as such. All persons engaged in the work will be considered as employees of the Contractor. B. The Contractor shall give his personal attention to the fulfillment of this contract and shall keep the work under his control. 00281 SECTION 7. TIME OF WORK AND DAMAGES A. The County will designate the starting day of the contract on which the Contractor shall immediately begin and thereafter diligently prosecute the work to completion. B. Any money due, or to become due, the Contractor may be retained to cover said liquidated damages and should such money not be sullicient to cover such damages, the County shall have the right. to recover the balance from the Contractor or his sureties. SECTION 8. WORK SCHEDULE Within one :•geek after the Contractor has been notified to start work, he shall submit to the County a practicable work schedule of operations on a form approved by the County. The schedule of operations shall show the order in which the Contractor proposes to carry out the work. When required by the Countv, the Contractor shall submit an adjusted work schedule on the approved form to reflect changed conditions . SECTION 9. PERMITS AND LICENSES The Contractor shall obtain all permits , and all licenses, that are required for the performance of his work by all laws, ordinances , rules, regulations , or orders of any officer and/or body lawfully empowered to make or issue the same and having jurisdiction, and shall give all notices necessary in connection therewith and Day all fees lawfully required relating thereto and all costs and expenses lawfully incurred an account thereof. SECTION 10. CONDUCT OF WORK A. The Contractor shall observe that the County reserves the right to do other work in connection with the project by Contract or otherwise, and he shall at all times conduct his work so as to impose no hardship on the County or others engaged in the 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 pro- per quality, and equipment to properly carry on the work and to insure completion of each part in accordance with his schedule and with the time agreed. C. The Contractor shall personally superintend the work and shall main- tain a competent superintendent or foreman at all times empowered to act in all matters pertaining to the work. -22- 00282 SECTION 11. INSPECTION A. The Contractor shall at all times permit the County and their authorized agents to visit and inspect the work or any part thereof. B. Whenever the Contractor intends to perform work on Saturday, Sunday, or a legal holiday, he shall- give notice to the County of such intention at least two working days prior to performing such work, or such other period as may be specified, so that the County may make necessary arrangements. C. The County will inspect each area. In the event the inspection report notes failure to satisfactorily maintain an area, the Contractor shall re-work the area within seven calendar days. Re-inspection at completion of re-work is mandatory and, if unsatisfactory, will result in a Fifty Dollar ($50.00) charge to the Contractor from the County and to be deducted from the current month's billing. Each subsequent re-inspection will result in a similar charge in the same amount until the area has been satisfactorily re-worked and brought up to standard in the sole opinion of the County. D. If the Contractor fails to re-work within seven calendar days , the County will accomplish the necessary work, either with its own forces or with others, and the cost thereof, including a one-time re-inspection fee of Fifty -Dollars (550.00) will be deducted from the current month's billing. Continued failure to perforin will result in termination of .the contract SECTION 12. REJECTIONS OF .MATERIALS The Contractor shall promptly correct all work rejected by the County as failing to conform to *he Contract; and the Contractor shall promptly replace and re-execute his work in accordance with the Contract and without expense to the County. SECTION 13. INTERPRETATION OF CONTRACT REQUIREMENTS A. Conflicts in the Contract Documents : In the event of conflict in the contract documents, the priorities stated in subdivisions 1, 2 and 3 below shall govern: 1. Addenda shall govern over a]1 other contract documents, except the County's Standard Form Agreement unless it is specifically indicated that such addenda shall prevail . Subsequent addenda shall govern over prior addenda only to the extent specified. 2. In case of conflict between plans and specifications , the specifications shall govern. 3. Conflicts w4 _.-,in -he Soeciicns: a. The "General Conditions of the Contract" sh11 � y rn 40 -30- over all sections of the specifications except for specific modifications thereto that may be stated in (" the Special Conditions. b. Omissions: If the contract documents are not complete as to any minor detail of a required system or with regard to the manner of combining or installing of parts, ma. - rials, or equipment, but there exists an accepted trade standard for good and workmanlike construction , such detail shall be deemed to have been impliedly required by the contract documents in accordance with such standard. SECTION 14. CLARIFICATIONS AND ADDITIONAL INSTRUCTION A. Notification by Contractor: Should the Contractor discover any con- flicts, omissions , or errors in the contract documents or have any question concerning interpretation or clarification oil the contract documents , or if it appears- to him that the work to be done or any matters relative thereto are not sufficiently detailed or explained in the contract documents , then , before proceeding with the work affected, he shall immediately notify the County in writing and request interpretation , clarification or furnishing of additional detailed instructions concerning the work. All such questions shall be resolved and instructions to the Contractor issued within a reasonable time by the County, whose decision shall be final and conclusive. Should the Contractor proceed with the work affected before receipt of instructions from the County, he shall remove and replace or adjust any work which is not in accordance therewith and he shall be responsible for any re- sultant damage, defect or added cost. B. Field Orders: During the course of the work the Architect and/or Engineer may issue 'Field Orders regarding the work. These Field Orders will supplement the Plans and Specifications in order to clarify the intent of the contract documents by adjustment to meet field conditions or to make the various phases of the work meet and join properly. A Field Order involves no change in contract time or price. SECTION 15. PRODUCT AND REFERENCE STANDARDS A. Product Designation: When descriptive catalogue designations , including manufacturer's name, product brand name, or model number are referred to in the contract documents, such designations shall be considered as being those found in industry publications of current issue at date of first invitation to bid. B. Reference Standarts When stardards of the . __j_-a; Save--:-ent :rade societies, or trace associations are referred to in tie con.rac: documents by specific d2ta of issue, these shall be considered a ;part of this contract. When such references do not bear a date of issue, _ne carrent published edition at date of first invitation to bid shall be considered as part of this contract. 00281 -31- SECTION 16. MATERIALS, ARTICLES, AND EQUIPMENT A. Material shall be new and of quality specified. When not particularly specified, material shall. be the best of its class or kind. The Contractor shall . if required, submit satisfactory evidence as to the kind and quality of material . Price, fitness and quality being equal , preference shall be given to products made in California, in accordance with Section 4380 et Seq. , of the Government Code, State of California. B. Wherever the name or brand of a manufacturer's article is specified herein , it is used as a measure of quality and utility or a standard. If the Contractor desires to use any other brand or manufacture of equal quality and utility to that specified, he shall make application to the County in writing for any proposed substitutions.. Such application shall be accompanied by evidence satisfactory to the County that the material or process is equal to that specified. Request for substitution shall be made in ample time for the County's consideration as no delay or extra time will be allowed on account thereof. Evidence furnished to the County by the Contractor shall consist of adequate size samples of material , testing laboratory reports on material or process, manufacturer's specification data, field reports on product's approval and use by other public agencies , and experience or other data as required by the County. The County's decision concerning the refusal or acceptance of proposed substitute for that specified shali be accepted as final . Requests for sub- stitution will only be considered when offered by the Contractor with the rea- son for substitution. Failure to submit competent evidence as required and requested by County shall be considered grounds for refusal of substitution. C. All materials shall be delivered so as to insure a speedy and uninter= rupted progress of the work. 0. Within fi=tean (?S) da vs after The sianina of the Contract, the Con- tractor shall submit for aooroval to the County a complete list of all materials it is proposed to use under this Contract, which differ in any respect from materials specified. SECTION 17. PRESERVATION AND CLEANING A. The Contractor shall protect and preserve the work from all damage or accident. This shall include any adijoining property of the County and others. B. The Contractor shall properly clean the work as it progresses. As directed, rubbish shall be removed, and at completion the work shall be cleaned and all temporary equipment and rubbish shall be removed from the site, all being left in a clean and proper condition satisfactory to the County. SECTION 18. PAYMENT OF -=CE s.L OR STA!_ TAXES Any Federal , State or local tax payable on articles furnished by the Contractor, under h e Contract', shall be included in the Contract price and OU255 -32- paid by the Contractor. SECTION 19. ACCEPTANCE A. The work shall be accepted only after being satisfactorily passed by the County inspector. Any discrepancies or conflicts arising from such inspection shall be governed by Section 3 of Division B of these specifications. B. In judging the work no allowance for deviations from the Plans and Specifications will be made, unless already approved in writing at the time and in the manner as called for heretofore. _ - f -33- 0028- DIVISION H. TECHNICAL SPECIFICATIONS E� SECTION 1. SCOPE OF SERVICE A. The Contractor shall furnish all labor, materials and equipment required to satisfactorily perform thv landscape maintenance required by the County on the streets or areas as designated in the attached plans and these technical specifications. B. Maintenance of the various areas shall include, but not be limited to, weed removal , spading, plowing or loosening of the soil , fertilizing , mowing, watering, removal and disposal at a commercial garbage disposal site of debris, trash and detritus collected. C. The Contractor shall furnish to the Public Works Director, within 15 days after approval of the contract by the Board of Supervisors , a work schedule showing the proposed dates and time of work for the location shown on the pro- posal . The Contractor may change the schedule of work by submitting a revised work schedule at least 30 days prior- to the date when the revised schedule is planned to become effective. D. All plant material shall be in a healthy, growing condition during and at the end of the contract period. SECTION 2. LANDSCAPE MAINTFliAiNCE A. Weed, Insect and Disease Control 1. All planting, rock, concrete, and asphalt surface areas ; and immediately adjacent street gutters , shall be kept weed free. Maxi- mum weed population shall be three (3) weeds per square yard, and no weed shall remain over two (2) full weeks (fourteen-day period). 2. A program for control of weeds , insects , and diseases shall be developed by the Contractor and submitted with supporting manufacturers' data for written approval by the Public Works Director wi �hin 15 days of the approval of the contract. Such program shall include control of both narrow and broad-leaf weeds and fungal diseases in turf. Such program will be adhered to unless written approval to change said program is granted by the Public Works Director. 3. Application of weed, insect and disease control chemicals shall be within the season(s) best suited to the insects , diseases and vege- tation in question. 4. Any new or ex4, szinc plants or soil which 4n the opinion o: the Public Works D-(rector have been damaced by aoplying or lack of applying control chemicals shall be replaced by the Contractor at his expense. 5. Weed oils, granular or pelleted weed control chemicals and chemicals with a "Danger" pesticide label will not be allowed. -34- 002 1 DIVISION H. TECHNICAL SPECIFICATIONS SECTION 2. LANDSCAPE MAINTENANCE (continued) 6. The Contractor shall possess a valid California Pest Control Operator license and shall provide the Public !forks Director with such evidence prior to the application of any pest control chemicals. B. Staking and Guying 1 . Trees and shrubs susceptible to wind damage shall at all times be kept adequately staked or guyed per attached Standard Planting Details. Ties shall be loosened periodically to prevent girdling. 2. Where the supporting stakes have been broken, or where a replace- ment tree is planted, the stakes shall be of wood of uniform size, reasonably free of knots, and capable of standing in the ground at least two years, and they shall be 2 inches square and not less than 10 feet in length. See attached Standard Planting Details for Replacement Planting. C. Irrigation 1 . All planted areas shall receive the minimum amount of water neces- sary to allow normal growth and to insure the health of the vegetation therein. 2. The contractor is directed to reduce water usage down to survival limits for major plant materials such as trees and shrubs. - 3. The County may, at any time, alter any irrigation system and/ or landscaping to create a low water usage situation. Such work may be performed by County personnel and in accordance with Division G, Section 10, Paragraph A of this document. 4. Where irrigation systems and water spigots are installed and available, the County will furnish the water at no expense to the Con- tractor. The County will advise the Contractor of any allotments and the Contractor shall be liable for any excess use charges. In all other areas to be maintained, the Contractor. shail furnish the water as included in the contract price bid. During the rainy season where automatic irrigation systems are installed and available, the contractor shall set the controller to operate the irrigation cycle once a week for one to two minutes. The contractor shall furnish the Contra Costa County Public Works Director with a written record of any such change, to include the following: time setting, time of water'ng, day(s) of watering, and date of :ucn :ranee. The controller shall be set to operate in the morning before the heavy commuter traffic begins. - 00288 DIVISION H. TECHNICAL SPECIFICATIONS \ D. Repairs to Existing Facilities All portions of existing structures or facilities including irri- gation systems, which are damaged or altered in any way during the performance of work under this specification shall be repaired or replaced in kind and in an approved manner by the contractor at his expense. E. Fertilizer 1 . Commercial fertilizer shall conform to the provisions of Section 20-2.02 of the Standard Specifications of the State of California, shall be a complete fertilizer, part of the elements of which are derived from organic sources, and shall have a . guaranteed analysis of: Minimum Maximum Nitrogen 10io 20 o Phosphoric Acid 60%, 140% Water soluble potash 4% 7% and shall be applied at such a rate as to insure one pound of actual nitrogen per 1 ,000• square feet per application 2. Fertilizer tablets shall be 21-gram size with a guaranteed analysis of: Nitrogen 20.00% Phosphoric Acid 10.001% Water soluble potash 5.00% Combined sulfur 1.60% Iron 0.35% and shall be applied at the following rate: One tablet for each 1/2 inch of tree trunk diameter breast height or three tablets per tree, whichever is greater, inserted up to two feet deep but not less than eight inches deep, and spaced equidistantly around the dripline at the end of March of the Contract year. 3. Fertilizer shall be applied to turf areas three 3 -imes during the growing season and t:vo (2) times during the growing season of all other planting areas. 4. Where annual bulbs have been planted, :orrinercial bone areal steal 1 be incorporated into the soil during October. 5. All areas shall be bell watered within the 24-hour perioNs8 to fertilization. All turf areas shall be watered immediately after fertilizing. The contractor shall notify the Public Works Director in writing of each fertilization. DIVi,ION H. TECHNICAL SPECIFICATIONS SECTION 1. SCOPE OF WORK F. Pruning and Mowing 1. All trees and shrubs shall be kept pruned for health, shape, pre- vention of wind damage and public safety. Turf shall be maintained at a height of 21,-" at all times. 2. Hypericum calcinum shall be mowed once a year in the spring or in the dormant season, to a height of three (3) inches. 3. Where turf is present, two vertical mowings and two aerations shall be done to eliminate thatch and aid in water infiltration. Such verti- cal mowings and aerations shall be spaced so that there is one vertical mowing in the fall and one in the spring. All corings and thatchings shall be removed from the turf and disposed of at a commercial dump site. G. Litter Control All areas shall be kept litter-free. Litter pick-up shall be done at the two-week intervals or less as required to maintain a presentable appearance as determined by the Public Works Director. H. Plant Replacement The contractor shall replace any and all vegetation lost through lack of care as described in Items A.through G. Unusual occurrences or those beyond the control of the contractor may be excepted from this provision by the Public Works Director provided he is advised promptly by the contractor. I. Location of Work Area A - West County 1 . Service Area M-11 , Orinda Business (a) Park landscape maintenance - Northwest corner Brookwood Road and Camino Pablo as shown on attached drawings. (b) Road Landscape Maintenance (1 ) Triangle island in intersection at Camino Sobrante and Orinda Way. 00290 DIVISION H. TECHNICAL SPECIFICATIONS SECTION 2. LANDSCAPE MAINTENANCE (continued) (2) Along countyside of freeway fence on westerly side of Bryant Way. (3) Circular island at the intersection of Bryant Way and Moraga play. (4) Triangle island in intersection of Bryant Way and Davis Road. (5) Trees on both sides of Brookwood Road between Camino Pablo and Moraga Way. (6) Planted area on northerly side of Camino Pablo between Brookwood Road and Moraga Way. (7) Trees on southerly side of Orinda Way just westerly from Avenida Oe Orinda and on the westerly side of Avenida Oe Orinda just southerly of Orinda Way. (8) Trees and planted area aiong Pacific Gas and Electric fence on northerly side of Camino Pablo on westerly side of Brookwood Road, but does not include land- scaping on northwest corner of Brookwood Road and Camino Pablo. (9) Trees and shrubs in tubs (approximately 50 in number) throughout Orinda Business area, including those along Orinda Way,Moraga '.play, and Bryant- Way, at the south side of the corner of Camino Pablo and Camino Sobrante, and at the Southwest corner of Orinda Way and Santa Maria Way. 2. Service Area M-12, El Sobrante Business Maintain the street tree plantings on San Pablo Dam Road, El Sobrante as shown on attached plans. 3. Service Area ,M-17, Montalvin Manor Park a. 8± acre park as shown on attached plans. Included in the park maintenance are the park entrances , play equipment area and all sidewalks and drives , which shall be kept. swept clean and litter free. b. Additional landscaping of ground cover areas may be accomplished during :he contract year. Such areas shall be kept weed-free and upon completion and acceptance of installation, become part of :he -park landscape mainten- ance. 4. Service Area M-20 , Viewpoint Homes: a. Maintain in a weed-free condition the two median ift on Willow Avenue southeast of the freeway. DIVISION H. TECHNICAL SPECIFICATIONS SECTION 2. LANDSCAPE MAINTENANCE (continued) 4. Service Area M-20, Viewpoint Homes (Cont) b. Maintain landscaping within County right of way as shown on attached plans. c. Maintain landscaped median islands on Viewpointe Blvd. 5. Arlington Boulevard Maintain median island landscaping on Arlington Boulevard from Arlington Lane southerly to the Contra Costa County Line. 6. San Pablo Avenue Maintain median island landscaping on San Pablo Avenue and Tara Hills as shown on attached drawings. Area B - North Central County 1 . Buchanan Field Airport a. Maintain median islands on John Glenn Drive. b. Maintain easterly side of John Glenn Drive where planted as shown on plans. c. Maintain lawn and other planted areas around terminal building and Department of Agriculture offices. d. Maintain median island on Meridian Park Boulevard northwest of Concord Avenue. 2. Pacheco Boulevard Maintain median island landscaping on Pacheco Boulevard from Vine Hill Road to Second Avenue South and island on Carolos Drive as shown on attached plans. 3. Maintain median island landscaping on Treat Boulevard from Buskirk Avenue to Carriage Drive as shown on attached plans. 4. Alcohol Rehabilitation Maintain landscaping at 112 Blue Ridge Drive, Martinez. 5. Sheriff Storaae Maintain landscaping at 401 Escobar Street, Martinez. 6. Educational Media Center Maintain landscaping at 2371 Stanwell Drive, Concord and control weeds around said building. 002- 9 DIVISION H. TECHNICAL SPECIFICATIONS SECTION 2. LANDSCAPE MAINTENANCE (continued) 7. Health Building Maintain landscaping at 2355 Stanwell Circle, Concord and planter bed in parking lot east of building. 8. Central Services Maintain landscaping at 2366 Stanwell Circle, Concord and planter beds in parking lot south of building. Area C - South Central County 1. Service Area M-4, South San Ramon a. Maintain median islands on Alcosta Boulevard from just west of Davona Drive easterly to Estero Drive. (Landscaped) b. Maintain median islands on Alcosta Boulevard northerly from Estero Drive to end. (Weed and litter) c. Maintain median islands on Village Parkway from Alcosta Boulevard southerly to Contra Costa County Line. d. Road Landscape Maintenance (1 ) Maintain west entrance in front of brick wall on Fi recrest Lane just northerly from Wi nterhaven Court. (Z) Maintain narrow planted area on east side of �- Firecrest at Alcosta Boulevard. (3) Maintain east and west 'si des of Broadmoor Drive at Alcosta Boulevard. (4) Maintain northerly side of Alcosta Boulevard be- tNeen fence and curb from Bellemeade easterly to Southern Pacific Railroad tracks, approximately 400 yards easterly, and from Firecrest Lane to fence, approximately 300 yards easterly. (Weed and litter control only) (S) Maintain east and west side of Bellemeade Drive at Alcosta Boulevard. (6) Maintain westerly side of Tareyton Avenue from Monte- video Drive to fence at Pacific Gas electric Company property, approximately 100 yards south of Springdale Lane. (8) Maintain northeast and southeast corners of tht section of Pine Valley Road and Tareyton Avenue. (9) Weed and litter control areas only -- weed and remove litter as needed to maintain a presentable appearance QTVTSTON H. TECHNICAL SPECIFICATIONS SECTION 2. LANDSCAPE MAINTENANCE (continued) 2. Service Area R-5, Danville South a. Subdivision 3806 - 1 .5± acre park as shown on attached plans. Included is the Landscape Park Maintenance are the park entrances and dracaenas fronting on Velasco Court and Severe Court. The fronting sidewalks should be swept clean of rock from the maintained frontage areas. b. Roadside maintenance - Maintain east side of Camino Ramon from approximately 200'x' north of Joaquin Drive to approximately 300'± south of Franciscan Drive and west side of Camino Ramon from Franciscan Drive 300'± south. Also maintain 2 median islands on Camino Ramon at intersection of Greenbrook Drive. 3. Bishop Ranch Maintain median island landscaping on Alcosta Blvd. , Bollinger Canyon Rd. , Crow Canyon Rd. , Norris Canyon Rd. and San Ramon Valley Blvd. as shown on attached plans. 4. STone Valley Road a. Maintain median island on Stone Valley Road*west of Green Valley Road. b. Maintain southwest median island at intersection of Stone Valley Road and Green Valley Road. c. Maintain median island north of the intersection of Stone Valley Road and Green Valley Road (!deed control only). Area D - East County 1 . Service Area M-8, Discovery Bay Maintain landscaping in the Discovery Bay area as shown on attached plans. a. Cul-de-sac at Discovery Point. b. Cul-de-sac at Laguna Court. c. Cul-de-sac at South Point. d. Median islands on Discovery Point. e. Median islands at Discovery Point and lido Circle. f. Median islands on Discovery Bay Blvd. Q V g. Cul-de-sac at `Willow Lake Court. VV 94 h. Median islands on Discovery Bay Blvd. just north of Highway 4. i. Street trees in right of way on Discovery Bay Blvd. from Highway 4 to Riverlake Rd. DIVISION H. TECHNICAL SPECIFICATIONS SECTION 2. LANDSCAPE MAINTENANCE (continued) 2. Brentwood Library Maintain landscaping at 648 2nd Street, Brentwood. 3. Oakley Administration Building Maintain landscaping and parking lot at 210 O'Hara, Oakley. 4. ;Dillow Pass-Port Chicago Highway Maintain medians at the intersection of Willow Pass Rd. and Port Chicago Highway as shown on attached plans. 0029 flits jod 1 !,ifi(-j 10 11 r I x I it tA opf- E AL#4 7::rkAt4r,-Y,.*'(,At.:l WIM. IRE!, eAtll PLA14 �,M(JtLll MtA-Cl-1 (3' Dep I$I) PIPF- ✓ eow 1., 4, 1'A ,1 1, 6M.I. —RU01 1!iALI- k0,1 bAl-t- "4'r — R I I R ACA-E T' �---I-t-tdrjt.IZf-R TA5LLf*' At-$] liUt.E{kt7UGItE t! 7(11-?.�'A'- 14OLL(ROUGtAL0 V IrJJu I!'r"j IOM 310E 1401-E- 1Wro torro-Sor Ito- .All k1pe butAp Pi All RFORATE-D PIPE!,UtAF' I"t-A"I kEkI 0kA:IkD --A)PAP ,:t OR I-I I I 111PF- DUMP -C.IRA I L W FIM-t-A)Ml- k I-JW-A'ft�C:i PPL- t;,UIAP Pf-kI 4 i;C Genu (A 4A.f'1 W -, , ,I✓ .t- -ROCJT 1!,ALt- PL 14 0� 14 A I I -,)IAL t:STAKE ---C+t-)Y WlkL- t'F"pr (At't, " ETAIL A (I(.At) -!- L A 0'-C 01 A I-ALT f R 'I�rl" DF—TAIL G (U-01�11flc� DETAIL 5 DETAIL C toot.}) "P%" "Amt,'I L k Ar-I lj't> _j -REE PLANTING (3 : 1 SLOPE AND LF-55) PRESERVATION fill)I 2 z.1.i6-a:)TAKt�. koof rAt REE TfCt�(LAr_1 wm�) A(FIL 1. kOo( CiALL. 7!,Tk-Af4D WIRE, k 00 1 V�A 1.L lio"I jklt,i'c�i.f.lk 6AC_Kj=jj�l_ !'Iot�ti) -*tl 'Y PIPE. COti '--jC.AL P-A14T HALE (14OL4,14i` -%t41 44()1 1 (Rotj61404 it4(-t)lt P--)RAJE.2;bAC I, ot4COKPORAI'f- ZiEACKFILL AC+LL1-a �__I_M.__�.___�-_1'_.-`� a4TO C�0 f r0M VOF 140i-F- Ir To Jx�r TnM e OF ;iOL V. DETAIL H b,,Ap ROTE� FOR bl-OPr� Pi-m-ATIl-k-L, U:,L PF-RFc'DkA*re.D PiPr- 1 3'EA L I, ---Pf szF",kAri--D mpe-t-mr, DF-TAII- D wITIAOUT rjF- all"e-ol tom Sol-witep PLAIT 14OLL. U PLAtAI* 6HRUb PLANTING "R Vil't, to'*%t' (:' KOO[ bAL-L. E.TAIL Q CONTRA COSTA COUNTY 7Ail ICU :hiZ[r— I e.At s a.-- f 0 fl-pf-tIOMP • PUILIC WORKS DIPARTMINT 14—T — -�Z' I," ��l�!n!= OLE D'AtAt�TF-fz Pipe-LUMP PLA�NJING DE A►Lta ,WAP DETAILE. (:. i aI.—I DETAIL F 11 1A IYFV&'L.%AV9%(AWC�TOR P. fRF-F- PLANTING GREATER THAN 5: 1 bLOPF- -1z- 1—"Cc 35: Ir + v ' U r • 7i r N 7 i d � ' " � � � �•.. 3833 rs y N � y a a !y � t• !• aid13 _ • S '1 Is as so SAMSA YA1HA CWAUX tC•—r j rr�tl t AND SCHOM TE • / r r• t ,,!/ � ! rt• t •, J,J, t ,t. � 1 r 1710 , 111 r//, •I/y1r �✓ w� "! t i `�MJr / (� r• • c t it 11//i/ �/j� • r u*vo'S` _ JJ '/Jt /� / r "��jr r •/ - /t/tI / ' •' � as `� 1 IS IN •�' 1Jt/ � r 4p / • J ! I / N ) 36 as • J/ / � J Ill• 1 Y •1 �Y • �� /j III � l• •i' fr• r ' c+� .. � i . � � J,' /'",'r �L/\..^Y •.✓:`J�`��:•. .•+..r � rte/ a-� 1 '�,�» �/;�•. J ♦/I t r 1�� �". -''..; 'i•',.'1, •r�; ` -.ted ���, ��.� ,1 \ =' ,/�1 . 1 00 14, do O C a i Al * ' y aw / i '+ l.Z zz Ap Ole a" dip a v ,r ♦ � o ' \ ` 2 Qt dop ;00 10000 pt� Ol l,i•�f aY . . t Ali+ �.�\ �+', +' ..� �- •, � t ...•�i it= � ,,r•�., �:-....� /ice t :��• �+�•� w ,,.��, � � it no 41 :`•, ,`w� , � � -- •:ti ,!/rte sit cz Q +`.""•"'.17•'1..='} t� ' =' :.j.�.`...►',,:' i•�j��'r, .�� � �i ) '� ell 10 rte,-n, '.�..:-�P.z _✓�', � - ' �... t/••.: / i .:�. V� t 1.:76 �a r 1 • =C �� d.�y"i Ap t10 �� ,il `'' ✓�w�/_f./asp' Snr:xrr r ` �i t �• e t< st-...O•-� `._.f •a•�'• 1y� a+�^r�.,''l '� �;%- �'�^�-"'/\./'%!✓�'��•�s. / 'S +. .fit%,- "� ; �j V; ��, :��•, ••,�~i� ��% ," .•.,e•.. -! �/� � j �.f�t/y .tee.: .-. +. �,a..s' '�,.'(�;• �" dam' " "�A✓,��,�,;�.. .��..o '! `� ham_./>.^tf;F � '�yl ?�L\"'�y`�'►;}•�,jM 1-r C— t �`.�•• ~✓Fes.,�qt \,J�••. •-..I•� JIY� i aA / r�.c+, f`:-•`mow... ^'- u`-. �. �".- J „� .r1. 1 �• t'~ �'�.f„�,.I�/`�•`�• .-s,'�� ��\ 411U.5 '��,� •^+:..'`tea/!.1•',:�.• fw'<: �< r c-.�l ;t•+_,.,� � ,?`;,�.,,,v '�+►��,�' '� f't�� f.Eo �� ''n.-."�j^i•=M' ! � •<�'-%i'� :i f `� ..f" ����"�...,�\�+f \ f !'. art! 1 • .), 1s�j":, ,�• ice: �o j'• - j3� <����f '""L ^' t/'e \\ .t y. r/. �r y:1w11 / � �""!•rr�./Y�� e.i! _.l'�•.J"� '� SNIiYM�% � �/ � -� : r7 • r • + o� t b ? •0 !a'< ! . 1 ' . . „I.,•...•. :j''=,•th.f,•1(�\�'• .. .rr(rr,Cit•3rt'rrria'.1.1:�.,��;-,-:.,_ .�� •t••. ,..,, f.w. •• :-...:1._.: ..._ ...... .,.►� � �Fi:C(;1:•i..il. `.� ��' p. i:.',: 1�•.... •y:t r./:1, rw t^ ' \I ,"_::'�'..'' -M.::I1:1=h�• •��. ��••( ��~, � ���'� Z f•:v:i vr•.M.=!.. 1 oa••iw !: .�, I • �j •'` , C/rIL� • l.f ..0-A rv+%•,•.w• , • Y • yu•.N.I/i'-'�• ��;.� � f•�y.ylr•..•.1etM Na«I b•S f �'•: .. I r , •../, (" `ia, �.l �• ., AM 7t:.:'..:1�•:...:.•iV.••:I•w Vr r..'vw •.. •� 1 .. ' '�•/ i(•!•_:f•rf lY(,. •.. �..�_•! • +.1,V ..• M 1 ♦ti+ .v�✓Wn••.1t n.h.N M , i f �tt � I.Mn11 W,•..•N/J✓•ITV.T VN/fM •� ,'�• ... 11 .. f 'I•.'... //• I\ . 1 O v /y.WN♦\ MM VINM..•W✓•fJer.•�« , �. .�..� •�• .t {{ �•,!' ,,•,� 1 1-Ja.1 / 1r W t1.�M.•u.7Nti.1:•J•1• ft.••1 ( w.+ •., �. ••'` •�� -t t•�✓ •� 't�•t .Wt.IC.Yi'ifS!t•=.r.. •_ '1,4. / ` ., ,' .. ..'r,t•tu:...�r•�II..t a.. � ( 1.-� !)>' .1.. }•?u. H _ ' . ( f ,� _ I�� i=� ; CI v^., 1 ti ••r. L C G C N P X11.H•l:•.�•Y.i:•f_.IN.. j' 11 •��•' 4�' 1 .i: (I � .,�. ,,,�;.•' `"�• �.�� ta,•.1►a..aw.w u•.• r.ua. w/. 1 e•.r w • 4i I'I If,'t •5f.,t.1. .y%" wo•I+ti.•�•.+►�rr.r 1=V41ea.e•=.t..•a!\ LAWN ARA ; f�'I ;ir; �',,� ,,'; Lw wr. ( .•.O L�,• ,•• ' ' li 1 �it ii .;,, �., /' •:'cua+.aea 94:0 $A" ! �_, ..«• �' q 1 ( I{ II1� '� t-: L..:1 ISCC K A L N0TC�� AI it`M ••/n .v waw-2 rst.• N )Ii t I',. VIN.M N•• NAY .�ow Los . s,• ► •.A•,�/•.tT• '' ( �•�••• ( ,.....`~,« `�_ i..f,t7tkt.sit'i:t is lc_ _ 'I: �'� '•SI ''1�''1 . 1►..w.r n. • • •.a....a•. y ..1. bl +. ,�.�;�lfi ),�( t•...:1. fatal L J 1t•` '•,.�tw�i ...a eatt ` ::i �' '+,i;lt(:t�) r 'L i �t:t.�lAt.tr._,_ �►; i ,.i_ �. 11/`; I•;�� .=i •. � . .+•fit r�. 1(•citu.tas._ :�:.t '1 '� � 11►7.�t 1 air , •, J;S.C21'�:11..::...La � �i, f i.,µv II�:i 16 M-1 I- 1 1':•.1.. •f...n,..! �"�'�•' ;1;:�"�•w. y •. 'jf\•C;t<slw,.w... �� 1 ���, K is .� t{:tilt.tauxr•Ic-?�_.._.-..•J '? •' .1•..I't:•1: •• , , f •tit..•,`-J r. x'``•�'�•..,ter..�/r'f y�•••..�J)•-�� '.t:�' ;' "'3yj+ .`�• f' �,,��,[El ' -, wars f;• +�..:"'--; e^'� -1f ...\`� aiC � .?SIy/-•� fy f ' - r• - •/`r•v. .rad,' � ` �' 'G•rrl��oma!'•lA,r�]�"r�`', i•.•'i e•� rM yet �~"r. ��•`S n '.:', � 4• r ; I f'1 ' 1" I T . "�f rte`-• t`r`,k „: �, ��� PAS r��+ir_" to .. J I� Jr i SUBDIVISION 4,325 `} t.•v, JAW0,N.t N/1'.•ia•W�YfOq )JbIA• /, vYJ'N/�/AVIJatK ! Jrl/!rr/t terte'e-ve i PORTION OF DIVISION 10- RANCIIO PIROLE '� J•'•A.:dp7 C,!('..:A C.CtrA Ce wv/y nreAe.MWMl41frJ�•T wrJ/I CIAr.f!'r AC... /A•J.Y•f••%LN r•)eNrtCr q !'�I•..r.t••awe., 'r.:Yn••t! tDt•A�{)f'J.!'•'tIIVClJ JA1t.v:VAr/6,PON,�i?Jft oA:Y/A•O.I�lIhf7 'J l"• ^,•!.I d..!!I:r.f•"%.tl.Nl!! D/Jt/NfIJ•Aq,7lYIYY.•/rl.V B/.t 7AhK I,f�Yd f)1lJ// .� /'f r.A,� •sem• c/ afr / lllt,(f e•'/Ir�IE'/A/gS G/!/M�l%f IMfA/ASI:/JrJlnvleAYJJT CONTRA COSTA COUNTY,OALIFORNIA .I s r J.-I•.•%rr;J.ofTA//srwewr 1r/,7Ail•.Yr:V 0.19 W9 rArAT/,fg fCAIIc[IIffe MY NJmv 1f 1! 1''P ^V1L•..t•y vA-,W :.'- Ae A/l.,e-I JF-4. 9JA•lY N.YAtf•.•I'lQfY, PIN mag � l I �� • ``'•'•' !r;:•yx i::••��•��-^^rir A-/iftslnatifrJ•1if4/r!V .•rf/y,rs/I.f6. PICHAR K.RANDLE>< ENGINE i 7.•• Safiw K �•:l r.as' I•Y!J':i•' t•.et/t'' , IA :Y!/YA:IAful fr munv A)m,w ,.rvx,,v i7e.o.re.,e p.&r iom "' • l !� r•ry.ir' /•/::f':•+" r•�.f"�' ' TANJ//T•i"'LlotfArd",m7/1h7.tsrlJ t7fJJ.YQA7n7y . 7, ��. iu' /•ri•1�1 nrJrt/' At'litf�ir.^.ff�fP! f'A1?�AIeAt'VAYAlv10.e Lt1CIJY0 .• JtTSj ririrY!!/•rNlJ' mfr rJtwrri.rnr r/..Y/ssu'C✓l.r/Y�Veetr A"W • I5f1Y./�iY�tOsYJ� OK:Iy!'J OiJvAL'+:S�ttf•%�I�/vl�i�lAlvGtr!ill.�/S•�.yl�I� �h fyY•.•lISYn.ffAYsff c�/!�f NOBJ R4/;/u)•twit Ly'rmow.-,/NCAYJI.RI>OLYfY.V/Y ((, •�'•�"/'r�'.It•IY.V `�'�l f .!/Y�f7�/.N'l wyia'ltlrJew►Gtw'rlil.I'/2^J!/:Y'�•►'J�IA�LYO - 10) �' 1� A7HY%YlA%/_Y.Ysy�I'laY/Y//,fttA/'lJl�,ll.•.IiT . � . • ��YYJ'/JAtt� �1 I .R'/S!T'///?I{�hvt'Y�s R/A!I%rArYlA'Atf►11'if•lf//MH�7Af •C ; j� Il/ wrr«~'••A.'y�",.ri. -Ar,.ntiti.�f�.tww.srArrr...�s•,rw• �• ccs/s ve�rrrvJ•s arA►r/- / � ' Itnvs�.fr NOI'J/.VI ts•.•i•�.vr � �x �►, ,� t� i iii e•� 111N t.yy� r�+sys of •Z•• 5:�' , ,rw� �• I1jI' i �yA/IIfIr•MN l7JN• .14 wwrwi� w � 8 •�,� I�i1j�t \4rt":, ���„�•/J�._ N Js.I!'II M• IJ!!Ad?//f � lllfl' •b � fif�, ww 1�,/ 1AWA tai .....I.I .i,.lt �•' +� 41at.w.la1.1/1a1 b aWlt.latatJ.l.lal. Ajr t.t.1J.Ll.l.liaJ.►Jvtl.t. ' •y •��� `1� ��.f MS�/� O'Iy A'�Sf���A�AIA'W/,Hf r/fes / p . �p � � ,pias;sa'rrrys +� AYJy'N id 71✓ � •� /J►!'A7!'t1Il� J 171' St 18DIVISICSN~ 4325 tu�_,_�r�.�..�sir�, POn..-d OF DIVISION 10-RANCHO EL Pit-OLE Jr-,v.'!-*.4o e eA,I.,rt f r-Jr,# C04VVlr O(JSTA COUNTYo CALIFORNIA fo 4.1 JAY, Iforl c.4 r uel-ll;rj'rl-A* SA PABLO r4jf'4'r'vr U" r 1-1/0 WA10 WC Ad Mr MrAr XMAE edrC4CA"t-At. v .51#0 j 40Y 0-Ifff-V,*/ '%u dv levJ10 WMID,^W mmw Av"W.001 _oW o'W P.- .Ir Z w lei -1 y "o*11111,' JI&OAAF VO*'Xe" OWMPAPovoo 0,0 'f r 2 A,**r ivue Aw" vi N 3 40'W FAT Al- 12 of Al U% 'Ifil I%. * 7 . /.f,- r LAAAll&v'Iva %t "'W-g— — - e-ol 4 t0� —11 mr,043*10, 300.IV sp/ilf-fi, W041 MfffM aW4fd2 d:jw SUBDIVISION 4325 PORTION OF DIVISION 10-RANCH..•EL PINOL.E ►. CONTRA COSTA COUNTYtOALIF'ORNIA t h Z I' y , dI' ia�ust•.Ati' �ttr, isttt 63 100"ARD K 11ANDUS ENGINEEt NI A ♦ 9 . r r 6 an ►AM.o • � ' ' C..x ` y `��, � �' � q it an.,r,�sxr,r�.rlY.tYYrr,«•.«.+�•`l�a►T*�M • �`.i't` � �, "i (,� �� f0� � ✓ix�wtnrton••rr�r+nc..nvuYr ,m�n.aM.ftwY/Iy! • ►ti ..����: � V « t'ir.«ftr,.yrr rar:�n+rrr 1 �M, � (� t Y/p••AI y+�v!!rr JVY A'!rM/I'1 t �tit,i•. L� ti •{�I;!! 8 rirt.+ro aw�r• •ori .�li; ir� •� �, ,rl� sot " r~Af W.WAAW r*rr4"#,r t� �'`i1 ! 1 Q JSF JIArl.YY 4V"jrf!rl/�!✓w•7 `�t � •';� t � ,w"•. ����.w.r'�"rv`�.r.+"'1,.,„..i►e�+r.rw.+t.vnww.vis+I .•.l,w d e�r S � y r .I 1�'�A!<!►'/.I?�'Jql'Y'.+M/�4•''i1�''..tr.A•f'r"I.V'If/r�I+Yi!Aa+'iY.+" r`r ` �r • s�•Y�'J7V.er/"rfT'/►'.IH�i.4MI.!".•O'!!�►�'i1+S•'rtt�!�A9"y!.AEr.�rr.':..__ .� �>� � ti `� .' r•ir���.r�rr�»^►•+sA'.�+•t+s�rwnrv.rr.•rr .nn•.rx.��i�r: � '`t � i .r.*1t.`r++rw w,.str�Eu{"-•r.+rtrr w•r.t rrrrr.�t i + • � II. .AY/Sy «►^rin�rxr✓t.•,rvrrtr�Iri.► �?t�rrn•w.v'✓rrir•.✓aCl.e+' •� �� h iy �! trt .ftry •;•�ar.,rr rK•^ Of Nrvr' rjj '�i J/it/JGra N�►vJ/�trG it�N/s�•vN / f*►iM•�siy C WA►A !d .«Y •r»!�" �► ~t � � t) s{ .w'A'l.Y /,P,sYd/�'S�.'�'I.f%!?�/!''Y.M• ..r»'',s+•"s/,rtr•./lYJ+ .�r'r rt."'I"/"•+vr'u+'wvl�Y".•�.�"!w/11%f"./w►" .�! gd � /K19".Y./n✓.�A.:vJr^�rA44r+/1/I e�.a•'ft! .riYrsf/�'';.�t"Atlr�4?t•h'fYt• .tr at%.r.�Y„srft•«veY�+y I 'F I•�Y.1V•.Cw A790 r`x'r I"/2�/Y✓lH/;'.�M�i'.'t"Y'�!'�I.!!'Yiy%Y .Sl�a' .�[�_ �� �Y.7":tY AY'itS^"«rrr,r'.•ra y �tyd' .I•t� �t'? 01% wr..tt} •N.wtisr•�tr�s+•v�rt•�s•r.+rr.•r..+v-t►«r�• .�'i:'frra�ti";MEt�E�"✓'.�rrr�rsn'r'd �rr.�.e�tvlrvV71+' .riw.rs+•srvt•r•str'.av,�•m^anrrsN��' .�sos�+rv�•ws+HiWt�M�+.^�. ft` � �►'$.. t �L .rr:er.«..t .rr•ur�•r.•�r•.�sy .v ra�v �r,r<t �;� �t witrow W r,,41er $ea..1e N'ro1,43,446 �^fsr y• � x•»r1-1.1. ,s t .' • Al.!7 le–os. ',Zo'i1v aYl.l r.!'A04n, r,df 1�'M" NJr:r�ie it -,rrsr�.va d-y ��a.��" ,ri- , �"► ;• ,... ..,. __,.._ ....��� _.._. ..._ N.lT•I/Q•/i!' - r✓f%Y ��. .....� �r. d/1.IA'w. ✓% _ ...._. ^._ �:� ! ""'•=1''""' �.�"�1+•►•i . i �I .tl+l7l1'At1 dlfi?:I'IY1 r i .fNf77if ..... _.. .. .. , ... : - .. >: L..�. ••r.•r•.•; iY .. •. .. � - ..a:;��...y;74;�,���'j•...�r.:.Ct:Jr.^Y'7��"�T- F•., .. � t rrEGEnrs Or THE tD �rr;r+wG1wD Sc?gpL�p ` uNry fin' � .-•� Ara arCT -ti4 �4 ■ 1 p O r`i - � 1 1 ' v,/� .. Irl 1111�1.�� �,,. ,..-^�-�-t`"v,'.�„n�,•"'• �✓ srr-► , ' ` ;S�` ��,' ' !/�� �� - .,�„�,�, ,,_,,•, ,t,,,,,,,, `�,�.1 :� �'�+•,3.�, , -'� •� .mss �`,�•_�,f � i fit"'• ''^ .,�'""i.n.,..•"t"/` � J i lclo 144S 3..d -Sts— �"�..� _�t �„+�w~`(, "y� r" �''`ti,.,,,,.� L� Cr1•^~. .� 1'. ,,/ �,, Aga 513 5L �. SOX 1 O • z ,y L .r L� 1 J ! 1 G' �r yNv O`ROUiz'L G rZ r L 1 �T I • 1 00306 -yV` D Tr N N ~ N ti � Z � �^ �^► � O t t• . - .=A � r7M oA?� vim OM.. ,r,,..� 31>isa 3:vi 117� f ICA CA �� t^\. •:. ter. w 0 � � Ell y iIF _ J / � Ile f/ t � • .� ��+vim+ i�:�'.`oa�, '. .,,�++���r• i3`,rr'-..��`"� +: �+! �1 i uY ! rrw i•f , • w J T�f lle-0.Oro it oil � wry':X:z•,y:,!'' 2, , '' j - �,. ELA - ` •.. �• �'�f ! � •1::.` �` 5 . `.'1` i <, :•:.:,i^-' t s `ice '.` �i .-��. l.:..� `w•.t ! t{:.�.�►-•'t,� - _ c,l.. ... ✓..-te i...'1 1+ 4 irs .�- a - i 'ur .l14,�•fi �_\a_'a.r•1 i•� t �,�� �.��i •"^\'.t.,.•n L,:.•„t ��' Z- ..... - '•�`�'�;•�`•L-,�y.:�2C fir......•.__},3�'-�0! w ,+ita'"r -^'t �*,.,�,...+."�".\:', tt;1 1',r.i a:= w � •;j ..r.ew .! - .:i'''ui...�i - ` 'iao""�„=''t'•_r �to1-. � t \ � i(ti a 1 1•�j�� -�' i•r \.,/'y. ;. ,.7 V •s...... i 1 i l I"` `{w '�y///..��', iii �•If''`t t,: �• ! .'� � � '1�•.'f, "'nr..'-".1 ` I ��� ti+r ��a .. .�•. � 1 f!: AI• 4Nt i�t/•I~`��y� !,N ',r�'.�•. S �i+"'';�C.;.�r+t ,�.,�r ij•t: r •:'�i ::'r.. �t t � tt', 4+ ;rte�"�� w����Ga , . it,��`: :'•' ! •�-+�.,. Ir i t p,,...,.►��^S1''r' Ii{� �w���M M►nrY ..i1 /y ..t t�.«-1 ,'�,��N 1'�•�I•.� i ._ .� �tr..r.R.,a.�!�'+!{_-„;i,...r.� ii ll i i k1 1=` t ./'�S” !,•` •i I .—;tii } 1 "�++ tsr+�'-»y'�"''r" t t1{� t j iiti'v� r 1 0- 7 �i j.�+-^-}�i'_"-T• ni".:'�,�"ry""y -.�,i ._.�`.... '� „J -' _•a , I ~� ,,,.r�� ,t`c.. t. i v 'tee 7, AVE !! I«+ I l .y r i.7.t: �'++ ivt ~_,,.• It{• 'i IE S f i :�: �:(• �'I'•t ! . i.y_f r`r �`�-�•R�`i I i�',a-t f .y: 4 �3 f .il ' . - r 4 av. - ~r: '� .'.. - t, i ��Ii. '''r•t _ 'i t f��� „r,�..n+�r...�""rw+•1"'.� "---i---.....{`r"i'� PACY4£CO � SCMCOt M,� oF�`� _� � ,,.. ! �..; I,• t ' l �,�.:• ! ! �1 ra C xiE tt ' • J t ire � � I ti ♦��•1�t ! . t r+a• j T •• so so >• ���� �-4 «�113! \ '•`i ! !i t. � ChM►fa.�.�.C.xyr i �t ��((({{{:y .•, s. i t t `, t i d \f f. ,.J ,•�'+v :ti;""��!� \ ` Art �t� � 61 iy ,�••�_'`,►+�"�� t 1'�! ,� -r;•'?�tirV�•a�•'�• • ,ti t, /• • `"+" . J ♦ ♦�/!. v ,.- r,'. ',v^qtc J i•. 1.-� i, �, S t ..-�i. N �6E'','iy � �' r •, P/-�.�//ply ,t\ / �t'ot�< v4�•�, � ,•`••<'1�` r2•'` � ./ � '•M '� i+ pity, '2 v 'iyr '•.�. "•t• �,v Y //'i.-"l� •��• ••t� �; ;` 1.•�/� ?\•`,SC.,f .••/•^,,/.r `���r��t• •`.. p .ao ,- .y `f:�' -``'t '"•l ,. „c. `, ',�%� //'•� � 7`��! tcc '��`• .,�t ,r �,, ,�,- 't�,S tV :'- r M ' ',/ i?', �•"t- cta t.• �• -�i,u•t1+•�"'t 1,' •� ::� •+ ,t� �. �• ? ..,, •'��, 1 •.'' i��• - ,e,I `e`s,S• ��LR�,~� r,• ':I�41�'� ' � ^S/r'��' • ..�.T-j.... � ��7� , t+U-vwr t, �`.�t, t� ,\w,'`:/ '•~' �. T7• tJ •.+,/� LVp�.r�' Q ��,3-"-• .'� :rt Z-1 OF ;r� '� . i(�P+ ' !.t`, .\ • /% �• �.ii {ow)Q! �.„••,� .,:' i�.; n+`"-,� CX •t•° a + jj�'-\;'`+ 1,�i�j `�t,e/�• s•'.1, c',:v'f�.J!+ r ., `•• • •tA� � ' •.\.� � t LSJ2SY..� !. .� •i�u "•c / .�{,;t � n4 ' `'! `� ,ry �• tty+ �``' �4,•, � \ ` �` �.�- t ,.- .,S ��.�(S 1 r' �•� .�•�1;�1 v ! a r r� t 1 v\ .v •`.•' }�'0�� i• \,/_k �,• .•` rhf.4�' •v'2' i'f%� .. � t ..---� �,�--"".. y r: �.�+5. //' , 1`1 tR/`. i �3 ��l t "� \tel. 1 ••\�,\ •.�•4 tK�`,y rr, SM_, � -r ♦ _ r_ a - (• 'ti •O. c� 4i v f,: .'/�":. .�. 1 ) • w� , , -�/�9".,,•••� �'_ t• to Yl' ILI ' « � fj� �:e~y r �� '����''} •'� Y' Y�'/A',v�•• �,r .1— l.�•l., ••�Gai'j� $ �• .-+'f- r-- ��: 'a i 'r , Z �•. •`..4 \i I v�` _•' `y �✓/' �� i � ' 4 ` ,.•r ' /t!i' •t'fsor{j dS' ?1ry� w 11,ti�s✓/�I�t'• \• f'" ` '+� �i` .;;- -;:.� -"`a :1t." Sv j`�/�\, .. _ ,...s .� r -•,. •t t,vt:,:_ �r� t i. ,`,, t•2 ,r.1�` • •j , N- • n �' \�� �i •*�' ` "�f,;,t,..•?,a t`. .1�4'�tla. `it / \. ..•+"' „ '.,:M ', -� \ �.�� �., Wit. .��,� Sl ./�.,;r. �.�,�'•�� •',., `'' � �% s 6' . •rvs. AOC ok. 4,\t' 7Lt/`'rr�, •t�. >/. ^,,�"�4• M, ^\ 1 •1+t 4`2,r•!)a�ON ,I,I Q!1 � ,.n "• l�i�1 r1 .� ��t!,, � .i• •`d'Ij 4 � ��l~'�• ��' / 21,4 .1 r.VI ' •.�- :`. !pr • H( 't1Vl•• •"- z. !ti' ! '.' 4` `.i fie`' , tw .f�a" .2 ;•wta• \ 0'1" n'!— AlOF i... '- P`Q - N•r• ii: U }`'i��'• 1Y' v \ ••r•\••� j 4•St• 4 \'' i' #.tV • Q. 1iiAN W t� a �N. - 1rl,t '� � Y•g +.'r �.. ,1 ? 4 i. 'a:Q'��' °•h'�.2:'�` F •• •, .r ' � __ f' `lJ:'^, y1'•. ,,.,• • .,i•S•,r_ l•Gn5 ,/""�� v' l�.:`. �•,t,t;•' .�'� O .>r=__ _ -- — ,t.r .'//Q-eft_[t,, 'i';',i:. ''•_ ., ii �p'•.1'.�;'�'. .y.,t.ti•4 ell ,' .i � a.J re.� 'r Nt F�11•i• N tF''�- �.t' _".� i �.•/�tCy �A �}j,�?� t F..�.4 ! ���' J i�/ r��e��+`,r'�;h'�4{` ,1'1 t 11 /3t ;� � P1.F-p'SA '2 �.-..y �� !M • -c �`{ r't` ( "r,�'11,`•`+�''�;%':3�fl:•1� •,;"� ./, `y5 ;s� �'�t;,, 'i a•r � r �SA1sON 9 . 1 .w! � �, •'V����3��t •+'?•..�����Q� �./ ,111 ' vil w �/ !!. .n'.11 o." .-� p�y .01,• �, _1, "- s�`{3�y / . -RAN�N io 1 :T� 'L tr' — S N;, LO " ^.• ___•� "`:.irirw" -_ "t) i _ ._ - -- - 094 -_ate-..�'3iv16a 11N! t1• i� �.r rt �.r LID •, t�t 74 ,q eta lo- Vi Ilk - Z _ Q � S ,,•, / • ,9_t f, _ O s a � 3! ,;� f nN —µ 4 • �.�WJ i�iAA0A1 a F - ol 1 � • J _ � t \\��.;�.+-.. -�� '...t`'4�,-..v�.f • "�?j.1 ti •"•"��'r...'-`-i "sem - - � •^ � =.a: -tam.._:.�.J"r•.L:�.�Z 7"-...�.,.�-..'•"��� :. ...� j .. s. ..a:WIY...� y,�Y-l�rr •--i ���.:�w«•',,,.`� 'I"'..?•W%....} ..i �i'—':t�q �'f .'a-'� ti••, �. _,i`.{1. �-tam"'� t: J � ,t71.'Jf KrTy � •YbAWr-i.��i: `��•-•.��' I"". 'T�I..i T �•�. lira-,-a?�y+�"`'C�� �'`�(y'� __ "'._.+�"�.•�+la. •.y ��!" r��`` ��Fit '` { r;Tr"�noee.' )" ��-„,,�,�'_:� r .'�-E'•': v _I f^/�a�.'�-*•,�' jal +•• ..r � r:T i-^• r ttr.�.�� s•a« � i�5�qr .. 'Z ''��: `F »�::�"'�."v`"�” �• '• .w`;.:ai �-jr�..i i�•� ; �� r'�e-..�. �'C .ter+i..r• • ` � "tie;`'-`�:�r ".."'/h�,�..'-:. "`.-='�� :��,.t: '�-1n�? i�-s"«.�. ^: - i;-� ,t =����� '?Sri-�rr . . — ��_ _ ��,,.•!_,�..�'�,-•'i.o"��aa-r.. - �' __.,�' • +- '1r:•�'�.!J'1..r�V:..�. `� •-�.•/�_,^..,..-�+�•-�'��� �-ter..'`+ i .���^r-... �t •1'Jlr�bw r, :,,mss ��,,.�•"^" ,- r ^i /.� Fad "mow++•r-ni��r'1�.�.." �::�• �'�+r tr:� a F � rY_ .w. .._.--..-.w..._���-_-• — ----- ------ - ------.. ..-..�• �Y w..nw.w.�..._�i�..._� =.t• w s..-.._�t�w-�.,'--�-- +w+. 'r • �7fi�4i�i R1iAdA1 t � it • s J :s .� „�•, :_,y _ �-.� �. „:,y,»,� -wr'",.;:J.,,�~^-�.r sir:"-✓'-- . .y«�*� ,�Y::r lit.' � �} �+:.- 'f.?,! � � � !�,�.�l •: `.��• ` -+.+_��� wroi�-•�a.t is �Y�i'.y�y.•.♦�.,�'-"�.>C?v-i�"�w•� '..s .•s .'�>,•�•,i"';.t.. !?" . » ,��� �;'�r+r•-.,:�:. s3� ..f-^'C,:1 �,�_�.r~.ni '��"� _� � ' 'tom`-�� .� t� \ �t-:: , f ....i! �.,t•� :.[ r.�,/+� ��'e>' � t tet+} • 7 •�^`;'� .5; �1. �J• r -t r _ H#fL_ ..,,,� •�!r'! -Z Jr 1 :t"tr :•1 .r j(""^._7�.."tl...' �+.::•ir'�,�.R7L'�7+ :��,.,,ty+n'1�r� ��,a►•,.-ifw `""' �-:...�F �.w:fMj,,,,.^'�`._�-+►')"�t2�y .Y,'�. ;•'�':�",i�:�7+•,}"..3 yrj�1 ♦ ' ''!P r �``���y+O.';J�-'�"r y„ #t o „i, . y7„N�.. ..�• 'o'1 `I: 2 j`f ��J {•`:�'+i,•G �•ti�+tt��r t�• ''`rr�� '���.� ..•'awi'” °3,..1.�r� /�` 'f' `:ry 9:');~'wi. ' `'�'r�lntj..,,f jj� �r+Sf�r::.�.��.��� r.. 1�.�r:sNi"•,-`,I/ ^_.t � l'•w , �.a`! ,% `,'r^t. ( :t, a1 y '-v ...a�� r?/. :. �ti� q _i •"� f ", •-`_,S: ,•�.. 1.� t' i- s�.r�aRni+'+"'`��.•i t !�•^�j t v -' t' � .l �. 5 7�'"•` �'�ts`, r..^��• w�• '_ :."'•... ,��.�`s`xi+^t.`"1.j-�..w.�C..�.•..c`r�`y:.�;��.';I jr„�,��:s't, ��,�� .y.r'. .• r^�, /•j([.Nl '=t•�� -'�'«i 'J -j+• �_ �'•\r`^ia .y.' j .r.._ice' 1"- '�."✓ `r�l t.ti r`. / t •'74 a r j.-'Lw.l�:�ay +1•'►Y�1:a"t �- � (t���ia��,/.^t,!�`�,=:�••, ��.y p°`^"�♦ r" -1'S.'f +-��"•"'s},r'.-�r. 1't�+,^j7�-��.,'�y.�•f-+rr.�.' ; • y tet',.aa �'r:<<`'. _ ��•,-/:''�/l ".t �..�,jam.,+,,..�$��.�r�(�„•=1'.�,�,�, J 1.. -7,M-•.''�+.. / d �+''` /...a•• ::./ •' +'� � r l� 1 y,r::^.«i. :v-'�'+1 *.. !"►7'a-"�'2 S�S�...,��-:•��'�- �.j.("�.t'k��,�,-• ; .,':r.`: �.+ «... r. +�= .-';�;' „r�.►✓iY ,C y„'1�—..'+,..rte• ...sf"�,t- +,'`^'..�»:. .�y,r_r:� • � r>s"r!`t .,.,..r+ ate: ..1 t..r.�1�,,.. � -�,�"�'"_^�.�...`*`. i`i:.r! f••�.!.�' jam"'+ r �^�.�r+ � ..n1 .r a..+�- rte"'„}-+•.•�,� .�W-� r yl.! +s:+�,�w• ..1 ��•...�"r^'�.-�..�y� � ..�..� ='_ `,....3. r i�.mow r ,.rr-:i•/�"^++:�.�^`,rC,r.•rr -.r` ,�.:ry"M„w'n�"°`�•rrj'.,,,^^ � .s ��;i• rpt-.... •� jam• �_. •"= :`-:.-J.: ;_:'�!= -".:.,,,,fit. - .: «.'.. -� . .'-•;,•.�1at..9•. ,'�'�R+ � � .,• �� �r-^•�-�.��.t""---�.r...�T" -•'_y.-,.... „�..�.. .:r...:lesi;�f :�.\ .� t � .r.�'�� •'� M:1.; . L<.�\/�•+ kyr_ -.,(�l-M �•* "�...r.�t� �`� .(' .�++..w+.. •��S u. .r.+� t��..�. �, - � may,�, ^ff/i� � '» ! ..+.�..r•,r_� `•". +• -.�-.� '-_a.• 1.} ..��j' •}±sem. �r�i� �•+11�. _r."��_ �.�� ��_:J•?`-�+r`'-.4.�.z.Ti.^�i+� rt �� +...�-.�'= t_*J -✓ . 1 �..�"r"_fi +`:.� � �- 'JrCf!-•.1.� ���ar�s»s1;x•" it ������ » vp ._>- tom► . f iM. 7 / ry1 �r'ti::1 alt`•; � i``."�-,i ''f.,�1:. -f j".�`-c.1 ••'. �� a.: \�.� r�'r �.~a>.• ,.^ ,j,..�J:Jit'`.-�,w�:..;fa ,��, •��11 �"�•,��,�}/f\.} ^` �1�•ti ..�.�'a -�'�\�..,a�,/ � •�'�-.7 .L.:ti:�.`y„�^.s - �.`'�./r J��• /if +'. �i„�.^C/f ,(^C�'�-'`••`,/,• %•-='—..:�_?:...'.%.3"a� fes',�.... � �,;..,. ... ' �:«_'.- .\;;rY�_ ' " � " 1% w .� '� \�/,.•I'�i \ T�Y�� �P�i Z.S1^ice _�._.\.`'��/ �•�r►•ny�4�'���/+J� jy .N\.�'► Nn •\' '`••`/ ff`•y'�wlj wy. �.>F'.,!•''/+}]`'(.�,�rvC��' eJ� v t.�t :t�•�j. f ••S/ � t 4>t ' �«�•'�'' �� ..�, �r^�.�`��:•, �` -.;,.,jig :` ;��" - j tea+ h; y.5,:� �\-.l.�,t :'• CA y .��y.-�„r ��'�• ,off. L' ) y lq.i -���'.c.,r}��_.�f' %.,•��'� � AAR LA eta—.�/"� tC+73 c•_4 .r - Sii;t 6 ;�,.,. .,. . < fir'" ,i ,�- Y�;,,�c�s), .a. � �s:.!�•+�'•, j: !��;"✓1"� Y .S3 \+. . i ltd ,' i •,. • �.�1.f •. �'/A :f .��• / �„� q MA '` t\ fry/%•—� ``� ,��•. ,,.t /i ` • 1aa'a a' t �a �_' _;Oyiv.M.� ^t .)y• ' :�;E-•_• •: 2 '`a 47.3 ,,,,t',y 1 yJ `�..-^:— Imo` _+V �,._+:.'•:• a••`..'^j»•`•, - G•:\.s•:%��' IV 95 roln-I t �'i�� •t r L�t1�1 ` ` f t 1 i "�• .-472 • •.r a z 1e, Y \1/ �Crl � a. N. .�:. :.I `•; � / � .f tom"• ` .+� V" .• \'�' W/� \� ya�]v•_. �]I. `. ,.: .ice la /+L� } ' *471 i as 4 t a a a, •469 ALB£ R7S0N f4a'+ i3' i /j 003. 4 l •, -" ( psi 2 O191RI6Y s.. I CHOW CASIYWI NOAO .y j`,;-.. ..� .�',.. 1.''• ~' ,��•;;..... '..•'~./T, J .92 OT Q CIU/W CAI/TUN_1411 �♦ .�r.�s♦• ! 10f00.to L.f NN. �.�'. •�. ' i 1010!09 {i ALCOffA OLVD �� ,• ', ~t - `r .-M � �'jcA .. '� ! -�Fi cA Y � ; - .` .• •: • NOR f HON 90144]9 IIY /� -III Qli..c�y�y4tl i�lt ariz.. yT. .'y Y r/'�1 �. A6„11.52 t NONR19 CANYON R0. �' bill IIOAO S i 1 Alii!!CN1Y/s1�K. �! ' 1 W oo��YHoI • KSI Pit Lot t . 1OW11 CAU1011 110 rl ' 1. 1 P79 1t 095 L GEA VON �,a�' •�•' ♦� • C YON �•• •ti 1 j. ...�. � 't�.. / SNL•) a '.�^ it 14 sift Is ...� � l l rg. �s!�_.�AN�IAG�Il.v.,,ulf11 w_v�.:.11 � •� �• . . • IUCIIIAOIIO CUNC0110 it•4S.M L &OLLWGEH Cg11101t(i0. f' ASSESSMENT OIST. 1973-3 �, J ! i ! r _ ..L f t r r t t� t .�arts .rr 1 J t .♦nrM j! 1 ) t 74 ra 5r' yr ti +� t w�r +► 1�� 4 ;0-49* ! IT t f f R 5t°,,t � � , 1 ? � ;493 • wQNTr vtSTA HIGH sc4QCL ..j ( ,i.. eta '• 1 «` t� � =,`• �• st • 1 � 9 x OAO r 5L jj AY Ad 10 Li00 + ^ LAKE �µ p sue — I/ r+ 95,7 r0 '. jl\ 71 .. 80 r /•`r ` ..�' ABpn•LO � ''�+ 1• '1e '�,�t - '•/ 'n� ` 1y'4"• Zug. ,� '•. � u»� � ', yj1-1 IT `nr at v /J �AR,w. I ;•• 0 5U atlf qA1 ,�� •i .F Art LA SUR .! _ 6 — t �• , �O , tom; OL - � •`-1 .` '{:',�� 7.., �. i;,;i" =4%fir x i *Ar . ...... sue L MIC LO/ L Arr SAr y LAKE VOW, C&LA.1 a .40. IWT- 16" 00 cr x o Kr w 4W O 14 1- ll: + 4- 7": 21 4n Ll i7z I—L 12t 7E ED, Z ne 6z 5us, BOARD OF SUPERVISORS CONTRA COSTA COUNTY, CALIFOKIIA Re: Abandoning a Portion ) RESOLUTION NO. 78/429 of Crow Canyon Road, ) Date: May 9, 1978 San Ramon area. ) Resolution & Order Abandoning County Road (S.& H. Code 959) The Board of Supervisors of Contra Costa County RESOLVES THAT: On March 28, 1978 this Board passed a resolution of intention to abandon the county highway described below and fixing May 9, 1978, at 10:30 a.m., in its chambers, Administration Building, 651 Pine Street, Martinez, California, as the time and place for the hearing thereon, and ordered that the resolution be published and posted as required by law, which was done as shown by affidavits on file with this Board. The hearing was held at that time and place, this Board hearing and duly considering the abandonment. This Board FINDS that the proposed abandoned roadway is not necessary for the use of non motorized vehicles. This Board further FINDS that the proposed abandonment will not have a significant impact on the environment, and that a negative declaration has been prepared and processed in compliance with the California Environmental Quality Act, and that it has reviewed and considered the information contained in the negative declaration. This Board therefore hereby FINDS that the hereinafter described County Highway dedicated to public use, is unnecessary for present or prospective use, and it is HEREBY ORDERED ABANDONED. DESCRIPTION: See Exhibit "A" attached hereto and incorporated herein by this reference. PASSED unanimously by Supervisors present. z. Originating Dept.-Public [corks, LD cc: Recorder Director. of Planning Public Works Director Shell Oil Co. c/o Tinning & DeLap, 1211 Newell Avenue, W.C., 94596 P.G.& E. - Mr. E. Bertinuson (Right of Way Supervisor) P.T.& T. E.B.M.U.D. Thomas Bros. Maps Mr. Richard Millison C.C.C. Water Dist. Stege Sanitary Dist. of C.G.C. Oakley County Water Dist. Nest Contra Costa Sanitary District Counter Administrator County Counsel RESOLUTION h0. 78/429 EXHIBIT A . i - - Portion of Crow Canyon Road lying contiguous to the northerly line of Parcels C and D as said Parcels are sho»•n on the Parcel I�ia_p moiled Fehr uary 23, 1972- in Book 21 of Parcel ?Maps, at page 3, Records of Contra Costa County, .I1 California, core particularly described as follows: Beginning on the no:-therly lire of said Parcel C at the northeasterly corner of Parcel B of said Parcel Map (21 PI1 3); thence, fro,-,i said point of j beginning along said northerly Zine of Parcel C (21 PIM 3) South 60o hol 08" East, t 6.13 feet; thence, South 6!:0 39' 08" East, 80.18 feet; thence, South 850 101 10" East, 266.79 feet to the northerly line of said Parcel D; thence, -along said northerly line of Parcel D, South 850 10'. 10" East, 2112.39 feet; thence, i:Orth 590 07' 17" East, 200.67 feet to a point on a line parallel with- and 53-00 feet southerly, measured at right angles, from the centerline of Crow Canyon Road, as said centerline is shorn on the map entitled, "_4 Precise Section of the Streets and High--ays Plan, Contra Costa County, ` [ Crow Canyon Road," recorded October 22, 1962, in Boo's 4284 or Official Records,_ at page 614, Records of said County; thence, along said parallel line South 1 790 40' 50" gest, 1.47 feet; thence, westerly along a tangent curve to the right, having a radius of 2,053.21 feet; through a central angle of 120 01' 57", an arc distance of 431.19 feet; thence, tangent to said curve Borth 880 17' 1311 West, 326.92 feet to the point of beginning. , !' Containing an area of 0.7$4 acres (34,150 square feet) of land, rare or less Excepting therefre^ an easement for drainage Durposes over hhe follo::ing r desc_ibed parcel of land: 1 Beginning at the most easterly corner of the above described parcel of land; 1; thence, from said point of beginning of South 790 40' 50" West, 1.47 feet; . I. thence, westerly along a tangent curve to the left having a radius of 2,053-21 ' feet, through a central angle of 80 25' 35" an arc distance of 301-96 feet; thence, South 456 4Q' 00" East, 93-54 feet; thence, South 850 10' 10" East, 62_51 feet; thence, North 590 07' 17" East, 200.67 feet to the poInt of begianing_ PJ SO FXCEPT1?iG ATM RESERVI'M i E.'.`E-R0.1, pursuant to the provisions of Section 959_1 �. of the Streets and Highways 'Code, the easement and right at any time or from j tire to tire for the o--mer of an existing facility used for utility purposes, including but :-! not limited to trasmissim .id distribution. for electric .po�:er-, telephone and other co=uLnication services and for pipe lines for gas, water, storm drainage and sanitary sewers, to maintain, operate, replace, .remove, renes:, and enlarge existing lines of poles, wires, pipes, and. other convenient structures, equipment and fixtures for the operation of existing facilities including access to protect the property from all hazards in, upon, under, 1 and over the street hereinbefore described to be abandoned by said County of Contra Cosa. Bearings used in the above descriptions are based on the California. j Coordinate System Zone III_ 4, L - - 00321 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Changes ) of the Assessment Roll ) of Contra Costa County ) RESOLUTION NO. 78/430 WHEREAS, the County Assessor having filed with this Board requests for correction of erroneous assessments, said requests having been consented to by County Counsel; NOM, THEREFORE, BE IT RESOLVED that the County Auditor is. •authori.zed to correct the following assessments. For the Fi s.cal Year 1977-78 It has been ascertained from the assessment roll and from papers in the Assessor's Office what was intended and what should have been assessed; and, therefore, pursuant to Section 4831 of the California Revenue and Taxation Code, the following defects in descriptions and/or form and clerical errors of the as.sessor on the roll should be corrected: and in accordance with Sections 4986 and 5096, the assessee may file a claim for cancellation or refund; FURTHER,, it has been ascertained by audit of the assessee's- books of account or other papers tha-- there has been a defect of description or clerical error of the assessee in his property statement or in other information or records furnished by the assessee which caused the assessor to assess taxable tangible property at a substantially higher valuation than he would have entered on the roll had the information been correctly furnished; therefore, such error on the roll should be corrected in accordance with Section 4831 .5; Arid, FURTHER, such error caused the assessor to erroneously allow business inventory exemption and, there''_ore, an esca::?d assessment in the amount of the portion of the exemption incorrectly allm-ied because of such erroneous or incorrect information submitted by the taxpayer should be entered pursuant to Section 531 .5; and that portion of the taxable tangible property which was inaccurately reported should be entered as escaped assessment pursuant to Section 531 .4; together with interest in accordance with Section 506; and, in accordance with Section 533 the assessed values erroneously or illegally assessed should be offset against the proposed escaped assessment for the same tax year; and business inventory exemption allowed in accordance with Section 219 as indicated; and 10% penalty on net tangibles for failure to file within time required by law per Section 463 as indicated. Armour Development Company and H. Temple, Account No_ 005007—EOOO, are erroneously assessed since the property was assessed more than once; therefore, this assessment should be corrected to show PS Imps; Personal Property and Penalty zero value. R. 0. SEATON, Ass t. Assessor t4/25/78 cc: Assessor (Giese) Auditor Tax Collector RESOLUTION N0. 78/430 Page 1 of 00322 For the Fiscal Year 1977-78 J. C. Supply, Inc. , Acct. No. 064352-0000, is. erroneously assessed since incorrect business classification was used which did not altari business inventory exemption; therefore, this. assessment should be corrected to allow business inventory exemption in amount of $4,975 assessed value, with Imps in amount of $905 AV, PS Imps $215 AV, Personal Property $10,255 AV. Angelo and Edda 19. Lecce, Acct. No. 074240-0001 , are erroneously assessed since assessees were not the omers on the lien darn; therefore, this assessment should be corrected to shots PS Imps, Personal Property and Business Inventory Exemption zero value. Northern Ca. Auto Wholesale I, Acct. No. 093910-0000, is erroneously assessed since assessee was out of business prior to the lien date; therefore, this assessmeent should be corrected to shoes zero value, no penalty. Schwab Enterprises, Inc.. , Acct. No.. 114190-0000, is erroneously assessed since assessee was not i.n business on the lien date; therefore, this assessment should be corrected to show zero value. Kirby Hudson, Acct. No. 062280-0000, is erroneously assessed since assessee was not the owner on the lien date; therefore, this assessment should be corrected to show zero value. An audit discloses the following corrections should be made to the unsecured assessment roll : Original Corrected Amount Pursuant Class of Assessed Assessed of to Section Property 'Value- Value ' " 'Change (R/T Code Goodyear Tire & Rubber Co. , Acct. No.. 052150-0000 PS Imps $ 5,925 $ 5,925 -0- Pers Prop 25,280 26,060 +$ 780 531 ,4, 506 Bus Inv Ex 9,972 10,900 - 928 219 Net Change -$ 148 533 Assessee has been notified. United Fain-jay, Acct. No. 132960-0002 Pers Prop $83,425 $82,465 -$ 960 4831:5 Doer Chemical Co. , Acct. No. 036980-0018 Pers Prop $95,450 $71 ,330 -$24,120 4831.5 Bus Inv Ex 42,965 30,465 + 12,500 53 1.5, 506 Net Change -$11 ,620 533 Assessee has been notified. For the Fiscal Year 1976-77 Goodyear Tire & Rubber Co. , Acct. x052150-0000, Code 05001-Assmt.. #x3572 PS Imps $ 5,690 $ 5,690 -0- Pers Prop 26,290 26,600 +$ 310 531 ..4, 506 Bus Inv Ex 10,610 11 ,007 - 397 219 Net Change -$ 87 533 Assessee has been notified. R. 0. SEATON, Ass't. Assessor RESOLUTIO-N 1-4O. 78/430 Page 2 of For the Fiscal Year 1975-;76 Original Corrected Amount Pursuant Class of Assessed Assessed of to Section Property 'Value Value * "Change (R/T'Code) Goodyear Tire & Rubber Co. , Code 05001-Assmt., 74,12099, Acct. #052150-0000 PS Imj_.-� $ 5,780 $ 5,780 -0= Pers Prop $26,370 $27,415 +$1 ,045 531 .4, 506 Bus Inv Ex 10,610 11 ,685 - 1 ,075 219 Net Change -$ 30 533 Assessee has been notified. FURTHER, For the Fiscal Year 1974=75 Dia`:lo Farm Equipment Co. , Code 10003-As.smt. #2018, Acct. #034980-E000 Pers Prop $35,870 $58,630 +$22,760 4831 ;5, 531 .4, 506 Bus Inv Ex 16,145 9,855 + 6,290 531 .5, 506 Net Change +$29,050 533 Assessee has, been notified, For th.e Fiscal Year 1977-78 And, further, in accordance with Section 4985(a), any uncollected delinquent penalty, cost, redemption penalty, interest, or redemption fee heretofore or hereafter attached due to such error should be cancelled upon shot-ling that payment of the corrected or additional amount was made within 30 days. from 'tile date the correction is entered on the roll or abstract record as it was impossible to complete valid procedures initiated prior to the delinquency date.. Frank R. Nemirofsky, Acct. Co. 092593-0000, is erroneously assessed since the original assessment was estimated and subsequent information shot-Is this. assessment should be corrected as follows: Original Corrected Amount Pursuant Class of Assessed Assessed of to Section Property Value Value Change (R/T Code) Pers Prop 14,00(1 $ 1 ,500 -$12,500 4831 Bus Inv Ex 6,500 250 + 6,250 531 .5, 506 Penalty 750 125 - 625 463 Net Change -$ 6,875 533 Assessee has been notified. For the Fiscal Year 1978-79 It has been ascertained from papers in the Assessor's Office that property belonging on the local roll has escaped assessment; and, therefore, pursuant to the Revenue & Taxation Cade, Section 531 , escaped assessment should be added to the unsecured roll as follows; and business inventory exemption allowed in accordance t•:ith Section 219 as indicated; and, further, pursuant to Section 4831 : Page Engineering Co. , Acct. No. 200552-E000 Escape for 1976-77 Pers Prop - $1 ,970 Assessed Value Bus Inv Ex 985 " Assessee has been notified. R. 0. SEATON, Asst. Assessor RESOLUTION NO. 78/430 Page 3 of For the Fiscal Year 1978-79 Sunset Designs, Inc. , Acct. No, 125950—EOOI Escape for 1977-78 PS Imps — $2,090 Assessed Value Assessee has been notified. FURTHER, it has been ascertained by audit of the assessee`s records that the assessee failed to report accurately taxable tangible property, to the extent that this failure caused the assessor not to assess the property or to assess it at a lower valuation than he would have entered upon the roll had the property been reported accurately, therefore, that portion of the property as to which the cost was inaccurately reported, in whole or in part, should be entered on the roll as escaped property in accordance with Section 531 .3 of the . California Revenue and Taxation Code; together with interest in accordance with Section 506: Sunset Designs., Inc. , Acct. No, 125950—EEOI Escape for 1974-75 Pers Prop — $2,390 Assessed Value.. Assessee has been notified. I hereby consent to the above chang and/or corrections: R. 0. SEATON, Ass't. Assessor JO CLAUSEN a ounsel Depu MAY 9 ?978 Adopied by the Board on-------------------_-I------_-- Le X v . RESOLUTIO14 NO. 78/430 Page 4 of 4 00 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Cancellation of ) Delinquent Penalties on 1977-78 ) RESOLUTION NO. 78/431 Unsecured Assessment Roll. ) The County Tax Collector having filed with this Board a request for cancellation of the delinquent penalties on Accounts Nos. 009005-E000-1-2-3-h- 5-6-7 assessed to Bay Area Vending on the 1977-78 Unsecured Assessment Roll; and WHEREAS, due to a clerical error, payment having been received before the delinquency date was not timely processed, which resulted in penalty being charged thereto; and so The County Tax Collector now requests cancellation of the delinquent penalty. IT IS H&REBY ORDERED pursuant to Sections h985 and b986 (a) (2) of the Revenue & Taxation Code, State of California, that the penalty be canceled. ED`dARD W. LEAL I hereby consent to the above cancellation: COU14TY TREASURyR-TAX COLLECTOR JOHN 'B. CLAUSEN /, COUNTY.COUNSEL By�L,f�?�!'a ; Deputy Tax Collector �� Adopted by the Board on---MAY..... _l�Z�.... \. CERTIFIED Y I certify that this is a tilt true & correct copy of the original Document w ch is on file in my office. and that it w' s passed adopted by the hoard of Supervisors o ContrCosta County. California, on the date shown. ATR'F.'T: J. it. OI.SSON. County Clerk &es ofticto erk of said Board of Supervisors, by Deputy C�lleerk MAY 9 }978 -�- on cc: Countv Treasurer-Tax Collector Auditor RESOLUTION NO. 78/431 0032 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Cancellation of ) Delinquent Penalty on 1977-78 ) RESOLUTION NO. 78/432 Unsecured Assessment Roll. ) The County Tax Collector having fi li d with this Board a request for cancellation of the 6% delinquent penalty on Account No. 023560-E000 assessed to David Chew on the 1977-78 Unsecured Assessment Roll; and WHEREAS, due to inability to complete valid procedures prior to the delinquent date, payment was not timely processed, which resulted in penalty being charged thereto; and so The County Tax Collector now requests cancellation of the 6% delinquent penalty. IT IS HEREBY ORDERED pursuant to Sections L985 and 4986 (a) (2) of the Revenue & Taxation Code, State of California, that the penalty be canceled. EDWARD W. LEAL I hereby consent to the above cancellation: COUNTY TREASURER-TAX COLLECTOR JOHN B. CLAUSEN COUNTY COUNSEL By�r 6/z-�j. , Deputy Tax Collector ay putt' Adopted by the Board on._MAY-_-_....1978.-.. ..... cc: Tax Collector Auditor RESOLUTION NO. 78/432 oV z IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Amending ) Board Resolution No. 77/560 ) Establishing Rates to be Paid ) RESOLUTION NO. 77/433 to Child Care Institutions ) WHEREAS this Board on July 12, 1977, adopted Resolution No. 77/550 establishing rates to be paid to child care institutions for the fiscal year 1977-78; and WHEREAS the Board has been advised that certain institutions should be added to the approved list; NOW, THEREFORE, BE IT BY THE BOARD RESOLVED that Resolution No. 77/560 is hereby amended as detailed below: Add the following small family home: Monthly Rate Rick Padron Small Family Home/Hollister $450 PASSED AND ADOPTED BY THE BOARD on May 9, 1978. Orig: Director, Human Resources Agency cc: Social Service, M. Hallgren County Probation Officer Cc;i,nty Administrator County Auditor-Controller Superintendent of Schools RESOLUTION NO. 78/433 mh 9OS IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Endorsing ) Propsition 2. ) RESOLUTION NO. 78/434 WHEREAS, Proposition 2, the $375 million Clean Water and Water Conservation Bond Act of 1978 on the June 6, 1978 ballot, will prevent the doubling of costs to local taxpayers for mandated water treatment facilities; and WHEREAS, Proposition 2 will provide the funds necessary for many areas in the State to proceed with the projects; and WHEREAS, Proposition 2 will generate more than $2 billion in matching Federal funds and create thousands of jobs in construction and supply; and WHEREAS, Proposition 2 will prevent r: illions of gallons of waste from being discharged into our waterways every day; and WHEREAS, Proposition 2 will help in the reclamation of water for use by agriculture and industry, thus increasing the supply for human needs; and 11HEREAS, Proposition 2 was put on the ballot by the unanimous vote of the State Legislature; and WHER1-: :5, Proposition 2 has the unqualified support of Governor Jerry Brown, former Governor Ronald Reagan, Speaker of the Assembly Leo T. McCarthy, and leaders in all walks of life; NOW, THEREFORE, BE IT BY THIS BOARD RESOLVED, that it does hereby endorse Proposition 2 on the June 6 , 1978 ballot and commend its support to all members and friends. Ain-OPTED by the Board on May 9, 1978. CC: County Administrator Art Laib t Public Information Officer RESOLUTION NO. 78/434 003209 IN THE BOARD CF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the batter of Supporting ) State Senate Bill 1541 ) RESOLUTION NO. 78/435 State Senate Bill 15=2 ) I,U]EREAS that legislation known as State Senate Bill 1541 would amend Section 11004 of the Welfare and Institutions Code to permit counties to adjust overpayments which result from continuing assistance payments pending administrative hearings where the counties' action is sustained by the hearing decision; and 1*1EREAS this measure trill reduce the prese-it high potential for the abuse of the hearing process where spurious claims are filed merely to receive a continuation of assistance benefits even though the recipient realizes that the reduction or termination of benefits should take place; and 111BREAS that legislation known as State Senate Bill 1542 would amend Section 10951 of the Welfare and Institutions Code to reduce the present one-year period dur--ng which an adm_nistrative hearing may be requested concerning welfare benefits and social services bringing the California statute into conformity with presently existing federal regulations governing the hearing process; NOW, THEREFORE, BE -" RESOLVED BY THE BOARD OF SUPERVISORS OF CONTRA COS':': COUNTY, CALIFORNI:i :.hat it SUPPORTS these senate bills and urges their prompt passage by the legislature; BE IT FURTHER RESOLVED that copies of this resolution be forwarded to our representatives in the Statc Legislature: Senator John A. Nejedly A5- :e.mblyman Daniel E. Boatwright A.;:semblyman John T. Knox ADOPTED by the Board on May 9, 1978. Orig. Director, HRA CC: Social Service Director County Administrator PL:,?ic Information Officer Se:: ��.or John A. Nejedly A_:.,:mb3yman Daniel E. Boatwright A.�.:,emblymar. John T. Knox t CAO (Art Laib) RESOLUTION NO. 78/435 011`'3ll In th' a B-carcl of Supervisors of .Contra Cosa County, State of California AS EX OFFICIO THE GOVERNING BOARD OF THE CONTRA COSTA COUNTY FIRE PROTECTION DISTRICT rgsy 9 In the Matter of Approving Consulting Services Agreement with Koepf and Lange for Fuel Tanks at Fire Station 6, Concord and Fire Station 14, Martinez (7100-4732 The Board of Supervisors, as ex officio the governing board of the Contra Costa County Fire Protection District, APPROVE and AUTHORIZE the Public Works Director to execute the Consulting Services Agreement with Koepf and Lange, Consulting Engineers, Lafayette, for Fuel Tanks at Fire Station No. 6, Concord and Fire Station No. 14, Martinez. This Agreement is effective May 9, 1978 and ,provides for a maximum payment to the consultant in the amount of $1 ,176.00, which amount shall not be exceeded without further written authorization by the Public Works Director. PASSED by the Board on May 9, 1978. .z I hereby certify that the foregoing is a true and correct copy of an order enured on thF: minutes of said Board of Supervisors on the date aforesaid. Originator: Public : orks Dept. Witrsess my hand and the Seal of tha Board of Buildings and Grounds Supervisors affixed this 9th day of IlaY 19 78 cc: Public Hors Department --- Architectural Div. Accounting Section J. R. OLSSOU, Clerk Agenda Clerk County Administrator BY Y' Deputy Clerk County Auditor-Controllerie''S0n Accts Payable { Koepf & Lange 00331 H-24 4177 15m MISULTING SERVICES AGREEMENT • 1. Spec 0_0n tions.. `::mese Special Co .Miens are irco :orat be---- y ree . • (a) P: l_c Agency: Contra Costa County Fire Protection District (b) Ccns,ltant's Name & Address: Knppf R I angp rnncllltinn F � ---�—IIq1 nPP1S, � 971 Dewing Avenue. Lafayette. California 94549 (c) Effective Sate: May 9, 1978 (d) Project Nlame, '. ber & Location: "Fuel Tanks at Sta. No. 6 Concord, and $ta.14, Mt (e) Payment Limit: 76-On Budget Line Item No. a MoD �°6x 2. Siz—a- tures. Th se sl;-naat•,ires attest the n riesagreea-ent hereto: Gtr..STULT ` t� (Dei : , to offic::al c=acity in burzress) State of Californ_3; ) Ss Contra Costa Coizi;` ) ACIMUNLE.rGMITT (CC S1190.1) The person sig ing atove for Cons, to t, :•no:kn to me in those individual and business capacities personally' appealred before me today and ac:Clo:•rle .?ed that he sig.ed !+I- and . r that the or past: �tirip nn-ed above execwted thecrit:ten inst_ :.ent pt=suan ; to its by-__::s or a reso_uLion of its Board of OFFICIA_ L� SEAL ;f: ENEN e:`. :i L. Ch::� a 'VOTARYLPUBLIC -JCAUF RNIA Pub 1C '+'t0_^i{S U''_n c CONTRA COSTA COUNTY t tily Amm. expires APR 23, 197.9 j. Ey: I !dc , Pt;.^.1iC 3. Parries. Effective on the above date, the above-=,e Public "Agyc-land Consultant rut:ally agree and promise as f ollo:•:s: �• 4: E�=_o'-on-6. P.pl c .-.ge ry hereby e=�jlo,s Consultart, and Consul'tan. 3cceint: s s eplo�=e^_, : h LO nerfoT? t e professicna ser'li�:es described herein, upon the te=a. and in c^:.s_CeraL=cn of the pa;-,enLs state: herein. 5. SCCpe of Service. Scope of Berri ce shall be as described in Apperdi;c A, attach hereto and mace a part; hereof. 6. I.^5U_ranc.e. COnstL.Z^.t sh^'i, at no cost to Public Agency, Obtain and Ira;'nta n chLring the tei , hereof: (a) :•Iorters' Co=ensaticn Lnsur. nce pursuant to state law, and (b) Co =rehensi.te Liability Insurance, includingcoverage for owned and non-o:med autorrcbiles, with a :air.;,,.•-um co.:moi.^ed si-rigle 1:L—.it cove.-arae of $500,000 for all darnges due to bodily inju—r , 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 covere, naming Public Agency, its officers and employees as additional insureds, and requiring ;0 days' `rlritten notice of policy lapse or cancellation. : 7. Pa menL. Public Agency shall pay Consultant for professional services performed at the rates sho:•In in Appendix{ B attached 'hereto, which include all overhead and incidental expenses, for which no additional co..mensation shall be allowed. In no event shall the total count paid to the Consultant exceed the payment limit specified in Sec. 1(e) Athout prior :•rritten approval o ' the Contra Costa County Public Works Director. Consultant's statenment of charges shall be submitted at convenient intervals. Payrrent will be made trritr in thirty ('30) dads after receipt of each statement. . . 8. Te=!.nation. At its option, Public Agency may terrrdmte this agreement at any time by written notice to the Consultant, .,rhether or not the Consultant is in default. L`pon such teminaticn, Consultant arrees to turn over to Public Agency everything pertaining to the :,turf possessed by ^i m or under his control at that time, and will be paid, without duplicatlen, all a.*rounts due or thereafter becoming due on account of services rende^ed to the date of terminaticn. 9. Status. The Consult is an independent contractor, and is not to be considered an e..--)lo;;ee of Public Agency J. - 10. Inde.-, i fi_cation. The Consultant shall defend, save, and 'hold harmless Public Agency and ilia officers and eanloyees from-any and all liability for any injury or damages arising from or connected with the services provided hereunder by Consultant or any person und,er its cornrol. Attsch•:wnts RECEIVED Appen.�i x A .Appendix 3 Appendix C MAY x3.,1978 Fo= approved by County Counsel 0���2 6/77 J. R. OLs1on CLERK O ARO OF SUPERVISORS Microfilmed with board ord B °e APPENDIX A to Consulting Services Agreement, dated May 9, 1978, between Koepfand Lange, Consulting Engineers, and Contra Costa County Fire Pro- tection District. SCOPE OF SERVICES A. General Requirements: 1 . The Engineer is the Consultant named in Paragraph 1 of the Consulting Services Agreement. 2. The Engineer shall hold current. registration as an Engineer in the State of California and furthermore shall certify by entering into this Agreement that he is professionally co� -etent and able to pro- vide the professional services outlined herein by reason of his per- sonal knowledge and skill and that of his staff of consultants re- tained and paid by him. 3. Consultants retained by the Engineer will be appi•oved by the County. 4. The Engineer- shall attend al.1 meetings and conferences as requested by the County. 5. Cost considerations are not to be considered as justification for breach of sound principles of architectural and engineering design. If the cost of the work is increased beyond the approved cost estimates by any changes involving quality or quantity, the Engineer shall give written notice within seven days to the County. 6. The Engineer agrees that no approval of plans and specifications by County relieves the Engineer of the responsibility for the adequacy, fitness and co-rectness of design and for designing work in accordance with sound and accepted engineering and architectural principles. 7. Work shown in the drawings and specifications shall meet requirements of authorities having jurisdiction. B. Engineer shall prepare construction plans and specifications for the fuel tank facilities generally outlined in Attachment No. 1 , dated 'April 28, 1978, and shall require construction in accordance with good commercial practice. In general , the specific requirements shall simply satisfy applicable codes, ordinances and regulations. C. Documents shall be prepared so that work at one facility is the base bid and work at the other facility is an additive alternate. D. Tracing paper will be provided by the County. 03333 1 of 2 APPENDIX A APPENDIX A (continued) . E. Engineer shall deliver five sets of plans and specifications to the County for checking purposes. F. Engineer shall deliver the orignal tracings and master specifications to the County who will be responsible for all addtional printing as required and who will retain ownership and possession of tracings and specifications. G. Time Periods: - It is understood and agreed that time is of the essence in this Agreement and the services shall start immediately upon execution of the Agreement. The Engineer shall carry the services forward expeditiously and with adequate forces and shall complete the drawings and specifications within two weeks of execution of Agreement, excluding time required for County review. H. Construction contract administration and construction inspection will be done by the County including distribution of construction documents for bidding purposes. I. Engineer shall Provide technical assistance during construction when requested in writing by- the Public Works Director. No payment shall be made for such assistance when necessitated by errors or omissions in the Construction Docu- ments. J. Successors and Assigns: This Agreement and each of its terms shall extend to and be binding upon and inure to the benefit of the successors and asgigns of the respective parties hereto, jointly and severally. 00 2-of 2 APPENDIX A KOEPF ec LANGE CONSULTING ENGINEERS 971 UEWING AVLNUE - LAFAYETTE. CALU OUNIA 94549 (415) 284-4650 ENGINEERING SCHEDULE UNIT FIXED FEE - HOURLY RATE SCHEDULE January 1 , 1978 Page 1 of 2 Furnish professional engineering- services for studies, reports, investi- gations, appraisals, designs, estimates, drafting, construction manage- ment and inspection. 1. SALARIES AND WAGES Classification Rate per Hour Partners, .Consultation $ 55.00 Project Engineering 30.00 Design and Field Engineering 24.00 Draftsmen 19.00 Word Processing* 14.00 Stenographic Charged only by Mutual Consent Inspection Negotiated —Expe r tomes t i axe);; �a�6g+Daplr-�-- * By use of Sperry-Remington equipment 2: MATERIALS AND SUPPLIES tv,t of prints and reproductions are as follows if printed in our office: ANSI Desi(anation Size Blueline iia A 8-1/2" x 11" or 9" x 12" .15** 1 .50 B 11" x 17" or- 12" x 18" .22 2.00 D 22" x 34" or 24" x 36" .65 5.00 28" x 40" or 30" x 42" .85 5 1)0 Special Materials and Services, Photographs, Actual Cost - Repr-duction and Printing outside our office Plus 10 3. MILEAGE AND SUBSISTENCE "** Auto Mileage S .15 per mile Air Travel and Auto iDental Actual Cost Subsistence (where work re :fres Actual Cost (Not to exceed that employL�e stay overnight $550 per day) away from hoi;ie) 00335 ** or "1 LOP i I:" *** Subject to no!;uti.)Lion or, sustained or distant travel . APPENDIX B to Consulting Services Agreement, dated May 9, 1978, between Koepf and Lange, Consulting Engineers and Contra Costa County. 1of1 4,G f 01" l t TA►1 f< i rr v rA A. t r 5 ���ticL Lttac � � \ 1 1 l U>JOe9'6QOQ&f5 VTtL�T1 es -31 )c 00 �r ELECT \A AT C R- io o Station 6 �. VJ}�STti t �c. T •11� 2210 Willow Pass Road, Concord S`= •Z r S 1� t•''1{� 1 i i 1 i /C, coo C)(l o v nl 0 3� o 0 —,c—KI y po Qi d WAT4r(L STUB I r t . STAL L Z- FLUSOIMOJ`1T -tA.�1� F�t.1,ef 2- - 550 6)At, -rAnjl<s � Pi0►•�C-t FLUSi-MOQW-c PI(L WA-M(Z ;L - ELecrifttc. FUEL. otSOCSEMS wiKi•.lc� IIx b' x 4" tst-Awt \ — FLO&V-s L'a-j c tr1Gt-lT 14''k 14k X(o" R-:0-ArO LCE) PE li:%LLeo P�P65 U; 1- FLJSH tAOJrJT CLGCT,SUS✓•f i 55'O hALS 550 C-)ALS � f n I � f FLUS N MOVI-r a I CoNCUTE FILtEEo PLPts �.-� CLC CT(Z1C �}15PGa �C�S t aC� F'LOR SC EvAT V4EiJT PIPES � E JO T Lt 4 TSLA••Jb CoQg 00 FLUSHMoU►.1�' QETZhCTASLE A� wA TE f, 405 E 5 6" REIMFoRCEb Coll CREWE EIrE�-rtit cA� _ ?A b \\ , Z7v14CT10130X 14t ?�► / v 00338 OWE?" 4-or5. TA F1 .0 W 141 ON c Isf I*' ' ' ew TQ ts New � I' e�, ieh s er P C ON C REi TC- p oyls 13 13 u I I W, �, � S. Cir., ' �: �. :. :. . : •. : � . : : �::� �: . ' N : ».+' x �'t' ,.:�:',• t . S- , ... ... ,y.�r �,�,,} �-'`N` rla •R '�� �'�. "�"I� k,� 4 i��,�i..�a�Gi ik�JhCllli li�W� �;i l,.II� �* .�! c1corp,. - ., .. •s .iii: i � � NA$4E AND ADDRES5'OF AGENCY UREN. HARRISON & KENNEDY. INSURANCE COMPANIES AFFORDING.COVERAGES 2150:FRANKLIN STREET, SUITE 803 COMPANY OAKLAND, CALIFORNIA 94612 A °AETNA CASUALTY & SURETY COMPANY Phone: (415) 893-2530 COMPANY ��. LETTER NAME AND ADDRESS OF INSURED Almont H. `Koepf $ Fred Lange, Jr. , COMPANY C LMER DBA: Koe f Lange g COMPANr D 971 Dewing Ave LETTER Lafayette,` Calif . 94549 COMPANY E LETTER This is to certify that policies,of,insurance listed below have-been issued to the insured named above and are in force at this time `- ' PvllcY`.- ,; Urn tso Lab ht .in 7 ousan s. :oMPANY IrPCOFINSURANCE POLICY NUMEICR EACH LfTTER EXPIRATION.DATE ; :AGGREGATE OCCURRENCE'_ GENERAL LIABILITY r bOOtLYINJURY f ' t A ®co MPREHENSTVE FORM PREMISES—OPERATIONS PROPERTY DAMAGE EXPLOSION AND COLLAPSE 0 5 SI►10 5 8 2 31 9-15 79 UNDERGROUND HAZARD ° S PRODUCIMOMPLETED ln im t 1e L OKOOKY INJURY AN0 F .. - M1 0 CONTRIk'TUAL INSURANCE �PROPERTYDAMAGE O O O, O_ OPERATIONS HAZARD "BROOAMAF ORM PROPERTY COMBINED r ❑INDEPENDENT CONTRACTORS PERSONAL INJURY PERSONAL INJURY ; AUTOMOBILE LIABILITY BODILY INJURY {EACH PERSON{ COMPREHENSIVE FORM BODILYR#JURY- f a r V IEACiiOCCURRENCEf OWNED �{ 1 Cl HIRED - PROPEKrY.pAMAGE s T OSSgf058231 9 15 79 EWU4rINJURTAND noNuviNED DAMAGEO.0 O -0( PROPERTY ee COM"INf D EXCESS LIABILITY BODI r INJURY AND; y ❑ UMBRELLA FORM } t .PROPERTY DAMAGE OTHERTHANUMBRELLA F•OMIj1NED: ' FORM ° WORKERS'COMPENSATION s.ATIiIaRY y sand 05010361.7 1-1 79 � ..� ti Eh1PL0YERS'LIABILITY ., $ ;as fia�rl�I,r, �� ;" OTHER 1111I 111;11 IR 1!,q Pill 1 111 111 I4t`xlnitUNipi LTPtRASkZt+S,`LOCATKINSNEHX:t[5 ` � .-` ' ' � a! } APPENDIX'C to ;the Consulting Services Agreement dated May 9,;:1978 bet�ieen Contra Costa County: and Koepf ,. & Lange forFuel tanks at "�. 6 14, 1' ace) { ��i�TRA COSTA COUNTY, its officers and employee ed as additional insureds.{ I _ _ _ CanCe'llatfon: C130UI. C f_the,abC t:CSiTiG+ : >;f+Cies be cancelled Wore ore orw X�,?€at cn tl;4�ste viie'. ±:J,t1!P"Sift}g coni , -,,n r }X, XXX`9nj y # ?�t� C.yN n'.�.XJCXd. }Js}r•?C?��YkX3C?E#i:.."" '�C:"+?{)i .i",at3QX�SX G3lXjElfX1! 7CX:xZk kxxx)tsKXxi{X f ° S .iS a copy of ar :o io4nal ins. �ert. which is fi led i �: 'Emergency Fief ,ia" lIkS .for,C0.unty<' u i t a I " ;,i_2ed_ t' � ay , ,- £� *eszsll�:n -Sexi Agtrte8aalsge..: , a I z `i,032t T 1 Ul :i COU11ty- L . k et _ j } �V } Y 9 i . �taxti:oe� �3f 9k..53 �a° , -A+, I# f* r'+an*' e � In the Board of Supervisors of Contra Costa County, State of California May 9 , 19 78 In the Matter of Approving Consulting Services Agreement with Koepf & Lange, Consulting Engineers for Emergency Fuel Tanks at Contra Costa County Hospital , Martinez. (4419-4249) The Board of Supervisors APPROVES and AUTHORIZES the Public Works Director to execute the Consulting Services Agreement with Koepf & Lange, Consulting Engineers, Lafayette, for design engineering services for Emergency Fuel Tanks at Contra Costa County Hospital , 2500 Alhambra Avenue, Martinez. This Agreement is effective I-lay 9, 1978 and provides for a maximum payment to tho consultant in the amount of $2,484.00, which amount shall not be exceeded witho,;t further written authorization by the Public Works Director. PASSED by the Board on May 9, 1978. r r 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. Originator: Public Works Dept. Witness my hand and the Seal of the Board of i,ui ldings and Grounds Supervisors cc:: Public Works Department axed this '..h day of Ma 19 78 fv;;Anda Clerk A: -hitectural Division Ja R OLSSON, Clerk F,:_ ounti ng Section //��^.�, Deputy Clerk Co:: :z-y Audi tor-Control l er BY �` ' e P tY Coua.' Administrator Sn n—'; �t IN 'SOn Consulting Engineer H—24 4/77 15m 00341 40 CO, SULTING SER:'ICES AGREEMENT 1, Soec_al ::hese ' pec{al Co:d.�.ticns are incorporated bet:- ;by rete_en e (a) ?•atlic Agency. Con k a Costa County (b) Ccns.. t1.nt's Na-7e g A id_ress: Koe f & Lange, Consulting Engineers, 971 Dewing Avenue, La ayette, California 94549 (c) Effectile r=te:_May 9. 1978 (d) Project Nar e, ',x.ber ?r Location: "Emergency Fuel Tanks at County Hospital Martinez (e) PaYmnent Limit: $2,484.00 Budget Line Item o.: 2. Si=aturres. Thes si.-I'lat•ures attest the pL-ties' agreemtint hereto: By f I t State of California ss Contra Costa County{% ACiG101.-L:,Lr.:�MIT (CC 51190.1) `1:2e parson sing �Ccove for Ccrisultant, t:�?O:r71 t0 P`w in those i,^.^.{Vl, til and t'•Sj^.eSS C7�le all. I J}. Caca ar_ S, persona-11- appea-red Civ=e ,^.,� tDC3� .'�..*:d 2C.^..IO:•Tle"..�e.�2 that- he S{^"�"� an that the Co.par `i Cn Or partnership rta.•ed above executed the ..,itl in it stn.-ent p, -suant to its by=a:•:s or a reso uticn of its Boa:--' o`' r -- PT ur'T, OFFICIAL SEAL _ SYLVIA L. JENSEN; J .. �.�erron Cli." NOTARY PUBLIC -:CALIFORNIA Pub—"c .. rks D rector 1 CONTRA COSTA COUNTY ' } My comm. expires APR 23, 1979 r� ay: ti V,.% r Nc ..J ,.Cil: 3. Parties. Effective on the above date, the above-ra. Public gev1!cy Phd Ccnsu1 an-, mutually iy ag e_ and prordise as follows: � f 1 4. Tot ^.t. Public agency hereby e::..,IOjS Consultant, and Consult-ant accez? s' •ch Ver J e:m±OjTe.^.t, to perform, the professions T seer;;:es descr;ted herein, upon ;,he te=.s in consideration of the payments stated herein: 5. C^ Service. Scope of ser`rice Shall be as described in ppendi:: n, attic^ hereto and made a part hereof. C. Insurance. Consultant Shall, at no cost to Public Agency, obtain and maintain dl-=L—riz the term. her eo_: (a) Workers' Cormensation L^ urar:ce pursuant to state law, and' (b; Co wre'rerzive Liability Insurance, i.ncludin-S coverage for owned and non-or•Tned autontbiles, With a combined sLnglle L::it co;era. e of $500,000 for all damages due 'to ted{-ly irj ry, sickness or disease, or death to any perscn, and dame to property, inclu-;�--:-- the loss of use thereof, arising out of each accident or occ•.�rrence. Consultant shall 1 furnish evidence of such covera✓e, naming Public Agency, its officers and er�loyees as add.t oral in:;,--eds, and requirinC;; 30 days' written notice of policy lapse or cancellation.. 7. Pay ert. Public Agency shall pay Consultant for professional services per or—med at the rates shorn in Appendix{ B attached hereto, which include all overhead and incidental expenses, for :tihich no additional co.mensation shall be allowed. In no event 'shall the total a:rount paid to the Consultant exceed the payment limit suecified in Sec. t(e) without prior r.ritten appro�ral of the Contra Costa County Public b:orks Director. Consult?nc,'s state�ent of char;es shall be submit"-ed at convenient interTrals. ' Paymwnt will be made >rrithi.n thirty (30) days anter receipt of each statement. 8. Ter.^.ination. At its option, Public Agency fray terminate this agreement at any time by written notice to the Consultant, whether or not the Consultant is in default. Lion such ter Ina ticn, Consultant agrees to turn over to Public Agency everything pertLning to the :cont possessed by hi.^.t or under his control at that tine, and will be paid, �r thout duplication, all amounts due or thereafter becoming due on account of services rendered' to the date of ter-:anaticn. 9. Status. The Consultant is an independent contractor, and is not to be considered an e:rmlo;;ee of Public Agency. 10. Inle-mi fic::tien. The Consultant shall defend, save, and hold harirless Public Asency and its officers and e.�ioyees fres any and all liability for any injury or damages arisir•.I; from or connected xith the services provided hereunder by Consultant or any person under 'its control. Attppene::ts [nMAY CEIVED ApYe::3ix A Appendix 3 Appendix C Foy ns approved by County Coael 1 426/77 - 1. a. OLX-O;q CLERK BOARD O: SUPERVISORS Microfilmed with board orderC NT os Co B4 .De u w , ' APPENDIX A to Consuiting Services Agreement, dated May 9, 1978, between Koh-and Lange, Consulting Engineers, and Contra Costa County. SCOPE OF SERVICES "EMERGENCY FUEL TANKS AT COUNTY HOSPITAL" A. General Requirements: 1 . The Engineer is the Consultant named in Paragraph 1 of the Consulting Services Agreement. 2. The Engineer shall hold current registration as an Engineer in the State of California and furthermore shall certify by entering into this Agreement that he is professionally competent and able to pro- vide the professional services outlined herein by reason of his per- sonal knowledge and skill and that of his staff of consultants re- tained and paid by him. 3. Consultants retai.ned by the Engineer will be approved by the County. 4. The Engineer shall attend all meetings and conferences as requested by the County. 5. Cost considerations are not to be considered as justification for breach of sound principles of architectural and engineering design. If the cost of the work is increased beyond the approved cost estimates by any changes involving quality or quantity, the Engineer shall give written notice within seven days to the County. 6. The Engineer agrees that no approval of plans and specifications by County relieves the Engineer of the responsibility for the adequacy, fitness and correctness of design and for designing work in accordance with sound and accepted engineering and architectural principles. 7. Work shown in the drawings and specifications shall meet requirements of authorities having jurisdiction. B. Engineer shall prepare construction plans and specifications for installation of two - 10,000 gallon fiber glass fuel tanks to be installed underground at the County Hospital in the area south of the Boiler Room and.-north of the Gardener's Building. Design shall include all necessary pumps, piping and valves and other items necessary for a completed facility complying with all applicable codes and standards of the Insurance Industry. Supply piping shall be connected to the boiler presently equipped with a fuel conversion package. Appropriate valves and nipples shall be included to simplify future connection to the two remaining boilers. C. Tracing paper will be provid->d by the County. • I of 2 APPENDIX A APPENDIX A (continued) D. Engineer shall deliver five sets of plans and specifications to the County for checking purposes. E. Engineer shall deliver the orignal tracings and master specifications to the County who will be responsible for all addtional printing as required and who will retain ownership and possession of tracings and specifications. F. Time Periods: It is understood and agreed that time is of the essence in this Agreement and the services shall start immediately upon execution of the Agreement. The Engineer shall carry the services forward expeditiously and with adequate forces and shall complete the drawings and specifications within four weeks of execution of Agreement, excluding time required for County review. .G. Construction contract administration and construction inspection will be done by the County including distribution of construction documents for bidding purposes. H. Engineer shall provide technical assistance during construction when requested in writing by the Public 'Works Director. No payment shall be made for such assistance when necessitated by errors or omissions in the Construction Docu- ments. I. Successors and Assigns: This Agreement and each of its terms shall extend to and be binding upon and inure to the benefit of the successors and assigns of the respective parties hereto, jointly and severally. 2 of 2 APPENDIX A . KOEPF & LANGE CONSULTING ENGINEERS 971 DEWING AVENUE LAFAYETTE. CALIFORNIA 94549 (415) 284.4650 ENGINEERING SCHEDULE UNIT FIXED FEE - HOURLY RATE SCHEDULE January 1 , 1978 Page 1 of 2 Furnish professional engineering Services for studies, reports, investi- gations, appraisals, designs, estimates, drafting, construction manage- ment and inspection. 1 . SALARIES AND WAGES Classification Rate per Hour Partners, Consultation $ 55.00 Project Engineering 30.00 Design and Field Engineering 24.00 Draftsmen 19.00 Word Processing* 14.00 Stenographic Charged only by Mutual Consent Inspection Negotiated Expertiestiupon}— >-9�— * By use of Sperry-Remington equipment 2. MATERIALS AND SUPPLIES Curt of prints and reprodu tions are as follows if printed in our office: ,,NSI Desionation Size Blueline Shia A 8-1/2" x 11" or 9" x 12" .15** 1 .50 B 11" x 17" or 12" x 18" .22 2.00 D 22" x 34" or 24" x 36" .65 5.00 28" x 40" or 30" x 42" .85 5 00 Special Materials and Services, Photographs, Actual Cost - Reproduction and Printing outside our office Plus 10t 3. MILEAGE AND SUBSISTENCE *** Auto Mileage $ .15 per mile Air Travel and Auto Rental Actual Cost Subsistence (where work re., Iires Actual Cost (Not to exceed that employee stay overnight $50 per day) away from home) ** or 3M copies *** Subject to negotiation on sustained or distant travel . APPENDIX B to Consulting Services Agreement, dated May 9, 1978, between Koepf and Lange, Consulting Engineers and Contra Costa County. 1 of 1 - tT �� �` `°t V �. ;"•+fi`,�"""«j1.":�:p"..-•'�.: .s'�ry':-i �"''R."^ ..."` �~ "'"Y.";4/T."'�' t, "�*':'�:•ty• i3•i M��� UREN, HARRISON & KENNEDY, INSURANCE I COMPANIES AFFORDING COVERAGES 2150 FRANKLIN STREET, SUITE 803 -- — ` _? OAKLAND, CALIFORNIA 94612 <i�'<<:.''' A Ar-TNA CASUALTY SURETY Phone: (4151 893-2530 -- — .. ii nla t-41 PAN, ■ i> Almont Ii.. Koepf C Fred Lange, Jr. , tt It11, V DBA: Koepf & Lange, 971 Dewing Ave. , �L"tit Lafayette, Calif 94549 - ILR r LLIE ltllk T111 Is to cettily that policies of insurance listed below have been Issued to the Insured named above and are in force at this time. } Limits ofLiability inThousands(00' i 1 tf It IV$1 OF itiSUHAhi;E PUI ICY hUMRi.It L.91tAi JUN DATE EACII AGGHl GtirE OCCURRENCE GL(iERAL L1A131L1TY — F_ uuuartNlukr t s A ��:.UMPkl Rtta;,iVE tUhM ���r•.Yt bli;,tS-Ui'l HAT tUN� PkUPI 141 Y DAMAGE S 3 t; „;51:)k hD COttAPI 05Sr1058231 19-15-79 --J UnLAhii , UN ARGHUUND RAIARO i L Sin le Limit t'ii.A,OCIS'CoWtETED J :;PtknIiUNS HAZARDA:AHD bQ1JIPL1t.Y INJURY AND 000 0 0 tUJ7i1HA:;TUAL INsUHANCE f RECEIVED I'NU1YDAMAGE $I S oo-](� t'AMAur I 1NUIPINUt NI CUNTRk:TORS L]/',RZ,6NAL INJURY MAY j 19 �+ PERSONAL INJURY f AUTOMOBILE LIABILITY J. R. OLKON I — tP)UILYi14JURY $ (� CLERK BOARD OF SUPcRVISORS IlAt;1l PLitSONt • l-.J COMPRtt1tNSAL IONM NT STAiCQ.�; ffOURYINJURY S 1•; a °< ` D(—� B 11..De RA(.R0CCURHLNCE) ' `•. LJ i:J(h!D S $y - j P.tOPLHIYDAMAGE $ 1uriEU IJ 05SM058231 : 9-15-79 HOU,L Y INJURY AND i. r.uc.rti' PkCPLREYDAMAGE S0170 0 !1 CO!.1bir.fO f f V --�—EXCESS LIABILITY r 1_ WDILY INJURY AND t i._� !,tJ';:1.cLLA IUHAS PROPLI(IYDAMAGE S S j ,,,It,:,l l her.UMb.LLL A LCIOU,NEU f� i F 1 - -- :40iir,EitS'COMPENSATION t:.lutURr r A i and OSC103617 1-1-79 EntPLOYLRS'LIABILITY -- - -t—_--- — . OTHER ,•i�,-n.'Iwit• UI JYthAS1J:.a.LCh:A1tUNS�EHN.LI.S Design Work for Fuel Tanks and Dispensers at County lluspital. CON'1'lu\ COSTA COUNTY, its officers and employees named as additional insureds. Cancellation: Should illy Qt tht. .,t le dcx 11brd I,,,'1,irk tw caii CIIC.I Lvtaie the expiration ilate thereof, tt:e ,vsut:'?, Corn- p,Iny will 1XX?txXXX'XXXX)( _3_Q_ ti .'. V.tlttctt th tt,:1: tO Ir.t• t)etL)A n:JrnrJ Crrtiti::ite tiolder.U1(U(X,YXU iXXX .XXXAYJ X'XXXXxxxXXXXX)LX .XXXXXXXXX C XXXXXXXXXXXXX XXXXxxXX Microfilmed with board order NAASt�AYDiiE»Jf%_t.iT I:_:,:t 1--t R --- ---- 4-21-78 Contra Costa County, (AIF Is.u(D Public Works Dept. , 6th Floor-Administration Bldg. , 4 Martinez, Calif 94553 Ali 110 1110 (as(N) i- APPENDIX 0 to the Consutling Services Agreement datedrMay 1978 between Contra Costa County and Koepf t&-Lange for—Etnergency Fuel Tanks at Co.- Kospi.tP1 . (1 page) . IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Hearing on Appeal ) of Dr. Nolan C. Sharp, Applicant, ) from Action of the San Ramon Valley ) Area Planning Commission on Application ) May 9 , 1978 for Minor Subdivision 342-77 , Danville ) Area. ) Tassajara Land Co. , Owner. ) The Board on April 18, 1978 having fixed this time for hearing on the appeal of Dr. Nolan C. Sharp, applicant, from certain conditions of approval imposed by the San Ramon Valley Area Planning Commission on application for Minor Subdivision 342-77 , Danville area; and Mr. Harvey Bragdon, Assistant Director of Planning, having described the subject property and having advised that the Area Planning Commission had approved the division of the parcel into two lots rather than three as requested by the applicant because the proposal would create one 15-acre parcel which does not confonn to the preliminary staff study for Tassajara which recommends a 40-acre minimum size to protect heavy agricultural uses ; and Mr. Brian Thiessen, attorney representing the applicant, having stated that directly across the street from this parcel is the Blackhawk development with lots that conform to the low density residential classif=c_-on (1-3 units per net acre) , having noted that the z„-- clasz_r_cation in the area allows for a five-acre minimum lot size, and having advised that the smallest of the three lots Dr. Sharp is requesting would be 15 acres ; and Mr. Thiessen having requested clarification of Condition No. 4 and having also requested that Condition No. 12 be amended to provide for a limited amount of time in which the parcels can not be subdivided; and Dr. Sharp having explained that he is requesting that the parcel be divided into three lots because he is not buying all of the !-and and he would like to divide his portion of the property so that he can build his home on one lot and a veterinary hospital on the other; and A ?representative of the Tassajara Land Co. , owner of the property, raving expressed concern with respect to Conditions Nos . 11 and 12 which require that development rights be dedicated to the County to prohibit further subdivision of the property , and having also objected to Condition No. 8 which requires a demonstration that water is available to each of the lots inasmuch as his company is retaining one of the parcels ; and Supervisor E. H. Hasseltine having responded that once a new parcel is created, it could be built upon, and having expressed the opinion that a demonstration of water on all of the parcels would be appropriate; and Mr. Bragdon having advised that staff had checked with the fire department and Condition No. 4 could be deleted; and 4.034.3 Supervisor Hasseltine having stated that the requested subdivision is not inconsistent with the zoning in the area and that a veterinary service is needed in the community, and having recommended that the appeal be granted and that Condition No . 4 be deleted and Conditions Nos. 11 and 12 be modified to require the applicant to dedicate development rights for one year ; IT IS BY THE-BOARD ORDERED that the recommendation of Supervisor Hasseltine is APPROVED and Minor Subdivision 342-77 is approved for three lots subject to revised conditions (Exhibit "A" attached hereto and by reference made a part hereof) . PASSED by the Board on May 9 , 1978. I HEREBY CERTIFY that the foregoing is a true and correct copy of an order adopted by the Board of Supervisors on May 9 , 1978. Witness my hand and the Seal of the Board of Supervisors affixed this 9th day of May , 1978. J. R. OLSSON , CLERK cc: Dr. N. C. Sharp Tassajara Land Co. Director of Planning Deputy Clerk Public. Works Director ar Craig Director of Building Inspection County Health Officer 003.1=1 i UHILLI7 Ljd CONDITIONS OF APPROVAL FOR MINOR SUBDIVISION 342-77 1. This request is approved for three parcels. The following conditions require compliance prior to filing the Parcel Map unless otherwise indicated. 2. Comply with the requirements of the Contra Costa County Public Works Department as follows: A. Convey to the County by Offer of Dedication approximately 25 feet of additional right of way including that width necessary to round the existing centerline angle points to 2000 foot radius curves on Tassajara Road as required for the planned future width of 100 feet. B. Convey to the County, by Offer of Dedication, a drainage easement for Alamo Creek. The width of the easement shall include the bed of the creek plus 2.0 times the depth (top of bank to creek bed) measured horizontally on each side of the bed width, plus a 15 foot wide access easement on each side; or the creekk width between tops of banks plus a 15 foot wide access easement on each side, whichever is greater. C. 1:n aczz r,lance with Section 94-4.414 of the Ordinance Code, the owners of all existing easements within areas to be conveyed to Contra Costa County shall consent to the conveyance of those areas. D. When the Parcel _'.'=p submitted for chedMing, the areas to be conveyed shall be thereon. `e instrucment/s, which must be executed by the owner/s before the Parcel inlap can be filed, will be prepared by the Public Works Department, Land Development Division. All instrucments shall be recorded simultaneously with the Parcel Nlap. E. No permanent structures other than drainage structures shall be constructed within or over any dedicated drainage easement. F. File a Parcel r,lap on the entire parcel prior to the sale or development of any parcel. The parcel map must be filed with the County Public Works Department and recorded within one year from the date of the approval of this minor subdivision or this permit to subdivide will expire. Upon approval of the Director of Planning, a one year extension may be granted to record the Parcel Map_ G. An encroachment permit shall be obtained from the Public Works Department, Land Development Division, for driveway connections within the right of way Of :assajara Road. 3. The apYLca:t shah pay $900 for Park Dedication Fee (P.D- 233-73). 4. Comply with the requirements of the Building Inspection Department. 5. The applicant shall submit grading plans for review and approval of the Planning Department prior to issuance of grading permits. 6. This minor subdivision is conditionally approved, subject to the applicant obtaining the necessary approval from the County Health Department for the utilization of individual sewage disposal on each parcel. 7. The applicant shall demonstrate that water is available to the subject property from either: 1) public water supply; or 2) one well per unit which meets the following capacity requirements to be verified through the Health Department: (a) one gallon a minute pumped continuously for 4 hours with 1,000 gallon storage; or �b) 3 gallons a minute pumped continuously for 4 hours with 500 gallons storage; or (c) 5 gallons a minute pumped continuously for 4 hours (no storage required). 8. If archaeologic materials are uncovered during grading trenching or other on-site excavation, earthwork within 30 meters of these materials shall be stopped until a professional archaeologist who is certified by the Society for California Archaeology (SCA) and/or the Society of Professional Archaeology (SOPA) has had. an opportunity to evaluate the significance of the find and suggest appropriate mitigation measures, if they are deemed necessary. 9. The developer shall comply with the San Ramon Unified School District policy as it relates to contribution of funds for the development of school facilities within the district. (The San Ramon Unified School District "Developers Policy). 10. The applicant shall dedicate development rights to the county for more than one : either parcel for a period of one year. J'- 11. The final map shall indicate that neither parcel may be further subdivided for a . period of one year. IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Hearing on Appeal ) of Mrs. Doreen Greene et al from ) Action of the San Ramon Valley Area ) May 9, 1978 Planning Commission on application ) for Development Plan No.. 3052-77, ) Alamo Area. ) The Board on April 18, 1978 having fixed this time for hearing on the appeal of Mrs . Doreen Greene et al from the San Ramon Valley Area Planning Commission conditional approval of Development Plan No. 3052-77 (Alamo Partnership, applicant) to establish a shopping center in the Alamo area; and Mr. Harvey Bragdon, Assistant Director of Planning, having described the property site and having advised that the proposed shopping center would be 178,452 square feet and would retain an existing post office and two service stations ; and �1r. Freeman P. Graves , attorney representing the applicant, having stated that the market analysis supports the proposed size of the shopping center and that the development would provide needed services in the community, having noted that Safeway would have greater flexibility in securing an appropriate tenant if it were not compelled to lease its store across the street prior to occupying the new building, and having requested that the restriction of hours for delivery services be amended to accommodate the existing service stations and post office; and Mr. ?Michael D. Nelson, attorney representing the appellants, having questioned the market study and the fact that the community could support the large development proposed, having expressed the opinion that the EIR does not substantiate the project, having objected to the increased traffic and projected noise levels for the center, and having requested that a more detailed market analysis be completed and that a fine be imposed whenever the noise level exceeds 60 decibels; and The following persons having appeared in opposition to the proposal: Ms. Marian Wickline, representing the Association for the Preservation of Danville Boulevard; Mr. Jeff Nader, local businessman; Ms . Madeline Hewitson, 31 Sara Lane, Walnut Creek; and Mr. Graves, in rebuttal, having stated that the landscaping requirements would mitigate the noise problems; and Mr. John B. Clausen, County Counsel, in response to Board questioning, having advised that compliance with a noise level restric- tion would be almost impossible to enforce; and Supervisor E. H. Hasseltine having stated that the proposed development in an area designated for commercial use would provide protection for residential property along Danville Boulevard, and having noted that the proposal had been through the community process and had received the support of the Alamo Improvement Association; and 0034) . A Supervisor Hasseltine having concurred with the findings of the Area Planning Commission and having recommended that the appeal be denied and Development Plan No. 3052-77 be approved subject to the conditions imposed by the Area Planning Commission with the exception of Condition No. 13 which should be amended to reflect exemption of the existing post office and two service stations from delivery hour restrictior_s (Exhibit "A" attached hereto and by reference made a part hereof) ; IT IS BY THE BOARD ORDERED that the recommendation of Supervisor Hasseltine is APPROVED. PASSED by the Board on May 9, 1978. I HEREBY CERTIFY that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Supervisors affixed this 9th day of May, 1978. J. R. OLSSON, CLERK By 5�� %je Vera NeI on Deputy Clerk cc: Mrs. Doreen Greene Mr. M. D. Nelson Alamo Partnership Mr. F. P. Graves Director of Planning Director of Building Inspection Public Works Director _ t 00. EXHIBIT "X' Conditions of Approval - Development Plan #3052-77 1. This application is approved per plans submitted to the Planning Department dated November 28, 1977 with the following conditions and revisions. 2. Comply with the landscaping and irrigation requirements as follows: A. Landscaping as proposed shall be increased along the north and east property lines to include an eight-foot high solid retaining wall and cigitt feet of landscaping on the property side, along tike Danville Boulevard frontage in the areas where driveways are deleted and so that the buffer areas are at least 15' tide, along the Lunada frontage so that buffers are at least 15' wide, and where excess parking is deleted. s B. Prior to the issuance of a building permit, a landscape and irriga- tion plan shall be submitted for review and approval by the County Zoning Administrator. A cost estimate or copy of contract for the landscaping improvements shall be submitted with the plan. Land- scaping and irrigation shall be installed prior to occupancy. C. If occupancy is requested prior to the installation of the landscape anti irrigation improvements, then either: (1) a cash deposit; (2) a bond; or (i) a letter of credit shall be delivered to the County for 100 percent of the estimated cost of the uncompleted portion of the landscape and irrigation improvements. If compliance is not achievecl after six montlts of occupancy as determined by the County Zoning Administrator, tate County shall contract for the completion of the landscaping and irrigation improvements to be paid for by the held sum. The County shall return the unused portion within one year of receipt or at the completion of all work. 3. Comply with the conditions of the County Public Works Depar Ment as follows: A. Convey to the County b;; Grant P:-ed additional right of waxy on Danville Rouievard as required for the planned fixture width of 100 feet, incl;tring the transition from; a 100-foot. right of way to • a 60-foot right of way as sho:•tr, on the attached map. B. Convey to the County 1).y Offer t�:' I`edicatian the 60 ft,ot ri;rtht of way for the relocation of Luna-_::m Lane within the property and obtain the neee_:sary right of city fron the ad,jaeent Property u.:ner for dedicatior to the Ccnu►ty that ;>-jrtion of L e relocated Lunn(in Lane lying outside the applica.nt'u property. The relocated al ignmen1, shall be subject to the upprnva.l 01' Lhc Ptibl it: tLtr•k:: !;r;�;it Lm •t►t., ThlIt pc•t•I:iOrt of LIUM tl;t l:tnr between 1.11c It>n;;et nec�I��i wi Yr.t• ab.1.rm,ic',: :--riL t• rvl i:; ;tcCCl%Lct:} 't:: :� (,'•taai� rf:ar:. C. Convoy Lo Lhe 0111tti._:, by m1t tc: '+t' llodic_Lion, a la-irh)L wide �}2:lrtGtj't elsement ena:nmpassilln tike concrete pipe storm drain to be constructed silentg the north property lin!r. 0u34-7 Conditions of Approval - x`:3052-77 Page 2 D. Submit mete:-:uut�hnuncin de::c ri i,l.ic,n: and {-lat.n, }lreparod 1;y a 1 iccnsed 1:Ind n ur•veeyur• or rel-it:tered civil enl;incer, for the above itient.ioned drainage easement and I imad a Lane relocation to the Public Works Department, L:urd Ucvelopment Division for review and the preparation of iris trument.^,. E. Tn accordance with Section 94-}r.}r.lh of the Ordinance Code, the owners of all existing easements within areas to be conveyed to Contra Costa County shall consent to the conveyance of those areas. F. The above instrulnet1t, whirli mu;t. he executed by Uio owner•/s bet'ctre any building permit can be issued, will be prepared by the Public Works Department, Land Development Division G. No Permanent Structures other than drainage structures shall be constructed within or over any dedicated drainage easement. H. Collect all storm water flows entering; the originating; within the subject property and convey them to the storm drain to be constructed alcii,; the northerly property line without the diversion of the watershed. I. Submit site grading and drainage plans to the Public Works Department, Land Development Division for review prior to the •issuance of any building; permit or the construction of site improvements. J.. Construct the concrete pipe storm drain designated as line "B" on the Drainage ;:one 1? plan airing the north property Linc. K. Construct curb, 10-foot wide sidewalk (width measured from curb face), necessary longitudinal drainage, and pavement widening; on Danville Boulevard. The race of the curb shall be located 10 feet from the widened right or way line. The sidewalk shall transition From 10 feet to 6.5 feet to connect to the existing; 6.5 foot sidewalk immediately to the north. L. Construct curb, necessary longitudinal drainage, and pavement on Lunada. Lane. The f ace of curb shall be located 10-feet fren, the dedicated right of way .line. M. Construct 10 foot sidewalk (4i,lth measured from curb face) on the subject property's frontages on Lunada Lane. N. 1n accord:iii ce wi tit the Fronta,-o Trtprc,vement Policy :approved by the of :;rlp�t'rls�,r , the d,':'cloper must cnn:l.ruct : Conditions of Approval - #3052-77 Page 3 0. Submit IyflroLnr- *—,tncd hydraulic calcnrlacions nhowing the adequacy of the site drainage. P. Prevent storm drairra;ge, r)ril;inal.in;- n►r hire proporty and conveyer] in a concentrated manner, from draining across the sidewalk or on driveways. The drainage shall be conveyed to a storm drain. tZ. Install all new utility distribution services underground. R. Install street lights on Danvil.lc Boulevard and Lunada Lane. The final nrunber and location of the lights will be determined by the Traffic l•:u,g.inr_er. This property .hall be :u)nexcd 1.0 County Service Arca L lip for the: maintenance and aper-ation of the street lights. S. Provide two way lett turn lane along Danville Boulevard. Details are to be determined by the developer's engineer, subject to review by the Public Works Departnent, Land Development Division. The developer will be responsible for thar. portion of the lett turn lane fronting the development and its transitions to adjacent areas. T. Provide a bus turnout along Danville Boulevard between the first • and second access openings north of the existing Lunada Lane. U. fnodit�yr the Stone Valley Road - Danville Boulevard intersection to accem-nodate the relocated Lunada Lane. All the modifications necessary for the new intersections, i.nc.ludint; if;nal conduits in •nowly constructed areas shall. be Lhe re_:nonsibility of the developer. she Crnmty will assume the responsibility for the signal modifications and the railroad crossing. V. Submit improvement plans for storm drain and road improvements to the Public :darks Department, Land Development Division for review; pay an inspection fee and applicable lighting fees. Over-all curb grade plans for Danville Boulevard will be prepared by the Public Works Department for use by the applicant in the preparation of specific improvement plans. Curb grade plans for Lunada Lane shall be prepared by the applicant's engineer. The improvement plans shall be submitted to the Public Works Department, Land Development Division prior to the issuance of any Building Permit. The review of improvement plans and- the payrn^nt of ail_ for, : shall br_ co.-pl eted prior to `lu> clearance or any bu:.ldir),, f'or nct•nh-t-,o.v by Llie Puhlis '.:aria Tf' occupancy jr, req,Ac:;t.ecd print- tel con:.tructinn of it:nrovements, the applicant s:;al i c::ccute a Road i:::l)r,.rvement Igree7 ent with Contra Condi.;; anrd lx�r.t t.iu: horvi-: required l,y Lite tq,reement to guarcurtee completion of the --.:ora:. 00349 Conditions of Approval - #3052-77 Page 4 W. Prior to the issuanrr_ or :ut7 Puildin;- Permit, rrtrni h proof to Fublic Works Department, L:urd Develoament Division of the acquisition or all necessary rirbts of entry, permits and/or easements for the construction or all off-site, temporary or permanent, drainage improvements. X. Contribute to the County the amount of $500.00 per gross acre to cover future drainare fees in Storm Drainage Zone 13 prior to the issuance (,f any Building; Permit. The cost or construction of the fine f; rotirreLe pipe ::term dr:1in will tui applieri towarth; rrl• tho r•—p6 red r. i:1.r•i hnl.i1)n. y. An encroachment permit shall be obtained from the Public :forks Department, Land Development Division, for driveway connections within the rights of way of Danville Boulevard and Lunada Lane. 4. Prior to the issuance of a building permit, final elevations and architectural design of buildings and structures shall be subject to final review and approval by the County Zoning Administrator. Tile roofs and exterior galls of the buildings shall be free of such objects as air conditioning equipment, television aerials, etc. , or screened from view. 5. Exterior lights shall be deflected so that lights shine onto applicant's property and not toward adjacent property. 6. All signs are subject to review and approval of the Zoning Administrator. 7. Comply with the requirements of the Fire District. 8. Comply with the requirements of the Sanitary District. 9. Comply with the requirements of the Building Inspection Department. 10. At such time as the improvements (excluding buildings A and B) have been 90% leased, the applicant then has the right to construct buildings A and B. 11. Prior to Safeway taking occupancy of building C, the applicant shall demonstrate to the Planning Department that a signed lease has been negotiated for the Safeway building across the street. 12. Prior to the issuance of a building permit, a revised plan shall be submitted showing a reduction in parking spaces with accommodation for the adjacent southern property. This shall be subject to review and approval of the Zoning Administrator. 13. Delivery service by vehicles shall be limited to the hours of 8:00 a.m. to 6:00 p.m. except for the existing post office and service stations. 0 0030 In the Board of Superyisors of Contra Costa County, State of California May 9 , 19 78 In the Matter of American Standard Property, 3302 Giant Road, San Pablo, California. Supervisor N. C. Fanden having advised that she had received a letter dated May 3, 1978 from Mr. Michael Warren, Assistant City Manager of San Pablo, indicating that the Local Agency Formation Commission had recently approved annexation of American Standard property located at 3302 Giant Road, San Pablo, to the City of San Pablo, that the annexation proposal will be the subject of a hearing before this Board at an early date, and requesting a building permit authorization on behalf of the Young Manufacturing Co. (which Company represents the major interest of a group of investors who are in the process of pur- chasing the American Standard property) pending finalization of annexation proceedings; and IT IS BY THE BOARD ORDERED that the aforesaid request is APPROVED.and issuance of a building permit is AUTHORIZED. PASSED by the Board on May 9, 1978. Subsequently, the Clerk having advised that the City's request did not comply with provisions of the County Ordinance Code Section 72-4006 (2) which sets forth the procedure for inspection of buildings in areas in the process of annexation to incorporated cities; and Good cause appearing therefor, IT IS BY THE BOARD ORDERED that its previous approval of the aforesaid request is RESCINDED. PASSED by the Board on May 9, 1978. I hereby certify that the foregoing is a true and correct copy of on order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: Building Inspection Witness my hand and the Seal of the Board of County Counsel Supervisors County Administrator affixed this 9th day of Mav 19 73 J. R. OLSSON, Clerk Deputy Clerk Jamie L Johnson Ut�3�1 H-24 4/77 15m In the Board of Supervisors of Contra Costa County, State of California May 9 --fig 78 In the Matter of Settlement of Burbine, et al. v. Davis, et al. , No. C-77-578-CFP The County Counsel having recommended Board approval of an Agreement (Compromise and Release) settling the case of Burbine, et al. v. Davis, et al. , USDC ND No. C-77-578-CFP; IT IS HEREBY ORDERED by the Board that the Agreement is approved and that the Chairman is authorized to execute the Agreement on behalf of the Board. PASSED and adopted on May 9, 1978. EVIL/j 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. j Witness my hand and the Seal of the Board of Supervisors cc• County Counsel affixed this9t l day of May 19 78 • County Administrator ' - J. R. OLSSON, Clerk By %t%% % Deputy Clerk Robbie ?g)itierrez UU352 l i I AGREEMENT 2 (Compromise Settlement and Release) 3 1. PARTIES. Effective May 8, 1978, this agreement is made 4 between Leonard Burbine (BURBINE) , Peace Officers Research 5 Association of California (PORAC) , Walnut Creek-Danville Deputy 6 Marshals Association (ASSOCIATION) , County of Contra Costa 7 (COUNTY) , and trilliar. H. Davis (DAVIS) . 8 2. PURPOSE. This agreement is a compromise settlement and 9� mutual release whereby the above-mentioned parties hereby release 10� their mutual rights and claims arising from the disputes and 11 differences which gave rise to the case in the United States 12 District Court, Northern District of California, Leonard Burbine, 13 et al. , v. William h'. Davis, et al. , No. C-77-578-CFP and the 14 appeal from dismissal of Leonard Burbine before the Civil Service i5 Commission of the County of Contra Costa. 16 3. NO ADMISSION. This agreement is a compromise of the above- 17 • mentioned dispute claim and this agreement shall not be considered 18 as an admission of liability by any of the parties. 19 4 . COUNTY and DAVIS' OBLIGATIONS. 20 A. COUNTY agrees to pay BURBINE the sum of four thousand 21 two hundred and fifty dollars ($4,250) . 22 B. DAVIS agrees to dismiss all charges against BURBINE and 23 to allow BURBINE to resign from his position as Deputy Marshal 24 of the Walnut Creek-Danville Judicial District, provided that 25 such action is made in writing on or before Tray 8, 1978. 261 Page 1 of 5 t 1 C. DAVIS agrees not to discipline or otherwise retaliate 2 against Deputy Marshals Glenn H. Barley and Perry 0. Hatch 3 because of their having assisted in the preparation of and/or 4 having signed the documents denominated as "Articulated 5 Grievances" which were the basis for the institution of dismissal 6 proceedings against BURBINE. 7 D. DAVIS and COUNTY agree to make the following response 8 to inquiries from prospective employers requesting employment 9 history information on BURBINE: 10 (1) Leonard Burbine was employed as a Deputy Marshal 11 by the Walnut Creek-Danville Judicial District from October 6, 12 1966, until March 18, 1977. While so employed his job performance 13 was satisfactory. 14 5. BURBINE'S OBLIGATIONS. In consideration of the aforemention d 15 actions to be taken by DAVIS and the COUNTY, BURBINE, PORAC and 16 ASSOCIATION agree to do the following: 17 A. BURBINE agrees that on or before May 8, 1978, he shall 18 resign from his position as Deputy Marshal in the Walnut Creek- 19 Danville Judicial District effective 34arch 18, 1977. In so 20 doing, BURBINE waives all rights to back pay, wage and damages 21 from I-larch 18, 1977 forward from DAVIS or the COUNTY, based on 22 his employment with the Walnut Creek-Danville Judicial District. 23 B. BURBINE, PORAC and ASSOCIATION and individual members 24 thereof on behalf of themselves, their decendents, dependents, 25 heirs, executors, administrators and assigns, hereby fully release 26 and discharge the COUNTY, DAVIS WILL and JUDGES Betsy F. Rahn, Page 2 of 5 OU3� � 1 John C. Minney, and Joseph R_ Longacre, Jr. , and their decendents, 2 dependents, heirs, executors, and administrators, and assigns, 3 officers, and employees and agents from all causes of action, 4 claims, demands, damages, and liabilities of any kind whether 5 known or unknown, which they or their above-named successors 6 may now have against the other parties and their above-named 71 successors, officers, employees, and agents stemming from 8 BURBINE'S, PORAC'S, and ASSOCIATION'S claims of violations of 9 rights of free speech and discrimination because of labor 10 activities as alleged in Burbine, et al. , v. -Davis, et al. , 11 (U.S.D.C. N.D. , No. C-77-578-CFP) and BURBINE, PORAC and 12 ASSOCIATION further agree to dismiss with prejudice Action No. 131 C-77-578 CFP and BURBINE agrees to dismiss his Appeal from 14 Dismissal before the Civil Service Commission of Contra Costa 15 County filed on or about Parch 24, 1977_ 16 C. BURBIPIE further agrees and covenants not to sue or insti- 17 tute legal actions of any kind whatsoever against DAVIS or JUDGES 18 Rahn, Minney or Longacre of the Walnut Creek-Danville Municipal 19 Court, based upon any events occurring during his employment as 20 a Deputy Marshal in the Walnut Creek-Danville Judicial District 21 or upon any events arising out of his application for employment 22 or employment with any public agency within the County of Contra 23 Costa_ 24 6. C.C. §1542 WAIVED. This compromise settlement, notwith- 25 standing §1542 of the California Civil Code which provides that 26 "ueneral release does not extend to clains which a creditor does Page 3 of 5 O0�355 1 know or suspect to exist in his favor at the time of executing the 2 release which if known by him must have materially affected his 3 settlement of the debtor" shall be a full settlement of said 4 dispute, claim, or cause of action. Such compromise settlement 5 shall act as a release of future claims that may arise from the 6 factual allegations in the Complaint in Action No. C-77-578 CFP 7 whether such claims are currently known, unknown, . foreseen, or 8 unforeseen. The parties understand and acknowledge the signifi- 9 canoe and consequence of such specific waiver of §1542 and hereby 10I assume the full responsibility for any injuries, damages, losses 11 + or liabilities that they may hereinafter incur from the above- 12 specified dispute. 13 DATED:- 14 ATED:14 15 16 17 18 19 20 21 22 23 24 25 26 Page 4 of 5 0o3�s f 1 COUNTY.-O COSTA onard B bine 2 � �' I hereby certify that I am an 3 LZairman of the Board of attorney representing Leonard Supervisors Burbine and that I have explain( d 4 the terms of this release to i r him, that I have advised him to 5 2_1t„/1,�,_--�� G„� execute this release, and that William H. Davis this release was in fact sianed 6 by hi 7 I hereby certify that I am an attorney representing William H. 8 Davis and the County of Contra William H. Sortor, Esq. Costa, and that I explained 9 the terms of this release to them, that I have advised them 10 i to execute this release, and PORAC v 11i iam H. So or, Esq. that this release was in fact 11 signed by them_ I hereby certify that I am an attorney representing PORAC, thZLt 12 I have explained the terms of JOHN B. CLAA E County Counsel this release to the officers of 13 PORAC and advised them to execute / -the same, and that I have been 14 y authorized by said officers of BLar PORAL to execute this release o 15 e ty Cou unsel behalf of PORAL. 16 1 4i_� 17 Approved as to Form: William H. Sortor, Esq. 18 JOHN B. CLAUSEN 19 County ASSOCIATION 2 I hereby certify that I am an y- E_ V. L e, r. attorney representing ASSOCIAlI N 21 that I have explained the terms of this release to the officers 22 of ASSOCIATION and advised them to execute the same, and that 23 this release was in fact signed by Leonard Burbine as Secretary 24 Treasurer and authorized office of ASSOCI:+':'70�I. 25 26 — William H. Sortor, Esq. Page 5 of 5 i L. vu s v IL,,- i-UMM1aj1UN DATE STAidP. NOT 'E OF SEPARATION DEPAf?T1:1ENr _qaj-ut 6-reek-Danville tdarshal DATE: May 10, 1973 Notice to C:v,l Service Department that the fol:o1ving employ23 is being separated from a Contra Costa position: Classifies: ❑ Unclassified Service COST I CLASSIFICATION A CENTER CNN. ENOPL TERMINATION ION DEpIJTY IL-J'.SH�I. I t Lw%T 0.1 IN IAV fTATV1 N A Mi E: LE0.46RD BURNE0264 309 13069 3/18/77 ADDRESS. 397 St_ Norbert Drive CITY,STATE 1] vi 11 a cal i far-;a ZIP EMPLOYEE'S SOCIAL SECURITY NUMBER REASON: t719 / 1 / b787 Ea 1. RESIGNATION Attach copy of Letter of Resignation. ❑ 2. RETIREMENT: ❑ Regular ❑ Safety ❑ Disability If "Deferred", check l above. ❑ 3. LAY OFF' Give reason under REMARKS below. ❑ 4. DEATH ❑ 5. ENO LIMITED TERM APPOINTMENT ❑ 6. END PROVISIONAL APPOINTMENT' ❑ 7. SUSPENSION Not to exceed 30 days. Attach Order of Disciplinary Action Form. ❑ 8. DISMISSAL Attach Order of Disciplinary Action Form. ❑ 9. REJECTION OF PROBATIONER' ❑ 10. END A-1 (ADDITIONAL IDENTICAL" ASSIGNtiMENT' ❑ 11. TERMINATION OF PROJECT REMARKS: *REVERSIONARY RIGHTS TO POSITION I. D. CARD RETURNED? ® YES ❑ NO Signeture of Appointing Authority •tTT T TS?f R lrJT M UAT CONFIRMATION Apprw!c: lot Roster Posted Date Civil Service Oepartmenr PERSC)NNEL FILE •"•,_„"” Zy.}y'-'"- 640 YGNACIO VALLEY ROAD • P.O. 90X C \+� Com: s L'::.;NUT CREEK. C1. 94396 PHONEi AREA CODE LSS 934- __ OFFICE OF THE MARSHAL �^Y��• - _ —\:ILLIAM H. OAVIS. MARSHAL COUNTY OF CONTRA COSTA :Er�t W A'_NUT CREEK -DANVILLE JUDICIAL DISTRICT Zrt May 10, 1975 Civil Service Coa- fission County of Contra Costa Martinez, California 94553 Honorable Co=ission: Attached please find a copy of Leonard Burbine's resignation from his position of Deputy Marshal I, Walnut Creek-Danville Judicial District. Accordingly, all charges against Mr. Burbine are hereby dis- missed and his resignation is accepted as of March 18, 1977. Very truly yours, 14ILLIA24 H. DAVIS, MARSHAL WH]:bb OU�09 Play 8, 1978 Civil Service Commission County of Contra Costa c/o Charles J. Leonard, Director of Personnel P. O. Box 791 Martinez, CA 94553 Re: Appeal of Deputy Marshal Leonard Burbine. Honorable Civil Service Commission: Based upon the terms and conditions of an agreement between William H. Davis, Marshal of the Walnut Creek-Danville Judicial District, the County of Contra Costa, and the undersigned, I hereby withdraw my appeal now pending before the Commission. nar Burbine J William H_ Davis, Marshal Walnut Creek-Danville Judicial District 640 Ignacio Valley Road P. O. Box 4817 Walnut Creek, CA 94596 Re: Resignation from Employment. Dear Sir: Based upon the terms and conditions of an agreement between you, the County of Contra Costa and the undersigned, I hereby tender my resignation from employment with the Walnut Creek-Danville Judicial District effective March 18, 1977_ -f , DNARD BURBINE� In the Board of Supervisors of Contra Costa County, State of California May 9 19 -_U In the Matter of Appointments to the Overall Economic Development Program Committee. The Board on April 25, 1978 having acknowledged receipt of the City of Brentwood' s nomination that Mr. Douglass W. Hanner (Ms. Barbara J. Guise as his alternate) be appointed to the Overall Economic Development Pian Committee to fill the unexpired term of Mr. Joseph Cunningham; Supervisor E. H. Hasseltine having recommended that Mr. Hanner and Ms. Guise be appointed to said Committee; IT IS BY THE BOARD ORDERED that Mr. Douglass W. Hanner is APPOINTED to the Overall Economic Development Program Committee (as the City of Brentwood's representative) to fill the unexpired term of lir. Joseph Cunningham ending December 31, 1978 and that Ms. Barbara J. Guise is APPOINTED as his alternate. PASSED by the Board on May 93, 1978. a 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of cc: Mr. Hanner Supervisors 111 Pippo Avenue 9th May 78 Brentwood 94513 affixed this day of 19 Ms. Guise 189 Sherwood Drive rc--11, OLSSON, Clerk Brentwood 94513 ' Overall Economic Developme� Deputy Cleric Program Committee via Planrrrng Ronda Amdahl Director of Planning County Auditor-Controller County Administrator 00362 Public Information Officer H-24 4/77 15m IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Appeal of ) Bryan & Murphy Associates, Inc. , ) Applicant, from San Ramon Valley ) Area Planning Commission Denial of ) May 9, 1978 Tentative Map of Subdivision 5027, ) Alamo area. ) Bergesen Construction Company, Owner) The Board on April 11, 1978 having fixed this date for hearing on the appeal of Bryan & Murphy Associates, Inc. , from San Ramon Valley Area Planning Commission denial of the .tentative map of Subdivision 5027, Alamo - area; and Mr. Harvey Bragdon, Assistant Director of Planning, having stated that the Commission' s denial of the proposed ten lot subdivision was based on inconsistency with the General Plan and zoning in the area, and having advised that the applicant has subsequently submitted a revised proposal for nine lots; and Mr. James H. Wulfsberg, attorney representing Bergesen Construction Company, having stated that the subject property was rezoned from R-20 to R-40 after the initial filing of the sub- division tentative map and that the ten lot proposal is consistent with the surrounding community, and having requested that favorable consideration be given to granting the appeal but having stated that if necessary in order to proceed with the project, the developer is prepared to go forward with the revised plan for nine lots; and Mr. Charles E. Suter and Mr. John Lucey, representing the Vernal Area Improvement Association, having expressed opposition to the proposal and having stated that in their opinion the terrain would only support a six lot development; and Mr. Wulfsberg, in rebuttal, having stated that his client will proportionately contribute toward off-site improvements of Vernal Drive along with the developers of Subdivision 4879; and Supervisor E. H. Hasseltine having stated that he could not support the proposed ten lot subdivision inasmuch as it is not consistent with the General Plan but that nine lots would only necessitate one variance to net lot area, and therefore having recommended that the appeal be granted in part by approving the revised tentative map for nine lots subject to the conditions recommended by the Planning staff and the additional requirement that each building site must have the prior approval of the Zoning Administrator; and 00363 The Board members having discussed the matter, IT IS ORDERED that the recommendation of Supervisor Hasseltine is APPROVED and the tentative map for Subdivision 5027 is APPROVED subject to conditions (Exhibit "A" attached hereto and by reference made a part hereof) . The Board, in granting the variance to lot size, makes the findings required in Section 26-2.2006 of the County Ordinance Code and does so based upon the information presented in the staff report and public testimony. - PASSED by the Board on May 9, 1978. CC: Bryan & Murphy Associates, Inc. Bergesen Construction Company Director of Planning Public Works Director Building Inspection CERTIFIED COPY I tertify that M? Is r. fail. true & correct copy of- the fthe ori,.::i rt:)r:r:r,f.. . ! ... nn•.ma [n my r;tCtco. .. and ti3:!: • the i3n;tir1. r.! C'-!aornia. nn ClerY. .t:rofti�io e Cl .!c cr .:c: 13ohrd�::;uperciaors. // Oia :i P�f. Ham•.-,a., 00361 Conditions for Approval - Subdivision 5027 1. The tentative nap of this approval shall be that received by the Planning Department on May 8, 1978 for nine lots, as modified by the following conditions. 2. Variance is granted to have one lot less than 40,000 square feet in area in a Single Family Residential District R-40. The site is very irregular in shape and the variance requested is considered reasonable and in keeping with the existing neighborhood. 3. Comply with the fire protection improvements of the Danville Fire Protec-. tion District_ 4. The developer shall comply with the San Ramon Valley- Unified School District's Developer's Policy. S. Exception is granted from the Subdivision Ordinance to have a private street, Vernal Court, serve the subdivision, and to allow Vernal. Court to be a cul-de-sac street longer than 7001. 6. Street names are subject to review by the Director of Planning.- . . -7. lanning.-. -7. The developer shall contribute toward off-site improvements of Vernal Drive in accordance with Condition 30 0£ the Conditions for. Approval of Subdivision 4879 as imposed by the Board of Supervisors on ;March 7, 1978. S. The Covenants, Conditions & Restrictions for the subdivision 'shall contain a statement as to the specific obligation of each lot as to their pro rata share toward the maintenance of Vernal Drive- CCFRs shall be submitted to. the Director of Planning prior to recording the Final Map. 9. The precise location and design of Vernal Court and the retaining wall are subject to review and approval of the Director of Planning prior to issuance of a grading permit or filing a Final L3ap. It may be that one cul-de-sac with a 35' radius, paved in full, will be utilized rather than two. The retaining wall height shall be limited to a maximum height of 6 feet. 10. Prior to filing a Final Map submit landscape plans for review and approval of the Director of Planning for low maintenance landscaping of the bank above Vernal Court east of the Fay residence, which shall include native shrubs and groundcover. 11. Fence design and landscaping on Lots 9 and 10 shall be subject to review and approval of the Director of Planning. 12. Grading shall not be permitted within the dripline of the oak trees on Lot 10. The dripline shall be stakes; prior to any grading or construction in the vicinity of the trees. 15. 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 Ccmmission's conui- tional approval statement. _ 003bs Micro`::Imed witil 1;oard ordffF.11 Conditions for Approval - Subdivision 5027 Page 2 14. 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. 1S. All utility transmission, distribution, and service facilities shall 'be installed underground. 16. The minimum grade for curbs on all streets shall be 1%. . 17. , Any section of the storm drainage system which conveys storm water to which the public streets contribute flow shall be installed in a dedicated drainage easement. 18. Although the storm drainage system is shown in. some detail, comment on the system will be made when the improvement plans are submitted for review. 19. Should the construction of Subdivision 5027 be subsequent to 'the construc- tion or completion of adjacent dead-end subdivision streets, the subdivider of Subdivision 5027 shall provide for adequate temporary protection of the road connections and for advance signing of the construction area. 20. An encroachment permit shall be obtained from the State of California prior to the filing of the Final Map for any work to be performed within the I-680 right-of-way. 21. If archaeologic materials are uncovered during grading trenching or other on-site excavation, earthwork within 30 meters of these materials shall be stopped until a professional archaeologist who is certified by the Society for California Archaeology (SCA) and/or the Society of Professional Archaeology (SOPA) has had an opportunity to evaluate the significance of the find and suggest appropriate mitigation measures, if they are deemed necessary. - 22. Vernal Court shall be constructed in a 40-foot right-of-waydedicated to the County, but shall be privately maintained. 23. Prior to the issuance of any building permit and/or grading permit for any lot, the site plan shall first be submitted for review by the. Contra Costa County Zoning Administrator for the grading, location and design of the proposed residential- buildings and accessory structures. 00366 In the Board of Supervisors of ORNState of AS EXC?PCO0THEaGVEEOF THE RIVERVIEW FIRE PROTECTION DISTRICT OF CONTRA COSTA COUNTY May 9 , 19 7.&- In the Matter of - Appointment to the Board of Commissioners for the Riverview Fire Protection District. The Board on April 25, 1978 having acknowledged receipt of the Antioch City Council' s nomination that Council Member Walter K. Pierce be appointed to the Board of Commissioners of the Riverview Fire Protection District to fill the unexpired term of Mr. Melvin Whatley; and Supervisor E. H. Hasseltine having recommended that Mr. Pierce be appointed to said Commission; IT IS BY THE BOARD ORDERED that Mr. Pierce is APPOINTED to the Board of Commissioners For the Riverview Fire Protection District (as the City of Antioch`s nominee) to fill the unexpired term of Mr. Whatley ending December 31, 1979. PASSED by the Board on May 9, 1978. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of cc: Mr. Pierce Supervisors 5113 Belle Drive Supervisors 9th da of May 1978 Antioch .4509 y Riverview Fire Protection District R, rLSSON, Clerk City of Antioch County Auditor-Controller .By %'. Deputy Clerk County Administrator onda Amdahl Public Information Officer H-24 4/77 15m IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Establishment ) May 9, 1978 of the Tassajara Study Committee. ) Supervisor E. H. Hasseltine having recommended that the Tassajara Study Committee be established to meet with the Planning staff to determine: - 1. What lands shall be preserved for open space and agriculture and what zoning should be placed upon such lands; 2. What lands shall be allowed to be developed at rural residential densities (up to five acres per parcel) and chat zoning and development standards shall be placed upon such lands; 3. What district regulations shall be established for the carrying out of the plan; and Supervisor Hasseltine having further recommended that the following persons be appointed to said Committee for terms ending October 31, 1978 : Mr. Jim Harryman Mrs. Marguerite Wendt 1351 Country Lane 3969 Happy Valley Road Pleasanton 94566 Lafayette 94549 Mr. Bill Quinn Mr. Douglas 0. Offenhartz 1430 Finley Road P. 0. Box 887 Pleasanton 94566 Danville 94526 Dr. Cliff Forsyth Mr. Lee J. Amaral 1523 Lawrence Road 7000 Tassajara Road Danville 94526 Pleasanton 94566 Mr. Donald Wood Ms. Dianne Reinstein Camino Tassajara P. 0. Box 2305 Danville 94526 Livermore 94550 Ms. Judy Benttencourt Mr. Bud Smith Highland Road 2109 Dapple Gray Lane Livermore 94550 Walnut Creek 94596 Mr. Jay Rawitzer Mr. Bill Morgan 3101 Finley Road Morgan Territory Road Pleasanton 94566 Clayton 94517 Mr. Vic Lund Mr. William Gale P. 0. Box 458 Pleasanton 94566 Mr. Gordon R. Rasmussen 6000 Highland Road Pleasanton 94566 IT- IS BY THE BOARD ORDERED- that the recommendations of Supervisor Hasseltine are APPROVED. PASSED by the Board on May 9, 1978_ cc: Appointees CERTIFIED COPi' Director of Planning I?cerci€y that this is a full, true & correct corp of tI?e original document which iF. on file in my office, San Ramon Valley Area Planning and that it was paaegl & adopted by the Boerd of Supervisors of Contra Costa Count- Caiffornia, on Commission tilh date shown. ATTf:S7 ': .f, R. 6is501, Coucty County Administrator Meek k ex-fiff?C;O Gl��rk of said U,a:d of�" :z:✓r�, Public Information Officer by Deput Clerk_ �` ) ^` lou MAY .9 1978 TASSAJARA STUDY COMMITTEE To meet as frequently as necessary with Planning staff to determine: a) What lands shall be preserved for open space and agriculture and what zoning should be placed upon such lands; and b) What lands shall be allowed to be developed at rural residential den- sities (up to 5 acres per parcel) and what zoning and development standards shall be placed upon such lands; and c) What district regulations shall be established for the carrying out of the plan. The Committee shall report its progress to the San Ramon Valley Area Plan- ning Commission on July 12, 1978 and shall complete its study by October 1 , 1978. The Committee shall submit to the SRVAPC its recommendation in the form of map or maps depicting the specific zoning for each parcel within the study area. The map or maps shall be supplemented with a report explaining the reasons for the recommendation as well as comments on proposed zoning dis- tricts and development standards. The Committee shall go out of existence on October 31 , 1978. RECEIVED U/M AY '1978 J. R. OLSSON CLERK BOARD O: SUPERVISORS COMRAjCOSf CO. B . ----------- .Ll C.C.C.P.D. 5/9/78 00369 M.,wi timad with board order l � In the Board of Supervisors of Contra Costa County, State of California May 9 , 19 78 In the Matter of Letter objecting to Selection Process for Consumer Representa- tives on Governing Body of Alameda-Contra Costa Health Systems Agency. An April 26, 1978 letter having been received from Ms. Willie Mae Thompson, Chairperson of the Governing Body of the Alameda-Contra Costa Health Systems Agency, urging the Board to rescind its April 18, 1978 approval of an Amended Joint Exercise of Powers Agreement with the Alameda County Board of Super-risors changing the nomination_ and selection process for consumer repre- sentatives on the Governing Body of said Agency; and Supervisor E. H. Hasseltine having asserted that the amended agreement made no substantive change in the County' s nomination and selection process, that the process still encourages citizen involvement, and that nominations for consumer appointments will continue to be solicited; and Supervisor Hasseltine having suggested that for clarifi- cation purposes Ms. Thompson be provided a copy of the May 1, 1978 letter from Fred F. Cooper, Chairman, Governing Board, Alameda- Contra Costa Health Systems Agency, to Dr. Sheridan L. Weinstein, Regional Health Administrator, Department of Health, Education & Welfare; and IT IS BY THE BOARD ORDERED that receipt of the letter from Ms. Willie Mae Thompson is ACKNOWLEDGED and the suggestion of Supervisor Hasseltine is APPROVED. PASSED by the Board on May 9, 1978. 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 data aforesaid. cc; ids. Willie ?•_ae Thompson Witness my hand and the Seal of the Board of Director, Human Resources Supervisors Agency affixed this 9th day of I• 3v . 1973 Alameda County Board of Supervisors County Administrator .4 v} J. R. OLSSON, Clerk County Counsel 13 , Deputy Clerk Maxine M. Neufeld OU0 r 0 F1-24 4/77 15m In the Board of Supervisors of Contra Costa County, State of California May 9 , 1978. In the Matter of Approval of Medical Specialist Contracts for County Medical Services IT IS BY THE BOARD ORDERED that contracts with certain medical specialists listed by name and number below, effective May 1, 1978 through April 30, 1979, are hereby APPROVED, implementing Resolution No. 77/326 adopted April 19, 1977: Contract Number Name 26-802-1 Michael L. Cohen, M.D. 26-808-1 William H. Jervis, M.D. 26-809-1 Marston Leigh, M.D. 26-043-1 Peter Braunstein, M.D. and Robert Swanson, M.D. (A Medical Corporation) IT IS FURTHER ORDERED that the Director, Human Resources Agency.- is gency;is AUTHORIZED to sign these contracts on behalf of this Board. PASSED BY THE BOARD on May 9, 1978. hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Orig: Human Resources Agency witness my hand and the Seal of the Board of Attn: Contracts & Grants Unit Supervisors cc: County Administrator affixed this 9th day of may 1978 County Auditor- Controller Medical Services f J. R. OLSSON, Clerk Contractors Bye-���� ���r� �---n_ , Deputy Clerk Jamie L. Johnson 003'i1 H-�g/77 15m •1. CoaEract Identification_ Contract - 8 J Department: Medical Services Subject- Provision of Special Internal Medicine 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: Michael L. Cohen, M.D. State Medical Capacity: Individual License v G-28277 Address: 130 La Casa Via, Walnut Creek, Ca. 94596 3. Term. The effective date of this Contract is May 1, 1978 and it to—2 nates April 30, 1979 unless soon_r terminated as provided herein_ 4. Termination. This Contract may be terminated by either party by giving 30 days advance :mitten notice thereof to the other= or may be cancelled i=ediately by written nut"Ual consent_ 5. Pa}^_eat. (Board Resolution No. 77/ 326 ). In consideration of Contractor's provision of .services as described below, County shall pay Contractor, upon. submission of a properly docv"eated 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 rade or his designee, according to the following fee schedule: [Co*r*plete either a or b, whichever is applicable] a. [ >I $ 40.00 par hour of consultation/training b. j ] $ per consultation/training session/medical procedure. .6. Contractor's Obligations Contractor is specially trained, experienced, and competent to perform special professional service and provide consultation and training in medical and therapeutic natters. Contractor shall render such special professional services at times and locations specified by the County ifedical Director or Health Officer_ Contractor will provide service in the following speciality(ies): Internal Medicine If applicable, Contractor shall be subject to.Attachment it "Prepaid Health Plan Subcontract Reauirements" attached hereto and incorporated herein, for services rendered to County Prepaid fiealta Pian. �. Ind=_Dendent 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. . 8. Re3ullatlons. Contractor agrees to abide by all rules, regulations, procedures and bylaws for the operation of the County Medical Services or Health Department. 9. Modi�;cations and Amendments. This Contract may be modified or amended by a written docu=ent executed by the Contractor and the Contra Costa County Board.of Supervisors or, after Boa-rd approval, by its designee-- 10- Ind_=.ificatior._ The Contractor shall defend, save harmless and indemnify the County end its officers, agents and employees from all liabilities and claims for damages for death, sic'kness or injury to persons or property, including without limitation all corsecu=z=ial damages, from any cause whatsoever, including errors, omissions, or r.alp=actice, arising fro= or connected with the operations or the services, medical and non-medical, of the Contractor hereunder, resulting from. the conduct, negligent or otaer-wise, of the Contractor. 11. Assigu_ent. Contractor shall not assign or transfer any interest hereunder without the expressed permission of the CcunLy iiedical D rcctor or Healrh Officer_ 12_ Leal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and 31000; Health. and Safety Code Section 1451. 13. Si7natures. These signatures attest the parties' agreement hereto: COL-- 1=z OF CONTRA COSTA, CALIFORNi Lk CONT?kCTOR BX BY �Medical Director xtmlgC r l .Ylayl Lr- 4- •Lti` ~Y,X .Y15A� �. . Dated: (Form approved b FP Y Count •5 Counsel) ;I77) Designee ��c) Microfilmod with board order Contract Number Attachment Number I PREPAID HE_-%.T-TH PLAN SUBCONTRACT REQUIP.E.`i.r'`7TS ?ursun-t to State Department of Health/County Contract 076-56983 (County #29-609) effective December 30, 1976, Warman-Duffy Prepaid Health Plan Act, Section 14200 et seq., welfare aad Institutions Code and a waiver granted under Section 222, P.L. 92603, under Luh t-.-- County provides Prepaid Health Plan (PHP) services, the following subcontract recuire=ants (Article XI Subcontracts) are incorporated into the contract referenced by M-,=ar above: 1. Contractor shall be subject to and comply with all Federal, State, and local la. s and regulations and State contract referenced by number above as applicable with respect to its performance hereunder. .ont_act =efarenccc by au=bar 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 PEP services, but does not terminate County's legal respoasibility.to the State Dapa~.-ent of Health to assure that those services are provided to PHP enrollees. Any e=ension 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 T--part=ent 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 adegz=te documentation of the service provided each PHP enrollee for entry into the =--d=cal -----crd =-lintalnea b.- the County- 5. ounty.5. Contractor will maintain the conf identiality. of PHP enrollees' medical records and enroll=- ant information and prevent unauthorized disclosure. 6. any PH? enrollee's medical records maintained by Contractor are subject to inspect-ion 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 require-ants issued as a result of such inspection or audit. 7. Contractor win participate in and cooperate in County's professional review process 1- relation to services provided to PEP enrollees, and comply with resulting requirements. - - S. Contractor wi11 submit utilization reports, in relation to PHP enrollees, as ree•�red by County. 9. Contractor will comply with County's PHP grievance procedure and abide by any, deter_ nation of PHP's grievance committee, if Contractor maintains PHP enrollee medical recoras for County. 10. Contractor will allow inspection of financial boo'--.s and records relating to PE enrollees or PH? services by the County, State Department of Health, State Department of Corporations, the U. S. Department of Health, Education and Welfare, the Comptroller Cenerall of the United States, or their duly authorized representatives. 11. In relation to P� enrollees and notwithstanding General Conditions paragraph 3, .acarus, if a part of this contract, Contractor will maintain financial records for a -inof =our }-ears from to rsiration of State Department of Health Contract 076-56983 or until a:.7 audit or matter under investigation by the County, State Department or Health U. S. De?artWent of Health, Education and Welfare, or the Co=ptroller General of the United Sta_es has been resolved. 003 (A-4632 New 3177) -I- �- PREPAID HEALTH PLAN SUBCO:iT�:CT P.£Q[3I'.=W iTS 12. Contractor will notify the Department of Health and Corissioner 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 Comm- onwealth 714 P.Street, Suite 1540 Los Lngeles, California 90005 Sacra=ento, California 95814 13. Approval of the contract referenced by nu---'3er above by the State Department of Health does not constitute approval of the method and amount of compensation specified in the contract. -moth. th? State anc! -2:T !aza le--j -n =b? .w>nt the COL''..=f C anoc or will not Day LOc Services perfo wed for Ph? enrollees pu=suaZt to the contract referenced by number above. 15. If Contractor enters one or more subcontracts in order to provide any services -i=pliad or expressed in the contract referenced by number above, all subcontract elements required by State.Department of Health Contract u76-56983, Article XI, Subcontracts, as specified in this Attachment, must be included 'in' 'such 'su`ocontract, except that CoLmty instead of State• Deoartment of_Health is responsible for approval and notificatioa 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 Department of Health: {5 - 0. 003 (A-4632 Nev 3/77) -2- M QLGIL SPECI�ILIST CONT.R.%CT 1. �-)ntract Identi_`ication_ Contract G c) 1' +Q � � •• � ' w Deportment: Medical Services Subject: Provision of Special Plastic Surgical 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 H. Jervis, M.D. State Medical Capacity: Individual License G-8005 Address: 1844 San Miguel Dr. , Suite 109, Walnut Creek, Ca. 94596 3. Te_,... The effective date of this Contract is May 1, 1978 and it ter--;nates April 30, 1979 unless sooner terminated as provided herein_ 4. Termination. This Contract may be terminated by either party by giving 30 days advance written notice thereof to the other, or may be cancelled i=ediately by written mutual consent. 5. Payme t. (Board Resolution No. 77/326 In consideration of Contractor's provision of .services as described below, County shall pay Contractor, upon submission of a properly docu^ented 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: [Complete either a or b, u%iicl.ever is applicable] a. [X] $ 40.00 par hour of consultation/training sessioa/ d0Map*Y&4 i1. b. [ ] $ per consultation/training session/medical procedure. .6. Contractor's Obligations. Contractor is specially trained, experienced, and competent to -perform special professional service and provide consultation and training in medical and therapeutic natters. Contractor shall render such special professional services at tits and locations specified by the County Medical Director or Health Officer. Contractor will provide service in the following speciality(ies): pla4ti^ c; rgpry If applicable, Contractor shall be subject to.Attachment it "Prepaid health Plan Subcontract Reauirements ' attached hereto and incorporated herein, for services Tendered to County Prepaid Health Plan. %. Independent Contractor Status. This ContraciL is by d bat:;ae: t*.ro independent cop-tractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture, or association. 8. Regulations. Contractor agrees to abide by all rules, regulations, procedures and bylaws for the operation of the County Medical Services or Health Department_ 9. r.odifications and Amendments. This Contract ray be modified or amended by a written docLent executed by the. Contractor and the Contra Costa County Board.of Supervisors or, after Board approval, by- its designee- 10. ln-demnifial ation. The Contractor shell defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, siekness or injury to persons or property, including without limitation all consequential damages, from any cause whatsoever, including errors, omissions, or malpractice, arising froaror connected with the operations or the services, medical and non-medical, of the Contractor herecnder, resulting 'rota the conduct, negligent or other-aise, of the Contractor. 11. Assignment. Contractor shall not assign or transfer any interest hereunder without the expressed permission of t?:a Caunty ?-fedi cal Director or Health Officer. 12. Legal Authority. This Contract is entered into under and subject to the following legal authorities: California Covernmant Code Sections 26227 and 31000; Health and Safety Code Section 1451_ 13. Signatures. mese signatures attest the parties' agreement hereto. COUNTY 0= CONTRA COSTA, CALI OR`1Lk CO:iTF4CTOR B ?YBy_:,. c:- `.14dical Director /7- ' i � (Form approved by Coy:n t}• Co u n-i�l�_ I(y) t, {.�-; ;'_ ,t •f 3/77) Designee f _ Microfilmed with board order Contract ::chez! Attachment Nu=ber 1 PREPAID H-4LTH PIAN SUBCONT?4CT R EQUIR. `'_.`:i S Pursuant to State Department of Health/County Contract u76-56983 (County n29-603) effective December 30, 1976, Wa:cman=Duffy Prepaid Health Plan Act, Section 14200 et seq., Welfare and Institutions Code and a waiver granted under Section 222, P.L. 92603, under t:hich the County provides Prepaid Health Plan (PEP) services, the following subcontract requirements (Article U Subcontracts) are incorporated into the contract referenced by numb=_r 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. Cont=act referenced jv a(;---bar above is not effective uazil it has been fo'_-mally 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 t.a subcontract within sixty (60) days of receipt. 3. By this subcontract the County delegates responsibility to the Contractor to provide PEP services, but does not terminate County's legal responsibility to the State Depart..-ant 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 - a--- --dical re 3r_1 i`+.ai,.tained 'Y th2 5. Contractor will. maintain the confidentiality of PHP enrollees' medical records and enrollment information and prevent unauthorized disclosure. 6- Any Pi? enrollee's medical records maintained by Contractor are subject to inspection and medical audit of such records by County, the State Department of Health-, r and U. S. Department of Health, Education and Welfare, and Contractor must comply with require=tints 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 Pa enrollees,- and comply with resulting require=eats: 8. Contractor will sib--,;t utilization re_corts, in relation to PHF enrollees, as recuir_d by Com y_ 9. Contractor will comply with County's PEP grievance procedure and abide by any deter._ination of PHP's grievance cocmlittee, if Contractor maintains PHP enrollee medical records for County. 10. Contractor will allow inspection of financial books and records relating to PIE- enrollees or PH=' 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 PEP enrollees and rot-jithstanding General Conditions paragraph 3, Records, if a part of this contract, Contractor will maintain financial records for a of four years from termination of State Depart enc of health Contract 776-56983 OL l*_T_ltii a:..7 audit or utter under investigation by the County, State Department of Health, U. S_ Department o: Health, Education and Welfare, or the Comptroller General of the United States has been resolved. =(A-4632 New 3/77) -l- PREPAT_D H z=1M PLAN SUBCO.iTRACT P.EQUIRE-!-E iTS 12. Cont-actor will notify the Department of Health and Co— ssioner of Corporations in t, event ta.e contract referenced by number above is amended or terminated. L;otzce is cons de=ed aiven when in the U. S. Registered bail with first cuss postage addressed as follo:js: A.lte-_-;,ative Health Systems Department of Corporations D_oa_tment of Health 600 South Co=on:realth 71411 Street, Suite 1540 Los Angeles, California 90005 Sac_a=onto. California 95814 13. ooroval 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 t1he contract. 1 Cor.__ac_or :gill hold ha less both th? State a d ?t-i" c=oz o: wi j not pay for services perform-ed for PF2 enrollees purl ane. to th= coat=act referenced by number above. 15. If Contractor enters one or more subcontracts in order to provide any services 14-a or e dressed in the contract referenced by number above, all subcontract elements required by State Department lof Health Contract x`76-56983, Article XI, Subcontracts, as suet'"fed aim this attachment, =ust be included Zn such subcontract, except that Couaty instead of State Department of.Health is responsible- for approval and notification respo:sibilities. .16. Contractor. shall not-rake assignment and!or delegation of this subcontract unless Co;aty has obtained prior written approval of the other party and State Department of Healt-. - : Nt= - - J .. X16 44 00311 (A-4632 New 3177) -2- N'.=DtCAL SP:_C7�.IST CONVULt 1_ Contract identification- Contract # 2: � 9 ' 1_ •Dapart=ent: !!edical Services Subject: Provision of Special Obstetrics and Gynecology 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: Marston Leigh, M.D. State Medical Capacity: Individual License G A-18710 Address: 2415 High School Ave. , =200, Concord, Ca. 94520 3. tee-^. The effectiva date of this Contract is May 1, 1978 and it to='nates Anril 30, 1979 unless sooner terminated as provided 'herein_ 4. Ter-amination. This Contract may be terminated by either party by giving 30 days advance .ritten notice thereof to the other, or may be cancelled immediately by written mutual consent_ 5. Pay^_eat_ (Board Resolution No. 77/ 326 ). In, consideration of Contractor's provision of .serLices as described below, County shall pay Contractor, upon submission of a properly docu=ented demand for payment in the manner and fora prescribed by County (Demand Form D-15) , and upon approval of such demand by the head of the County Department for which tail Contract is rade or his designee, according to the following fee schedule: [Co-pplete either a or b, whichever is applicable] a. [XI $ 40.00 per hour of consultation/training session/ I. b: [ ] $ per consultation/training session/medical procedure. 6. Contractor's Obligations_ Contractor is specially trained, experienced, and competent to perform special professional service and provide consultation and training in medical and therapeutic matters. Contractor shall render such special professional services at times and locations specified by the County 2-:edical Director or Health Officer.n Contractor will Provide service in the following speciality(ies) : obs A r: s and Gynecology If applicable, Contractor shall be subject to .Attachment #1 "Prepaid Health Plan Subcontract Requirements" attached hereto and incorporated herein, for services rendered to County Prepaid Health Plan. 'r. IndeDandert 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. . 8. Regulations. Contractor agrees to abide by all rules, regulations, procedures and bylaws for the operation of the County Medical Services or Health Department. 9. Modifications and Amendments. This Contract ay 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. 10_ Inde=ifT cation_ The Contractor shard defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for deatn, sickness or injury to persons or property, including without limitation all consequential da^�ges, from any cause whatsoever, including errors, omissions, or r...alpractice, arising from or connected with the operations or the services, medical and. non-medical, of the Contractor hereunder, resulting from the conduct, negligent or otnerrise, of the Contractor- 1.1- ontractor. ?1 s=imert_ Contractor shall not assign or transfer any interest hereunder without the expressed permission of the County Mledicai DireeL.ur or wealth Officer. 12. Legal Authority. This Contract is entered into under and subject to the following legal -nut orities: California Government Code Sections 26227 and 31000; Health and Safety Code Section 1451. 13. Si ;natu:es_ These signatures attest the parties' agreement hereto:- COL`:_"Y OF CONTRA COSTA, C-ALIFOP.1I1A. C0`;T kCTOR -� B BY :medical Director >MRK- Dated: 3, _27 / f N// (Form approved by Count)- Coffe ^el) 003`18 _ `Ira 1/77) Designee = ! _ Contract :+unne V V V --�— ` Attachment Number l PREPAID HEALTH PLAY SUBCO'.MM CT REQUIM- .L`IS Pursues=t to State Department of Health. /County Contract C-76-56983 (County #29-609) effective December 30, 1976, Wa onaa-Duffy Prepaid Health Plan Act, Section 14200 et seq., Welfare and Institutions Code and a waiver granted under Section 222, P.L. 92603, under chic; t-.-- County provides Prepaid Health Plan (Ph?) services, the following subcontract recuire=tints (Article XI Subcontracts) are incorporated into the contract referenced by 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 r?spect to its performance hereunder. _. Cont=act referenced Ov nu=ber above is not effective until it has been formally approved by the State Depart=eet of Health, unless the Department.of Health has aclmow- 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 pH services, but does not ter irate County's legal responsibility to the State Depart-:.ant of Health to assure that those services are provided to PHP enrollees. Any extension or renegotiation for service provided tmder 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 minimi of four years from termination of State Department of Health Contract X76-56983 or until any audit or matter under imvestigetion 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 e=-o—ea s medical record mrintained by Lke Co•uary. S. Contractor will maintain the confidentiality of PET enrollees' medical records and enrol?=..=nt information and prevent unauthorized disclosure. 6. Any PHT 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. Departm=ent of Health, Education and Welfare, and Contractor must comply with require=_nts issued as a result of such inspection or audit. 7. Contractor will participate in and cooperate in County's professional review _ process i-1 relation to services Drovided to PH? enrollees, and comply with resulting r=_cuir=-_a is 8. Contractor will submit- utilization reports, in relation to PHP enrollees, as required by Cou:ty. 9. Contractor will comply with County's. PHP grievance procedure and abide by any deter-_i-ation of PH+P's grievance •co=ittee, if Contractor maintains PHP enrollee medical records for Couz•.ty. 10. Contractor will allow inspection of financial book=s and records relating to P&P enrollees or PH? services by the County, State Department of Health, State Department of Corpora ions, the U. S_ Department of Health, Education and Welfare, the Comptroller Ge er_' of the United States, or their duly authorized representatives. 11. Ia relation to PFT enrollees and notwithstanding General Conditions paragraph 3, acar,s, if a Dart of this contract, Contractor will --aintain financ-ial records for a ^i, m of four years from term. ation of State Department of Health Contract i!76-56933 Or L.tll any. audit Or ratter v-nder investigation by the County, State Department of Health, li_ S_ Department of Health, Education and Welfare, or the Comptroller General of the United St_=tes has been resolved. 003' 9 - (y-4632 New 3/77) -l- _- PREPAID 1L='i� Pull SUBCONTRACT REQUITL"`y?ITS 12. Contractor will notify the Department of Health and Co Wissioner 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 Mail with first class postage addressed as follows: Alternative Health Systems Department of Corporations Deaart_ent of Health 600 South Co=onGealth 714 k_Street, Suite 1540 Los Angeles, California 90005 y Sacraento. California 95314 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 tae contract. — Contractor will hold :!3i���.i li �]ii_.. `_h_ j�a-�� •i TJ!1^ •ten`�Y.??;.. irk t- ev?T'!� tine Couy=j c-anaot or -will not _Jay =oma services pez-fo=ed for PE- enrollees purauaZt to the contract referenced by number above. 15. If Contractor enters one or more subcontracts in order to provide any services .i.--plied er expressed in. the contract referenced by number above, all subcontract elements reau_red by State .Department =of Health Contract 176-56933, Article XI, Subcontracts, as spec-4= ed in this Attach.:-ent, must be included in such subccatract, except that Comty instead of State, Departneat of.Ilealth is responsible for approval and notification resoorsibilities. 16. Contractor. shall not ma'_tie assignment and/or delegation of this subcontract unless County has obtained prior written approval of the other party and State Department . of Health: 00380 (A-4632 Nev 3/77) -2- MEDICz=L SPECIALIST CONTRACT 1- Contract Identification_. Contract # 26 - o43 - 1 Department: Medical services Subject: Provision of Special Vascular Surgical 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: Peter M. Braunstein, M.D. & State Medical A-21474 Capacity: Robert Swanson, M.D., a Medical Corporation License u G-20937 Address: 3000 Colby Street, Berkeley, Ca. 94705 3. Term. The effective date of this Contract is May 1, 1978 and it terminates - Aoril 30, 1979 unless sooner terminated as provided herein_ 4. Termination. This Contract may be terminated by either party by giving 30 days advance written notice thereof to the other, or may be cancelled immediately by written mutual consent. 5. Payment. (Board Resolution No. 77/ 326 In consideration of Contractor's provision of services as described below, 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: [Complete either a or b, whichever is aDPlicable] a. FX] 40.00 per hour of ZWAX_YS consultation/training session/ X CP - I c 3t�€�€i _ b. per consultation/training session/medical procedure. 6. Contractor's Obligations- Contractor is specially trained, experienced, and competent to perform special professional service and provide consultation and training in medical and therapeutic matters. Contractor shall render such special professional services at times and locations specified by the County Nedical Director or Health Officer. Contractor will provide service in the following speciality(ies): Vascular Surgery If applicable, Contractor shall be subject to Attachment #1 "Prepaid Health Plan Subcontract Requirements" attached hereto and incorporated herein, for services rendered to County Prepaid Health Plan. 7. 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 relationshio of agent, servant, employee, partnership, joint venture, or association. C> 8. Regulations. Contractor agrees to abide by all rules, regulations, procedures and C> bylaws for the operation of the County Medical Services or Health Department. 9- Modifications and 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. 10. Indemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation all consequential damages, from any cause whatsoever, including errors, omissions, or malpractice, arising from or connected with the operations or the services, medical C> and non-medical, of the Contractor hereunder, resulting from the conduct, negligent or otherwise., of the Contractor. 11. Assignment. Contractor shall not aesign or transfer any interest hereunder without the expressed permission of the County Mledlcal Director or Health Officer. 12. Legal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and 31000; Health and Safety Code Section 1451- 13. Signatures_ These signatures attest the parties' agreement hereto: COTU.NTY OF CONTRA COSTA, C.A11FORNIA CONTF-ACTOR Peter P Braunstii4l M.D.)and By Robert rt W Medical Corporation a Y_ UMedical Da, ector' XD):�­A Dated, By (Form approved by CounW"I) N-e-, 3177) Designee T;o^rd or3er • Contract Number=3--n 42 -1 . Attachment Number l PREPAID EE-%LTH PLAN SUBCONTRACT REQUIREMENTS Pursuant to State Department of Health/County Contract 7#76-56983 (County 7#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 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 perfor.-ance 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 PET services, but does not terminate County's legal responsibility to the State Depart—nt 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 7#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 Drevent unauthorized disclosure. 6. Any PIT 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. Deoartment of Health, Education and Welfare, and Contractor must comply with requirerents 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 arievance •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 Ceneral of the United States, or their duly authorized representatives. 11. Iz relation to PhT enrollees and notwithstanding General Conditions paragraph 3, Records, it a part of this contract, Contractor will maintain financial records for a minim,= of four years from termination of State Department of Health Contract :0176-56983 or until any audit or matter under investigation by the Count;:, State Department of Eealth, U. S. Department of Health, Education and Welfare, or the Comptroller General of the United States has been resolved. 0038,2 '(A-4632 2:ew 3/77) '1' - P2.?.AID =---�:Lid PLAN SUBCONTRACT REQUIR----NTS 12. Contractor will notify the Department of Health and Cocmissioaer of Corporations is the event the contract referenced by number above is amended or terminated. Notice .s considered given when in the U. S. Registered .tail with first class postage addressed ns -Follows: Alte_^_alive Reallth Systems Department of Corporations Department of Health 600 South Co=onwealth 714 P Strut, Suite 1540 Los Angeles, California 9005 Sacramento, California 95814 13. Approval of the contract referenced by number above by the State Department of Paalth does not constitute approval of the method and amount of compensation specified _a the contract. 14. Contractor will hold harmless both the State and PHP enrollees in the event t e County cannot or will not pay for services performed for PFT enrollees pursuant to t _ contract referenced by number above. 15. If Contractor enters one or more subcontracts in order to provide any services -pl_ed or exo ressed in the contract referenced by number above, all subcontract elements :ecu_=ed by State Depart--ent of Health Contract 71'75-506983, Article XI, Subcontracts, as specL-lea in this Attachment, =ust be in-cluded in such subcontract, except that County --'=lead of State Depart=ent of.Health is responsible for approval and notification responsibilities. 16. Contractor. shall not Lake assignment and/or delegation of this subcontract mess County has obtained prior written approval of the other party and State Department of Health. O V f,?81 :- 632 New 3/77) -2- IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of ) Jarvis-Gann Initiative ) May 9, 1978 Proposition 13. ) Mr. Arthur G. Will, County Administrator, having submitted a report providing a financial overview of the impact on the County Budget if Proposition 13 (the Jarvis- Gann Initiative) is approved by the electorate on June 6, 1978; and Mr. Will having advised that passage of Proposition 13 will result in an estimated 60 percent reduction of property tax revenues on the assumption that the State will not provide replacement revenues to relieve the County of its legal respon- sibilities for certain obligations currently specified by law, and having advised also that services performed by local government will be seriously impaired; and Mr. Will having called attention to the fact that if approved the initiative becomes effective July 1 and therefore plans are of necessity being developed to provide for the operation of County government on the assumption the measure passes and that the lower funding level would likely result in some 2,000 layoffs :n the County work force; and The Board having noted that a letter had been received from Ms. Alice Johnson, Coordinator, Contra Costa YES on 8 - NO on 13 Coalition, urging that it take a position in opposition to the Jarvis-Gann Initiative, and Ms. Johnson having appeared and provided the Board with additional information in support of the Coalition' s position; and Supervisors E. H. Hasseltine and J. P. Kenny having stated that they were prepared to take a position in opposition to Proposition 13 because of its detrimental effect on needed services; and Supervisor W. N. Boggess having stated that he did not believe the initiative to be a property tax relief measure, but rather a means through which the people have expressed their concern with the size and cost of government, and that in his opinion if the Board were to take a position in opposition to Proposition 13, it might be interpreted as telling the electorate that the Board does not agree that government spending is out of control; and Mr. R. S. Radford, Executive Vice President, Contra Costa Taxpayers Association, having cautioned the Board against taking a position in opposition to the initiative because it might be construed by many individuals as saying, in effect, that the Board does not intend to listen to them now or in the future and in his opinion opposing the measure would only serve to damage the credibility and integrity of the Board; and 1. Supervisor R. I. Schroder having indicated that he did not believe Proposition 13 to be in the best interests of the people and having suggested that the Board review the County Administrator's report and defer action to a later date; and The Board having otherwise discussed this matter including the suggestion that a resolution in opposition be prepared for Board consideration on May 16, 1978, IT IS SO ORDERED. PASSED by the Board on May 9, 1978 . I hereby certify that the foregoing is a true and correct copy of an order entered .on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Supervisors affixed this 9th day of May, 19;8 . J. R. OLSSON, CLERK By M. Vannucchi, Deputy Clerk cc: Ms. Johnson Mr. Radford County Administrator County Counsel 2_ 003��s CQ u`nty Administrator Contra Board of Supervisors James P.Kenny County Administration Building Costa 1st District Martinez.California 94553 �7L (415)372-40E0 �O��t, Nancy C.Fanden �1/ 2nr.1 OiV.14" Arthur G.Will Robert 1.Schroder County Administrator 3rd District Warren N.Boggess 4th District {tai is H.Hasseltine • r r���5Os:nct May 8, 1978 RECEIVED • r'J - Board of Supervisors o ;yam Administration Building, Room 103 cuP' Oe of SU?ERIASO R5 Martinez, CA 94553 -LcoSTA 8t' ^ putt' Dear Board Members: Re: Proposition 13 This report provides an overview of the impact of the County budget if Proposition 13 - the Jarvis-Gann Initiative - is approved by the electorate on June 6, 1978. With the assistand)-o"f County departments, the effect of the estimated financial reductions upon public service programs is discussed in a very summary manner in order that there be some appreciation of the significance of this measure. Due to the vague and ambiguous language of Proposition 13, the' unavailability of interpretations as to the meaning of certain provisions and the lack of necessary data which can be used for computational purposes, the financial information prepared is based upon our best staff estimates and must be considered as preliminary in nature. It is emphasized that this is an informational report prepared by staff as to the impact of the measure upon County govern- ment and is not to be construed by anyone as an attempt to "scare" voters. The assumptions used to prepare estimates generally follow those previously expressed; namely, the secured property tax is computed based upon the full cash value of property for fiscal year 1975-1976 adjusted annually as allowed and that the County will share in the total tax levy in accordance with the proportion- levied for County purposes for fiscal year 1977-1978. Utilizing these assumptions, if the Initiative passes, the County would be allowed $31.6 M of secured property taxes for the year, a reduction of about 60 percent of the actual levy; t�zis estimate is in line with State averages being quoted. The buget amounts are based upon current legal requirements and no assumptions are made that the State will provide replacement revenues or relieve 0t�3�� -2- the County of its legal responsibility for certain obligations currently specified by law. The Governor has stated clearly that the State cannot "bail out" local government by immediate legislative action. It would not be prudent to ignore these remarks and assume that financial assistance will be forthcoming soon in the event of an affirmative vote by the people. The estimated impact of the Initiative upon the County budget for fiscal year 1977-1978 is -summarized in the following table (000 omitted) : Actual Under Budget Prop. 13 Change 1. Property Taxes 4 Secured $ 77.5 $ 31.6 -$45.9 Unsecured 5.0 5.0 2. Estimated Revenues 155.0 155.0 Other Than Property Taxes Less Reductions in a. Interest Income -1.4 b. Homeowners Exemption -3.3 c. Business Inventory -1.7 Exemption Net Revenues 155.0 148:6 -6.4 3. Available Balance 13.0 13.0 Total Available $250.5 $198.2 . -$52.3 Financing 4. Debt Service (Outside .4 ..4 Prop. 13) Less: Medi- Cal & Supplemental Adult Aid Reduction Due to A. V. Limit -2.9 -2.9 Net Impact $247.6 $198.6 -$49.0 The adjustments made to revenue recognize the reduction in the reimbursements received from the State for property tax losses due to exemptions granted for owner-occupied homes and for business inventories. Interest earnings will be substantially less as a result of reduced cash balances available for investment. The long-term impact of adoption of the Initiative will become even more severe as the unsecured property taxes will decrease commencing in fiscal year 1979-1980 as this property will be taxed 0038''r -3- at the reduced Proposition 13 determined rate. Furthermore, as we face the prospect of continued -inflation in the range of 5 to 10 percent, local government will be limited to a maximum 2 percent growth rate in property taxes. Program Impact Identifying program and service reductions is complicated by the many different financial arrangements in existence which result in an uneven distribution of property taxes required between functions and departments. As an example, Public Assistance currently relies on property taxes for only about 16 percent of its financing, Public Protection activities rely about 60 percent upon the property tax for its maintenance. ` While Medi-Cal and the Supplemental Adult Aids are 100 percent financed by the property tax, reduction or elimination of these programs are not permissible because the State mandates Counties to collect amounts (total budgeted - $17.2 million) in accordance with the formula specified in the law. A number of programs (man- power, community development, etc.) are fully funded by Federal or State assistance, or both, and require no property tax financing. Other departments provide services which are partially financed by other governmental. assistance and others are self-supporting in varying degrees through service charges. In other instances, revenue sources are dedicated for expenditure for specific purposes , only; i.e. , highway users (gasoline) tax, traffic fines, etc. Furthermore, often there are limited mandates within a depart- ment which must be recognized. Also, significant cuts in a particular department interface with other departmental expenditure programs. Development of a consequential budget reduction is a complicated process_ In the staff analysis, departments were credited with revenues which they generate or receive in the form .of financial assistance with their net budget requirement generally factored by a percentage reduction. This forms a base from which evaluations can be made by the Board as to whether to continue programs at reduced levels, eliminate certain programs or increase financing for others. Establishing program priorities will be difficult 'and demanding regardless of the political process which may evolve should the Initiative be approved. The following suamiary table depicts the staff computations of functional modifications which would be required utilizing the above assumptions and procedures: . . 00388 -4- Summary Table (In Millions) Fiscal Year 1977-1978 Budget ` Under Function Adopted Prop. 13 Change General Government $ 21.9 $ 12.0 -$ 9.9 Public Protection 48.4 .29.4 - 19.0 Health & Sanitation 42.6 34.9 - 7.7 Public Assistance 108.7 102.2 - 6.5 z Education 6.0 3.3 - 2.7 Public Ways & Facilities 16.3 13.9 - 2.4 Recreation .1 .1 -0- Operating Total $244.0 $195.8 -$48.2 Reserves 6.1 2.4 - 3.7 Debt Sdrvice .4 .4 (1) -0- Grand-Total 0-GrandTotal $250.5 $198.6 -$51.9 (1) Debt Service not included within Prop. 13 limit. Appendix A attached furnishes a detailed breakdown of the modifications which would result from the procedure described above. The budget appropriations shown are, of course, tentative and will be used as the basis for commencement of a work plan to conform to the tax limitation imposed by Proposition 13. Inasmuch as the budget analysis prepared is based upon current laws, ordinances and resolutions, no attempt has been made to compute other revenues which might be adopted by the County to offset partially the property tax revenue loss_ Unfortunately, the ability of the County to recoup this tremendous revenue loss is very limited as County government by law is restricted as to available revenue sources. Fees charged for services cannot exceed the cost of enforcement. In many instances, fees for services cannot be charged- as the County is prohibited by statutes or regulation from making a charge or the 00389 clientele served does not have the means to pay for the services. Obviously, if the Proposition passes all avenues of obtaining revenues from charges for users services will e critically examined. However, the additional revenue which can be generated - examined. not be consequential when compared with the property tax reduction. The other alternative -is the sharp cutback in services recognizing the County' s legal obligations and providing the resources necessary to meet its minimal responsibilities. With a reduction in operating budgets of the magnitude of $48 .2 million, it is estimated that approximately 2,000 permanent County employees must be terminated as well as most of the 347 CETA employees largely paid by the Federal government. ` Conclusion There are many problems associated with large scale employee layoffs. The work involved in the actual performance of employee termination procedures is significant. Also, there are substantial costs .related to layoffs such as the payment of accrued vacation time which for 2,000 County employees is .estimated at about $1.5 million. An employee layoff of this magnitude is an arduous and complex process. Staff efforts as described in the Jarvis-Gann Decision Table/Time frame (attachment B) are in progress. Meetings have .been convened and will continue with department heads and represen- tatives of employee organizations on the subject of development and implementation of layoff procedures so that there is a complete exchange of information on this matter. The task of preparation of seniority lists is currently in progress and the whole process must continue if the deadline is to be met. Approval of Proposition 13 will result in a significant property tax reduction. Without any replacement revenues, services performed by local government will be seriously impaired. Especially .hard hit will be the special districts and service areas which have been created in response to the request of citizens to tax themselves for desired improvements and a higher level of service. The public entities established for these purposes must be largely sacrificed as they rely almost completely on property taxes -for their support. Another report will be prepared by my office for presentation to your Board next week which will discuss in summary form the _6_ program and service effects of the estimated budget reductions indicated in this report. It is of utmost importance that our citizens realize the service implications as well as the tax reductions which will result from Proposition 13 . Respectfully, CARTH R G. WILL, County Administrator FF:lm Attachments 00391 APPENDIX A SU�IiARY TABLE BUDGET REQUIREMENTS FISCAL YEAR 1977-1978 Budget Classification Allowed Proposition 13 Decrease General Government Legislative & Administrative Board of Supervisors $429,400 $223,288 $206,112 Clerk of the -Board 220, 830 114,832 105 ,998 County Administrator 744, 810 _ 387 ,301 357, 509 $1, 395, 25,42"f 1 ZJ Finance Auditor-Controller $2, 075 , 740 $1,098,105 $977,635 Special Fiscal Services 428,305 2221719 205 ,586 Treasurer-Tax Collector 857, 930 498, 924 359,006 Assessor 4, 359,230 2 ,268, 240 2, 090, 990 Purchasing 176,585 91,824 84, 761 $7, 897, $4, 179, 81- 3, 717, 978 Counsel County Counsel $740, 170 .. $384, 888 $355,282 Personnel Civil Service $1,257;930 $723,244 $534, 686 Other Personnel Services 92,000 47, 840 44, 160 �771,08457 , Elections Administration $493,520 $256, 786 $237, 034 Elections 818,230 511, 880 306, 350 $1,312, $768,6 $543, 384 Communications Radio & Telephone $471,250 $368,602 . $102, 648 Property Management Owned & Rented Bldgs. $3 ,292 ,121 $1, 626,284 $1, 665 ,837 Plant Acquisition Bldgs . . & Instit. $2, 020,450 $200,000 $1, 820,450 Promotion Economic Development $135,000 $70,200 $64, 800 003912 2 . Budget Classification Allowed Proposition 13 Decrease Other General Retirement Admin. $240,450 $138,234 $102,216 Employee Benefits 372,000 372,000 --- Office Services 290, 815 151,223 139,592 Insurance 2,595,000 2,475 ,000 120,000 Indemnities 2,000 1,000 1,000 Office Services Sold 25,500 25, 000 500 G & A Applied to Costs -267,000 -267,000 --- 5 7 $363,30-9 TOTAL GENERAL $21, 872,566 $11, 990,414 $9 ,882, 152 Public Protection Judicial Superior Court $997,490 $987,415 $10,075 Municipal Courts 3, 619,055 2,070, 789 1, 548 ,266 Law & Justice Systems 490,576 360, 978 129,598 Superior Ct. Admin. - Jury Comm. 237, 790 •123,651 114, 139 Grand Jury 44, 150 22, 958 21, 192 County Clerk 1,290,080 830,895 459, 185 District Attorney 3,289, 840 1, 785,598 1,504, 242 Public Defender 2, 252, 910 1, 198 ,153 1,054, 757 Court Applied Defense 658,400 281, 163 377,237 D.A. -Family Support .1,416, 940 1,416 ,940 --- D.A. -Special Projects 68, 195 68, 195 --- D.A. -Welfare Fraud 611, 630 _ 410,688 200, 942 $14, 977, 056 �9,557,41N $5 ,419, 633 Police Sheriff $8, 882, 042 $3,993, 913 $4, 888, 129 Marshals 1,159, 195 672,381 486, 814 Sobriety Testing 83,000 43, 160 39 , 840 1 , 12 $4, 709, $5,414, 79N Detention Jail $3,554,440 $2,809,400 $745, 040 Work Furlough Center 788,610 481, 052 307,558 Juvenile Justice Comm. 30,550 15, 886 14,664 Probation 7,404,100 4,449,520 2, 954,580 Girls Day Treatment-West 40, 545 21, 083 19,462 • 0U393 3. Budget Classification Allowed Proposition 13 Decrease Detention (continued) C.Y.A. $40, 000 $20,800 $19,200 Boys Ranch 702, 350 --- 702,350 Juvenile Hall 2,993, 690 2,395, 666 598,024 Juvenile Offenders 565,200 293, 904 271,296 Day Care 35 ,800 18,616 17,184 Juvenile Preplacement 370,020 --- 370,020 Girls Residential 540,990 --- 540,990 Weekend Training 112 ,830 58, 672 54, 158 $17, 179, 10,5 ,599 $6,614,526 Flood Control Creek & Channel Mtce. $170,000 $88,400 $81, 600 Protective Inspection Dept. .of Agriculture $794,515 $444,242 $350,273 Bldg. Inspector 1,160, 920 .1, 160, 920 --- Other Protection Recorder $407, 005 $407,005 --- L.A.F.C. 56, 350 56, 350 --- Planning 1, 375, 280 .. 808,890 $566, 390 Coroner 494, 390 400, 000 94, 390 Crossing Watchmen 46,500 24, 180 22, 320 Emergency Services 236,145 141, 680 94,465 Public Admin. -Guardian 83,460 50, 600 32,860 Animal Control 1,246,595 933,487 313, 108 Game Protection 13,580 13, 580 --- $3, 959, 3G-5 -- $3, 959, 3G5 $2,835 , 77T $1, 123,533- TOTAL lam,533TOTAL PUBLIC PROTECTION $48, 365,158 $29, 360, 810 $19,004, 348 Health & Sanitation Health Health Dept. $4, 887, 178 $2, 781, 846 $2, 168, 332 Special Health Proj . 2, 780, 717 2 ,780 , 717$7, 667 ,8-9-5 59,-' *2, 169, 33-T Crippled Children Svcs. Remedial Treatment $1, 236, 170 $635,000 $601,170 00394 4. Budget Classification Allowed Proposition 13 Decrease Hospital Care Continuing Care $3,500 $3,500 --- State Hospital Care 240, 000 240, 000 --- County Medical Care 32, 925, 670 28, 098, 276 $4,827 ,394 33, 1 , 3 1, 77 4, Sanitation Solid Waste & Water $62, 900 $32, 708 $30, 192 Solid Waste ligmt. 126, 740 126, 740 --- Sanitation Svcs. Sold 312,000 312, 000 --- $501,64U --5 1, �+71,�++$ T30, 197 TOTAL HEALTH AND SANITATION $42,574,875 $34, 947, 787 $7, 627,088 Public Assistance Asst. Admin. and Services $30, 190, 390 $29, 126,200 $1,064, 190 Aid Programs Categorical Aids 52, 185,020 51, 318,320 866, 700 General Relief General Assistance 3,159, 900 1,624,468 1, 535,432 Burial of Veterans and Indigents _ 33, 500 33, 500 --- *3, 193,400 0 1, 57,9 $3,466 , 322 Medical Contribution Medi-Cal Contrib. $12, 050, 000 $9,500, 000 $2,550,000 Care if Wards Chilcren' s Shelter $1, 003, 750 $521,950 $481,800 Veterans Services Veterans Svc. Off. $145,580 $92,502 $53,078 Other Assistance Manpower Programs $8, 047, 520 $8,047 ,520 --- Community Svcs. Ad. 499,430 499,430 --- Community Svcs. Prog. 343,000 343,000 --- Housing Rehabilitation 920,600 920, 600 --- Rehabilitation Counsel. 140, 100 140, 100 --- $9,950,650 -- '9, 50, 50 9, 950,656 TOTAL PUBLIC ASSISTANCE $108, 718, 790 $102,167,590 $6, 551,200 00395 5 . . Budget Classification Allowed Proposition .13 Decrease Education Schools Administration Supt. of Schools and Board of Education $860,600 $476,139 $384,461 Library Services County Library 5,036,940 2, 747,458 2,289,482 Agricultural Education Cooperative Extension 120, 330 62,572 57, 758 4 TOTAL EDUCATION $6, 017,870 $3,286, 169 $2, 731,701 Public Ways & Facilities Admin. , Eng. , Const .. and Mtce . $16,263,123 $13, 886,231 $2, 376, 892 Recreation Services Recreation Facilities Park Admin. $70, 000 $40,240 $29, 760 Small Parks Mtce . 3,210 1, 670 1,540 Memorial Bldgs . 43, 700 '22, 723 20,977 TOTAL RECREATION $116 ,910 $64, 633 $52,27.7 TOTAL OPERATING REQUIREMENTS $243, 929,292 $195, 703,634 $48, 225 , 658 Reserves Contingencies and Provisions 6, 111,937 2,400,000 3, 711, 937 Debt Service Highway Bonds 414,610 414, 610 TOTAL BUDGET S250,455,839 $198,518,244 $51,937,595 € 1 JARVIS - GAN' N DECISIOU , TABLE / TIME FRAME 1prit 26 June 6 June 13 June 20 June 21 June 30 • _0 4 4 - file impact report with the Board of Supervisors acts Civil Service Dept. Departments send - Lay I,V) . y off ej ', loyees Board of Supervisors . . . . . . . . I-lay 9 on retention plans finalizes layoff lists out layoff not'ices by June 30th daily meetings) - prepare seniority 1 1 ists May 12 ( - Complete layoffs so unemployment - develop 400 retention insurance is a plan . . . . . . . . . . . . . . . . . . . . . . . . May 23 federal charge (By July 31) - departmental administrative personnel to be trained in layoff procedures - analyze impact on the au Program Respond to Legislature and/or court decisions - review seniority lists with departmental persofinel - post seniority lists - eliminate "Alternate Plan of Tax Apportionment" ? - begin clot orminations on lower priority activities which can be eliminated - call joint: and individual meetings with employee organizations - meet and confer as required A seniority list is not a layoff list. A seniority list is one of .the tools to be utilized in developing a layoff list. r � In the Board of Supervisors of Contra Costa County, State of California May 9 , 19 78 In the Matter of Report on Various Cable-Vision Requests The Board of Supervisors having referred a request from Cable-Vision, through its Order of April 11 , 1978, to increase author- ized rates, expand channel capacity and extend the company's present Franchise Ordinance through 1993; and The Public Works Department, having met with the City Manager of Lafayette and the Town Manager of Moraga and having learned at said meeting of the ad hoc committee consisting of legislative members from the County, City of Lafayette and Town of Moraga, formed to review CATV matters, concluded with the consensus that said agencies should work to- gether to arrive at a uniform decision regarding this matter. IT IS BY THE BOARD ORDERED that Cable-Vision's request be processed through the three agencies' ad hoc committee to ensure that the final result is in the best interest of all parties involved. PASSED BY THE BOARD on May 9, 1978. 4, I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Originating Department: Supervisor Public Works affixed this 9th day of flay 19 78 cc: Public Works Director Cable-Vision J. R. OLSSON, Clerk County Counsel �j� �/ Deputy Clerk County Administrator By '�""� P tY Town of Moraga M. VAINNUCCHI City of Lafayette 00 398 H-24 4/77 15m In the Boa;d ols' Supervisors of Contra Costa County, State of California May 9 . 19 78 In the Matter of SB 1390 The Board this day having considered the recommendation of the County Administrator that it support SB 1390 pertaining to reimbursement of public agencies to which the State Department of Health Services has delegated licensing, approval or consul- tation responsibilities under the California Community Care Facilities Act for the reason that enactment would require the state to reimburse all .actual costs incurred by public agencies in providing such services, except those services funded by federal grants-in-aid. IT IS BY THE BOARD ORDERED that a county position in SUPPORT of said measure is hereby established. - Passed by the Board on May 9, 1978. r r 1 hereby certifythat 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 Witness my hand and the Seal of the Board of cc: County Legislative Supervisors Dele_;atio:. via CAO affixed t;zis 9th day of. Mav 19 791 Senat•: Finan.-.: Cte. via CAO Assembly Cte. on Health via CAO Assembly Ways & t.-aans Cte. vizi ,CEO J. R. OLSSON, Clerk CSAC gy ��,:;�i - r .e rDeputy Clerk Human Resources Director Janie L. Johnson County Counsel CAO (Art Laib) H-24 4/77 15m In the Board of Supervisors of Contra Costa County, State of California May 9 , 19 78 In the Matter of Authorization to Transmit Telegram to United States Senators regarding Amendments to Senate Bill 2570. The Board of Supervisors having today received information from the County Administrator regarding pending amendments to Senate Bill 2570 which are under consideration by the United States Senate Committee on Human Resources; and .. The Board having received a recommendation from the County Administrator for amendment of Senate Bill 2570 as it relates to retirement of CETA participants; IT IS BY THE BOARD ORDERED that the County Administrator is HEREBY AUTHORIZED to transmit a telegram (text attached) on this date to United States Senators Alan Cranston and S. I. Hayakawa seeking their support in amending Senate Bill 2570 to ensure that no prime sponsor or employing agent will be required to provide retirement coverage for CETA participants out of State or local revenues. PASSED BY THE BOARD ON MAY 9, 1978. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Orig: Human Resources Agency Witness my hand and the Seal of the Board of Manpower Program Director Supervisors United States Senator Cranstonamxed this 9th day of Ntay , 1978 United States Senator Hayakawa County Administrator County Auditor 1 /� J. R. OLSSON, Clerk County Personnel Director By 1)?77r - Deputy Clerk Jarnie L. Johnson ODM 0 H-24 4/77 15m HONORABLE ALAN CRA STON HONORABLE S. I. HAYA.KAT•Lk U.S. SENATE U.S. SENATE 229 RUSSELL SENATE OFFICE BUILDING DIRKSEN SENATE OFFICE BUILDIPiG IASHINGTON, D.C. 20510 SUITE 6217 I'TTN: BABBETT POLZER IIASHINGTON, D.C. 20510 MAY 10, 1978 Contra Costa County and the State of Californa need your help. The Senate. ' Committee on human Resources is scheduled to "mark-up" Senate :4ill 2570 on May 11, 1975. Cities and counties in California which have CETA public service employment programs should not be mandated to pay retirement costs for CETA employees from local funds. Estimated cost to Californa taxpayers is $44 to $54 million. Proposed CETA re-enactment legislation should delete language in SB 2570 Section 122 (1) . and in HR 12452, Section 121, (c)3, which requires job classifications to include nonfederally financed employees. This will allow CETA participants to be placed in classifications which would not require the retirement benefits. In addition, HI: 12452 Section 121 (c) 4 states "no CETA funds shall be used unless retirement contributions bear a reasonable relationship to the cost of providing benefits to participants". Vliile this appears to allow CETA funds to continue to pay reasonable retirement br.iefits, we are concerned that DOL's perception of "reasonable" differs significantly from that of most prime sponsors and units of local government. DOL has conducted a fallacious study of retirement systems which (1) does not accurately compare the turn-over rate or transition rate of CETA employees with that of regularly-funded employees of 1'11 years duration, and (2) does not consider the long-term liability of local governments for CETA participants. -Tae strongly feel an additional research project should be initiated by DOL taking these factors into account to determine the reasonable cost to be borne by CETA funds. It is estimated by the California Public Employee Retirement System that such a study would take six to nine months, therefore, we recommend: (1) that Congress mandate DOI. to do a validated study of public employees retirc:mant systems taking into account CETA and non-CL•'TA turn-over and transition, and long-term local liability; and (2) to give DOL time to complete the study, that Congress extend the deadline for grandfathering to October 1, 1979 in Section 121 (c) 4 of HR 12452, anJ1 that the Senate adopt the House grandfathering language with the extension to October 1, 1979 in place of the current Section 121 (o) in SB 2570; and (3) delete the last sentence of Section 121 (c) 3 in IIR 12545 and Section 122 (1) in SB 2570. We appreciate your assistance on this important issue. P,OBERT I. SCHPO DER COUNTY OF CONTRA COSTA E0AM3 OF Se3]?? II70RS 00401 l 1. In the Board of Supervisors r or Contra Costa County, State of California May 9 , 1978 In the Matter of Authorizing Acceptance of Instrument for Recording Only. It is by the Board ORDERED that the following Offer of Dedication is ACCEPTED FOR RECORDING ONLY: Instrument Date Grantor Reference- Offer eferenceOffer of Dedication Kenneth E Newman for Roadway Purposes 4/10/78 et ux SUB. 5071 PASSED by the Board on May 9, 1978. d G 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 axed this 9th day of May 19 78 J. R. OLSSON, Clerk By 1/1l/�.t-V--Z" . Deputy Clerk Originating Department: Public Works M. VANINUCCHI Land Development- Dis o-: cc: Recorder (via P.W. ) Public Works Director 00402 H-24 VMg,Ytor of Planning In the Board of Supervisors of . Contra Costa County, State of California May 9, . 19 78 In the Matter of Releasing Deposit for Subdivision 4401, Oakley Area. On May 3, 1977, this Board RESOLVED that the improvements in the above-named Subdivision were completed for the purpose of establishing a beginning date for filing liens in case of action under the Subdivision Agreement; and now on the recommendation of the Public Works Director: The Board finds that the improvements have satisfactorily met the guaranteed performance standards for one year after completion and acceptance; and Pursuant to Ordinance Code Section 94-4.406 and the Subdivision Agreement, it is by the Board ORDERED that the Public Works Director is authorized to refund to Frank Malfitano the $500.00 cash deposit as surety under the Subdivision Agreement as evidenced by the Deposit Permit Detail Number 141871 dated December 3, 1976 . PASSED by the Board on May 9, 1978. z - I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Supervisors affixed this 9th day of 19 78 ___2 J. R. OLSSON, Clerk By /�i�-� Deputy Clerk �.l�.., ,, Originating Department: l,j. ,�;,I,�,�,t,Hi Public Works Land Development Div. (� cc: Public Works Director (LD) 00403 Public Works Director (Construction) H-24 4/77 15m Frank Malfitano ' FRgl Brookside Dr. . Pi fi,f ghrrm ra Ql RrP In the Board of Supervisors of Contra Costa County, State of California May 9 0119 78 In the Matter of Authorizing Legal Defense IT IS BY THE BOARD ORDERED that the County provide legal defense for the following persons in the court actions indicated, reserving all of the rights of the County in accordance with provisions of California Government Code Sections 825 and 995: Alvin Loosli, M.D. Superior Court Action Staff Physician No. 170379 Medical Services (Roger Kreag, Plaintiff) Edward W. Leal Superior Court Action Treasurer - Tax No. 186438 Collector (William M. Lawrie, Jr. and Wanda M. Lawrie, Plaintiffs) PASSED by the Board on May 9, 1978. 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: Alvin Loosli, M.D. Witness my hand and the Sea{ of the Board of Edward W. Leal Supervisors County Counsel affixed this 9th da of T1ay 19 8 County AdminiS�rator y -�— ✓�,� ( J. R. OLSSON, Clerk .&, Deputy Clerk fax• ne •1. -Neu "Td 00404 H-24 4/77 15m In the Board of Supervisors of Contra Costa County, State of California MM 9 . 19 78 In the Matter of Resignation from the Emergency Medical Care Committee. The Board having received a May 3 , 1978 memorandum from Mr. C. L. Van Marter, Director, Human Resources Agency, advising that Mr. Roy Kong has resigned as the County Communications Center representative on the Emergency Medical Care Committee ; IT IS BY THE BOARD ORDERED that the resignation of Mr. Kong is ACCEPTED. PASSED by the Board on May 9 , 1978. 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: Mr. Kong Supervisors Emergency Medical Care affixed this Stn day of `� .° 1978 Committee Director, Human Resources t J. R. OLSSON, Clerk Agency County Administrator By 47 Deputy Clerk Public Information Officer Mar Cram" 00405 H-24 4177 15m C In the Board of Supervisors of Contra Costa County, State of California May , 19 78_ In the Matter of Resignation from Manpower Advisory Council. The Board having received a May 3, 1978 memorandum from Mr. C. L. Van Marter, Director, Human Resources Agency, advising that Mr. Agustin Ramirez has resigned as a member of the Manpower ` Advisory Council (client community category) ; IT IS BY THE BOARD ORDERED that the resignation of Mr. Ramirez is ACCEPTED. PASSED by the Board on May 9 , 1978. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of cc: Mr. Ramirez Supervisor Manpower Advisory Council affixed this 9th day of JT 197 Director, Human Resources Agency J. R. OLSSON, Clerk County Administrator t Deputy Clerk Public Information OfficerBy ��`�� ' '"-'�'" MarZ:�;,Craig 00406 H-24 4/77 15m In the Board of Supervisors of Contra Costa County, State of California May 9 , 1978 In the Matter of Reappointment to Aviation Advisory Committee. The Board having received a May 2 , 1978 letter from Mr. James L. Alkire, City Manager, City of Pleasant Hill , ' advising that the City Council has nominated Mr. Louis Richer for reappointment as the City's representative on the Aviation Advisory Committee ; IT IS BY THE BOARD ORDERED that Mr. Richer is REAPPOINTED to said committee for a two-year term ending March 1, 1980. PASSED by the Board on May 9 , 1978. hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of cc: Mr. Richer Supervisors Aviation Advisory Commi tteaffixed this 9t^ day of 1978 Public Works Director County Administrator Public Information Officer ✓ J. R. OLSSON, Clerk By 4L_ _ G�1i Deputy Clerk apy Crav-g H-24 4/77 15m 0040 In the Board of Supervisors of Contra Costa County, State of California May 9 , 1978 In the Matter of Resignation from Contra Costa County Advisory Council on Aging. The Board having received a May 3 , 1978 memorandum from Mr. C. L. Van Marter, Director, Human Resources Agency , advising that Ms . Zola Williams has resigned as a member of the Contra Costa County Advisory Council on Aging (Pittsburg Local Committee representative) ; IT IS BY THE BOARD ORDERED that the resignation of Ms. [.?illiams is ACCEPTED. PASSED by the Board on May 9 , 1978. 1 hereby certify that the foregoing is o true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of cc: Ms . Williams Supervisors Contra Costa County affixed this 9th day of May 1978 Advisory Council on Aging Director, Human Resources Agency J. R. OLSSON, Clerk County Administrator By �� Deputy Clerk Public Information Officer Mary Cr 00408 H-24 4/77 15m In the Board of Supervisors of Contra Costa County, State of California May 9 , 19 M In the Matter of Appeal of Mr. Daniel Ostrander from Action of the San Ramon Valley Area Planning Commission on Application for M.S. 267-77, Alamo Area Mr. David L. Seldon, Owner The Board on April 11, 1978 having fixed this date for hearing on the appeal of Mr. Daniel Ostrander from San Ramon y Valley Area Planning Commission conditional approval of application for Minor Subdivision 267-77, Alamo 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 Supervisor E. H. Hasseltine having advised that the rezoning request of Mr. Ostrander (2171-RZ) for the subject property has been scheduled for May 30, 1978 and that Mr. Ostrander has requested continuance of his appeal hearing to that date so that both hearings can be held concurrently; and Good cause appearing therefor, IT IS BY THE BOARD ORDERED that the aforesaid hearing is continued to May 30, 1978 at 11:00 a.m. IT IS ORDERED that the Clerk give notice of same by mailing a copy of this order to all interested persons. PASSED by the Board on May 9, 1978. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of CC: Mr. Daniel Ostrander Supervisors Mr. D. S eldon affixed this 9th day of May 19 78 Mr. G. McCulley Director of Planning L J. R. OLSSON, Clerk By/� r 'Deputy Clerk Diana M. Herman H-24 4/77 15m 00409 In the Board of Supervisors of Contra Costa County, State of California May 9. , 19 78 In the Matter of Hearing on the Request of Alamo Partnership, Applicant, (2158-RZ) to Rezone Land in the Alamo Area. A. and J. Jones, Owners. The Board on April 18, 1978 having fixed this time for hearing on the recommendation of the San Ramon Valley Area ' Planning Commission with respect to the request of Alamo Partnership (2158-RZ) to rezone land in the Alamo area from Special Retail Business District (S-R-B) to Retail Business District (R-B) ; and No one having appeared in opposition; and Mr. A. A. Dehaesus, Director of Planning, having advised that an Environmental Impact Report was prepared by the Planning Staff, considered by the Planning Commission during its deliber- ations and found to have been completed in compliance with the California Environmental Quality Act and the State guidelines; and The Board having considered the matter, IT IS ORDERED that the request of Alamo Partnership is APPROVED as recommended by the San Ramon Valley Area Planning Commission. IT IS FURTHER ORDERED that Ordinance Number 78-37 giving effect to the aforesaid rezoning is INTRODUCED, reading waived and May 16, 1978 is set for adoption of same. PASSED by the Board on May 9, 1978. 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: Alamo Partnership Supervisors A. and J. Jones affixed this 9th day of Mary . 1978 Director of Planning County Assessor J. R. OLSSON, Clerk By � Deputy Clerk Diana M. Herman 00410 H-24 4/77 15m - In the Board of Supervisors of Contra Costa County, State of California AS EX OFFICIO THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT May- 9 • 19 -ja In the Moner of Accepting Report and Authorizing Flood Control Study on Wildcat Creek in the City of San Pablo Flood Control Zone 7 f IT IS BY THE BOARD ORDERED as ex officio the Board of Supervisors of Contra Costa County Flood Control and Water Conservation District, that the report from the Public Works Director concerning the request by the City of San Pablo to perform a study of Wildcat Creek from the San Pablo city limits downstream to Contra Costa Avenue is accepted. IT IS FURTHER ORDERED that the Public Works Director is authorized to perform said study when manpower is available. PASSED by the Board on May 9, 1978. I hereby certify that the foregoing is a true and correct copy of on order entered on the minutes of said Board of Supervisors on the date aforesaid. Originator:Public Works Department Witness my hand and the Seal of the Board of Flood Control Supervisors Planning and Design offixed this9� day of T 7'—n —L,h P1 ------y 19 7 cc: Public Works Director Flood Control J. R. OLSSON, Clark County Administratorze - City of San Pablo, By Deputy Clerk 2021 Market Street t-4. VANNUCCHI San Pablo, CA 94806 00411 H-26 3/76 15m In the Board of Supervisors of Contra Costa County, State of California May 9 , 1978 In the Matter of In the Matter of Reorganization of the Community Development Block Grant Program The Board on February 28, 1978 having referred to its Internal Operations Committee (Supervisors W. N. Boggess and J. P. Kenny) a report from the Director of Planning recommending changes in the organization of the Community Development Block Grant Program; and The Internal Operations Committee having reported that the Committee had discussed the proposed reorganization with a special committee of the Mayor's Conference, and having developed modification to said proposed changes in the organization which are acceptable to all parties; and The Committee in its review having satisfied itself that a re- organization of the program is necessary, as indicated by the HUD regula- tions and circulars and the experience of the county in the past three program years, the Committee recommends approval of the recommendations of the Director of Planning as set forth in his reports dated February 22, 1978, and March 31 , 1978, and as modified by its report of May 8, 1978; IT IS BY THE BOARD ORDERED that the recommendation of the Internal Operations Committee is approved. PASSED by the Board on May 9, 1978. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Orig: Planning Department Supervisors cc: Internal Operations Committee County Administrator affixed this s day of AY 19 7 8 Participating Cities c/o planning J. R. OLSSON, Clerk By %'�'% % Deputy Cleric H-24 3/76 ISm James p ie H:lard of Supervisors (epi i►.ra Count Clock ali COunly Clark and Ex OfflClo Clark of tho Board t. nrnty Administration Building Co:"ta - Mrs.Geraldinequswlt I .O. Bok 911 Chief Clark Martinez,California 94553 COunty (415)372-2371 James P.Kenny-Richmond �3 l I%t District Nancy C.Fanden-Martinez 2nd District Robert I.Schroder-Lafayette ?rd District Warren N.Boggess-Concord ='h District EricH.Hasselllne-Pittsburg May 8, 1978 Slh District REPORT OF INTERNAL OPERATIONS COMMITTEE ON REORGANIZATION OF THE COMMUNITY DEVELOPMENT BLOCK GRANT PROGRAM On February 28, 1978, the Board referred to the Internal Operations Committee a report dated February 22, 1978, from the Director of Planning which recommends certain changes in the county's organization and implementation of the Community Development Block Grant Program and provides the reasons therefore. The Committee, having heard a report of the Director of Planning on a meeting of the City Managers in the county, at which this matter was discussed and certain concerns raised; and having received a letter from Mr. Thomas G. Dunne, City Manager of Walnut Creek, indicating his concerns relating to this subject matter; and having received a supplementary report of the Director of Planning dated March 31 , 1978, in which these concerns were discussed; and having met with a committee of the Conference of Mayors of Contra Costa County to discuss recommendations of that Conference on April 17, 24 and May 8, 1978. The Committee in its review having satisfied itself that a reorganization of the program is necessary, as indicated by the HUD regulations and circulars and the experience of the county in the past three program years, the Committee endorses the recommendations of the Director of Planning as set forth in his reports dated February 22, 1978, and March 31 , 1978, and modified as summarized below; and recom- mends their adoption as follows: I. Endorse the concept of revised citizens participation groups and city-county relationships (see Attachment A) , including elimination of funding by formula to each city, while assuring that some project funds will be allocated to each Neighborhood Preservation Area each year. II. Create Neighborhood Preservation Committees (NPC's) for the eight designated unincorporated communities and advertise the appoint- ments. III. Create an eleven-member Countywide Housing and Community Development Advisory Committee and advertise the appointments, with six members to be nominated by the Conference of Mayors. The Committee to bei strutted not to revise priorities within each city which have been appro4j)flj�e City Council . v Microfilmed with board order -2- IV. Notify the participating cities. and request delineation of Neighborhood Preservation Areas and nomination of appointments to the Neighborhood Preservation Committees, and advertise appointments for the Board. V. Authorize program support personnel in the Planning Department, with costs to be paid with Federal Comti7runity Development Program funds. Appropriate administrative funds to be made available to the cities to defray their appropriate and eligible.costs of citizens participa- tion, with details of this administration work and its funding to be worked out by staff with each city. VI. Authorize the Planning Department to contact the cities and make the necessary arrangements to put these changes in the Community Develop- ment Block Grant Program into effect. Warren N_ Boggess James P. Kenny Supervisor District IV Supervisor District I 00414 ATTACHMETIT A APPOINTMENT AND MAKEUP OF CITIZENS COMMITTEES Countywide Housing and Community Development Advisory Committee The Countywide Housing and Community Development Advisory Committee (HCDAC) consists of 11 members appointed by the Board of Supervisors. Six of these members will be nominated by the Conference of Mayors of Contra Costa County. The HCDAC will assist the County Planning Department in the development of a written Citizen Participation Plan (CPP) pursuant to HUD regulations for submittal to the Board of Supervisors for approval . The HCDAC will assist the County Planning Department in implementing the CPP in cooperation with the participating cities and Neighborhood Preservation Committees (NPCS). The HCDAC will assist the County Planning Department in the development of guidelines for the submission of NPC CD plans for funding consideration and guidelines for Countywide submission of proposals exclusive of the NPCS. The HCDAC will assist the County Planning Department in the development of a priority system for evaluation of all funding request, including those from Neighborhood Pre- servation areas. The HCDAC will assist the Planning Department in the development of the overall County Community Development Plan and application and will recommend to the Board of Super- visors a three-year expenditure plan. Neighborhood Preservation Committees: In each designated Neighborhood Preservation Area a local citizens participation group will be designated. In the unincorporated areas these groups will be called Neighborhood Preservation Committees, and •rill generally consist of seven members, appointed by the Board of Supervisors, at least five being residents of the Neigh- borhood Preservation Area. In incorporated areas, City Council will nominate the members of the citizens participation group, and will determine the number of appointments to be made, with the appointments made by the Board of Supervisors. If City Council determines that a local citizens participation process other than the above is desirable, such a process may be instituted subject to HUD approval as to its meeting citizens participation requirements, subject to city staffing, and with the understanding that it will be the City's responsibility to meet dead- lines established for submission of proposals so that due consideration can be given these proposals in the formulation of the countywide program and application. Each Neighborhood Preservation Committee (NPC) will assist the County Planning Department and/or the City in conducting a local citizen participation effort within the guidelines prepared by the County Housing and Community Development Advisory Committee. Each NPC will assist the County Planning Department or the City in preparing a Community Development Plan for its area pursuant to HUD guide- 0041.5 uide-00445 lines, and to present said plan to the HCDAC for approval and funding consideration. Plans within cities will be submitted to City Council for its approval prior to submission to HCDAC. The County Planning Department will provide staff support for the unincorporated area NPC's training and initial assistance for the incor- porated NPC's, and upon request of cities may also provide staff support for the incorporated NPC's. The following cities contain identifiable areas which qualify as Neighborhood Preservation Areas, based on Census data. In many instances, the areas have been the primary beneficiaries of CD fund allocations by the cities, and have previously been designated by the cities for this purpose. Antioch Brentwood El Cerrito Lafayette Martinez Pinole Pleasant Hill San Pablo Walnut Creek These cities should be requested to define their Neighborhood Preservation Area and nominate NPC members for appointment by the Board of Supervisors. Each city may have one neighborhood preservation area consisting of between 1 ,000 and 10,000 persons, which contains over 50% low and moderate income households, (except the City of San Pablo, which may have two Neighborhood Preservation Areas due to its concentration of low and moderate income persons) . Committees will be appointed by the Board of Supervisors for the following unincor- porated communities. Each conrnunity has a population in excess of 2,000 persons, but less than 10,000 (HUD regulations require that neighborhood facilities serve areas of 10,000 persons or less), has over 50% low and moderate income households, and has a demonstrated need for housing rehabilitation and other CD activities. North Richmond Oakley Montalvin Manor Mountain View Rodeo (West) West Pittsburg Vine Hill Crockett Socioeconomic Characteristics of Committee Members: The HUD regulations require substantial representation and involvement of low and moderate income persons, members of minority groups, residents of neighborhood revitalization areas, the elderly, the handicapped and other affected persons in all aspects of citizen participation including any communitywide or neighborhood co.nnitroes. It is recommended that at least 50,E of each committee's appointments be loa and moderate income persons and that minorities be adequately represented on each committee dependent on local racial mix and that women, the elderly and the handicapped also be represented. 00416 '3 The number of nominations should generally exceed the number of appointments available, so the Board can achieve overall representation pursuant to the HUD requirements by their selection of the appointees from among the persons nominated. AAD:sj 0041"� In the Board of Supervisors of Contra Costa County, State of California May 9 . 19 78 In the Matter of Request for Speaker at Child Advocacy Conference Workshop The Board having received a May 1, 1978 letter from the Executive Director of the Contra Costa Childrens' Council request- ing that the Board designate a representative to speak at a work- shop entitled "How to Approach Your Elected Official" to be held on May 20, 1978 at the John F. Kennedy High School in Richmond; The Board having considered the aforesaid request, IT IS BY THE BOARD ORDERED that Supervisor J. P. Kenny is DESIGNATED the representative to speak at the Child Advocacy Conference Workshop in Richmond on May 20, 1978; PASSED by the Board on May 9, 1978. 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: Supervisor J. P. Kenny Witness my hand and the Seal of the Board of Director, Human Resources Supervisors Agency affixed this9th day of May 19 78 Public Ir=ormation Officer County Administrator 1-1 �2 J. R. OLSSON, Clerk E/� a � : / Deputy Clerk Maxine M. Neuf-eld 00418 H-24 4/77 15m In the Board of Supervisors of Contra Costa County, State or California may 9, . 19 78 In the dotter of Buchanan Field Approval for Aero Exchange to Sub-Lease To Aero Training Incorporated. _ The Board having been advised by the Public I-lorks Director: 1) that Aero Training Incorporated (ATI) (formerly Gaffney Aviation) has been a tenant at Buchanan Field since 1973, _ y 2) . that on April 30, 1976, ATI entered into a two-year sub-lease renewal with FBO Gary Grover with the expectation that within the two-year sub-lease period, the airport master plan would be approved and the lease moratorium lifted, thereby enabling ATI to submit a proposal to the County for a major new FBO facility at Buchanan Field, 3) that on November 9, 1977, in conjunction with Aero Exchange (a Buchanan Field tenant for many years) , ATI did in fact submit a proposal to the County for the development of a five-acre, full- service FBO facility, 4) that action on the ATI proposal was deferred by the County because of the protracted master plan approval process and the existing turacorium, 5) that in this interim period, the ATI sub-lease has expired which means either the termination of ATI's tenancy at Buchanan Field, or ATI seeking another sub-lease .arrangement, and 6) that Aero Exchange has indicated a desire to accept ATI as a sublessee. IT IS BY THE BOARD ORDERED that Aero Exchange be permitted to execute a sub-lease with Aero Training Incorporated and that an addendum to the Aero Exchange lease be drafted for Board Approval- . based upon a one-year sub-lease term (or until the County acts on the Aero Exchange/P_TI fixed base operator proposal, whichever is longer) and that the range of ATI aviation activities be restricted to those presently being conducted by ATI at Buchanan Field. PASSED BY THE BOARD ON May 9, 1978 by the following vote: AYES: ' Supervisors J. P. Kenny, N. C. Fanden, E. H. Hasseltine, R. I. Schroder NOES: None ABSENT: None ABSTAIN: Supervisor W. N. Boggess for the reason that he- is a tenant at Buchanan Field. Orig: Public Works (A) CLr.TIFIED COPY cc: County Administrator I cortlfv that this it a fall. true & correct copy nC Public :'forks Director ., the or!!Zinai dc•-nmt-n; chime is on ii!e !, my office. I'Ianager of Airports and that it :.a? t.- :: :.dnir.�d by the Bna:d of :;u;.,-nl-or.: of .'r.. county. Ca':forn;a. on Vie �:-ete !.-�r. ,•_7'1'E:.'I: J. 1:. tAf_-SU: . Come: Cier;c ::c ->a. io C::.r,o'sad Laza! of bypDQeputy Clerk. In the Board of Supervisors of Contra Costa County, State of California rIaY 9 19 78 In the Matter of Agreement with AEP Associates for Consulting Services IT IS BY THE BOARD ORDERED that the Chairman is AUTHORIZED to execute an agreement with AEP Associates of lValnut Creek, effective P9ay 10, 1978 in connection with the preparation of the Environmental Impact Report for Rezoning 2228-RZ and Subdivision 5306, "Farm Hill Estates" at a cost not to exceed $3,000.00 under the terms and conditions as set forth in said agreement. PASSED by the Board on rIay 9, 1978. hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Orig. : Planning Department Supervisors s' MAY 9 1978 cc: AEP Associates—caf �,�zl.,�,•� affixed this day of 19 Director of Planning County Auditor-Controller - -� J. R. OLSSON, Clerk County Administrator Deputy Clerk 01420 11-2.13/70 15m CONSI'LTINC, SLIMCI-S i�C�F�(=l MI=t�II' I. Special Conditions. These special conditions are incorporated below by reference: (a) Consultant's Name and Address: AEP Associates, 1620 North %in Street, h'alnbt Creek, Calif. 94596 (b) Effective Date: MAY 10 1978 (c) Project Name, Number and Location: Environmental Impact Report for Rezoning 2228-RZ and Subdivision 5306, "Farm Hill Estates", west side of Reliez Valley Road, opposite Country Club Drive. (d) Payment Limit: $3,000.00 (Three Thousand Dollars) 2. Signotures. syfidatures attest the parties' agreement hereto: COUN RA COSTA CONSULTANT By: . I.Schroder By: airman, Board ofDesignate afficial.capjity in business Supervisors C Gt�G�/�r�iJ ATTEST: J. R. OLSSON, (CORPORATE SEAL) County Clerk and ex-officio Clerk of the Board State of California ) ss Contra Costa County ) ACKNOWLEDGEMENT By: The person(s) signing above for Consultant, known puty to me in those individual and business capacities, personally appeared before me today and acknow- R mmendec 'by: ledged that he/they signed it and that the corporation + or partnership named above executed it. Antho A. Dehaesu . Date: Dire or of Planning Form approved: Notary Public John B. Clausen County Coyr►sel (NOT L) OFFICIALS' LEAH M. CALLRAZZO ��,/ a NOTARY PUBLIC -CALIFORNIA By:4�1 ���. CONTRA COSTA COUNTY I Deputy ov My comm. expires FEB 6, 1981 3. Parties. Effective on the above date, Contra Costa County and the above-named Consultant mutually agree and promise as follows: G. Employment. County hereby employs Consultant, and Consultant accepts such employment to perform the professional services described herein, upon the terms and in consideration of the payments stated herein. 5. Scope of Service. Scope of Service shall be as described in Appendix A attached hereto and incorporated herein by this reference. 6. Insurance. Consultant shall, at no cost to Public Agency, obtain and maintoin 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. Page I of 2 004,1 : ;Ra ire kith )joora orelr i Payment. The County shall pay Consultant for professional services performed as follows: A. For preparation of the Draft Environmental Impact Report a fee not to exceed 1(d) above. (i) The first installment, in an amount to be determined by the Director of Planning of not more than 50% nor less than 3096 of the fee noted in 7.A. above, shall be paid after receipt by the County of the "Working Draft" report. (ii) The second installment, constituting the remainder of the fee noted in 7.A. above, shall be paid after the Director of Planning receives and finds acceptable the "Final Consultant Draft". B. Ten percent (10%) of all charges billed by the Consultant shall be withheld untiFfinal acceptance of the Final Environmental Impact Report by the appropriate hearing body or until authorized by the Director of Planning, whichever comes first. C. The fees specified in Section 7.A. include all overhead and incidental expenses for which no additional compensation shall be allowed. In no event shall the total amount paid to the Consultant exceed the fee limit specified in Section 1(d) without prior written approval of the County. S. Termination. At its option, County may terminate this agreement at any time by written notice to the Consultant, whether or not the Consultant is in default. Upon such termination Consultant agrees to deliver to the County everything pertaining to the work in the possession of Consultant or under its control at that time, and will be paid, except as provided below, without duplication, all amounts due or thereafter becoming due for services rendered to the date of termination. If the Consultant is in default at the time of termination, County may complete the work (scope of service) and deduct the reasonable expenses thereof from the fee and from any funds otherwise due and payable to the Consultant. 9. Status. The Consultant is an independent contractor and is not to be considered an employee of the County. 10. L•xclusive Services. Consultant agrees to restrict its firm and its subcontractors from any erne oyment, of ger than for the County, in any way pertaining to the subject of this employment or to the proposed project which this report will review, for a period of two years after the effective date of this agreement without first obtaining the prior written consent of the Director of Planning for such employment. Consultant further agrees to insert this condition into all contracts or work agreements with is subcontractors. 11. Status of Product. It is understood that the Final Consultant Draft accepted by the County will be utilized as background or source material by the Planning Department for its exclusive use, all or in part, as it sees fit. The Consultant agrees not to release, disclose or otherwise make available copies of its written documents, their contents, any views or opinions contained therein, or any other written or oral material, data, views, opinions or other information in any way arising out of or connected with the subject of this employment to other than the Planning Department without first obtaining the prior written consent of the Director of Planning for such disclosure. Attachments: Appendix A Page 2 of 2 00422 APPENDIX "A" Consultant shall -prepare a Draft Environmental Impact Report in accordance with the California Environmental Quality Act and County guidelines for the project specified in I(c) of this agreement. The report shall be prepared in the format specified by the County. It shall be single spaced and suitable for duplication by office copier methods. The Consultant shall prepare the report in a "working draft" form initially and submit three (3) copies for Planning Department review. The "working draft" shall be submitted by Consultant to the Planning Deportment no later than 30 (thirty) calendar days after the date Consultant is authorized by the Planning Department to proceed with preparation of the report, unless approval of extension of such deadline is given by the Director of Planning. After Planning Department reviews and comments on the draft, the Consultant shall revise the working draft report in accordance with such comments and submit one copy suitable for duplication and distribution of the "final Consultant draft" for review and acceptance by the Planning Department. The "final Consultant draft" shall bt� submitted by Consultant to the Planning Department no later than 10 (ten) calendar days after return of the edited working draft to Consultant by the Planning Department unless approval of the extension of such deadline is given by the Director of Planning. In no event shall the titre for completion of the process described in this paragraph extend beyond December 31, 1978 without written approval of the Director of Planning. Consultant shall as part of the contractual obligation assist County in the preparation of responses to comments on the draft EIR for the purpose of producing a "Final EIR" for the project. Assistance of County staff required by the Consultant in the gathering of data to complete this report shall be limited to the supplying of source documents on County premises. No compiling of data will be done by County staff. All other County staff support effort will be limited to that specifically enumerated below: None. 00423 r In the Board of Supervisors of Contra Costa County, State of California MAY 9 1978 , 19 In the Matter of Approval of Contract #35084 with Judithann David, PhD, Consultant for Training Probation Department Staff The Board having considered the request of the County Probation Officer and recommendation of the County Administrator; IT IS BY THE BOARD ORDERED that the Chairman is AUTHORIZED to . execute on behalf of the County Contract #35084 with Judithann David, PhD, for specialized instruction and training in Intermediate Crisis Intervention for Probation Department staff, May 24, 1978 through June 16, 1978, at a cost not to exceed $360.00, County funds. PASSED by the Board on rAAY 9 1978? L hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of cc: County Probation Officer Supervisors �',1�`( 9 1978 Attn: Wallace C. Donavan affixed this do of 19 Contractor y c/o Probation Officer County Auditor-Controller J. R. OLSSON, Clerk County Administrator By��, 0, Deputy Clerk 00424 H_2-13/76 15m l STANDARD CONTRACT (Purchase of Special Services) 1. Contract Identification. Number 35084 Department: Probation Subject: Intermediate Crisis Intervention 2. Parties. The County of Contra Costa California (County), for its Department named above, and the following named Contractor mutually agree and promise as follows: Contractor: Judithann David, Ph.D. Capacity: Consultant Address: 190 Purdue, Kensington, CA. — 94708 3. Term. The effective date of this Contract is May 24, 1978, and it terminates June 16, 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. 5. Payment Limit. County's total payments to Contractor under this Contract shall not exceed .00 6. County's Obligations. In consideration of Contractor's provision of services as described below, and subject to the payment limit expressed herein, County shall pay Contractor, upon submission of a properly documented demand for payment in the manner and form prescribed by County (Demand Form D-15) and upon approval of such demand by the head of the County Department for which this Contract is made or his designee, according to the following fee schedule: FEE RATE: $ 20.00 per service unit: (X) hour; or ( ) session, as defined below; or ( ) calendar (Insert: day, week or month) NOT TO EXCEED a total of 18 service unit(s). 7. Contractor's Obligations. Contractor shall provide the following described services: Consultation, specialized instruction, and training in Intermediate Crisis IntervezYdcn for County-selected persons in the time, place, and manner required by County, including the provision of any related materials and supplies. 8. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture, or association. 9. Indemnification. Contractor shall defend, save harmless, and indemnify the County and its officers, agents, and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, whether or not resulting from the negligence of the Contractor, its agents or employees. 10. Leqal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and 31000. 11. Siqnatures. Thes s.gnatures attest the parties' agreement hereto: COUNTY OF'C JT STA, CALIFORNIA CONTRACTOR 1.Bch•^der By / ZZ Z C firman, Board of Supervisors Attest: J. R. Olsson, County Clerk Designate Official Capacity By Deputy 00425 Rec ended Eby pa nt By (Form approved by County Counsel ) EJ:KP Microfilmed with board order J In the Board of Supervisors of Contra Costa County, State of California MAY 9 1978 , 19 _ In the Matter of Approval of Nutrition Project Subcontract Amendment #22-038-5 IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute Contract Amendment 722-038-5 with Contra Costa Foods, Inc. (Canteen Corporation) effective 2/1/78 for a new total Payment Limit of $333,121 in Federal Older Americans Act Title VII funds and thereby increasing food service to 21 county-wide sites and 935 participants daily. PASSED BY THE BOARD on r4AY 9 19788 3 n 3, 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 tR of of the Board of Attn: Contracts & Grants Unit Supervisors MAY 9 y cc: County Ad.mi ni strator affixed this day of 19 County Auditor-Controller County Health Department Contractor J. R. OLSSON, Clerk B - i / t� Deputy Clerk 200425 V WT/77 15m 4G_ EMENT (Con ir? Cos-a Cc.-ntyurian esources Agency) Number �+ " mber .� 1. identification of Contract to be Amended. Number: 22-038-3 Denartment: Health Subject: Contra Costa County Nutrition Project--purchase of meals Effective -Date of Contract: July 1, 1977 Effective Date of Contract Amendment Agreement: October 1, 1977 2. Parties. The County of Contra Costa California (County), for its Department named above, and the following named Contractor mutually agree and pro-mise as follows: Contractor: CONTRA COSTA FOOD, INN. (Canteen Corporation) Capacity: California corporation Address: 1409 Somersville Road, Antioch, California 94509 3. Amendment Dame. The effective date of this Contract Amendment Agreement is February 1, 1978 4. Amendment Specifications. The Contract identified above is hereby amended as set forth in the "as:endmer_t Specifications" attached hereto which are incorporated herein by r-eference. 5. Leal -- thoriz . This Contract P-mendment Agraene:t is entered into under and subject to the following legal authorities: 42 U.S.C. 43045ff and 45 C.F.R. 4909ff; California Government Code 53703. 5. Si,natures. These signatures attest the parties' agreement hereto. COlii:: i1: 0"_- rlA, CALI�OP.?IiA CONT .EV CTOR R. I.Schroder BY / 1 1'_'I:a:l, Boar,-`! OS1SGr5 { (Designate official capacity in business Atter'_: J. FR. Olsson, County Clerk and affix coraoration seal) State of California ) y �• `� County of Contra Costa ) Deputy ACKNIOidLEDGMEAT (CC 1190.1) The person signing above for Contractor ntCO �:2' eC by uum.an Fesou cel' Agency known to me in those individual and business capaciti2S, DerSOnally appeared before me today and acRno;•:ledged that he/ B �i.Uc'' they signed it and that the corporation i n Designee or partnership nammed above executed the within instrument- pursuant to its bvlaws or a resolution of its beard of direC-ors. o_ ,.. ov-er. County Counsel J77�� _ _LEC: �' _ �/ / z 1 1�y xt�� �— Contra C:;..ta Co-j.Ity, Caifo:n(d A e►' Microfilm A 1%;ith `4oard, ord aMENDME::r SPEC 1:ICATIONS Number In con.zideration o= Contractor's agreement to provide 235 additional inea.ls per day, ani to serve 5 additional meal sites, for the County Nutrition Project under specifi- cations set forth in the Service Plea of Contract ,#22-038-3, as amended, County agrees to increase the Contract Payment Limit to $333,121. Contractor and County agree to amend said Contract, as amended, effective February 1, as s?ecified below, .rhilc all other parts of said Contract re:aain unchanEed and in :311 force and effect. 1. Pavmett Limit Increase. The Payment Limit specified is Paragraph 4. is ;rzreased to a naw total of $333,121, which sura may be reduced by the value of USDA Cc-=,.icities used, up to a maximum of $22,932, during the term of this Contract. 2. Service Plan is modified in the foglowing particulars: a. Paragraph 1., Service, first sentauce, shall read: "Contractor shall furnish nll food, labor, and equipmant necessary to prepare and deliver hot meals for lun--hean service for up to 935 adults daily for the Contra Costa County Nutrition P'JJeztt *"or the Elderly, hereinafter called Project." b. Paragraph 2., :real Delivery, a. Delivery Sites, shall read as follows: "Contractor will make Project meal delivery to the following 21 sites, or substitute sites if prearranged by the Project Director, and provided that such alternate sites shall be located no further than 5 miles from Contractor's point of preparation of these meals than the sites being replaced. The approximate number of meals to be delivered to each site is as indicated: Approximate # Site of meals t::::giber Site Location delivered daily 1 Shields-Reid Community Center., 1410 Kelsey Ave., 40 Rich=ond, CA 2 Senior Citizen Drop-In Center, 2525 Macdonald Ave., 65 Richmond, CA 3 Southside Senior Citizens Center, 960 South 47th St. 55 Richmond, CA Maple Nall, i1 Alvarado Square, San Pablo, CA 40 5 Senior Citizen Drop-In Center, 189 Parker Ave., 50 Rodeo, CA 6 Hacienda Senior Citizens, 1111 Ferry Street, 45 Martinez, CA Pittsburg Neighborhood Facility, 2021 Crestview, 65 Pittsburg, CA 8 Oakley Senior Center, Rosemary Lane, Oakley, CA 35 .. 9 Brentwood Senior Center, 100 Village Drive, 35 Brentwood, CA 10 Concord Senior Center, 2727 Parkside Circle, Concord, CA 40 11 Casa Serena, 1036 Clearland Drive, West Pittsburg, CA 50 12 Spanish Speaking, Shields-Reid Center (Temporary) 40 1410 :;elseS Ave., Richmond, C1 13 Senior Citizens Drop-In Center, 213 F Street, Antioch, CA 55 14 Walnut Festival Building, 1335 Civic Drive, 50 Walnut Creek, CA 15 Fairmont Recreation Center, 6510 Stockton Street, 35 E1 Cerrito, CA 16 Senior Center, 233 Gregory Lane, Pleasant Hill, CA 35 17 Bethel Island Scout Hall, 3090 Ranch Lane, 40 Bethel Island, CA In Blue Devils' Club Building, 1441 Meadow Lane, 40 Concord, CA 19 St. Marks Episcopal Church, 800 Pomona Avenue, .40 Crockett, CA 21) Veterans Club, 5218 Sobrante Ave., El Sobrante, CA 40 21. Boys Club, 351 :,'est 8th Street, Pittsburg, CA 40 TOTAL 935" Initials: _ Contractor County Dept. -1- 00428 a r - AM..N..1... tfT SWIFECATIONS 1j} ) 851;y Number 3. Paragraph 3., Food Preparation, subparagraph c., USDA Plentiful Foods and Commodities, section. 6 is modified to read: "(6) Contractor may receive and use up to a maximum of $22,932 in USDA Commodities during the term of this Contract." Initials: ontractor County Dept. tin MM NO n wr ITT Moon 01,1", WATIT";01 INS, it till , Y. Von? j t.. ys QRS WAS V r Y dv oil!AQ 010 to —2- 00429 In the Board of Supervisors of Contra Costa County, State of California r�aY 1978 . 19 — In the Matter of Amendment to the Agreement with Syscon , Incorporated On the recommendation of the County Auditor-Controller IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute an amendment to the agreement with Syscon, Incorporated , for the Business Personalty System--Year-End Reporting , passed by the Board of Supervisors March 7 , 1978, which changes the completion date to September 30, 1978. Passed by the Board MAY y 1978 3j sJ f s- f 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 MAY 91978 Orifi. Dept. Auditor-Controller affixedthidf_ cc : (c/o Data Processing) as ay o 19 -- Contractor Auditor J. R. OLSSON, Clerk Administrator Data Processing By Deputy Clerk H-2-13/76 15m 00430 AGREEMENT AMENDMENT This amendment dated April 13 , 1978 is to amend the agreement between Contra Costa County and Syscon , Incorporated for the Business/Personalty System--Year-end reporting , passed by the Board of Supervisors March 7 , 1978, as follows : 1 . Change Section 1 . (c) , Page 1 , from - March 13 , 1978 through May, 31 , 1978 to March 13 , 1978 through September 30, 1978. 2. This amendment will not affect any other section of the original agreement. 3. Signatures . These signatures attest the parties ' agreement hereto : CONSULTANT :�; tib•,, By 01�x IDesignatt official capacity in bus ness State of California) ss Contra Costa County) AC NOWLEDGEMENT (CC 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 corpor- ation or partnership named above executed the within instrument pursuant to its by-laws or a resolution of its Board of Directors . Date OFFICIAL SEAL 1 r ,fir _� •���,�_, ti(��Sa`r'ae��,-calrc,.ri.s CCUNN OF SAWA CLARA Notary Public PUBLIC AGENCY FORM APPROVED CONTRA UNTY John B . Clausen , County Counsel By !.SchrodCr By Chairman, Board of Supervisors Deputy t 1 Microfilmed with board order CJ r l In the Board of Supervisors of Contra Costa County, State of California MAY 9 1978 , 19 — In the Matter of Approval of Ambulance Service Contract #22-082 with Tri Cities Ambulance IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute Contract '422-082 with Tri-Cities Ambulance, aka Fremont Ambulance, effective 11/1/77 to 6/30/78 at rates specified by Board Order dated 11/29/77 and to provide for ambulance service as specified in said contract. PASSED BY THE BOARD on MAY 9 1978, hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. . Witness my hand and the Seal of the Board of Orig: Human Resources Agency Supervisors MAY 15iv, Attn: Contracts & Grants Unit affixed this day of , 19 cc: County Administrator County Auditor-Controller County Health Department J. R. OLSSON, Clerk County Medical ServicesBjt- ,�, ' ,,� Deputy Clerk Contractor V- EH:gm 00432 H-24 4/77 15m Costa County Standard Form STAINDARD CONTRACT (Purchase of Services) 1. Contract Identification. Number � � O Department: Health Departmeat Subject: Ambulance Service 2. Parties. The County of Contra Costa California (County), for its Department named above, and the following naked Contractor mutually agree and promise as follows: Contractor: TRI-CITIES �,,Bn--',NCE (aka Fremont Ambulance) Capacity: Address: 37525 Glen_moor Drive, Fremont, California 94536 3. Term. The effective date of this Contract is November 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 $ NOT APPLICABLE 5. Countv's Obligations. County shall make to the Contractor those payments described in the Payment Provisions attached hereto which are incorporated herein by reference, subject to all the terms and conditions contained or incorporated herein. 6. Contractor's Obligations. Contractor shall provide those services and carry out that work described in the Service Plan attached hereto which is incorporated herein by 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 and Special Conditions (if any) attached hereto, which are incorporated herein by reference. 8. Project. This Contract implements in whole or in part the following described Project, the application and approval documents of which are incorporated herein by reference: Not Applicable 9. Legal Authority. This Contract is entered into under and subject to the -following legal authorities: Health 5 Safety Code Section 1443; Government Codes 26227 anti 31000. 1 ; 10. Signatures. These signatures attest' he parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA C CTOR B ; %�.' R. 1.$�ttf4dEr B �_ t Cliairman, Board of -Supervisors / (Designate official capacity in business Attest: J. R. Olsson, County Clerk and affix corporation seal) A-Z.), State of California ) ss. County of Contra Costa ) Deputy ACKNOWLEDMIENT (CC 1190.1) The person signing above for Contractor Recommended by Depa tment known to me in those individual and business capacities, personally appeared CCbefore me today and acknowledged that he/ B ��, —t-hey signed it and that the corporation Designee or partnership named above executed the within instrument pursuant to its bylaws or a resolution of its board of directc_s. Form Approved: County Counsel Dated: -D-1 . 1q �I� � 3, N FORM APPROVEDBV o,����,' •- fdi \ 1 , �t C -1 SII sr� By Desgree Deputy Notary Pubific/. •- k .Jp Ses o00 \�Q 00433 ';1? Q, (A-4617 REV 6/75) Microtilmed with board order ` �� sza Cc_:n<v Standard Furl: ?AYME..i PROVISIONS (;e Basis Contracts) tiumber — 08 '�+ •` 1 . Payr-en: ?mounts. Subject. to the Payment Li.:.it of this Contract and subject to tae _oliowi^s Pay-.ent ?rovisions, County will pay Contractor the following fee: one alternative only.] [ J a. S 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 bl., Contractor hereunder. [X] d. Fees for services in the Schedule of Rates for transportation services prescribed by Board Order, November 29, 1977, and as specified in Paragraph 5., Fees for Services, of the Service Plan. County will reimburse Contractor for those services specified in Paragraph 4. of the Service Plan, Reimbursement for Services. 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-13 and in the manner and fora 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 ::aicn said services are actually rendered. Upon approval of said payment demands by ^.e head of the County Department for which this Contract is made or his designee, Co::,ty 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 or 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. 00434 • SERVICE PLAN Number^"�• 2 — 08 2 Contractor shall provide ambulance services on a 24-hour basis for County according to the requirements set forth in County Ordinance No. 70-77, including all regulations promulgated thereunder, c:hich are incorporated herein by this reference, and shall pr•:)vide such service as requested and/or approved by County in the applicable G?unty-specified response area delineated in the current copy of the map "Emergency Response Areas of Contra Costa County" dated January 1, 1975 and on file in the office of the Sheriff-Coroner and Clerk of the Board, or as otherwise requested and/or approved by County. Contractor shall provide ambulance services subject to the following specifications: 1. State Regulations. Contractor shall: a. Comply with all applicable State regulations including, but not limited to: California Administrative Code, Title 13, 820-et .seq. (effective 10/1/77) , and California :vehicle Code §§2600 et seq. b. Be subject to "Prepaid Health Plan Subcontract Requirements," attached hereto and incorporated herein by this reference, and any future revisions or amendments thereto, as required by County Prepaid Health Plan contract with the State Department of Health. 2. Equipment. a. Standards. Ambulances will be equipped as specified by the County Ambulance Permit Officer with the American College of Surgeons' list as a minimum standard of criteria and subject to State regulations as specified above. b. Radio Equipment. Ambulances will be equipped with County-owned and maintained radio equipment. Installation, repair, and monthly maintenance will be provided by County. ?urchase costs of equipment will be a County responsibility; all other costs for County-provided installation, repair, and monthly maintenance will be billed to Contractor. c. Loan of Equipment. (1) The County may loan or exchange with the Contractor, for use during transportation or patients from County medical facilities to other locations, equipment which is determined to be medically necessary during such transportation. This determination shall be made by the patient' s treating physician or, if unavail- able, by any other qualified County medical personnel. The County reserves the right for its County Medical Director or his designee to deny requests to borrow any equipment when he determines that such equipment is or may be needed at any County medical facility. (2) Form. Upon borrowing or exchanging equipment, the Contractor shall complete a form provided by the County, which shall include the Contractor's name, date, equipment description, destination, expected return date, and be signed by the Contractor or its employee. (3) Return. Contractor shall return equipment as soon as is practi- cable after transportation of the patient is completed. If a specific time is set for the return of the equipment, it shall be returned by that time. (4) Possession. Contractor shall not allow loaned or exchanged equipment out of its possession. (5) Repair or ReDlacement. Contractor shall pay the County for all repair or replacement costs resulting from its use of loaned equipment, whether or not resulting from Contractor' s negligence. However, Contractor shall not be responsible for equipment damaged during transportation at the County' s request and which equipment is unsuited for such transportation. 3. Communications. a. Telephone Service. Contractor shall have a fixed base of operations with telephone service available 24 hours a day where County may call. Initials: Contractor County Dept. -1- 00435 SERVICE PLAN Number b. Sheriff' s Office. Contractor shall maintain County-required radio co-munications with Sheriff' s Office Communications Center known as "Comm 7" andlor "Control 9". 4. Reimbursement for Services. a. Definitions. As used in Paragraph b., Reimbursement, below, the ollowing definitions are in effect. (1) Code III - Emergency Ambulance Service with use of red lights and siren. (2) Dry Run - Non-transport of person despite Contractor' s availability and response to a request for service. (3) Uncollectable Account - An account which Contractor demonstrates is Uncollectable according to the provisions of Paragraph 6. , Reimbursement Procedures-- Uncollectable Accounts. b. Paim- bursement. Reimbursement shall be made for ambulance or other medical transportation requested and/or approved by County for the following: (1) County Key Plan enrollees; i.e., members of County Prepaid Health Plan and/or Health Maintenance Organization. (2) Twenty percent (20X) Medicare Co-payment for Medicare Key Plan (Prepaid Health Plan) crossover enrollees. (3) Services ordered by State, County, or City law enforcement agencies, payment for which is the responsibility of County. (4) Delivery to County-designated detoxification facilities. (5) Uncollectable accounts arising from transportation of persons to and from County Medical facilities. (6) Any uncollectable account arising from emergency (Code III) transportation of a person to a hospital other than a County facility or County contract facility. (7) Dry-Run Services not reimbursable from another source. 5. Fees for Services. County will pay Contractor the following fees for County-requested and/or authorized services: a. S25.00 per Code III delivery to any hospital emergency facility. b. $18.00 for returning one or more patients from Martinez to an area from which a delivery has been made in the reverse direction. c. $15.00 for dry run. d. For delivery to County Hospital: (1) $40.80 Base Rate (2) $ 1.65 Mileage (3) $ 5.85 Night Call (4) $ 5.85 Code II (5) $ 5.85 Code III (6) $ 5.85 Oxygen per tank (7) $ 8.07 Second Patient (8) $ 5.85 Waiting Time (9) $29.07 Neonatal Incubator Initials: - ontractor County Dept. . SERVICE PLAN Number+ 6. Reimbursement Procedures--Uncollectable Accounts. a. The following procedures shall be completed by Contractor before the County reimburses it for uncollectable accounts. Contractor shall: (1) Deliver an invoice to the customer or customer' s representative within 15 days of the date the service was rendered. (2) Send three statements to customer over a period of 90 days. (3) :Sake demand to County in the manner and form prescribed by County for any account which is uncollected 120 days from the date the first invoice was sent, and for which Contractor does not anticipate reimbursement and has so demonstrated this to County upon making demand to County for payment. b. Paragraph 2. , Payment Demands, of the Payment Provisions, which requires that Contractor make demand for payment to County within 90 days from the end of the month in which service is rendered, is modified to allow Contractor to make demand for Uncollectable Accounts only, after 90 days as specified herein. 7. Contractor shall reimburse County for any account paid by another party after County has made payment. Initials: Contractor County Dept. E -3— 21 0043'1 Contract Number Attachment Number PREPAID HEsI[.TH PLA-1 SUBC0:3TRACT M.QUIP.EREZITS ,ursuant to State Department of Health/Count} Contract 76-56983 (County #29-609) effective Dec-ember 30, 1976, t•:a_y an-Duffy Prepaid Health Plan Act, Section 14200 et seq., and Institutions Cade and a waiver granted under Section 2.22, P.L. 92603, under whit^ [,:e County provides Prepaid Health Plan (PHP) services, the following subcontract require;_ents (_article XI Subcontracts) are incorporated into the contract referenced by nu----r abe:e: 1. Contractor shall be subject to and comply with all Federal, State, and local laws and raoulations 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 act.now- ledged receipt of the proposed subcontract and has failed to formally approve or disapprove the subcon=race within sixty (60) days of receipt. 3. By this subcontract the County delegates responsibility to the Contractor to provide Pra 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 recorus 6 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 PH_p enrollees and notwithstandin- 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 F*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. 0040 (A-4632 New 3/77) -1- Contra Eosta '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. 00439 (A-4616 REV 6/76) -1- 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, t4ve 0. irrr Agnntcnr�� y'[��• nr nnv ntb - 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 & 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. 441 (A-4616 REV 6/76) -3— • B� �D Si �clJgS'D 5, Mt(P.A COSTA CaMY, ULIFOR�dIA Re: Speed Limits on ) TRAFFIC RESOLUTION NO. 2436 - SPD OLD CROW CANYON ROAD } Date. MAY 9 1978 (Rd. #4917A) , San Ramon Area ) (Supv. Dist. V - San P.amon ) The Contra Costa County Board of Supervisors RESOLVES THAT: On the basis of an engineering and traffic survey and recomendations thereon by the County Public Works Department's Traffic Engineering Division, and pursuant to County Ordinance Code Chapter 46-2 (§46-2.002 ff. ) , this Board hereby determines that the present speed limits) established on the below-described road, a street within the criteria of Vehicle Code Section 22358 , is(are) more than reasonable and safe, and hereby determines and declares that the following speed limit(s) is(are) most appropriate, reasonable, and safe prima facie speed limit(s) there: Pursuant to Section 22358 of the California Vehicle Code, no vehicle shall travel in excess of 35 miles per hour • on that portion of OLD CROW CANYON ROAD (#4917A) San Ramon, beginning at the intersection of Crow Canyon Road and extending northerly and easterly to the intersection of San Rasion Valley Boulevard . Adopted'ay the Board on------MAY _9 19 78 PASSED unanimously by Supervisors present. CC: y i -� . 00442 Sheri ff California Patrol Contract Nurnber Attach went Number PREPAID HE,'%LTH PLA`7 SUBCONTRACT REQUIRENENTS Pursuant to State Department of Health/County Contract :'76-56983 (County #29-609) effective December 30, 1976, L a u-:an-Duffy Prepaid Health Plan Act, Section 14200 et seq., G,! -fare and Institutious Coda and a waiver granted under Section 222, P.L. 92603, under whit^ the County provides Prepaid Health Plan (PHP) services, the following subcontract requirei:en_s (_Article aI Subcontracts) are incorporated into the contract referenced by nu-:'er abo%e: 1. Crntractor shall be subject to and comply with all Federal, State, and local la::s and rzoulatiozs 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 silty (60) days of receipt. 3. By this subcontract the County delegates responsibility to the Contractor to provide P'r2 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 recorc_: • 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 PH_a enrollees and notwithstandinc, 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. (A-4632 New 3/77) -1- 00438 P_-tID HEALTH PIAN SUBCO_Ti ACT REQUIIEMENTS Contractor will notify the Department of Health and Commissioner of Cr_rpvcations contract referenced by number above is amended or terminated. aLio_-e_ •iven W11=1L In the -U. S. Re s ' - Registered Mail withfir,. : t class poster a .l_ernative Health Systems Department of•Corporatiolas Dep :rtmant-of,Fiealth 600 South_Commonwealth, 71" P Street, Suite 1540 Los Angeles, California 9k05 Sacramento, California 958111 »royal of the contract referenced by number above:by, the State,PapartzlL-nr of . ; co_s not constitute approval of the method and- amouat: of. compensation specified'` _ _ ir_ _ze contract. 14. Contractor will hold harmless both the State and PHP-enrollees:-in,,,the ,event Cocn_y .cannot or will not a for services L pay performed for;PHP,enrollees pursuance to ta c:, tract referenced by number above. 15. If..,Contractor;enters one.or more subcontracts in order to,provide any„ser�-ices _ . , irp_ _c or expressed in the contract referenced by number,-above, all.subcontract el. . ements F State Department_of.Health Contract 076-56983, ,Article XI, ,Subcontracts as >> _= i.c in this Attachment, Aust be included in such.subcontract',;except,;that Countys' ,p p Pproval-and,notification o� Sate Department of Health is responsible fora , responsibilities. 16. Contractor shall notmakeassignment-and/or,delegation.of:this subcontract •.:aless County has obtained prior written approval.of the'-other party and=States,Deparj--meat _ • t 4•.,y xT (?►-4632 New 3/77) -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. 8. Modifications and Amendments. a. General Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors or, after Board approval, by its designee, subject to any required State or Federal approval. b. Administrative Amendments. Subject to the Payment Limit, the Payment Provisions and the Service Plan may be amended by a written administrative amendment executed by the Contractor and the County Administrator or his designee, subject to any required State or Federal approval, provided that such administrative amendments may not materially change the Payment Provisions or the Service Plan. (A-4616 REV 6/76) -1- Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 9. Disputes. Disagreements between the County and Contractor concerning the meaning, requirements, or performance of this Contract shall be subject to final determination in writing by the head of the County Department for which this Contract is made or his designee or in accordance with the applicable procedures (if any) required by the State or Federal Government. 10. Choice of Law and Personal Jurisdiction. a. This Contract is made in Contra Costa County and shall be governed and construed in accordance with the laws of the State of California. b. Any action relating to this Contract shall be instituted and prosecuted in the courts of Contra Costa County. 11. Conformance with Federal and State Regulations. Should Federal or State regulations touching upon the subject of this Contract be adopted or revised during the term hereof, this Contract shall be amended to assure conformance with such Federal or State requirements. 12. No Waiver by County. Subject to Paragraph 9. (Disputes) of these General Conditions, inspections or approvals, or statements by any officer, agent or employee of the County indicating the Contractor's performance or any part thereof complies with the requirements of this Contract, or acceptance of the whole or any part of said performance, or payments therefor, or any combination of these acts, shall not relieve the Contractor's obligation to fulfill this Contract as prescribed; nor shall the County be thereby estopped from bringing any action for damages or enforcement arising from any failure to comply with any of the terms and conditions hereof. 13. Subcontract and Assignment. This Contract binds the heirs, successors, assigns and representatives of Contractor. The Contractor shall not enter into subcontracts for any work contemplated under this Contract and shall not assign this Contract or monies due or to become due, without the prior written consent of the County Administrator or his designee, subject to any required State or Federal approval. 14. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture or association. 15. Conflicts of Interest. Contractor promises and attests that the Contractor and any members of its governing body shall avoid any actual or potential conflicts of interest. If Contractor is a corporation, Contractor agrees to furnish to the County upon demand a valid copy of its most recently adopted bylaws and also a complete and accurate list of its governing body (Board of Directors or Trustees) and to timely update said bylaws or the list of its governing body as changes in such governance occur. 16. Confidentiality. Contractor agrees to comply and to require its employees to comply with all applicable State or Federal statutes or regulations respecting confi- dentiality, including but not limited to, the identity of persons served under this Contract, their records, or services provided them, and assures that: a. All applications and records concerning any individual made or kept by Contractor or any public officer or agency in connection with the administration of or relating to services provided under this Contract will be confidential, and will not be open to examination for any purpose not directly connected with the administration of such service. b. No person will publish or disclose or permit or cause to be published or disclosed, any list of persons receiving services, except as may be required in the administration of such service. Contractor agrees to inform all employees, agents and partners of the above provisions, and that any person knowingly and intentionally disclosing such information other than as authorized by law may be guilty of a misdemeanor. 17. Nondiscriminato--y Services. Contractor agrees that all goods and services under this Contract shall be available to all qualified persons regardless of age, set, 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- 004 4fl 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, t , -J,Sn.+ttc n� ng any nt-, _ 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 & 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. OO M1 (A-4616 REV 6/76) -3- BOARD O SWER14SURS, MIN COSTA COMY, CALIFORMIA Re: Speed Limits on ) TRAFFIC RESOLUTION[ NO_ 2436 - SPD OLD CROW CANYON ROAD ) Date: MAY 9 1978 (Rd . f4917A) , San Ramon Area ) (Supe. Dist. V - San Ramon ) The Contra Costa County Board of Supervisors RESOLVES THAT: On the basis of an engineering and traffic survey and recormendations thereon by the County Public ldorks Department's Traffic Engineering Division, and pursuant to County Ordinance Code Chapter 45-2 (§46-2.002 ff. ) , this Board hereby determines that the present speed limits) established on they below-described road, a street within the criteria of Vehicle Code Section 22358 , is(are) more than reasonable and safe, and hereby determines and declares that the following speed limit(s) is(are) most appropriate, reasonable, and safe prima facie speed limit(s) there: Pursuant to Section 22358 of the California Vehicle Code, no vehicle shall travel in excess of 35 miles per hour on that portion of OLD CROW CANYON ROAD (#4917A) San Ramon, beginning at the intersection of Crow Canyon Road and extending northerly and easterly to the intersection of San Ramon Valley Boulevard . Adopted by the Board on----_.MAY,,._9 191 PASSED unanimously by Supervisors present. cc_ S ff 00442 Cali ornia Patrol In the Board of Supervisors of Contra Costa County, State of California May 9, -- . 1978 In the Matter of Approval of submission of a grant amendment requesting additional funding and time extension to Community Services Administrative Grant 90195-S-78-02 IT IS BY THE BOARD ORDERED that it APPROVES the submission of amendment forms requesting additional federal funding of $92,589 to a new total of $107,528 for the Emergency Energy Assistance Program, and time extension from May 1, 1978 to May 20, 1978, and AUTHORIZES the Acting Director, Office of Economic Opportunity, to sign the appropriate amendment documents. APPROVED BY THE BOARD May 9, 1978 I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Supervisors Orig: Dept. OEO affixed thi39t', day of May 19 78 cc: County Administrator Auditor Controller State SEOO via OEO J. R. OLSSON, Clerk By oil 4✓t4 Deputy Clerk Jamie L. Johnson 00443 H-24 4/77 15m In the Board of Supervisors of Contra Costa County, State 'of California May 9 , 19 78 In the Matter of Authorizing Settlement in the Case of Contra Costa County v. Diablo Chrysler-Plymouth, Inc. , et al. , Action No. 26582 Upon recommendation of the County Counsel, IT IS BY THE BOARD ORDERED: That the Auditor-Controller is authorized, and directed ` to accept payment in the amount of $400.00 in full settlement of the County's claims in the case of Contra Costa County V. Diablo Chrysler-Plymouth, Inc. , et al. , Prat. Diablo Municipal Court No. 26582, and the County Counsel is authorized to execute releases of said claims. PASSED by this Board on May 9 , 1978. RDB/j . r hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of cc_ County Auditor-Controller Supervisors Countv Administrator affixed this 9th day of May , 192 a- County Counsel J. R. OLSSON, Clerk Bye�?77'./iuG'fVtl�� . Deputy Clerk Jamie L. Johnson 00444 H-24 4/77 15m In th-9 Board Of Supervi5or5 Os Contra Costa County, State of California May 9 , 1978 In the Matter of Appointment of Betty Eagle in the class of Eligibility Worker II On the recommendation of the Civil Service Commission, IT IS BY THE BOARD ORDERED that appointment from the reemployment eligible list of Betty Eagle in1he class of Eligibility l:rorker II at the fifth steps $ 1068, of Salary Level 28-3 879 -11068), effective April 24, 1978, is AUTHORIZED as requested by the County Welfare Director. Passed by the Board on May 9, 1978. S A f S I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date oforesaid. Orig. Dept. Civil Service Witness my hand and tha Seal of the Board of ce: Social Servicc Supervisors Auditor-Controller affixed this 9`h day of May . 19 78. Administrator HRA J. R. OLSSON, Clark Byc� �27r�<�� •i't 1 �-� Deputy Clerk Jamie L. Johnson H-24 4/77 15m �� � r In the Board of Supervisors of Contra Costa County, State- of California May 9 . 1978 In the Matter of Payment for Loss of Personal Property IT IS BY THE BOARD ORDERED that the County Auditor- Controller is AUTHORIZED to make payment of $20.00 to Alexander Gyarmaty, 1115 Virginia Lane #13, Concord, California ` 94520, for loss of personal effects while at the County Hospital. PASSED BY THE BOARD on May 9, 1978. .t; 5 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: Director, 11RA Witness my hand and the Seal of the Board of cc: County I%Wical Director Supervisors Alexander Gyarmaty affixed this 9th day of May 19 78 County Administrator _ J. R. OLSSON, Clerk County Auditor-Controllerf Bkx 117 JT L ;`��/s��.t,,�-,, Deputy Clerk H 24 12/74 - 15•M Jamie L. Johnson 00445 1 In the Board of Supervisors of Contra Costa County, State of California May 9 . 19 78 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 AUTHORIZED to reimburse $26.00 to Mark Leibowitz, 2510 - 8th Avenue, Oakland, CA, 94606, for replacement of lens for eyeglasses broken while in the line of duty. PASSED by the Board on May 9, 1978. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc• Auditor-Controller Witness my hand and the Seal of the Board of County Administrator Supervisors Civil Service offixed this 9th day of may 1978 Attn: Safety Dept. Probation Department Attn: W. Donavan, Jr. J. R. OLSSON, Clerk ,rt�-i� Deputy Clerk Jamie L. Johnson -16 H-24 3/76 15m In the Board of Supervisors r Oi Contra Costa County, State of California vay 9 19 78 In the Matter of Cc;lpronrse Settlement of Medical Ser v-i a:s hccomzt Fmsandro G. Garcia 'r AUTgO3IZ^.D to Fle the su^1 On reconn'raati on of tyle Count L en JC Btea IT IS 3Y Trii 30ept the st.D T tt`_ the Gounty Audi tonor-Control-ler I er i �Sp�Op Comproni.se Settlement of tledical Services account for of 71, . '`2 105.63. i;li.sand_ro G. Garcia pASSEDi by the Board on may 9. 1978. k 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.tiitness my !land and the Seal of the Board of Ori,g gating Dept: Audito.-Con�_o11.r Ir �t� 1 _ ;�cGraw -kuriinis„armor Supervisors C�:.: Cou.�t,; � _ F1 -rte 9th da of r,lay 19 7 8 Cotu,t:y Counsel � - affixed this y J. R. OLSSON, Clerk By-. ;_ .. �_�_, ., �;;� Deputy Clerk Jamie L. Johnson H 24 12174 15-M 00448 l In the Board of Supervisors of Contra Costa County, State of California May 9 , 19 78 In the Matter of First Year Activities Report and Recommendations for Spay/Neuter Clinic. ' The Board having received a May 3, 1978 memorandum from the Agricultural Commissioner, Director of Weights and Measures, transmitting the first year activities report and recommendations with respect to the Spay/Reuter Clinic; IT IS BY THE BOARD ORDERED that the aforesaid report is REFERRED to the County Administrator. PASSED by the Board on May 9, .1978. ee 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 afoW cc: County Administrator tness my hand and the Seal of the Board of Agricultural Commissioner Supervisors -� affixed this 9th day of t'Tay , 19 8 J. R. OLSSON, Cleric BAy � Deputy Cleric ne ii. Neuf d 00,M9 H-24 4/77 15m DEPART11E1TIED C) CONTRA C MAY -5 1978 ate: May 3, 1978 J. R. OLSSON To: Board of Supervisors CLERK BOARD Or SUPERVISORS �� CONiRA CO �► CO. Fro E. Danielson, Agricultural Commissioner - Director of _p Weights and Measures tG, Subject: First Year Activities Report for the Spay/Neuter Clinic (March, 1977 - March, 1978)' The low-cost Spay/Neuter Clinic authorized by your Board has been in operation one year. We have prepared for your information a summary of the activities, an analysis of the operation and recommendations. ACTIVITY SUMMARY Surgeries Vaccinations Examinations 1,960 dogs 1,527 dogs (DHL) 1,665 cats . 1,665 cats (FPL) 3,625 Total 3,192 Total 4,164 Total Spays Castrations 1,960 dogs 547 dogs 1,060 cats 605 cats 2,473' Total 1,357 Total OPERATIONAL COSTS REVENUES (Actual) $113,646 (approximate-does not) $69,574 Surgeries (include fixed assets) 4 737 Dog licenses Total ANALYSIS: This first year of operation of the county's Spay/Neuter Clinic may be termed a success despite the fact that the number of surgeries performed (hence revenue) were less than anticipated. The principal reason for this was the inability to recruit and retain a part-time veterinarian to work only half days. Of the 250 worms 7ffays possible in the year, the position was filled only 1/3 of the time (86 days.) The response to the program is about equally divided between dog and cat owners (46-7. cats, 5L,% dogs) . The most noticeable difference is the lesser request for surgery on males (32:.) versus surgery on females (68%) . These percentages are typical according to results of national surveys, which sho•:r a reluctance to sterilize male dogs and cats. This is unfortunate because castrations may be performed MFcraf7m3 with beard order 00450 J Board of Supervisors -?- 5/3/78 at a rate of 3 to 1 in comparison with spays. A significant increase in castrations would tend to make the function more nearly self- supporting. Approximately 80 of the animals presented for surgery do not have the required D.H.L. (Distemper-Hepatitis-Leptospirosis) or F.P.L. (Feline Panleucopenia) vaccinations, the more prevalent diseases which affect dogs and cats. The cost of this vaccination is included in the surgery fee. Although it is desirable for programs to be as nearly self- supporting as possible, the long-range effort to control animal "overpopulation" should be adequate justification for such a program. It is hoped that costs involving Animal Control problems created by this "overpopulation" will decrease as a more "responsible" dog and cat owning human population is achieved. We can assume that the surgical sterilization of 2,473 female dogs and cats has prevented the birth of 9,892 puppies and kittens (average of one litter of 4 per year) which might otherwise have been euthanized, abandoned or permitted to be "problems" in the county. RECOMMENDATIONS: 1. The part-time Veterinarian should be reclassified to a full time position. (This request has been submitted in the 1978/79 budget) . At present the surgery schedule is booked solid for two months so we can conclude that the "demand" for this service is present. The additional cost for a full time position could be recouped. in the additional number of surgeries performed and if rabies vaccinations could be administered at low cost throughout the year at specified times in the clinic. 2. An additional fee should be charged for the required vaccinations administered. Most of the pets do not have these "shots" prior to the examination. The charge for vaccinations would provide more revenue as well as providing additional protection for pets and the public. There might be some opposition from veterinarians in private practice, however we believe the activities of the Spay/Neuter Clinic do not have a significantly adverse affect on private practice because so many of the animals do not have these vaccinations. (This seems to indicate the animals are not routinely treated by private veterinarians.) KED/ac attachments cc: Arthur Will, County Administrator 00451 Contra Costa Count}* ?3eut. of Azricul tore Spay-neuter Clinic Activity Surge�-y Inf or,wati on Mar Apr may June July Au- Sent -- Oct Nov Dec Jan Feb 30gs 1 114 206 11 227 I 2081 134 224 1 4 '164 120 128 1 7 102 -ats 100 117 168 142 115 150 134 99 135 941 199 164 Spaysl I ! I I I I I Says 87 123 158 145 98 157 151 122 98 96 105 73 .,a S-oays 58 51 79 00 81 116 95 78 87 1 92 130 L94 Sastri wog Sastr 26 83 69 631 36 67 43 42 22 32 - 32 32 vas Lr 42 1 66 1 89 1 341 341 39 1 21 1 1 48 + 49 69 (+ 70 s e 1 11 ! 60 79 1 931 591 93 42 1 94 1 65 ( 42 + 35 + 28 ^,Lar I 1 AVo Snows 4 11 21 27 22 19 11 6T 10 8 18 12 TotalSung. 214 1 323 1 395 1 350 249 374 1 328 1 263 I 255 269 336- 269 Examination Information ,ops: L2T- - 20 62 6 471 84 68 86 59 57 160 61 -,a/out ED-H-L! 169 150 140 1 132 7 12 137 105 110 64 126 87 � _F.L 115 139 133 148 105 1271 114 150 133 200 164 132 5hok�s 75 1 106 1 133 139 { 127 1451 148 f 119 99 f 110 123 84 t" a^sI 359 373 1 393 1 3711 2633451 342 ' 366' 1 353 1 376 4 393 j 305 5/3/76 00452 Contra Costa County Dept. of Agriculture Spay-Neuter Clinic Activity march 19 7 7-Mar ch 19978 Suraery in-formation Isar A7Dr May June July Aug Sept Oct Nov Dec Jan web Dogs 53% b4ya 7;5 59% 547. b0% 59% 2% 7;-, 48% 41,% 39�b Cats 47-,b 36�b 43;, 4-1;t 46;. 40% 41�b 38;b 53�b 52% 59% 61�b Spays 6890 5496 60% 70% 72% 73% 75% 769G 73A 70% 70% 62% SD-B ay s 4196 38% 4C;3" 41 ,3% 39.5% 42% 46% 46% 38% 36% 20% 27% Cat S•aays 27% 16% 205 28.3% 32.5% 3!% 29% 30% 34% 34% 39% 35% Castr. 32% 46% 4096 30% 2896 27% 25% 24% 27% 3096 30% :"8% Dog Castr. 12% 26% 1776 18,5 14.55 18% 13% 16% 9% 12% 10% - 1256 Cat Castr. 20% 2050 23°0 12.3% 13. 5% 9% 12908% 19% 18% 31% 26% La_ge Dogs 19;5 2496 20% 26.25% 24% 24.9% 29% 2556 16.596 139 13,4 10.4 No Snows 1.89%. 3.4% 5% 7% 890 4.8% 3.2% 2.2% 3.8% 2.9% 590 4. Total Suri. 214 323 395 350 249 374 328 263 255 269 336 269 Examination Information Dogs; Not Lic. 12% 29% 29;5 4490 319% 40A 31 .7Y5 46.4% 31% 44.83 83.390 42.7 -W/Out D.H.L. - 70% 603 62% 64% 58.8% 64% 57% 58% 50.4% 65.6% 60.E Cat w/out F.P.L. - 87% 87% 94% 94% 93.4% 8954 83% 81 .675 80.3% 81 .696 81 .5 No Shows 21% 2294 255 27'% 32. 59S 29.65 30.25 25% 28% 22.6% 17.45 21 .6 To-cal Exams 284 373 393 371 263 345 342 366 353 376 393 305 3:625 Total Surgeries - 4,164 Total Examinations. 5475 Dogs 77.%b--Dogs w/out DHL vacc. 45.9;; Cats 9976 Cats w/out AFL vacc. - 65_2;4 Spays 44.6;5 Logs w/out License 31.8,-5 Castrations 5/3/78 Ls 00453 In the Board of Supervisors of Contra Costa County, State of California May 9 , 19 78 In the Matter of Authorizing payment of up to $750 to Contra Costa Foods, Inc. , Antioch, CA for provision of lunches for five day Head Start Workshop IT IS BY THE BOARD ORDERED that the Auditor-Controller is AUTHORIZED to pay up to $750 to Contra Costa Foods, Incorporated, Antioch, California, for providing 250 lunches for a Head Start Workshop May 15-19, 1978. Costs will be from Federal Head Start funds. Passed by the Board on May 9, 1978. 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• Department OEO Witness my hand and the Seal of the Board of cc: County Administrator Supervisors County Auditor-Controller affixed this 9th day of P_4av 1978 Head Start J. R. OLSSON, Clerk By , Deputy Clerk Jamie L. Johnson 00454 H-24 4/77 15m i t In the Board of Supervisors of Contra Costa County, State of California Mav 9 ' 19 In the Matter of Authorizing Execution of a Sublease with Alameda Contra Costa Transit District for the premises at Bald Peak Communications Site IT IS BY THE BOARD ORDERED that the Chairman of the Board of Supervisors is AUTHORIZED to execute on behalf of the County a Sublease commencing July 1, 1978, to Alameda Contra Costa Transit District for the premises at Bald Peak Communications Site for occupancy by the A.C. Transit District. PASSED by this Board on May 9 , 1978 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Originator: Public Works Department, Supervisors Lease Management affixed this 9th day of t+;jy 1978 cc: County Administrator Public Works Department J. R. OLSSON, Clerk County Auditor-Controller (via L/M) en � �`"� g-�� , Deputy Clerk Lessor (via L/M) Jamie L. Johnson Buildings and Grounds (via L/M) A.C. Transit District (via L/M) " H-24 4/77 15m 00455' Contra Costa County Bald Peak Communications Site Agreement 1 . PARTIES: Effective on MAY '+ 1978 the COUNTY OF CONTRA COSTA, a political subdivision of the State of California, hereinafter called "COUNTY", and the ALAMEDA CONTRA COSTA TRANSIT DISTRICT, a political subdivision of the State of California, hereinafter called "DISTRICT", mutually agree and promise as follows: 2. PURPOSE: The purpose of this agreement is to provide for the modification of the COUNTY's existing microwave tower on Bald (Vollmer) Peak and for the construction of a new 60' microwave tower and to provide space and power for DISTRICT's microwave equipment which shall be interconnected with the COUNTY's microwave system to serve the DISTRICT's base stations on Kregor Peak and Rocky Ridge in accordance with the existing "Agreement for Cooperative Use of Microwave Facilities in the Local Government Radio Service." 3. PREMISES: The COUNTY, for and in consideration of the rents, covenants, conditions and agreements contained herein, does hereby agree to provide to the DISTRICT space in the existing building suitable for the installation of one equip- ment rack for a microwave terminal , radio receivers, one battery rack, and a battery charger. The COUNTY also shall provide to the DISTRICT space adjacent to the existing building to accommodate a new 60' high microwave tower, as shown on Exhibit "A" attached hereto and made a Dart hereof. 4. RENTAL: The DISTRICT shall pay to COUNTY as rent for said premises a monthly rental of Ten and No/100 Dollars ($10.00) per month per equipment rack space and Ten and No/100 Dollars ($10.00) per month for electrical power for a total of $20.00 per month per equipment rack space and power, payable quarterly on the 1st day of each quarter. Rent shall be paid to County of Contra Costa, Central Collections Division, Room 203, Finance Building, Martinez, CA 94553 5. TERM: The term of this lease shall be three (3) years and six (6) months commencing on July 1 , 1978 and ending December 31 , 1981 . 6. EXTENSION: Provided the COUNTY has extended its Master Lease with East Bay Regional Park, this agreement may, at the option of the DISTRICT, be extended for five (5) years upon the same terms and conditions so far as applicable except the rent shall be at the same rate charged by the COUNTY to other government agencies plus the cost of electrical power Drovided for each active base station. The rent Ocr.ofiJMed with board oM and cost of electrical power shall be determined and mutually agreed upon by the parties hereto at the time the option is exercised. 7. IMPROVEMENTS: The DISTRICT at its sole cost and expense shall remove the upper 20-foot section of the COUNTY' s existing 60-foot microwave tower, which shall remain property of COUNTY, and shall install a new 60-foot tower acceptable to the COUNTY. Title for said tower shall remain with the DISTRICT. Upon completion and acceptance of said tower by COUNTY, which shall carry DISTRICT's microwave antennas, COUNTY shall thereafter have exclusive jurisdiction over the use, operation and maintenance of said tower. 8. USE OF PREMISES: The premises shall be used by the DISTRICT only for the purpose of operating a radio and microwave communications system compatible with the Contra Costa County Communications System, and for no other purpose. 9. ASSIGNMENT AND SUBLETTING: The DISTRICT shall not assign this lease or any interest therein, and shall not sublet the premises or any part thereof or any right or privilege appurtenant thereto, or suffer any other person to occupy or use the premises or any portion thereof. Any such assignment or subletting shall be void and at the option of COUNTY terminate this lease. This lease shall not, nor any interest therein, be assignable as to the interest of the DISTRICT by operation of law, without the written consent of COUNTY. 10. ACCESS: Subject to the following conditions and restrictions, the COUNTY hereby grants to DISTRICT the non-exclusive right to use the access road which leads from the intersection of Grizzly Peak Boulevard and South Park Drive at the entrance to East Bay Regional Park' s corporation yard to the COUNTY's Bald Peak transmitter site. A. The access shall be used only for the purpose of ingress and egress from the Communications Site and for no other purpose. B. DISTRICT technicians shall utilize vehicles not to exceed one and a half ton capacity, owned by the DISTRICT and clearly marked and designated as DISTRICT vehicles. C. DISTRICT shall strictly conform to all reasonable procedures implemented for the use, maintenance and security of the access and Communications Site. 11 . HOLD HARMLESS: It is understood and agreed the COUNTY shall not in any way be responsible for damages to persons or property, in and upon said premises and shall not be held liable for any liability, claim or suit for damages to the person or property of anyone on DISTRICT business while in or upon the premises during — 2 — said term, and DISTRICT hereby agrees to defend, indemnify and hold harmless COUNTY from any liability or charges of any kind or character by reason of such injury or damage suit or suit for liability arising therefrom in, around or upon said leased premises arising out of DISTRICT's use and occupancy of said premises. 12. This agreement is a sublease under the Master Lease dated April 13, 1971 , by and between East Bay Regional Park District as Lessor and Contra Costa County as Lessee. 13. TIME IS OF THE ESSENCE of each and all of the terms and provisions of this lease. COUNTY DISTRICT COUNTY Ogdo a politicaof the ALAMEDA CONTRA COSTA TRANSIT DISTRICT State ofBy `� R. t. Schroder By Ch irman, Board of Supervisors Robert 'E. Nisbet, Acting General Manager ATTEST: J. R. OLSSON, Clerk ATTEST: By loeo Deputy Ja—mie L. Johnson Lawrence A. Rosenberg District Secretary RECOMMENDED FOR APPROVAL: APPROVED A FORM: By r�,11� 0f By County AdminTstratoV 'Ric-hird W. Meier Attorney By Dep ty Public Wdrks'Dilrector Buildings and Grounds 421 By Lease Management APPROVED AS TO FORM: JOHN B. CLAUSEN, County Counsel 7 r By Deputy — 3 - 0045._. i$o��A•(jr.GK FEwIGE tS H• H,GNEA TK^'•i . I (3n_r FovjD•t.r,; CF t M t • t C= Tow N.cto Wawa i EYtst.•la /� . ■ ToM7ER. /U\ � r • f . rC.v.+iv FE►JCE • T EIJCtdfic• • riEul i • TowER �i Ac Txw.JuT t t 31 i � l:� r__L_.� • EYIS-iwG M•CRoti,I .JE TowE4 _ ,_�' •,,,..-=�.,-._ RL`G To 20' SECT'To�S— -rt Ronv. - It • Cr • .-tea =/KT�U►N7JT ,�...-- � � d►ql Existing towers on Bald Peak. The The AC Transit microwave rack and batteries -peer 20' section of the 60' micro- Will be installed where the table is located. :nave tower wily be removed when the new 60' lower is erected. After the antennas are shifted to the new tower EXHIBIT "A" the 40' tower will be removed. ` SITE PLAN OF CONTRA COSTA COUNTY RADIO SYSTEM ON BALD (VOLLMER) PEAK JA:.UARY 19, 1978 R. A. ISBERG, P.E. Page 1 of 3 Microwave Terni nal at Bald Peak The contractor shall furnish and install at the Contra Costa County Coir=rrinications Center on Bald Pe?k the fol- lowing: (1) One (1) duplex radio terminal equiped with one (1) multiplex channel shelf and ten (105 plus-in c'narnel � units. ` I (2) One (1) four (4) wire jacl:iield m1red for tu:elve (12) channels and twenty-three (23) dB mads (quantity, and type as required) to complete the interface I between the ESC Transit-anal Contra Costa County nicrouave systems. i (3) One (1) self supporting r..icroxcave antenna to:,er, j Unarno-Bohr., or appro:Tedequal, sixty feet (601 ) in heigslt W1 01 One (1) lees dis'n in01_:l`_ as sho;.,-:1 on I 1'igi�-e 30. C:)11Lr�1Ci:Or shall. c:xc:at�3te for�.z -te V ni sr concrete foundation piers, erect to.. and -install f one (1) antenna as specified blow. - Painting of tower is not required. � One (1) Prod;-lin i•;:)del 10;-72 5, or approved eq,, - (4) . Pt parabolic a:�tenna, eight (S) feet in diamater, in- cludi ng appropriate =eed and hard:are for rioi;i'.ting it fifty-five feet (55' ) aDOW- vrou d on the M-5-C170-t?ave tower described in 10:2(d The The anten is I shall be oriented R 224.2E toward the Lneryville Control Center. The trzrsimission line shall be Andrew 7/8" LDF5-501 foam lic•I i ax, or approved equal, i approximately seventy-five feet (75' ) may be required contractor shall determine lerioth needed by f ield mea sur ement. (5) One (1) uninterruptable 24 vclt DC power supply . including: . (Z) One (1) 24 volt storage battery, Globe Tel/ Cel System No. TC 24-100, or approved equal. (II) One (1) battery cha-r�er (if not included in the microwave system s power supply) having enough capacity to furnish input power to the microwave terminal and recharge the frilly discharged battery within twenty-four (24) i hours. A power failure alar. . shall be trans- ` ''r ;: mittPd to Central Dispatch while the system is being operated on battery power. 00 160 Page 2 of 3 AC TrANSlr - 8' AiAtEETER ,11CRO--'A1.: ANTEUX-A ORIENTED E 224' E TO1%'tXD E�,'5RYV1LLE . • + 11►::1I �O-F.OfI:: T O:JEIt SECTIO:.' 8n tIOTf:� . 1. The tower and foundation shall -- be designed to support ei"ht (8) 8' diameter microwave antcnncis - - (including the one specified for AC Transit) as fol-lows: Elevation •`o' s' •6-3l�in S;�: crp i 8' Diameter Above Antennas Grotind 2 561 . - TMER SFCTIOS 2 461 2 361- 2 6'2 26' 2. Refer to Unark-o-Rohn quotation ;1 No. 1I-M-4219 dated December 213 1976, and Engineerins File No. 7711/GR Zo' 101 6-3/4" SPRZ::D TOUT-R SECTION _'. 20V FIGURE 2G - HICP.A:JAVE ' G-JER REQUIRED ON BALD PEAK Page 3 of 3 = In the Board of Supervisors of Contra Costa County, State *of California May 9 , 191$ In the Matter of - Authorizing CETA Title III Contract Negotiations with the Contra Costa County Superintendent of Schools The Board having approved contract negotiatons(by its order dated December 27, 1977) with the Contra Costa County Superintendent of Schools for completion of a CETA Title III contract to provide for implementation of SPEDY planning activities during the period from January 1, 1978 through February 28, 1978; and The Board having considered the recommendation of the Director, Human Resources Agency, regarding the need to authorize contract negot- iations for said CETA Title III SPEDY Contract during the extended period from January 1, 1978 through June 16, 1978: IT IS BY THE BOARD ORDERED that the Director, Human Resources Agency, or his designee, the County Manpower Program Director, is Auth- orized to conduct contract negotiations with the Contra Costa County Superintendent of Schools for completion of a CETA Title III contract to provide for SPEDY Planning and start-up Activities during the period from January 1, 1978, trough June 16, 1978 with a contract payment limit not to exceed $82,000. PASSED BY THE BOARD on May 9, 1978. hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Orig: Human Resources Agency Witness my hand and the Sea: of the Board of Attn: Contracts & Grants Unit Supervisors cc: County Administrator-affixed this 9th day of i-tav 19 78 Office County Auditor-Controller County Manpower Project Director J. R. OLSSON, Clerk County Superintendent$ �,V I �` � __ , Deputy Clerk of Schools Jamie L. Johnson Contractor sn:sw 00462 H-24 4/77 15m t � In the Board of Supervisors of Contra Costa County, Slate - or` California May 9 '11978 In the Matter of _ Authorization for Contract \e?otiations The Board having considered the recommendation of the Director, Human Resources Agency, regarding certain requests from operating departments for the completion of contracts for the provision of various types of program-related services for the County, IT IS BY THE BOARD ORDERED that the Director, Human Resources Agency, or his designee, is AUTHORIZED to conduct contract negotiations with the prospective contractors named below for completion of purchase of service contracts for the anticipated terms and not to exceed the estimated contract amounts (payment limits) as follows: ANTICIPATED MAXIMUM PROSPECTIVE COUNTY PROGR_A-M TERM/ EST. &rf. CO\iKACTOR DEPARTr1ENT SERVICES EFF. DATE (FURiDI\G) 1. University of Texas Health Teenage Project 1/1/78 - $ 65,120 Evaluation 7/31/78 (Federal funds from State contract) 2. Los Medanos College Soc. Sve./ Two-Day 5/1/78 - $ 1,000 Office on Workshop 6/30/78 (Title IV-A Aging Older Americans Act Fed. funds) PASSED BY THE BOARD on May 9, 1978. 1 hereby certify that the foregoing is a true and correct copy of an order entered on tha minutes of said Board of Supervisors on the date aforesaid. cc• Human Resources Agency Witness my hand and the Saal of the Board of Contracts and Grants Unit Supervisors Countv Health Officer affixed this 9th day of 'lav 19 78 Social Service Office on Aging County Auditor-Controller / �j' J. R. O!SSON, Clark County Administrator ByC 2221& • iLn-'..Z-�%'r� Deputy Clerk Contractors Janie L. Johnson if-2-1 3/7,615m 0046-3 In the Board of Supervisors Of Contra Costa County, State of California May 9 , 19 7 8 In the Mctter of SB 2167 The Board this day having considered the recommendation of the County Administrator that it support SB 2167 pertaining to Environmental Planning by thc_- Association of. Bay Area Governments (ABAG) , prohibiting the adoption of an environmental management plan before a specified date for the reasons that the draft environmental management plan proposed for adoption by the Association of Bay Area Governments may represent a substantial invasion of private rights, would subtantially invade the powers and authority of local governme. ", may be determir::gid to be beyond the powers of that association *-•_) ado--. , and is against the best interests of a substantial numb,-r of Lhe residents who would be effected by its adoption. The plan could have immediate adverse effects in this area if adopted. IT IS BY THE BOARD ORDERED that a County position in SUPPORT of said measure is hereby established. Passed by the Board on may 9, 1978. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Orig: Administrator Witness m., hand and the Seal of the Board of cc: Co. Legislative Supervisors Delegation via CAO c,:cxed this 9th day of rTw 19 7R Senate Local Govt. Cte. vi--. CAO Assembly Local Govt. Cte. v _a CAO CSAC J J. R. OLSSON, Clerk ABAG B —� ��v�,,� /;�, ,>�i� _ , Deputy Cleric Planning Director y Jamie L. Johnson County Counsel CAO (Art Laib) 00464 H-24 4/77 15m In the Board of Supervisors of Contra Costa County, State of California May 9 . 19 78 In the Matter of Report of County Planning Commission with Respect to Pro- posed Amendment to County Ordi - nance Code Providing for Revi- sions to the Multiple Family Residential Land Use Districts. The Director of Planning having notified this Board that the County Planning Commission reconmends approval of a proposed amendment to the Ordinance Code which would revise regula- tions pertaining to multiple family residential land use districts ; . IT IS BY THE BOARD ORDERED that a hearing be held on Tuesday, May 23, 1978 at 11:15 a.m. , in Room 107, County Administration Building, Pine and Escobar Streets, Martinez, California. IT IS FURTHER ORDERED that the Clerk, pursuant to code requirements, publish notice of same in the CONTRA COSTSA TIMES. PASSED by the Board on May 9, 1978. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of CC: Director of Planning Supervisors County Counsel affixed this 9th day of May 19 78 ' J. R. OLSSON, Clerk By ,/!. 7i_ /i/ r.<J, Deputy Clerk Diana M. Herman H-24 4/77 15m 00465 In the Board of Supervisors of Contra Costa County, State of California May 9 , 19 7 8 In the Matter of Completion of Private Improvements in Minor Subdivision 198-761 Alamo area. The Director of Building Inspection having notified this Board of the completion of private improvements in Minor Subdivision 198-86, Alamo area, as provided in the agreement with Beverley M. Sumerlin, 3925 Majestic Drive, Concord, CA 94519, approved by this Board on June 28, 1977; IT IS BY TRIS BOARD ORD .R D that the private improvements in said minor subdivision are hereby ACCEPTED as complete. IT IS BY TEE BOARD FURTHER ORDERED that the Building In- spection Department, is AUTHO_RIZ3D to refund the cash deposit of $2,250 (Receipt No. 139973, dated June 16, 1977) deposited as se- curity for the above agreement. PASSED by the Board on May 9 , 1978. hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seat of the Board of cc: Beverley M. Sumerlin Supervisors Building Inspection (2) affixed this 9th day of i'iaY 19 7 8 J. R. OLSSON, Clerk By1. �G'�� , Deputy Clerk N. Pous 0045-5 H-24 4177 15m i' In the Board of Supervisors of Contra Costa County, State of California May 9 ' 19 78 In the platter of Finance Committee Report on the Detention Facility Project Budget The Board on May 2, 1978 having referred to the Finance Committee the April 24, 1978 report of the County Administrator and the Public Works Director outlining the financial situation of the Detention Facility Project and recommending certain actions; and The Finance Committee having reported on May 9, 1978 and having recommended approval of the recommendations of Messrs. Will and Cline concerning actions to be taken in this fiscal year to augment the project budget and conceptual approval of certain actions needed in fiscal year 1978-1979 subject to later review; IT IS BY THE BOARD ORDERED that receipt of the report of the Finance Committee is ACKNOVMEDGED and the recommendations contained therein APPROVED. PASSED by the Board on May 9, 1978. 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. CAO %Vitness my hand and the Seal of the Board of CC: Auc? .tor-Controller Supero;ors Sheriff-Coroner affixed this 9th day of Mav 1978 Public ::orks Director Presiding Judge, Superior Court Presiding Judge, Mt. Diablo J. R. O�SSON, C: rk Municipal Court By � Deputy Clerk William H. Wainwright, Chairman, Detention Diana M. Herman Facility Advisory Cte. 00467 H-24 4/77 15m CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT T/C 2 7 I- DEFARTMENT OR ORHANIZATION UNIT: ACCOUNT CODINS County Administrator `'I;CANIZATICK I SUE-08JECT 2. r FIXED ASSET <DECREASE> I INCRCAEt OBJECT OF EXPENSE ON FIXED ASSET ITEM NO ICUANTITY Plant Acquisition Detention Facility I I 4411 4063 New Jail fm 661 and 4403 & 5 660(000 4411 4063 New Jail fm GF Reserve i 262(000 0990 (6301 Reserve for Contingencies 1262(0.00 f 0115 4015 Jail Land Acq. fm. 4197 ! 1 3,300 0115 14054 Jail Constr. Pine St. fm. 4197 31,700 p 0115 4187 Master Plan CC to Jail ' 35,000 4403 4057 Superior Ct. to 4063 Jail 300,000 4405 4060 New Sher. Bldg. to 4063 Jail } 100,000 0115 4054 Jail Constr. fm. Reserve I 1 300,000 0994 6301 Reserve for Contingencies i 300,000 Select Road Construction i 0661 2319 Road Contracts to Jail 4063 260,000 APPROVED 3. EXPLANATION OF REQUEST AUDITOR-CONTROLLER To cover additional financing for the new ORIGINAL SIGNED BY Detention Facility per recommendations of a�. R >~ („ceor�A�n Dote �/ / the Finance Committee, and as approved by the BOUNTY AD 11NISTRATOR Board on 5/3/78 - $1,257,000. i By: ��� Date x/.31/ BOARD OF SUPERVISORS $upMLsurs Kenny.Fah&n. YES: S[ n j� ,Ha%%e:::ITC NO: 00468 ��� On `>1 19 8 Asst. co. : FI OLSSQN, CLERK 4. aIV�' Adm. Finance 5 131/ 78 [�- p SION ATPRE TITLE DATE 3v: Q —y-t� / �Lci APPROPRIATION APC)0 AD.I JOUR;AI 90. 77% SEE INSTRUCTIONS CN REVFRSF SIOE Ti�e-- County Clerk B—oard of Supervisors Contra James Clerk an ani Costa Eu Officio Clerk of the Board County Administration Building (�1 Mrs.Geraldine Russ?tt P.U.Box 911 Chief Clerk Nbrtinez,California 94553 County (415)372-2371 James P.Kenny-Richmond 1st District Nancy C.Fanden-Martinez f . ~ TED , ?nd ED2nd District 1 CLv Robert 1.Schroder-Lafayette 3rd District Warren N.Boggess-Concord (:, tY rI i J t U 4th District ' Eric H.Nasseltine-Pittsburg May 9, 1978 5th District OF `U?.P'JIsoz REPORT OF FINANCE COMMITTEE ON DETENTION FACILITY PROJECT BUDGET At the May 2, 1978 meeting of the Board of Supervisors, the April 24, 1978 report from the County Administrator and the Public Works Director on the construction budget for the new county jail was referred to this committee for review and report back to the Board. On May 8, 1978, the committee met with Mr. Will and his staff, Mr. Cline, and Mr. Thomas Finley, the Project manager, to discuss in great detail the financial situation of the Detention Facility Project. The discussion covered the unc.erlying causes for the jail being over budget and all of the potential alternatives for reducing project scope and/or augmenting the project budget. Resulting from our inquiry, the committee feels that the jail project must go forward essentially as planned. This facility marks the culmination of more than a decade of controversy and to defer portions of the project or delay the final opening of the building could expose the County to potential litigation and would result in even higher costs at such time as the project is com- pleted. We therefore recommend approval of the County Administrator's and Public Works Director's recommendations contained in the April 24, 1978 report for fiscal year 1977-1978. These provide that the cost of the Pine Street diversion be charged to the Public Works Road Budget, that the cost of acquiring additional civic center property be charged to the current fiscal year Plant Acquisition Budget, that $262,000 be appropriated from the current year's General Fund Reserve, and that $300,000 be appropri- ated from the current year's Federal Revenue Sharing Reserve. 7 !)proval of these budget adjustments will mare an additional $1, 257, 000 available to the project during this current fiscal year and will allow the County to complete the construction bidding of the project. Microfilmec!w44h board Ordef 2. Regarding the reconmiendation that $1,313,000 be appropriated from the fiscal year 1978-1979 revenue sharing allocation, the committee recommends approval of this amount in concept subject to further stringent review by the Board in conjunction with the adoption of the 1978-1979 budget. The committee recognizes the need to provide adequate parking and landscaping to meet this county' s commitments to the Martinez community. Notwithstanding this commitment, the potentially severe impacts of Proposition 13 require that we re-evaluate all priorities after the financial situation of the County for fiscal year 1978-1979 is determined. E. FI. FLAS SELTINE N. C. FALDEN Supervisor, District V Supervisor, District II 004'70 M,icro::: ;Ied v:iih board order In the Board of Supervisors or Contra Costa County, State of California May 9 , 19 7 8 In the Matter of Authorizing Attendance at Meeting IT IS BY THE BOARD ORDERED that the person listed below is AUTHORIZED to attend the following meeting, charges to be at County expense: NAME & DEPARTMENT MEETING DATE Robert E. Jornlin AP14A NATIONAL INVITATIONAL May 10, 1978 County Welfare Dir. CONFERENCE ON PLANNING AND through REDESIGNING OF LOCAL SOCIAL May 12, 1978 SERVICES DELIVERY, CLEVELAND, OHIO PASSED BY THE BOARD ON May 9, 1978. i spay certify that the foregoing is a true and correct copy of an order entered on the minutes of :.aid Board of Supervisors on the date aforesaid. `i itness my hand and the Seal of the Board of Ori g: H"-"t Director Supervisors cc: Ginty Welfare Di rect i� affixed this 4th day of '•lav 19 78 0%aity Administrator —' County Auditor-Controller J. R. OLSSON, Clerk By^171'/s'P .Af,!0.7 J,_— Deputy Clerk Jade L. Johnson gg 004 `i H-24 3176 ISm i In the Board of Supervisors of Contra Costa County, 5:aie of California rtiy 9 . 1978 In the Matter of Authorizing Attendance at Honeywell's Headquarters in Boston, Nass. IT IS BY THE BOARD ORDERED that Mr. Carl Bowles, Engineering Tech. Supervisor, is authorized to attend observation of Honeywell conversion of our existing IBM 1130 programs in Boston, Mass. He has been invited by Honeywell to attend May 9 through May 12, 1978. PASSED by the Board on May 9, 1978. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. CC: Public t4orla y Witness m hand and the Seal of the Board of � Countv Administrator Supervisors County Auditor-Controller effixed this 9thday of iiay 197P, J. R. OLSSON, Clerk By -;�/'J_'�•' 7.11�� Deputy Clerk Janie L. Johnson 00472 11 -24 3'?4 15m In the Board of Super=visors of Contra Costa County, State of California May 9 ; i9 78 In the Matter of Authorizing Attendance at Meeting, Berkeley, California IT IS BY THE BOARD ORDERED that the persons listed below is AUTHORIZED to attend the following meeting, charges to be at County expense: NAME & DEPARTMENT MEETING DATE David Bruce National Committee for May 10,11,12,1978 Drug Abuse Board the Prc_ventio-_ of Alcoholism and Drug Dependency Berkeley, California Elizabeth Schweiger National Committee for May 10,11,12,1978 Drug Abuse Board the Prevention of Alcoholism and Drug Dei>andency Berkeley, California Wilma West National Cor-nittee for May 10,11,12;1978 Drug Abuse Board the Prevention of Alcoholism and Drug Dependency Berkeley, California PASSED BY THE BOARD on May 9, 1978. I hereby certify that iha foregoing is a true and correct copy of an order ontered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and :ha Seal of the Board of Orig: Director, HRASupervisors CC: Medical Director DAB (3) See names above affixed this`tth day of 14.zv 19 78 County Administrator County Auditor- J. R. OLSSON, Clark Controller BY���`%>>Gf Deputy Clerk Jamie L. Johnson OU4;'3 H-24 3/7615m In the Board of Supervisors of Contra Costa County, State of California AS EX-OFFICIO THE GObERP1ING BOARD OF THE WEST COUNTY FIRE PROTECTION DISTRICT May 9 0119 In the Matter of Bids for Provision of Weed Abatement Services. This being the time fixed for the Board to receive bids for the provision of weed abatement services within the boundaries of the West County Fire Protection District, bids were received from the following and read by the Clerk: C & I Enterprises, Martinez J Spray Corporation, Concord IT IS BY THE BOARD ORDERED that said bids are REFERRED to Chief William Helms, West County Fire Protection District, for review and recommendation. PASSED by the Board on May 9, 1978. a 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: West County Fire Witness my hand and the Seal of the Board of Protection District Supervisors County Administrator affixed this 9th day of May 19 78 7 J. R. OLSSON, Clerk BY!!�<%.E��.�,i✓���<�%r Deputy Clerk Maxine M. Neufeld"' H-244M15m 011� 14 In the Board or Supervisors of Contra Costa County, State of California May 9, ' 19 78 In the Matter of Approving Inspection Services Contracts for Stone Valley School Park, Phase II, (County Service Area R-7), Alamo. (5424-927) The Board of Supervisors APPROVES and AUTHORIZES the Public forks Director to execute Inspection Services Contracts with Messrs. Robert G. Soto and Robert G. Grady for contract documents review and construction inspection services for Stone Valley School Park, Phase II, Alamo. The estimated maximum inspection cost for Mr. Soto is $1,000 and for Mr. Grady is $2,000. FV6SEED by the Board on May 9, 1978. J. I hereby certify that the foregoing is a true and correct copy of an order entered an the minutes of said Board of Supervisors on the date aforesaid. C: i 3i nator- Public Works Dept. W.rness my hand and the Seal of the Board of Bldg. and Grnds. Supervisors affixed this 9t^ day of Nlav 79 78 cc: Publir. ti�orks Department Ag--nda Clerk Architectural Division /J. R, OLSSON, Clerk Accounting Section \ gy 11.;''t�s:7./ %i. %�n�.'' 1 Deputy Clerk County Administrator P. Bur.on oaridl L. NiC(sOn County Auditor-Co-,troller t J. Dye Inspectors 004 l5 H-24417715m • -- CONTRACT Special Engineering-Administrative Services Construction Supervision & Inspection 1. Special Conditions. These special conditions are incorporated below by reference: a) Public Agency: Contra Costa County b) Inspector's Name & Address: Robert G. Grady 64 Collins Drive, Pleasant Hill , -CA 94523 c) Effective Date: hiav 9. 1978 d) Project's Name and Location: Stone Valley School Park, Phase II (CSA R-7) Alamo, V.1ork Order No. 5424-927 e) Rate of Compensation: 814.94 2. Signatures./ These signatures attest the parties' agreement hereto. 1 PUBLIC A ENCY Contra t . County INSPECTOR II By C7 �L lc Works D1 'ectoY Robert G. Grady 3. Parties. Effective on the above date, the above-named Public Agen y (Owner) and the above-named Inspector mutually agree and promise as follows: 4. General Qualifications & Conditions. Public Agency hereby contracts.with Inspector, as one specially i.rained, experienced, expert and competent to perform the special engineering and administrative services of a construction supervisor and inspector, including those associated with the continuous con- struction supervisi,:n position commonly known as Clerk-of-the-Works, in con- nection with the above construction project, which services are necessarily incident to the services performed for the Public Agency by architects and engineers in the design and constructiion supervision of construction pro- jects. This agreement does not preclude other employment of the Inspector if it does not interfere with the duties and hours of work required herein. 5. Term. The duration of this contract is the duration of this construction project, but either party may terminate it by giving 30 days advance written notice to the other. 6. General Duties & Instructions. The Inspector's construction supervision and inspection services include the following general duties and instructions. a. Status & Relationship with Public Agency and Architect. His independent contract relationship with the Public Agency parallels that which exists be- tween the Public Agency and the Architect; but he is subordinate to the Architect, because the Architect is responsible for the design of the project and for general supervision of its construction pursuant to the Public Agency Architect Agreement. RECEIVED Microfilmed with board ordea J. R. 01-SEON Formed Approved by County Counsel 1-77 001 ,fCLERK BOARD o.; TDPCO.IS0RS B L_-Deputy U - Status ° °elatienshio :ii*.h Contractor•. He shall maintain a dignified but uneerstanding reidtionSM 13 :viLh the iorkmen on the job but he shall conduc . business onlf thrvouc;h the eorrtractor's Job superintendent, and shall not give instructions directly to the Ccntractor's employee(s) or subcontractor;;; - and he shall i.-.-Mediately advise the Architect of any case ::here the Public Agency representatives give instructions to ince Contractor's em.Pioyees. c. Public Anency-Contractor Coordination. He shall effectively maintain close coordination or the Contractor's :pork and the owner's requirements by fre- quent, regular conferences or other suitable means, especially :,here projects involve alterations or modifications of or additions to an existing_ function- ing facility, which must be maintained as an operatirr. unit during conduct of construction work, and therefore regtire special alertness to job c;.nditions .ihich may affect such continuing operations. He shall coordinate recessar.• interruptions of normal owner activities with the Public Agency and General Contractor beforehand. d. Familiarity with Contract. He shall become thoroughly familiar with all can- tract documents including specifications, drawings and addenda; and he shall supervise and check the adeeuacy and accuracy of required "as built" drawin^s prepared by the Contractor's ap.oloyees (see also 7-a. below). e. Personal Presence z Observation. He shall be personally present whenever ..-ork is being perrermed ;even on overtire. night. holiday or weekend basis :then so directed), and shall attend meetings called by the Public Agency, Contractor or Architect; and he shall make direct personal observations of work being performed by the General Contractor and subcontractor(s) for certification to Public Agency-INner that such wort: is being Derformed in a skillful manner And in accordance with the requirements of the contract documents: f. Auvice & Suggestions. He shall advise Public Agency on all construction ma'* ters, such as suggesting change orders or reviewing construction schedules: he shall evaluate suggestions or modifications which have been made to acc=,-- modate on-the-job problemr,, and .report theca with recommendations to the Arc::'- tect; and he shall review and make recor.rinendations to the Contractor on all pay estimates. g. Pre-Construction Review of Contract Documents. When so directed by the- Public Agency, he shall perrorrn in-depth review of the contract docu;:rents before construction begins, and make appropriate r•ecoinmendations thereon to the Public Agency. 7. S:•ccial Duties R Instructions. The Inspector's duties specially concerning the progress of the work include the following: a. General Records s. Files. He shall maintain a file of. and be aware of the contents-or, the local , State, Federal , INFGU, UEPA, etc. , codes, regulations, directives, requirements, etc. , which are pertinent to this project, and are provided by the Public Agency; and he shall maintain a complete file of all drawinns, specifications, contracts, Change orders, -directives, etc. , which determine work to be done by the Contractor (see also 6-d, above). b. Diary and leyorts. He shall maintain a t:ound daily diary, noting therein job problems. conferences and remarks; and lie shall submit all r•eoorts deemed necessary by State and Federal agencies, el.r•chitect and Public An_ency, whicz, shill !,e tir••ely and in sufficient detail to satisfy the purpose of the report. 00477 -2- c: ' Material Recoras. He shall maintain records of materials and/or ecuinrrent deliverea at the site, -honing manufacturers' nares, catalog, :-:odel ser-'a-1 number style, type, 0:' other identi;yin, information thereon and noting whether they are in strict compliance with the olans, shop drawings-ana;or specifications, or are approved by the Architect. He shall certify to Public Agency that all materials used in construction are as specified in contract dccum.ents; and, on co:roletion and/or installation of each apoiicible item, he shall collect and assemble relevant information (including guarantees, certificates, maintenance manuals, operating instructions, keying schedules, catalog numbers, vendors addresses and telephone contacts, etc. , of naterials and/or eauipxent as required); and at the completion of the project, he shall deliver this irfornation to the architect for delivery to the Public Agenc-• . 8. Pay for Services 3 Reimbursement for =-penses. a. Public Agency shall pay Inspector for these services at the above rate, for semi-:mthly pay periods of the 1st through the 15th and 16th through the last day of the rrronth. Payment will be made on the 10th of the month or the 25th of the month following the Day period if a demand biliing is received by the County Public :forks Cepartment on the last County working day of the period. b. Mileage authorized by the Public !corks Director or his deputy shall be re- iroursed at a rate to be mutually agreed upon from time to time reflecting actual and chancing costs. 9. Insurance. Inspector shall , at no cost to Public Agency, obtain.and maintain during the term hereof Comprehensive Liability Insurance, including coverage At— owned and non-owned automobiles, with a rdnimum combined single limit coverage of t500,04o 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. Inspector shall furnish evidence of such coverage, naning Public Agency, its officers and employees as additional insureds, and requiring 0 days' written notice of policy lapse or cancellation. 10. Enforcement and interpretation of Contract. The Public Agency's agent for en- forcing and interpreting this Contract is the County's Public Works Director or a deputy. 11 . Adjustment of Comoensation. The rate -of compensation may be adjusted by mutual consent of the parties for good cause shman. .::....... r-" •Rt_ ..T. .... •arm.;: ' '••' " :. : i. .,.... .t. t,Y.. .'• .:r.' :F. "r'• `:'k"+•-�, n:r^.a.•s:4�:•:;:.'+e an. .•'F. .:yF:d ::,x'� ;.ye.. :r, ..9-".+;,-:�- .JT.--.•stC.y., _ ..r.•..�.^;.d•'.: ::,,.:�! .• G .,¢, :.=.,.,..':.�::.:.:n..:pr•¢.:a:� u•1: - :'x^�rn.:,'�,.:.::C•�e:.i l9• •fi�.Mit�.�- S,�-:3� ,. .f...t^a Cr'M. .:..u,....r ... .....s.....-+vat:.. :kh`:'r.! - ',>lT:•. ,:}`�4•„'••i- L•f A:,Y - :l7� RSy.n'Y.Y6,ry-:'yl._.Y.•'i'o:':.' :\.:!':••']!: ::1s, ••?. ,'.r.+:u i'7�:"3 u+v:.. :,Y:i�a.• >r .�. •.L:' .ra.. �rbc+r ":L:' 1 t. wi)s:SL �{ .a 7r• ra s J LF• a. Y Fd'W' 'r J. tits, ,5.,,..-,. •.i•:ro I 'til. �1`- .. .`i.F a%:!S':{ uta .{%,•.. .''a jy,` ':r;,-:;°. ,....,.�1. ....e.l..•.++ee.ti:rt'�'A'ae.:+• ......:.it;'k: c'J;. N.•'ws•;�.• ','.•f. ,L�.'.•J>.�r.{r..M•+ ':1`:•” ,rr.?7:l•:::..5'4: ws,,l:;. . ...� .�� .y ..y,...1,_..,..' Jr- ..#:•:: :.. ..Y i`' :j-W:..i'd'::5'..•i::f'{.f3�-i., .•:y ..a• i%•:-'"•ipif,;!�-r.u..>3..':ter: •;�'; :?�.:.,a•.ry:_ .')>`' ..�k.' a:fin; •.e�%s i::. ":�lt; "•�._.-r:: :>n,. :,d•.'••:�• :k`: ....�J C,,•:a:d'! .Y:+ ,..�. y,•:r�:,ri.:: :i1 _SG:. K:.+': _ .��'�` ..t..: _ , c: ..; as L.Y.. .�: r:�.i h�'f-••.::.,• a.3�%� %s's.'.:�. ...sc..I' s°• r.*i:y.' .r J"x. .t:•"�::�„cr': v;;yil..r ..;4L'S- :IF: � a''•..;FT .x .'",u% x. ri7�'•:.:�n�:i, ' ...y,...1:.:x: 'yY.. ':w'':'::.i.•'ri:.;l;y4' .;;5• ::'+::'��'r,.f,''%„�.:,a.:ht id. ..,J...n...^ :3"�.:.: ,..' .,....+....a -y":�'J:' .,.rJ.r....1'r.•.:/4 :yS'�.Y!'��,. -;:�;;! . ......, ..a> .:t. .. ._. i..n ..:. :....':>w-."'i'"r' '��i. S. `•a.:.: .;•,!'76i� :.,/...i��'',:�:,:. • .. Y•• t.i_-n...:',:u <._.7-:. .a. _.., .,r':Y.:' :•3��+ 'd're-•"�.•�r J.. �".•':"i.a 7,:;"�: :>... a4,• ..y;:. .:t .t:;;f.�,`;;.�. +;' .a:�i,:; ::yam '••zlr;. t.h:tL '?."t..,y. ;:.,,g 1,.•�'� a.:y,+., +IT ,�"a-` sr •':t�,,.. F, •car`�Y��^"''<e�t ...fy_: :%:e:�r'' ?'t'"5�-, v• ;-r,'s?N`i', at• ,�'4�i. .:>..r,r?.j>:"ate :=�!.. .1•.�_::: .&. ww�Fy..rx SA, ':tr'±. `'d�. act}z!-:t%!' ;r•:1:+'; ''iyk�.;:!: ;. . .4..!awJ-r��''., _-2! •:�i'Jai'N/. X7`r.Yr}- x'3 ''�I .'.. M'r.:.fir..':,�jj.- :•:cSt•::. �'�::�:.:;'.,.:?i` ": ' } �!„ f;S. •?yM •: i A•._ ' •...,. .,::$.:..f.F...�Y..,;."..'w`.... y...:'R:'4w�A� �%1i ir;x>✓, ,e sL�. .. •..r. .._ .• • .w 1... .:. r.Cr.x _..air ..•+1:: .iSyntya-:,.• ;•f,Y,. �'tw.� rw'��w:!� ' a1:;.d::F 4• '-".:'•y'yr'::.': . ....,,.,; a'1'! a.:.^.i'.:•:.:.dry,S.r.. .... f,.d:.E.:el-f I S::•:.Yx�' 5... S:.L,;•JA sa.-:.x....�.^L," ,:�•.; t...3. ^i�,`,'v:,: '�:[:��L'a•'.:: 'Y - ..�!' roN+t. •i!t}:r! - 1•a.a l'. •',�:%4:a M:ti: ::7}'yAo'r•`hF �����•:!_' .:r`s•a,:�: ;!�_ :.Lbti:� ',C".'j;Ft'. ..:•:' '.4: ;,}f�'=•`'... lin' xii4>r:,a -,,.tJ.� `t�.•'Y=: >'yr.. ', +�=s::.:cm.. :a,:;:::'• 'tl4 aL: may,,.. _ _ 00478 CONTRACT Special Engineering-Administrative Services Construction Supervision & Inspection 1 . Special Conditions. These special conditions are incorporated below by reference: -' a) Public Agency: Contra Costa County b) Inspector's dame & Address: Robert G. Soto 285 Kenston Drive, Clayton, (M 94517 c) Effective Date: May 9. 1978 d) Project's Name and Location: Stone Valley Schocl Park, Phase II (CSA R-7) , Alamo Work Order No. 5424-927 e) Rate of Compensation: $14.05 2. Signatures. These signatures attest the parties' agreement hereto. PUBLIC 46 ENCY ContraveosWCounty INSPEC By Public Works D recto Robert G. Soto 3. Parties. Effective on the above date, the above-named Public Agency (Owner) and the above-named Inspector mutually agree and promise as follows: 4. General Qualifications & Conditions. Public Agency hereby contracts with Inspector, as one specially trained, experienced, expert and competent to perform the special engineering and administrative services of a construction supervisor and inspector, including those associated with the continuous con- struction supervision position commonly known as Clerk-of-the-Works, in con- nection with the above construction project, which services are necessarily incident to the services performers for the Public Agency by architects and engineers in the design and constructiion supervision of construction pro- jects. This agreement does not preclude other employment of the Inspector if it does not interfere With the duties and hours of work required herein. 5. Term. The duration of this contract is the duration of this construction project, but either party may terminate it by giving 30 days advance written notice to the other. b. General 0-ties & Instructions. The Inspector's construction supervision and inspection services include the following general duties and instructions. a. Status & Relationship with Public Agency and Architect. His independent contract relationship with the Public Agency parallels that.which exists be- tween the Public Agency and the Architect; but he`is subordinate to the Architect, because the Architect is responsible for the design of the project and for general supervision of its construction pursuant to the Public Agercl Architect Agreement. RECEIVED UUP MAY f7 107 Formed Approved b Count Cl 1-77 �. R. ops o;� pprovey younseCLERK BOAkD Or SUPERVISORS with board order c Nr osr co. M;erofilm.,�d By. De U. - St.:tus : 4alatienshiD :•ri'Ch Contr•.! tor. He shall maintain a dignified but unaerstanding reiationship -with the ::orkwen on the job but he shall conduct business only thr•oucn the ecntractor's Job superintendent. and shall not give instructions directly to the Contractor's eniplovee(s; or su:centramr-s); and he shall i=ediately advise the Architect of any case where the Public Agency representatives give instructions to the Contractor's em=ployees. c. Public_ Aoency-Contractor Coordination. He shall effectively maintain close coordination of the Contractor's :port; and the owner's requirements by fre- quent, regular conferences or other suitable means, especially where projects involve alterations or modifications of or additions to an existing_ function- ing facility, which must be maintained as an operatirn unit during conduct of construction work, and therefore require saecial alertness to job conditions which may affect such continuing operations. He shall coordinate necessar•• interruptions of normal owner activities with the Public Agency and General Contractor beforehand. d. Familiarity with Contract. He shall become thoroughly familiarwith all Con- tract documents incluaing specifications, drawings and addenda; and he shall supervise ar.d check the adeevacy and accuracy of required "as built" drawi s prepared by the Contractor's exployees (see also 7-a. below). e. Personal Presence 3 Observation.. He shall be personally present whenever :•:Uri; is -being perror-:ea :even on overdone, night. holiday or weekend b3:;rs when so directed), and shall attend meetings called by the Public Agency, Contractor or Architect; ana he shall make direct personal observations of work being per•form.ed by the general Contractor and subcontractor(s) for certification t= Public Agency-Owner that sucn work is. being Performed in 3 skiilful manner fir• + in accordance with the requirements or the contract documents. f. .Advice 3 Sue^estions. He shall advise Public Agency on all construction •.3t- ters, such as suggestinU change orders or reviewinq construction schedules: he shall evaluate suggestions or modifications which have been made to acc..-- - modate on-the-job problems, and report thea with reco::rrnendations to the Arc::'- tect; and he shall review and make reco,onendations to the Contractor on all pay estimates. g. Pre-Construction Review of Contract Documents. ::hen so airected by the Public* Agency, he snail perform in-death review of the contract documents before construction begins. and make appropriate r•ecorrnrendations therec- to the Public Agency. 7. S::ccial Duties A instructions. The Inspector's duties specially concerning the progress of the wort: include the following: a. General Record; Files. He shall maintain a file of. and be aware of the contents of, the a ai . State, Federal% ininsu. NEPA, etc. , codes. regulations, directives, requirements, etc., which are pertinent to this project. and are provided by the Public Agency; and lie shall maintain a complete file of all dra:linas, specifications, contracts, chancre orders, directives. etc. , which deterrrrine wror•k to be done by the Contractor (see also 6-d. above). b. Diar_v and Reports. He shall maintain a hound daily diary, noting therein job problems. conferences and remarks; and he shall sub."nit all reports dee-ed r:ecessary by State and Federal agencies. Zrchitect and Public :.nency, whicr shall be tirely and in sufficient detail to satisfy the purpose of the report. 004SO c. ' Prate-ial Records. He shall maintain records of materials and/or eouipment delivered at the site, shoring -manufacturers' nares, catalog., :,.ode] serial number style, type, or other identifying information thereon and noting whether .hex are in strict compliance with the plans, shop dra-wings and/or specifications, or ar_ approved by the Architect. Ne shall certify to Public Agency that all materials used in construction are as specified in contract documents; and, on cosroletion and/or installation of each appli : :ble item, he shall collect and assemble relevant information (including guarantees. certificates, Maintenance manuals, ooerating instructions, keying schedules, catalog numbers, vendors addresses and telephone contacts, etc., of materials and/or eouipment as required); and at the completion of the project, he shall deliver this information to the Architect for delivery to the Public agency, 8. Pay for Services Rein•bursement for =_xnenses. a. Public Agency shall pay Inspector for these services at the above rate, for semi-monthly pay periods of the 1st through the 15th and 16th through the : last day of the r:onth. Payr:ent rill be made on the 10th of the month or the 25th of the r::onth following the pay period if a demand billing is received by the County Public ::orks Department on the last County working day of the period. b. ?ileage authorized by the Public Works Director or his deputy shall be re- imbursed at a rate to be mutually agreed upon from time to time reflecting actual and charging casts. 9. Insurance. Inspector shall , at no cost to Public Agency, obtain And maintain during the term hereof Conprehensive Liability Insurance, including coverage ft,,. o::ned and non-owned autor:obiles, with a minimum cormbined single limit coverage of 5=,00,000 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. Ins^ector shall furnish evidence of such coverage, naming Public Agency, its officers and ernloyees as additional insureds, and requiring 7-0 days' written notice of policy lapse or cancellation. 10. Enforcement and Interpretation of Contract. The Public Agency's agent for en- forcing and interpreting this Contract is the County's Public Works Director - or a deputy. 11 . Adjustment of Conoensation. The rate of compensation may be adjusted by mutual consent o•' the parties for good cause sho:•rn. : . .:1`11"•' r: ',3v •Yt'yr:,:5,- L:R• t; afi'.'.:i :.A'J.;::�::.. ,r- !.L' :.:+pL;..-��" :F'v' si!'ih'ii=i:i�.;'s;::j y: ;a 'rJr�. .•.ts+.: •t- xr. - k a y. JL y : r+:y s%�:•f,. :tN'x .\riu';a 's,VP.n 3:�4^ 'x-t, ?:1•s• .F•3'•-... i 'y :",t::•::;.r.•.^;:::.:t:;,;: 5r=: _ 3 x,�,�' ar,".cuf��F:c :x.'�.. :a;-v;.+r :.:,;.• v:"�!:...,w.'.:' :.`z .'lE+''•' >a�!i..3' r>..� '-i��'a :r 5' h. :'a:ti. '••?4.� .{.;...• �'••1;y-•:s":::p T..::.... _' .`'• .�:. •^•--'a':a t'�..y.!;:.,a5r'!s':c •..,.,;,t_ �•....} :44„ •Ll`�..ti`s::' :! shY - ... .:: . e c' : ::� :,ti'. ::r' r'e.. .;.stn'••a. Post",,.r.. •'iS:'..A :.0 . (fis .::.y!�. ;`r�'" _x.•^?r,.p: 9+trp LY.y- .ti1 Lr'F.: 'ip?' Y]:: .::4�'': .aX':5 ? J '.$.:, :n:;1a :.,'fid 1'a?_,,':4<: :h:.:._:.• 'I• s: .s1:•may.. ..t�*-'� ,�•:Y .:1.,hwx<. •::}":�'ry:w�'K rr'.. . •:.i+%•S�S..t \'f":JIIL': ..�•1.`S,L. .P '' .$�:• :"•nN:Y\.•a}.k., 1,�T 7J•:.J.;��rY-•:-•.4��y.'•? ,� :• "-+fir,' .v::':r:�•. a•�..,,Y :-..tt': i .� ..ot: V. ;•n.lr.,�''`;;�����C.+ :L rrv!n., r a'. . .,f: SM.: .•1,` ."•r:ijii:' ,°•I.:..1. f .•'S.:..e;.ri*. ..� .:it•w.'e'':.r++u,•x r.. .wr. .b;yt7y:. �r!�� .:�x •rin. e I'� :-'�.•.,.ya.' �` '.:}a. ..F. •!:••.:fir 'b::.-• - '-Sa ism.':. :�. sr+t: :.s +c: •:.y ,?T '' at•:•:.... -_•.c'''rfti;v-' .:r.+:n^'•:.�� '-r J':L:l.::L .'kri+?-y,. :V•?��' _ ....:a.'la:..aa,•:•S+ ....,�:•...pr.:i.,^.:. .!i .:Tl:!t'. i' [:'%•7'iF:ah':✓.i.ia`..i.w�',:11f:,.1. • -?.: 7'Y '1'P '";'. r." -.'Te,"" ;a:r:lii'r:.-f� `#,';� '•::d,`' .. '•,+Ey:.';:. :; .:a' ail:' �• .Mi'S. .:� 'aSi+:_ .•se-:Fa•�i'� ...e '`> •: 2 .J. a.. .i fir•:r:•,� ;�'.*t' t is R,' �.•y..;M.,�.s!,r .•.^,.i' ':. '.' ... s;y%: i::,k :& - '.a•+:'+f✓.1,. .;lyd.n:..! ;;•.+Pty :•a: •v,+•,;�'�K{�°'';.lv;''•• i;i;C.i,' as: :s!'1jr ,„' .•'L3.0 r-•:ia, iy�=' r•'...n'ooyy--O '- r-y;_•..:a ;r. f.Nys"`•}:c.'Ff�"' i'•�f.�".'_:,..:: s0 h.`!r,. ,?1L!i'=_ ak'"�.x,.•`:;sJ!•�l::a+�"t�F {r�, •2s .a;F` '`<r" ."..�-.'xkx"".saq�:�'- `�„'�r:"•Pr,,- Y}-';• }s.N�:i' �a"" .:x•-^";:.-„YS,N.,<`.^�I'.�7.; •%�'�' �s.W�C�Xrl:r. .'.....r.r . + .. -3- In the Board of Supervisors of Contra Costa County, State of California MAY 9 1978 , 19 — In the Matter of Approval of Office on Aging Subcontract for West County Japanese Speaking Senior Citizens IT IS BY THE BOARD ORDERED that its Chairman is authorized to execute Contract #20-196 with Sakura Kai, Inc. for the Office on Aging effective March 1, 1978 to June 30, 1978 at a cost of $4000 in Federal Title III Older Americans Act funds. PASSED by the Board on MAY 9 1978 I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Orig: Human Resources Agency Witness my hand and the Seal of the Board of Attn: Contracts & Grants Unit Supervisors MAY 9 1978 cc: County Administrator affixed this day of 19 Countv Auditor-Controller Countv Social Service Contractor J. R. OLSSON, Clerk Deputy Clerk 00482, H-24 4/77 15m Contra Costa County Standard Form STANDARD CONTRACT 1 (Purchase of Services) 1. Contract Identification. Number 20- 19 Z -p + 1 9 Department: Social Service Subject: Area Agency on Aging Services for Japanese Elderly 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: SAKURA KAI, INC. Capacity: Nonprofit corporation Address: 614 Everett Street, E1 Cerrito, California 94530 3. Term. The effective date of this Contract is March 1, 1978 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 $ 4,000 5. County's Obligations. County shall make to the Contractor those payments described in the Payment Provisions attached hereto which are incorporated herein by reference, subject to all the terms and conditions contained or incorporated herein. 6. Contractor's Obligations. Contractor shall provide those services and carry out that work described in the Service Plan attached hereto which is incorporated herein by reference, subject to all the terms and conditions contained or incorporated herein. 7. General and Special Conditions. This Contract is subject to the General Conditions and Special Conditions (if any) attached hereto, which are incorporated herein by reference. 8. Project. This Contract implements in whole or in part the following described Project, the application and approval documents of which are incorporated herein by reference: Contra Costa County Area Agency on Aging Plan and Budget for FY 77-78 9. Legal Authority. This Contract is entered into under and subject to the following legal authorities: 42 USC §3021 et seq. ; 45 CFR §903.0 et seq. ; California Government Code 53703. 10. matures. These signatures attest the parties' agreement hereto: r COUNTY OF C Coe CALIFORNIA CONTRACTOR R. (. By BY Chairman, Board o Supervisors e 'gnate offici capacity in business Attest: J. R. Olsson, County Clerk and affix corporation seal) State of California ) ss. B County of Contra Costa ) Deputy ACMOTdLEDGE4ENT (CC 1190.1) The person signing above for Contractor Recommended by Department known to me in those individual and business capacities, personally appeared before me today and acknowledged that he/ By they signed it and that the corporation C 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: FORM APPROt'FI)By zz/� / Deputy nn c/Deputy oun��� Microfilmed with board order (A-4617 REV 6/76) Contra Costa County Standard Form PANT PROVISIONS (Cost Basis Contracts) 20 - 19 6 :z4 Number 1. Payment Basis. County shall in no event pay to the Contractor a sum in excess of the total amount specified in the Payment Limit of this Contract. Subject to the Payment Limit, it is the intent of the parties hereto that the total payment to the Contractor for all services provided for County under this Contract shall be only for costs that are allowable costs (see Paragraph 3. below) and are actually incurred in the performance of Contractor's obligations under this Contract. 2. Payment Amounts. Subject to later adjustments in total payments in accordance with the below provisions for Cost Report and Settlement, Audits, and Audit Exceptions, and subject to the Payment Limit of this Contract, County will pay Contractor: [ ] a. $ monthly, or [ ] b. $ per unit, as defined in the Service Plan, or [ J c. An amount equal to Contractor's allowable costs that are actually incurred each month, but subject to the "Budget of Estimated Program Expenditures" included in the Service Plan. [x] d. $750. advance payment upon execution of the contract, and, thereafter, an amount equal to Contractor's allowable costs that are actually incurred each month, but subject to the "Budget of Estimated Program Expenditures" included in the Service Plan. 3. Allowable Costs. Contractor's allowable costs are only those which are determined in accordance with: [Check one alternative only.] [ ] a. General Services Administration Federal Management Circular FMC 74-4, Attachment A (Principles For Determining Costs Applicable To Grants and Contracts With State and Local Governments) and Attachment B (Standards For Selected Items of Cost) , and, subject to said Attachments A and B, such other documents (if any) specified in the Service Plan regarding: (1) Principles for determining and allocating the allowable costs of providing those services set forth in the Service Plan, and (2) Standards for determining the allowability of selected items of costs of providing those services set forth in the Service Plan, or [ ] b. Such State regulations and documents as are set forth in the Service Plan regarding accounting guidelines, including standards for determining allowable or non-allowable costs. 4. Payment Demands. Contractor shall submit written demands monthly or as specified in 2. (Payment amounts) above, for payment in accordance with Paragraph 2. (Payment Amounts) above. Said demands shall be made on County Demand Form D-15 and in the manner and form prescribed by County. Contractor shall submit said demands for payment for services rendered no later than 90 days from the end of the month in which said services are actually rendered. upon approval of said payment demands by the head of the County Department for which this Contract is made or his designee, County will make payments as specified in Paragraph 2. (Payment Amounts) above. 00481 (A-4618 REV 6/76) -1- Contra Costa County Standard Form PAYMENT PROVISIONS (Cost Basis Contracts) Number 5. Right to Withhold. County has the right to withhold payment to the Contractor when, in the opinion of the County expressed in writing to the Contractor, (a) the Contractor's performance, in whole or in part, either has not been carried out or is insufficiently documented, (b) the Contractor has neglected, failed or refused to furnish information or to cooperate with any inspection, review or audit of its program, work or records, or (c) Contractor has failed to sufficiently itemize or document its demand(s) for payment. 6. Cost Report and Settlement. No later than sixty (60) days following the termination of this Contract, Contractor shall submit to County a cost report in the form required by County, showing the allowable costs that have actually been incurred by Contractor under this Contract. If said cost report shows that the allowable costs that have actually been incurred by Contractor under this Contract exceed the payments made by County pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor, but subject to the Payment Limit of this Contract. If said cost report shows that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract, Contractor shall remit any such excess amount to County. 7. Audits. The records of the Contractor may be audited by the County, State, or United States government, in addition to any certified cost report or audit required by the Service Plan. Any certified cost report or audit required by the Service Plan shall be submitted to County by Contractor within such period of time as may be expressed by applicable State or Federal regulations, policies or contracts, but in no event later than 18 months from the termination date of this Contract. If such audit(s) show that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract, including any adjustments made pursuant to Paragraph 6. (Cost Report and Settlement) above, then Contractor agrees to pay to County within 30 days of demand by County any such excess amount. If such audit(s) show that the allowable costs that have actually been incurred by Contractor under this Contract exceed the payments made by County pursuant to Paragraph 2. (Payment Amounts) above, including any adjustments made pur- suant to Paragraph 6. (Cost Report and Settlement) above, then County agrees to pay to Contractor any such excess amount, but subject to the Payment Limit of this Contract. 8. Audit Exceptions. In addition to its obligations under Paragraph 7. (Audits) above, Contractor agrees to accept responsibility for receiving, replying to, and/or complying with any audit exceptions by appropriate County, State or Federal audit agencies occurring as a result of its performance of this Contract. Contractor also agrees to pay to the County within 30 days of demand by County the full amount of the County's liability, if any, to the State and/or Federal government resulting from any audit exceptions, to the extent such are attributable to the Contractor's failure -to perform properly any of its obligations under this Contract. ._ .—_.,: _ .. .. ...,�..r. • .. u+ r...n 2..x.3 .a".-ins. (A-4618 REV 6/76) -2- SERVICE PLAN 20 9 6 �J r Number - - ine Contractor will provide a service program for Japanese-speaking Senior Citizens in the E1 Cerrito area. Services will be provided by bilingual staff and volunteers. 7-he program of activities to be provided under terms of this Contract is as follows: 1. Health Screening. Contractor will provide one day of health screening services for approximately 70 persons in cosponsorship with the Healthier Older Adults ?roc-ram of the County Health Department. 2. Excursion. Contractor will provide an all-day excursion, including round-trip transportation from the Center and lunch, for 30 persons to attend the Cherry Blossom _estival at the San Francisco Japanese Cultural Center. In the event that it is not Tactical to provide this excursion, Contractor will provide a suitable substitute. 3. Home Visits. Contractor will make approximately 20 visits to homebound ?ersons, assist these persons with household chores, personal errands, and provide companionship and information and referral services as indicated or necessary. 4. Escort Services. Contractor will provide approximately 600 one-way trips =or senior persons to health care services, shopping, recreational activities, and other activities as needed. Contractor will provide all of the above services in conjunction with its ongoing service programs for the Japanese community; information and referral, translation and interpretation, community programs, and a Japanese library. Z-ontractor will administer the program activities specified herein through: 1. Hiring a Project Director to direct volunteers and services. 2. Providing publicity to the Japanese community and contacts with other a-encies in Contra Costa County. 3. Establishing a senior citizens advisory council to advise and aid the staff _Toject Director in administering the program. 4. Providing regularly scheduled activities at E1 Cerrito Fairmont Senior Center. Initials: `//� v . Contractor County Dept. 00453 BUDGET OF ESTIMATED PROGRAM EXPENDITURES Number 20 - 196 -� Federal Share Local Share (County) (Contractor) Personnel Community Worker: $380/month x 4 months $ 1,520 Project Director $ 300 Volunteer Drivers 180 Fringe Benefits at 5.3% 80 Travel Staff and Volunteers $300/month 1,200 Communications and Utilities Telephone: $15/month x 4 months 60 Printing and Supplies Equipment Other Program Supplies: $210/month x 4 months 840 (paper, postage, translations, copies, etc.) Insurance 100 Bookkeeping $50/month x 4 months 200 Total Cost $ 4,000 $ 480 Less Income ( -0-) ( -0-) Net Costs $ 4,000 $ 480 CONTRACT PAYMENT LIMIT $ 4,000 SPECIAL CONDITIONS 1. State of California Office on Aging "Manual of Policies and Procedures," February 1975, will prevail in setting fiscal guidelines, including standards for allowable costs. As specified in the Payment Provisions, payment for services is subject to the "Budget of Estimated Program Expenditures." 2. Contractor shall provide services under this Contract in accordance with the Budget of Estimated Program Expenditures. Specific line-item budget amounts may vary, and appropriate line-item budget categories may be added, but only with prior written authorization from the Director of the County Office on Aging. All budget changes are subject to the Contract Payment Limit. All Local Share expenditures are the responsibility of Contractor unless otherwise specified. 3. Cost Report and Settlement, Paragraph 6. of the Payment Provisions, is modified to require such final report within 45 days of Contract's termination, at which time Contractor shall submit an audit pursuant to the services provided here- under, according to specifications required by the County Office on Aging. Initials: kfi /'?x' Contractor /74ty.Dept. a 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. 0048-- (A-4616 REV 6/76) -1- Contra Costa County 'Standard Form t" GENERAL CONDITIONS (Purchase of Services) 9. Disputes. Disagreements between the County and Contractor concerning the meaning, requirements, or performance of this Contract shall be subject to final determination in writing by the head of the County Department for which this Contract is made or his designee or in accordance with the applicable procedures (if any) required by the State or Federal Government. 10. Choice of Law and Personal Jurisdiction. a. This Contract is made in Contra Costa County and shall be governed and construed in accordance with the laws of the State of California. b. Any action relating to this Contract shall be instituted and prosecuted in the courts of Contra Costa County. 11. Conformance with Federal and State Regulations. Should Federal or State regulations touching upon the subject of this Contract be adopted or revised during the term hereof, this Contract shall be amended to assure conformance with such Federal or State requirements. 12. No Waiver by County. Subject to Paragraph 9. (Disputes) of these General Conditions, inspections or approvals, or statements by any officer, agent or employee of the County indicating the Contractor's performance or any part thereof complies with the requirements of this Contract, or acceptance of the whole or any part of said performance, or payments therefor, or any combination of these acts, shall not relieve the Contractor's obligation to fulfill this Contract as prescribed; nor shall the County be thereby estopped from bringing any action for damages or enforcement arising from any failure to comply with any of the terms and conditions hereof. 13. Subcontract and Assignment. This Contract binds the heirs, successors, assigns and representatives of Contractor. The Contractor shall not enter into subcontracts for any work contemplated under this Contract and shall not assign this Contract or monies due or to become due, without the prior written consent of the County Administrator or his designee, subject to any required State or Federal approval. 14. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture or association. 15. Conflicts of Interest. Contractor promises and attests that the Contractor and any members of its governing body shall avoid any actual or potential conflicts of interest. If Contractor is a corporation, Contractor agrees to furnish to the County upon demand a valid copy of its most recently adopted bylaws and also a complete and accurate list of its governing body (Board of Directors or Trustees) and to timely update said bylaws or the list of its governing body as changes in such governance occur. 16. Confidentiality. Contractor agrees to comply and to require its employees to comply with all applicable State or Federal statutes or regulations respecting confi- dentiality, including but not limited to, the identity of persons served under this Contract, their records, or services provided them, and assures that: a. All applications and records concerning any individual made or kept by Contractor or any public officer or agency in connection with the administration of or relating to services provided under this Contract will be confidential, and will not be open to examination for any purpose not directly connected with the administration of such service. b. No person will publish or disclose or permit or cause to be published or disclosed, any list of persons receiving services, except as may be required in the administration of such service. Contractor agrees to inform all employees, agents and partners of the above provisions, and that any person knowingly and intentionally disclosing such information other than as authorized by law may be guilty of a misdemeanor. 17. Nondiscriminatory Services. Contractor agrees that all goods and services under this Contract shall be available to all qualified persons regardless of age, sex, race, religion, color, national origin, or ethnic background, and that none shall be used, in whole or in part, for religious worship or instruction. (A-4616 REV 6/76) -2- 00488 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, t4e Geeatzy, its agents eE empleyees, er any ether-person or entry. 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 & 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. 00489 (A-4616 REV 6/76) —3— In the Board of Supervisors of Contra Costa County, State of California M AY 9 1978 . 19 — In the Matter of Approval of VA Hospital Contract #26-023-9 :k IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute Contract #26-023-9 (Federal #V612P-) with the Veterans Administration Hospital , Martinez, for mutual use of specialized medical resources for County Medical Services effective April 15, 1978, to April 14, 1979, at rates specified in said contract. PASSED BY THE BOARD on MAY 9 1978. 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. Orig: Human Resources Agency Witness my hand and the Seal of the Board of Attn: Contractis & Grants Unit Supervisors MAY 9 1978 cc: County Administrator affixed this day of 19 County Medical Director County Auditor-Controller J. R. OLSSON, Clerk Contractor Deputy Clerk EH:�gm 00490 H- 4 4/77 15m VETERANS ADMINISTRATION HOSPITAL 150 Muir Road c _ Martinez, California 94553 2j6 ` cj9 3 "C� d Contract No. V612P- MUTUAL USE OF SPECIALIZED ME6ICAL RESOURCES The Veterans Administration Hospital, Martinez, California, (hereinafter called the VA) agrees, in accordance with the terms and conditions stated herein, to permit Contra Costa County (hereinafter called the Contractor) to utilize the specialized medical resources listed in the appendices to this contract at the prices specified therein. The initial listing of resources available to the Contractor shall be designated "Appendix A", and each succeeding appendix which either adds to or deletes from the re- sources available to the Contractor shall be designated as "Appendix B", "Appendix C", etc. Each appendix shall be attached to and become a part of this contract. 1 . RESOURCES a. The resources listed in any of the attached appendices may be added to or terminated by written amendment to this contract. The amend- ment will be prepared by the VA Contracting Officer and, prior to becoming effective, shall be approved by the Chief Medical Director or his author- ized designee. b. The resources specified in the appendices to this contract shall be made available to the Contractor subject to the limitations in para- graph 5 hereof when requested by means of an individual written request, which has been authorized by the Chief of service involved, or his auth- orized designee. 2. PERIOD COVERED This contract when accepted by the Contractor and the VA Contracting Officer shall be effective from April 15, 1978 through April 14, 1979. 3. TERMINATION This contract will remain in force for the period stated herein unless terminated at the request of either party after thirty (30) days' notice in writing. If this contract is so terminated the Contractor shall be liable only for payment for the resources he has used from the date of last service for which he has been billed by the VA, through the effective date of such termination. 4. PAYMENT t Payment of sums due the VA will be paid monthly by the Contractor on sub- mission of a properly prepared Standard Form 1114 by the VA. Page I of 4 Pages Microfilmad with board order 5. USE OF VA RESOURCES ;To preclude the possibility of denying or delaying the care and treatment 6f an eligible veteran, VA resources will be used by the Contractor only to the extend that there will be no reduction in service to a veteran. 6. EXCHANGE OF DATA Clinical or other medical records pertaining to the patients shall be ex- changed. 7. DISPUTES a. Except as otherwise provided in this contract, any dispute con- cerning a question of fact arising under this contract which is not disposed of by mutual agreement shall be decided by the VA Contracting Officer, who shall reduce his decision to writing and mail or otherwise furnish such decision to the Contractor. The decision of the Contracting Officer shall be final and conclusive unless, within thirty (30) days from the receipt of such decision, the Contractor furnishes to the VA Contracting Officer a written appeal addressed to the Administrator of Veteran Affairs. The decision of the Administrator or his duly authorized representative for the determination of such appeal shall be final and conclusive unless determined by a court of competent jurisdiction to have been fraudulent, or capricious, or arbitrary, or so grossly erroneous as necessarily to imply bad faith, or not supported by substantial evidence. In connection with any appeal proceeding under this clause, the Contractor shall be afforded an opportunity to be heard and to offer evidence in support of its appeal . b. This "Disputes" clause does not preclude consideration of law questions in connection with decisions provided for in Paragraph a above: Provided that nothing in this contract shall be construed as making final the decision of any administrative official , representative, or board on a question of law. c. The representative of the Administrator of Veterans Affairs to render decisions, in disputes arising under this clause, is the Veterans Administration Contract Appe6ls Board. 8. DISPUTED MATTER - EOUAL OPPORTUNITY PROGRAM ! Any dispute arising under this contract relatinq to matters pertaining to the equal opportunity program will be handled pursuant to the pro- i .visions of the Equal Opportunity clause of this contract (subcontract j or agreement) rather than the Disputes Clause contained therein. i f Page 2 of 4 Pages A 9. PAYMENT OF INTEREST ON CONTRACTORS' CLAIMS Ilk a. If an appeal is filed by the Contractor from a final decision of the Contracting Officer under the Disputes clause of this contract, denying a claim arising under the contract, simple interest on the amount of the claim finally determined owed by the Government shall be payable to the Contractor. Such interest shall be at the rate deter- mined by the Secretary of the Treasury pursuant to Public Law 92.-41 , 85 Stat. 97, from the date the Contractor furnishes to the Contracting Officer his written appeal under the Disputes clause of this contract, to the date of ( 1 ) a final judgment by a court of competent jurisdic- tion, or (2) mailing to the Contractor of a supplemental agreement for execution either confirming completed negotiations between the parties or carrying out a decision of a board of contract appeals. b. Notwithstanding (a) above, ( 1 ) interest shall be applied only from the date payment was due, if such date is later than the filing of appeal , and (2) interest shall not be paid for any period of time that the Contracting Officer determines the Contractor has unduly delayed in pursuing his remedies before a board of contract appeals or a court of competent jurisdiction. 10. EQUAL OPPORTUNITY i The resources of the VA covered by this contract shall be made available to the Contractor without regard to the race, color, religion, sex or national origin of the Contractor's patients. 11 . PATIENT TRANSPORTATION Patient transportation to and from the VA Hospital, Martinez, will be the responsibility of the Contractor, In the case of Contractor in- patients, a qualfied hospital attendant will accompany the patient during the radioisotope study. 12. SCHEDULING OF PROCEDURES Radioisotope procedures will be scheduled by the Contractor with the VA i Hospital at least 24 hours in advance by telephone except in the cases of emergency studies. Request and informational data for radioisotope examination will accompany the patient and will contain pertinent clini- cal and laboratory data as indicated on the standard request form. Emergency studies will be performed on the basis of telephonic communi- cation. Pertinent X-rays will accompany the patient. • t i kk { Page 3 of 4 Pages 13. REPORTS -Reports of studies and lab tests will be submitted to the Contractor by mail or carrier on the work day following the study. Unexpected or important findings will be communicated by- telephone as indicated or requested. 14. AUTHORITY This contract is entered into under the authority of 38 U.S.C. 5053 and is negotiated under the authority of FPR 1-3.204. _ APPROVED AND ACCEPTED FOR APPROVED AND ACCEPTED FOR CONTRA COS A COUN HOSPITAL VETERANS ADMINISTRATION BY �. BY Human Resources Agenc Directory✓ t, fi13/7 S (Title) (Date) (Title) (Date) Form Approved: County Counsel FORAf n� AP BY:BY: HRA Ci' of Deputy By Designee COUNTY OFC T 0 TA,:,a;hWer IFORNIA O/ BY: Ch irman, Board of Supervisors r� t c Page 4 of 4 Pa P OMNI APPENDIX "A" -MUTUAL USE OF SPECIALIZED MEDICAL RESOURCES BY THE VETERANS ADMINISTRATION HOSPITAL, MARTINEZ, CALIFORNIA AND CONTRA COSTA COUNTY HOSPITAL, MARTINEZ RESOURCES COST* I . NUCLEAR MEDICINE STUDIES, Per individual test, as follows: A. DIAGNOSTIC CRVS # STUDY ( 1 ) 78007 Thyroid Imaging with multiple S 47.50 uptakes (2) 78110 Plasma Volume 22.50 i (3) 78215 Liver-spleen 67.50 (4) 78220 Rose Bengal 70.00 (5) 78270 Schilling Test 24.00 (6) 78307 Whole Body Bone 90.00 (7) 78445 Vascular Flow 22.50 (8) 78580 Lung Perfusion 79.00 (9) 78590 Xenon - 133 Ventilation Study 113.00 (10) 78601 Brain with Flow 90.00 (II ) 78630 Cisternography 108.00 (12) 78707 Static Renal with Flow and Function 126.50 ( 13) 79000 Hyperthyroidism; Evaluation and Therapy 126.50 i *All above cost includes radioactive drug, all material necessary for the study and professional interpretation of the results. NOTE: On those patients who do not keep their schedule appointment when l special radiopharmaceutical is ordered, a charge will be made for the radiopharmaceutical . 00495 MUTUAL USE OF SPECIALIZED MEDICAL RESOURCES BY THE VETERANS ADMINISTRATION HOSPITAL, MARTINEZ, CALIFORNIA, AND CONTRA COSTA COUNTY HOSPITAL, MARTINEZ, CALIFORNIA. RESOURCES COST I . PATHOLOGY SERVICES, Per individual test, as follows: CRVS# TEST (1 ) 88300 Gross Examination $12.00 (2) 88302 Gross 8 Microscopic: Examination for Identification and Record Purposes, e.g., uterine tubes, vas defemns, sympathlc ganglion 15.00 (3) 88304 Gross and Microscopic: Diagnostic Exam, small or uncomplicated specimen, e.g., skin lesion(s), needle biopsy 17.00 (4) 88305 Gross 8 Microscopic: Diagnostic Exam, larger specimen or multiple srn-ill specimen, e.g., Prostate Clippings, uterine curettings, segment of stomach 15.00 .' (5) 88307 Gross 8 Microscopic: Complex Diaonostic r, Exam, Large Specimen(s), Organs or Multiple Tissues requiring multiple slides 33.00 (6) '-•88311 Gross 8 Microscopic: Decalcification Procedure 4.00 (7) 88312 Special Stains, Group I Stains for i Microorganisms, e.g., Gridley, acid fast, methenamine silver, levaditl, each 7.00 (8) 88331 Consultation During Surgery With Frozen Section 50.50 NOTE: Specimens will be delivered to VAH Martinez by Contra Costa County Hospital for testing. or t • - • In the Board of Supervisors of Contra Costa County, State of California MAY 9 1978 , 19 _. In the Matter of Approval of State Prepaid Health Plan Contract Amendment #29-609-5 IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute Contract Amendment #29-609-5 (State #76-56983-A-5) to extend the State of California Prepaid Health Plan contract, as amended, for the period July 1, 1978 through August 31, 1978, at capitation rates and terms included in the amended contract #29-609 (State #76-56983), but subject to revised rates effective July 1, 1978. PASSED BY THE BOARD on M AY 9 1978, k 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Orig• Human Resources Agency Witness my hand and the Seal of the Board of Attn: Contracts & Grants Unit Supervisors MAY J 1978 cc: County Administrator offixed this day of 19 County auditor-Controller Medical Services Prepaid Health Plan Admitratio.2� J. R. OLSSON, Clerk Contractor g;' z Deputy Clerk H-244 /77 15m �,l .-.,ym+*•+r+^--r..r.. �x-.w;r,.o- s v¢ �n'-m �t ," J'q,:a.v^v ?!"�� .,.,..� �. Q-COtlTtr cT4R C y APiaHQVl:O NV rHl: �' t' ;`�At-lt,,ARD AGREEMENT ATTOv,IH V GE•N�RAL r sTwTe .e£tiev';, STATC OF'CALIFO RNiA .. STD, 2 Mcv. tt175t` O 1SEP T«OF G�^i«SEi - CONTttOLL.r,P THIS AGREEMENT. made and entered into this 13t12 day of , 19 7$ :n the State of California, by and between State of California, through its duly elected o:appointed, (� qualified and acting [� iiTLiOt'OFFKti to ACTING PON STATE AS.G•JCY NLMtl Err :c ptlLi' Dlrec`oor:, Adui.nistration Devartment of Health r-' �i�azx_a_�'".y -el--after t:alled the Shite,and [� County of Contra Costa mot ter called the Contractor, tITNESSETH: That the Contractor for and in consideration of the covenants. conditions, agreemet ts., and stipulations of the'Stat" crcin;iftere�tpressed, does hereby agree to furnish to the State services and trtateriaIs, as follows: :r.•t 11rth service to ho Tendered by Citntructirr.a"risnt to III,will Contructs&r.tin"t far perftormuice or r:rxnpletion,and attach plans and stxit:ifit ariuns,if any j=', ` Amendment A-5 to contract Vo. 706-569133-A-5 between County;;o3 Contra Costa and tide State of California. Whereas, the State of California and County or Contm, Costa entered into a 'cantra:t .for prepaid health cervices, dated December 30, 1977 and ..Ilubsequently amended= r . t:,a.v .15, 1977, M ay?5, 1977, July 1, 1977 and .January 1, 1978 isherebj amended Lf eative July 1, 1978. 1. Article IV Tem. and te:.uinatiun, Paragraph A is amended to read: A. This contract shall, teeafnL effective ort Janctary 1, 1977 and' shall eonin*2e in :full force and effect through August 31, 1978, subject to provisions of Article X. Section A because the state has currently'appropriat.ed and mil., ale for eneurl:rancte only fu:2:1, to cover cur is through ,Ju_rle 30, 197_. FORItii APPROVED HRII Contracts Admiri5tf&r Thep on thc'recersc side hereof cazstitute a pita of this agrcrment. �_ �YDas&.e� v WITNESS WHEREOF. this agreernent has been executed by the partie-s hereto, upon the (latefirstabove written..' STATE OF CALIFORNIA �, CONTRACTOR; •:1..rJC r. cor:TiJAt.OR I �% 1! TM4y,AM1 .,COP-0 rsDY :� L:2lC Department o"+ Health a i .AUTtt'SRt«ED 51GNwTURET. I .At.ry .pFi .,i t� •ATURE} �' t.•,r. r t L �__._. • ,.Deputy Director, Chairn, ,n,'B-ard aT EUP31'V3soi'S' -- ADtJrr£s; Administta_tion L'uiluink,. 651 Pine Strevfi;. '••••:uriU!'t�.Or: 5tt:.CTS_ £aCi. iTEAriirir. riA\.i`ctr- cOaiia»�.roi:JL a.t't:!.22�'i:. 'CA 94953 A�aOLiNT EK t:.U=t a EKED AYi tiB F•i:tATiOri FUNO Department of General Services Use ONLY 5 1,47:-),997. �Anc i-1 :it! I.iott 41=1 f i�v I Code health U.,ire' iiepo ,i"t' ,5U7,?12. f7/7C tiE:•.! itt„t+TCti STwTUT}:3 F:SG AL VF_XR :. «S_ t�JJ,5ba. 78%7 l ! cuts it Or: 1 S 600.568. 76/79 Do T.f.1iwr,i.YC•+v q��w.Z Ltr:l;' I I VA ALLO T•r Ln T _-r-8.4"7. i f,' i�4 T-B.A.rt'}. M.R.•JO. 7041rl b, rcrtilytgngl mr uhn •r. ria2 I n arca+ais tf.tt! irrift eftf lust'tti.tltf+t}ire tfu'te•turt•„t:i trtrit ii•r.if file:,:itii lit tt:, .tta+nf ttixtri* . . '+t GriA rvwr Or' ACC^"Jr-TiriG W'Pi^i_” OA r£ f 1y4•r-!!sv verrify that itil t t-whtit•B•:ta. t..ur:trp:uut:art fault in Stt:to:Atf:n&sis'trtitrr•:XImmrtt liar IYtii. ,� it ere, ►�r n r.entili.rl tvalt and iiia~d.K'anient r+eta inpt from r..vimv ht'thrr ilr:ielrliowat of!iriw 9 •S:Gri•.TJri t: OF t FF'.C£R Si GrAiNG ON UCO-ALF OF Tit,; AGt:.':Ct DwTL A h County of Contra Costa Pg. 2 2. Article X, Capitation Payment, Paragraph A of said agreement is amended to read as follows: A. The maximum amount payable for the 76-77 fiscal year ending June 30, 1977 shall not exceed $1,472,997.00. The maximum amount payable for the 77-78 fiscal year ending June 30, 1978 shall not exceed $3,302,212.00. Any further liability of state and require- ment of performance by the contractor will be dependent upon the availability of future appropriations by the legislature for the purpose of this contract. If funds become available for purposes of this contract from future appropria- tions by the legislature, the maximum amount payable under this contract in the 78-79 fiscal year ending June 30, 1979 shall not exceed $600,568.00. The maximum amount payable under this contract shall not exceed $5,375,777.00. 3. Article X, Capitation Payment, Paragraph D of said agreement is amended to read as follows: D. The capitation payment rates under this contract are set by the Department on a yearly basis in conjunction with the passage of the Budget Act of the State of California. They may be amended on or after July 1, 1978 in con- junction with the passage of the 78-79 Budget Act, to become those uniform capitation payment rates established by the Department, applicable to the (county) (counties) in which the contractor operates. Such an amendment shall be approved by the Department of General Services before taking effect. In the event that any such amendment is adopted which increases or decreases capitation payment rates in conjunction with the passage of the 1978-1979 Budget Act, such payment rates shall be effective as of July 1, 1978. If there is any delay in the payment of such new rates, continued payment of the rate in effect at the time the delay occurred shall be interim payment only and shall be subject to increase or decrease to the level of the new rates retroactive to July 1, 1978. 4. All rights, duties, obligations and liabilities of the parties thereto otherwise remain unchanged. n�4. In the Board of Supervisors of Contra Costa County, State of California May 9 , 19 78 In the Matter of Letter from H. Boessenecker re Facilities Provided for Female Jail Inmates. The Board having received an April 27, 1978 letter from Mrs. Helen N. Boessenecker, 100 Chianti Place, Pleasant Hill, California 94523, commenting on the cost of facilities which are being provided for female inmates of the county jail; a IT IS BY THE BOARD ORDERED that the aforesaid communi- cation is REFERRED to the County Sheriff-Coroner for response. PASSED by the Board on May 9, 1978. - 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc• County Sheriff—Coroner Witness my hand and the Seal of the Board of County Administrator Supervisors Mrs. H. Boessenecker affixed this9th day of May 19_ 8 J. R. O!SSON, Clerk Deputy Clerk Mlaxine M. Neui er d 00500 H-24 4/77 15m In the Board of Supervisors of Contra Costa County, State of California May 9 , 19 78 In the Matter of Request for an Ordinance to establish a Mobile Hone Rent Review Commission. The Board having received an April 21, 1978 letter from Mr. Judson H. Kern, President of the Friendly Village Homeowners Association, requesting that the County enact an ordinance for establishment of a Mobile Home Rent Review Commission; IT IS BY THE BOARD ORDERED that the aforesaid request is REFERRED to the County Administrator. PASSED by the Board on May 9, 1978. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: Mr. J. H: Kern Witness my hand and the Seal of the Board of 178 Marakesh Drive Supervisors Pacheco, CA 94553 affixed this 9th day of I`�aY 1978 County Administrator Director of Planning J. R. OLSSON, Clerk County Counsel y� j B 'Llc/��>-L�� oic Pi . . Deputy Clerk Maxine M. Neufeld H-24 4177 15m 000 21 April 1978 BOARD OF SUPERVISORS ; CONTRA COSTA COUNTY Honorable Members of the Board: Within Contra Costa County, there are many Mobilhome Parks. Those of us who live in these parks are faced with a situation unique to our type of rental arrangements. We own the mobilhomes we live in, but we rent the land it sets on. We are considered "captive tenants" in so much as it is costly to move our homes and are usually forced to sell rather than pay the cost of moving. The owners are aware of this and have raised our rents by percentages that shock the imagination. In the park where I reside, our rents range from $135.00 to $155.00 with most being $141 .00. We are also assessed the $6.00 sanitary fee. By the time we pay our utilities most of us are paying near $200.00. This is quite a sum to pay for a 40ft by 74ft section of bare land. We expect and want the owners to receive a fair return on their in- vestments. But increasing our rent by $50.00 a month in less than five years would seem to be taking advantage of the situation. Recently, in the City of Vacaville, an ordinance was passed to try and keep the rents on mobilhome spaces within reason. We are aware that costs are rising, but our last increase was $15.00 per month. That is $180.00 a year and with 251 spaces in this park that amounts to $45,780.00 a year and even with taxes and other items increasing it is hard to justify such an increase. We propose that Contra Costa ,County enact such an ordinance , a copy of which is enclosed, for the protection of mobilhome owners . Most mobilhome parks will not accept new tenants whose homes are more than five years old, this makes finding another place to move our homes almost impossible. The owners are aware of this also and know we can't find new spaces and when rents are raised, tenants try and sell their homes and buy somewhere else. This helps the people who sell mobilhomes but sure puts a burden on those of us who would like to stay where we are. We ask that you start the proceedings to enact this ordinance with out delay since most rents are raised during the summer months. It would be of great help to us to have it active this year. This is not a rent control request, but a way that we can keep rents from going higher than justified by increased operating costs. RECEIVED - , • udson :i. Kern, President '3 Friendly Village Homeowners Association. R. o�: 0O502 CtF2�c sa.>� o: sU?_avisoAs CON COSTA CO. I Microfilmed with board order BOARD OF SUPERVISORS CONTRA COSTA COUNTY HONORABLE MEMBERS Or TAHE BOARD: We, who have signed below and stated our office and association name, ask that we be included as signers of the request to enact an ordinance for the creation of a Yobilhome Rent Review Commission. 7 Ila 1 0�5(1�3 ORD.0 NCE NO. An ordinance for the County of Contra Costa, State of California, estab- lishing a Mobile Home Rent Review Coa.mi.ssion. THE COI.ra".-LY Or CONTRA COSTA ES ORDA=q AS FOLLOWS: SECTION here is presently within the County of Contra Costa, a shortage of spaces for the location of L%Aobile i:omnes. Because of this shortage, there is a low vacancy rate, and rents at present and for tine ,past several years, have been rising rapidly. 'This is causing great concern &song a substantial number of Contra Costa residents. Because of the high cost of moving Mobile Homes, the potential of damage resulting therefrom, the requirements relating to the installation of .nubile Homes; including permits, landscaping and site preparation, along with the lack of alternative home sites for Miobiie Rome residents, as weal as the substantial investment of Mobile Ho;reowners in suc.. :.omes; 'fie County fin&-and declares it necessary to protect the owners and occupiers of Mobile Ho-..es from unreasonable rent increases. At the same time, 73he County recognizes the reed of park Owners to receive a "fair return" on their invest;.-.en-6'--- and rental -ncreases siert to cover the increased cost of repairs, maintenance, insurance, upkeep and additional ammenities. SECTION 2: Definitions: a) BOARD - 7he Mobile Hor„e Rent Review Commission Board established by SrXTION 4 of this ordinance. b) COMUSSIONERS - Comni.ssiorers of the Mobile Home Rent Review Commission. c) SPACE REANT - Tlie consideration, including any bonus, benefits or gratuity demanded or received in connection with the use and occupancy of a Mobile Home space i.'1 a Mobile Home Paris, or for the transfer of a lease for pax space, service and amenities, subletting and security deposits, but exclusive of any amounts paid for the use of the Mobile Home dwelling u.^.it. . d) N•OB1ZE HOXE PARK O:.WER or OlrXER - Means the owner, lessor, operator or manager of a :�.�jile Home Park within the purview of this ordinance. e) �AB=jE HOX- T—Wor : �Lvti - :.ears G:.y person e:.ricled to occupy a t Nubile Ho.;.e duelling unit pursuant to oi&nership thereof or rental or lease arrangement wig. the owner thereof. SECTION 3: Applicability - L e provisions o: this ordinance snail not apply to any Mobile home Park contains fewer than twenty-five spaces. (m)5u4 - L - SECTIOi: 4: Rent Review Co.:.;.ission a) There is hereby created within the County of Contra Costa, a Rent Review Coruaission, Consisting of five members, the membership of Which shall be appointed by the County Supervisors to serve at the Supervisor's pleasure. - b) One member shall be a M bile Paris Tenant and shall be selected by the Supervisors from a List of no more than three (3) applicants supplied through the Vobile mome Tena:.ts Association. c) One (1) member shah be a Mobile Park. Owner, Operator or Manager and shall be selected by the Supervisors from a list of no more than three .y, (3) applicants supplied through the Mobile Home Park Owners and Operators Association. d) The Tri.rd, court:., and rift. ,:e.;;bers shall be neither Mobile Park Tenants, (h-maers, Operators nor Managers and shall be selected by the Supervisors from a list of applicants at large. e) Each member s:.all be a full time resident within the County of Contra Costa. f) Co.-imassioners shah serve for a tern of three (3) years except that of those members first appointed by t;-ie Supervisors. The Members who are At-Large Members, shall be appointed for terms of one (1) year, Two (2) years and Three (3) years respectively. The member who is the Paris Owner, Operator or Manager is appointed for a term of three (3) years and t.e .;.e.nber who is t,e Mobile Home Tenant is appointed for a terms of Three (3) years. A member chosen to fill a vacancy created other than by expiration of a term, shall be appointed for the unexpired tern of tl�.e .:,e.::ber vi- - c.e is to succeed. A member of the Commission shall be eligible for a reappointment until he or she has served two full terms without interruption. A vacancy in the Commission shall not impair t:.e rig:.t o� t're remaining.members to exercise the powers of the Com'.iissio. Tour (4) members shall constitute a quorum provided that the te.Za.-it member and the okmer .-.ember are present. Three (3) affirma- tive votes are required for a r-uli:.g Or decision. - g) Cozzzissioners s.all not be compensated for tzeir services or, to Coma-idssion but shall be entitled to receive t.c bu::. of Tni.rty Dollars ($30.00) per person per hearing and a -i-axi.-,.um of Sixty Dollars. (S60.00) per day, when hearing compiai:.ts from she tenants of a park with respect to arent 0050/I''5 increase by =e Parc Owrers:ri? as hereinafter provided. SECTION 5: Powers of the Cor ,ission: Within the iLaitations provided by Law, the Commission shall have the following powers: a) o meet from, ti.T.e ;:o ti:ue -as requested by the County Supervisors of Contra Cas Ca Co::nty or upon the filing of a petition and to utilize County offices and or facilities as needed. b) 7b recieve, investigate, hold hearings on and pass upon the petitions of V.obile Hort-Le Tenants as set forth in this ordinance. c) ib make or conduct sucih independe 'nearing or investigations as may by appropriate to obtain such information as is necessary to carry out their duties. d) To adjust ma •:.u.:. rents either upward or downward upon completion of t:reir heap~3n5s and investigat-ons. e) To render at least semi-annually, a comprehensive written report to the Contra Costa County mousing Authority concerning their, activities, rulings, actions, results oA. f :hearings and all other matters pertinant to this ordinance Vi.ich may be of interest to the Supervisors. f) ib adopt, pro.;.ulgatamenamend and rescind administrative rules to effect the purpose and policies of the ordinance. g) To maintain and keep at the County Office, rent review hearing files and dockets listing the tire, date and place of hearings, the parties involved, the addresses .involved and the final disposition of the petition. n) To assess such amounts of money against the petitioners or respondents upon the conclusion of hearing, as may be reasonably necessary to com- pensate tike aembers of the cor...ission in accordance with the provisions set for in Section 4: h g) Not to exceed the total sum of Three, hundred Dollars ($300.00). A SECTION o: initiation of Co.i-mission Review and nearing Process. a) Upon the written petition of u.ore %arae, fifty per cent (50%) of the tenants of any i:obiie Hor;.e Park exceeding twenty five (25) spaces who will be or have beer, within a ninety (90) day period, subject to a rental or servica,charge ircreare, the Commission shall hold a hearing VU mil • - 4 - no sooner thar. ter. (10) days and no, later than thirty (30) days az aplace and time to be set by the CO:TJi.] SSlOn, to determine whether or not the rental or service charge increase is so great as to be unconscionable or an unreasonable increase. A reasonable continuance may be granted if stipulated to by both parties or at the Commissions discretion. b) The petition shall be accompanied by a cash deposit in the sum of . Three iIwndred Dollars ($300.00), all or any part of which may be assesse againsk the petitioners for costs pursuant to Section 5: h). The balance, if any, shall be refunded upon the conclusion or the. hearing and sub.aissio,-, of findings by the- Commission. c) Upon receipt of the petition, the Commission shall notify the Park Owner Operator and Manager in writing of the petition and shall require from the resporde.�ts a ,"""e cash deposit in the sum of Three Hundred Dollars ($300.00) ail or part of which .nay be assessed against '.:he respondents for costs pursuant to Section 5: h). The balance if any, shall be refunded upon conclusion of the hearing and submission of findings by the Co.-;�-mi ssion. d) All rent review hearings shall be open to the public. _ e) All parties to a hearing may have assistance in presenting evidence . or in setting forth by argument their position, from an attorney or such other person as may be designated by said parties. f) In the event that either the petitioner or the respondent should fail to appear at the 'AA -rig at tyle specified time and place, the Commission slay hear and review such evidence as may be presented and make such decisions just as i.f both par:les had been present: g) The COm-d ss ion shall :sake a final decision no later than ten (10) days after the conclusion of its hearing on any peition. No rent adjustment shall be granted unless supported by the preponderance of evidence s;:b,aitted at the hear-:.r.g. Ali parties to a hearing shah be sent a notice of the boards decision and a copy of the findings upon which the decision is based. _ h) Pursuant to the findings, u"le CoiLT,i$SiOr. shall! require rile ifeDDl ie Home Park Owner to: - Reduce t.e rer...a:. or service charges to a rate to be determined by the Co missicn, 2 - Continue the rental or service - 5 - charge as they existed under the former lease or rental arrangement or 3 - To increase t::e rental, lease, or service charges to a rate set �• by the Co.-.:.fission or to tae rate requested by the Park Owner. i) Ary rental or service charge increases which have been collected by a ' Mobile Home Parti O;pzer pursuant to an increase which is the subject of a petition. for hearings and Which is later determined by the Commis- sion to have beer, excessive, shall be refunded to thetenants within t thirty (30) days. j) In evaluating t:.e rent increase proposed or effected by the Park Owner, the Co.:.zi.ssion s:.all consider increased cost to the owner attributable to increases fir, utility rates and property taxes, insurance, Govern-.. :rental assessments, cost of living increases attributable to incidental sere-ices, no�:..ai repair and maintenance, capital improvements, upgrading and adaition of a:,.;.er.ities or se-vice as well as fair note of return on investse.nt and increased property values. These considerations will be taken on the a+�,our.t of monies he will receive on the raise per unit in his paeic. k) Me conclusions and findings of the Comanission shall be final and there shall be no appeal rights to the County Supervisors. SECTION 7: Separability. If any section, subsection, sentence, clause, phrase or portion of this ordinance is for any reason held invalid or unconstitutional by any Court of competent jurisdiction, such porzU-on shah be deemed a separate, distinct and an independent provision and such decision shall not affect the validity of the remaining portions thereof. SECTION 8: unless. extended by further County Supervisor action, this ordinance shall expire and have no force and effect or. or after January 1, 1988. SI)O `l0N 9: the County Supervisors snail sign the ordinance and shall cause the same to be published once in t:.e Contra Costa rA!.;.es Paper, a newspaper of general circu- lation in. the CGunty, and :::.i=y (ZO) days thereafter this ordinance shall take effect and be in force according to Law. Introduced at a County Supervisors :14eting - Date Spokes.person for vooile Hoae Park Tenants - �►� �i(�fi�' A In the Board of Supervisors of Contra Costa County, State of California May 9 , 1978 In the Matter of - Bylaws and Structure of the Economic Opportunity Council. The County Administrator having placed on his May 93 1978 agenda the request of the Economic Opportunity Council that the Board approve its revised bylaws for 1978-1979 and authorize the Acting Director of the Office of Economic Opportunity to submit said bylaws to the U. S. Community Services Administration for ratification; and The Board having also received the recommendation of the Economic Opportunity Council with respect to the designation of various public and private organizations for continued represen- tation on said Council for 1978-1979; and Supervisor E. H. Hasseltine having stated that he would not vote to approve said bylaws until after he has had an opportunity to review them, and that he had received numerous requests from agencies asking for membership on said Council, that he was concerned that the United Council of Spanish Speaking People was not included; and having questioned the method used in selecting the various agencies; and Supervisor W. N. Boggess having noted that the Human Services •Advisory Commission was established to provide for better coordination in the provision of human services, and having recommended therefore that the Human Services Advisory Commission review the composition of the Economic Opportunity Council and the proposed bylaws and submit its recommendations to the Board as soon as possible; and Board members having discussed the matter, the recommendation of Supervisor Boggess is APPROVED. PASSED by the Board on May 9, 1978. • 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: Human Services Advisory Com. Supervisors c/o Human Resources Agency affixed this9th day of May 1978 Office of Economic Opportunity Director, Human Resources Agcy. County Administrator J. R. OI.SSON, Clerk By �`�'I c� � . Deputy Clerk 00509 H-24 4/7715m BYLAWS OF THE ECONOMIC OPPORTUNITY COUNCIL OF CONTRA COSTA CO DI c EIV D Administrative Board of Contra Costa County Community Action Agency', MAY f 1978 J. R. OLSSON CJER0A C� SUPc' RS �COSTA ................ , The ECONOMIC OPPORTUNITY COUNCIL OF CONTRA COSTA COUNTY (Hereinafter referred to as the EOC) adopts the following Bylavis on April 27, 1978 to govern its operation: ARIICLE 1. OFFICES Section 1.1 Principal Office The principal office of the EOC shall be located in the County of Contra Costa, State of California. The location of the EOC's office shall be established from time to time by the EOC. Section 1.2 Other Offices The EOC may, from time to time, establish other offices in the County of Contra Costa, as may be required to provide the services of the EOC. ARTICLE 2. PURPOSE Section 2.1 Primary Purpose The primary area-of-activity for the EOC is to funct-ion as the Administrative Board for the Community Action Agency for the County of Contra Costa, State of California, under the provisions of the Community Services Act of 1974, and as amended. Section 2.2 Secondary PurposeS a. To administer grants, allocations, and/or bequests from governmental \ agencies and others to support the legal functions of the EOC. b. To administer program development activities for the benefit of individuals and/or groups in order to eliminate or reduce poverty in the area served. c. To cooperate and coordinate with other agencies, both public and private, including but not limited to the Area Councils, in order to carry out the activities of the EOC. ARTICLE 3. 14EMBERS OF THE EC0,101•!IC OPPORTUNITY COUNCIL Section 3.1 Membership Membership on the EOC shall be available to all eligible persons (as defined in the Community Services Act of 1974, as amended.) The EOC shall consist of not less than 33 nor more than 45 members. The EOC shall determine the number of representatives to comprise the EOC in the forthcoming year, at the scheduled January meeting. 00510 Microfi!rn. ed with board order - Vie-number of representatives--established by the E0 "each-_ye'ar'shaII b� ni mho," divisible by three (3), as specified in CSA Instruction 64CGrO.L,_Ear�s-��, representative =hall be entitled to o;:e (1 ) vote. a. Residency Requirement All members must reside In tha Cotin-t"/ of Contra Costa, S-laic of Cat i fornia. All elected public officials and their representatives and alteinnfon who are each selected to represent a specific geographic area or political district within the County on the EOC, MUST RESIDE IN TI-It1T ARTA OR DISTRICT 1WH I CH HE/SHE REPRESENTS. This residency requirement also applies to representatives of the poor who are selected to represent the poor of specific target areas, and to representatives of private community groups or interests which are organized on a geographic basis. Section 3.2 Fees 8 Charges Neither the EOC nor the Area Councils shall charge a membership fee or assessment to any member of the EOC or Area Councils as a condition of attending, participating in, or voting relative to the actions of the EOC or such Area Council . ARTICLE 4. AREA COUNCILS Area Councils shall be organized and governed according to the guidelines set forth in the Delegation. of Authority and Organizational Policy, adopted by the Board of Supervisors on October 4, 1977. Each Area Council must develop its own Bylaws which must adhere to the minimum requirements found in the Organization Policy. Area Councils, while serving their areas as autonomous boards, formed according to provisions set forth not in conflict with these Bylaws, the laws of this State, ordinances and rules of the Board of Supervisors of Contra Costa County or of the Federal Government, shall be recognized by this Council and shall have the power to regulate their own operations; provided, however, that should such Area Council (s) deviate from the requirements established by these Bylaws, County, State or Federal Law, or the provisions of the Community Services Act of 1974, as amended, and any regulation established in accordance with the provisions of said Act, that such Area Council (s) shall be required to comply with such requirements, or cease to be recognized by this Council after completion of grievance procedures, of not more than four -)nths, as set forth in Article 9. Section 9.Ic. of these Bylaws, whereupon a new entity may then be recognized for the purpose of representation fron such area(s) . -2- The Council , through i ts- n nbersh i p,sha l l at its annual--meet i nU I f needad, esTablish or re-establish-areas within Contra Costa County in which-Area Councils shall be formed to elect representatives and alternates who reside within the geographical area of that Area Council to the Economic Opportunity Council of Contra Costa County. Each representative and alternate to the EOC shall be deemed a member of this council and shall be entitled to participate in the proceedings of the EOC and to represent the Area Council members by whom he was elected as a Class II Representative. Such designation(s) must receive Board of Supervisors, Contra Costa County, approval prior to enactment of any changes. ARTICLE 5. ECONOMIC OPPORTUN 1 TY COUNCIL M011BERS Section 5. 1 Term of Office Each representative and alternate shall be elected or appointed for a term of one (1 ) year, commencing at the July meeting of the year of their selection. Each representative and alternate may be reelected or reappointed for additional terms of one year each not to exceed the maximum limitation of service as described in Section 5.5. Section 5.2 Category I : Elected Public Officials hot more than 10 calendar days after the scheduled February meeting, the public bodies responsible for the selection of the elected public officials shall be notified in writing of the number of such officials to be selected (one-third (1/3) of the total number of representatives), as follows: a. The Contra Costa County Board of Supervisors shall be the primary agency for the selection of public bodies. Recommendations may be made by the EOC as to which public bodies should .be selected. The EOC is to be not:Lfi.ed of the selectioh of public bodies within thirty (30) calendar. days-: b. The designated public bodies shall be notified of their selection, including the number of representatives and alternates to be seated on the EOC, and the guidelines by which to select such representatives and alternates. Appointment of the designated elected public officials shall be made by the appropriate public bodies, and notice of such appointment shall be given to the Contra Costa County Board of Supervisors, not later than the first business da of June. 042 -3- A pub I i c otti-ci al chosen to serve may i n turn, designate a r_,_,•.,�n�,_,, ��: This latter action should occur only when the official chosen to occupy a scat intends his or h::r representative to play tho principal role of a council r,::mbcr, for that public body, and not merely serve as an alternate when he/she is :absent. c. The representatives and aIternates -seieci-ed shall be c%artifi--d by proper form.. by the staff to the ECC that they are qualified to b=3 seated on the EOC. The Rules Co.-,uai:tee, prior to the June EOC meeting, shall review and Hake recommendations on approval of the persons selected to the EOC. d. The EOC shall approve of the representatives and the first and second alternates at the June. EOC meeting, to be seated on the EOC in .trrly. Section 5.3 Category 11 : Lour Income Representatives a. Area Councils shall elect their low incomo roprosontatives and first and second alternates to the EOC in May, to be seated on the EOC' in Ju!y. b. Notice of members elected, together with their addresses and phone numbers shall be communicated in writing to the office of the ECC no later than the first business day of June. c. According to the method described in 5.2c and 5.2d, low income representatives and alternates shall be certified for seating on the EOC by the Rules Corom i ttee and approved by the EOC. Section 5-.4 Category ill : Organizational _Rpp;�gs�qtatives The remainder of the m---ambers of the EOC, not selected under pvosiions of Section 5.2 and 5.3 shall be members of business, industry,' labor, religious, welfare, education. ethnic groups, and other major private groups and interests in the community. D. Upon recommendations of tha. Rules Committea, organizations providing these representatives shall be selected by the EOC at the February meeting, and notified within ten ( 10) calendar days. b. Following notification of thair selection by the EOC, each organizational shall appoint or elect a representative, and a first and second_ alternate, with novice of such appointrTiants, including the name, address and phone number of the chosen representative and -4- 00513 a 1 ternate§, to ba�commun i catad i n writing to tiZ� off' of the EOC - no later than the first business day of June. If :,;uch or-oani7afion -shall fail to appoint or elect a representative, the EOC shall notify the first alternat© organization recommended by the Rules Committee and shall request such alternate organization to appoint or elect its representative and a first and second alternate within thirty (30) calendar days-of notification. c. According to the method described in 5.2c and 5.2d, the organizational representatives and alternates shall be certified by the Rules Committee and approved by the EOC. Section 5.5 Limitation on Service a. No EOC representative or alternate shall serve as a representative or .. alternate for more than three (3) consecutive years and no more than a total of eight" (8) cumulative years without at least a one (1) year break after any uninterrupted three (3) year period of service, effective 9/19/68. .b. The limitation on service provisions of Section 5.5a does not apply to the elected public officials or their designated representatives-. c. Alternates of elected public officials are subject to the same limitations as specified in 5.5a. Section 5.5 Removal of Representatives or Alternates The EOC shall remove any representative or alternate who fails to attend three (3) consecutive regular meetings of the EJC, without pre-arranged excused absence. Prior to their removal , written notice shall be given to the representativ-- and their alternates. as well as their appointive or elective body, upon . confirmation of their second consecutive unexcused absence. The EOC shall remove any representative or alternate for conduct unbecoming a member of this organization. Section 5.7 Alternates Any organization authorized to select .a representative to the EOC shall select a first and a second alternate for each representative. An alternate shall serve as a representative in the absence of that representa- tive and shall be entitled to the full privileges of a representative except that they shall not hold elective office, and in the case of alternates to public officials, shall be subject to provisions of 5.5c. a. An alternate serves as the representative for the duration of the 00514 -5- meeting if the alternate answers roll call . b. -Al ternates who have s—w—od thea i" r..o.,i m.,n, a i l oted t i:me of eight-CS) cumulative years may not subsequently serves as roprc%=c-n-rTti ves or alternates to other representatives. d_ The appointment of either a low-level local government employee or a non-government employee as a representative or an alternate to an elected public official is inappropriate. Any staff representcH ves or alternates appointed by an elected public official should be employed in a policy-making (not a ministerial ) position_ Section 5.8 Vacancies a. Category I - Vacancies on the ECC shall be filled for the balance of the unexpired term by the body whose seat has become vacant. b. Category II - Vacancies on the EOC shall be filled for the balance of the unexpired term by the area Council whose seat has become vacant. c. Category III Organizations on the EOC: In the event that a Category III seat on the EOC becomes vacant, public notice of thirty (30) calendar days shall be given. A prioritized list of eligible and desirable organizations shall be developed by the Rules Committee and approved by the EOC. The top-ranked organization shall then be notified and be given thirty (30) calendar days in which to respond with names, addresses and phone numbers of representatives and alternates to be seated on the ECC. These members must be certified and approved by the EOC before being seated_ If the top-ranked - organization does not respond, the next .ranked organization shall be selected. Section 5.9 Eligibility. Any person residing in. Contra Costa County is eligible to be a representative or an alternate to the EOC if selected in accordance with these Bylaws, except that the following may not be a representative or alternate: ' a. An employee, or a relative of an employee, of Central Administration or of any Delegate Agency, whether or not salary is paid through grants or contracts administered by the EOC or such salary is in whole or part claimed as local share to such grants or contracts. b. A member, or a (*) relative of a member,. of a Board or Project Board . . � 00515 -6- - -� - `of-any Cjiogato hg-Rcy,. or anyone, or 6 relative of anyone, who serves in any capacity of the organizational structure of any delegate agency. c.= Any person under 18 years of age. d. A low income representative 'or alternate if he/she does not reside in a target area. ( ) A relative shall be defined as: Husband I-life Father Father:in-Law idother Mother-in-Law Brother Brother-in-Law Sister Sister-in-Law Son Son-in-Law Daughter Daughter-in-Law *As taken from CSA Instruction 6900-01 (CAP haemo 23-a) Section 5.10 Conflict of Interest No member of the EOC shall receive any financial benefit from his participating i.n the EOC other than those allowed by appropriate Federa, State, County legislation. and CSA rules and regulations. CSA regulations shall include, but not be limited to, CSA. CAP haemo 23A, Personnel Policies and Procedures, and CAP Memo 75, ConfU cts of. interest in Community Action Program Contracts, and County Board Conflict of r Interest Resolution No. 76317. Section 5.11 Adequate Representation on EOC a. Any representative group of the poor which feels themselves to be inadequately represented on the EOC must submit a written petition for adequate representations. b. The through its Rules Committee, "shaI1. provide a fair opportunity, Including an informal open hearing with a. thirty (30) calendar day notice for petitioning agency or group to present its case for more adequate representation. c. The EOC shall act upon the information and recommendation offered by its Rules Committee and shall provide a written statement of reasons supporting the actions taken by. the EOC on the petition. This statement shall be submitted to the Board of Supervisors, Regional CSA, and the petitioning group_ ARTICLE6. 14EETING OF THE EOC Section 6. 1 Seating of Nembers and Election of Officers a. An Ad Hoc Nominating Committee shall be formed at the .•'.ay EOC meeting and charged with the responsibility of bringing to the June EOC meeting a nominating slate for officers for the con[q /yMt -7- ll tt II ccJJ l :-'.[i.' Tne"'�Offica' of EOC will bring to t:�e Ad Hoc Nominating Committee, at its June meeting, the list of Area Council, Public Oficial and Organizational Representatives and Alternates elected or selected prior to June I, in order for the Ad Hoc Nominating Committee to determine who is eligible for consideration for the slate of EOC Officers. c.+"The Ad Hoc Ncminating Committee shall present its report at the June EOC meeting, at which time nominations will also be accepted from the floor. No nominations from the floor will be accepted at the July meeting. d. Officer elections and seating of members shall take place at the July EOC meeting. The Ad Hoc Nominating Committee shall conduct the elections. Section 6.2 Regular Monthly Meetings The EOC shaII meet each month on the third Thursday at the hour of 8:00 P.M. Section 6.3 Special Meetings Special meetings of the EOC may be held at any time upon the tali of the President, the officer acting in his/her absence, or upon written petition of any five (5) members of the EOC. Section 6.4 Place and Notice of Meetings All meetings of the EOC shall be held In Contra Costa County, unless a different place for such meetings is approved by the President. Notice of all meetings of the EOC and a copy of agenda shall be mailed to .members, postmarked not Iess than ten (10) calendar days prior to said meeting. Notice of all meetings shallbe forwarded to news media and public and private organizations within target areas. Section 6.5 Records of Addresses of t-lembers The Third Vice-President shall maintain a current list-of names, addresses and telephone numbers of the members. ' Section 6.6 0-!orum One-Half (1/2) of the total membership of the EOC, or any of its committees, shall constitute a quorum for the transaction of business_ LS- ,mac :Eqn 5.7 Pub is IMeetin� Ai t mcc;Ings of the EGC and/or an•; -corrmet't r�-;hereo€, shall be open, public meetings, unless otherwica siafe:0 in accordance with the Brown Act, effective September 9, 19JJ with nny additions or amendments thereto. ARTICLE 7. ELECTED OFFICERS OF THE EOC Section 7.1 Officers The officers of the EOC shall be the President, and First, Second and Third Vice-Presidents- The Officers shall serve a term of one ( 1 ) year, and may succeed themselves. They must be members of the EOC. 11ambers of the ECC who are Federal employees cannot hold the offices of President or first Vice-President of the EOC. Section 7.2 President The President shall : (1) preside at all EOC meetings, (2) have general supervision over the business conducted, (3) execute, in the name of the ECC, all EOC authorized actions, except those actions authorized by the EOC to be carried out by other EOC members or by staff to the EOC, (4) assign the First, Second and Third Vice-Presidents to the standing committees, also see Sections 9.2 & 9.3; (5) have such other powers and duties as may be assigned to him/her by the EOC and (b) be responsible for ensuring that the EOC follows all applicable and appropriate rules, regulations and Bylaws. Section 7.3 First Vice-President The First Vice-President, in the absence or inability of the President to act, shall exercise all the powers and perform all the duties of the President_ �He/she shall serve on a Standing Committee as assigned by the President. The First Vice-President shall also have such other powers and shall perform such other duties as may be assigned to him by the EOC. Section 7.3 Second Vice-President The Second Vice-President shall keep or cause to be kept a written record of meetings and proceedings, including all voting action, at the request of the President. He/she shall serve on a standing committee as assigned by the President. The Second Vice-President shall also have such other powers and shall perform such other duties as may be assigned to him by the EOC. -g- 00518 L Sect i on -7.3 Second Vice-President The Second Vice-Pre=i denfi she l l-.ksep or cause to be kept a written record of meetings and proceedings, including all voting action, at the request of the President. He/she shall serve on a standing comr.ittee as assigned by the President. The Second Vice-President shall also have such other powers and shall perform such other duties as may be assigned to him by the EOC. Section 7.5 Third Vice-President The Third Vice-President shall review with the Executive Director all financial records prescribed by lave. He/she shall serve on a standing committee as assigned by the President. The Third Vice-President shall also have such other powers and shall perform such other - duties as may .be assigned to him by the EOC. Section 7.6 Additional -Appointments The President, with the apprpval of the EOC, may make as many additional appointments as is necessaryto conduct the business of the EOC. The President will appoint the Parliamentarian; ARTICLE 8. STAFF Section 8. 1 All paid staff of Central Administration are employees of Contra Costa County and as such are subject to all pertinent rules and regulations as may be established from time to time by the County Board-of Supervisors, or any other duly authorized official or office of the County Government. Section 8.2 All paid staff of Central Administration are assigned to the County Office of Economic Opportunity, a division of the County Administrator's Office. All staff are responsible to the Executive Director, who is responsible to the County Administrator. -10 0059 Section 8.3 Executive Director a. Se!ection: The Executive Director shall- be appointed by the County Administrator in keeping with appropriate personnel procedures as adopted by the County. The EOC may, in a manner it may.determine appropriate at the time, maize recommendations to the County Administrator and the Board of Supervisors on the top three candidates for the position of Executive Director from a.-wna the approved candidates on a Civil Service eligibility list. b. Duties: The Executive Director shall : (1 ) Supervise the day-to-day operations of OEO staff: (2) Monitor all programs, processes and activities which are delegated by the ECC to the Delegate Agencies and Area Councils, and will cause to bring before the ECC any case of non- compliance with the dictates of the EOC which may occur in the operation . of the delegated programs, processes and activities; (3) I-sake recommendations to the County Administrator for the selection and employment of all OEO staff, subject to County personnel procedures, and recommendations to the County Administrator on the discipline or termination of all OEO staff; (5) Prepare, or cause to be prepared and submit to the EOC f each month a report which shall include t he following items as appropriate: The status of all EOC programs, projects and activities, the financial activities of the EOC, including expenditures, and/or additional reports required by the EOC, and others deemed necessary by the Director; (6) Be authorized to make such decisions, and to take such actions, as may be necessary to accomplish the purpose of the EOC under its Bylaws and Directives; (7) Perform such other duties and have such other powers as may be assigned to him by the EOC; and (8) Assure that_ the EOC is operated in accordance with the Byla:is and directives of the ECC. The Executive Director may not perform any acts which are prohibited by County, State or Federal legislation or regulations. He/she may not deci.ine to perform those acts required by County, State or Federal regulation, even when directed to do so by the EOC. In the above situations, the Director shall make a written 00420 -1I- J report to the .Exacutive Commit-tee indicating the actions taken in opposition to the EOC directives and the reasons thorefore. Section 8.4 Equal Opportunity Officer The County Affirmati-ve lection Officer shall be the affirmative action officer of the EOC. ART I CLE 9.. COMMSITTEES Section 9. 1 . Executive Committee The Executive Committee shall consist of nine nambers: President, First Vice-President, Second Vice-President, Third Vice-President, Chairpersons of the Mules, Program Development, Training and Affirmative Action Committees and one Area Council Committee .. representative who must be a member of the EOC. The composition of the Executive Committee shall substantially reflect the geographic and proportionate categorical representation ( 1 , 11 , and III ) of the EOC. All standing committee reports..shall be reviewed by•the Executive Committee. a. The Ery= etiva Committee shall act as Central Administration's Advisory ,Board and the Personnel Committee and the Grievance Committee. Three ;members of this committee may be empo:vered to serve as the Personnel Committee and as the Grievance Committee. b.. -As the Personnel Corzittee, it shall review and recommend salary schedules, recommend job qualifications, review and recommend .applicants, advise on job placement procedures, review and recommend R writing and impIamantation of the "OEO Personnel Policy". c. As the Grievance Committee. it shall hear all complaints arising out of programs and procedures under the Community Services Act . of 1974. All parties bringing individual or group complaints regarding programs and- procedures shall have the right to appeal adverse decisions first to the Executive Committee, second to the full EOC, third to the County Board of Supervisors, and finally to the Regional Office.of CSA. -12- 00521 d. Executive Sub coi:--ilttees In perforr:ing its du-_ies as Personnel and/or Grievance Committees, the Executive . Committee shall' .be empowered to appoint subcommittees consisting of three (3) or more members, including a representative, from each category of representatives, to conduct hearings, investigations and surveys , and make reports to the Executive Committee as a whole. Section 9. 2 Standing Committees All standing committees except the Area Council Committee, shall consist of six members and shall substantially reflect the geographic and proportionate categorical representative (1,11 and 111) of the EOC. The President, with the approval of the Executive Committee and the EOC shall appoint the following standing committees : Section 9.2a The Rules Committee shall: (1) recommend geographic boundaries for area council target areas, (2) recommend formation of Area Councils, and representation of those Area Councils on the EOC, (3) recommend approval of Area Council Bylaws, (4) review Area Council petitions for membership after Area Council certification, including petition signatures to insure proper target area representation, (5) recommend number of representatives on the EOC, (6) recommend public bodies and private organizations to be seated on the EOC, (7) review applications for membership on the EOC, (8) recommend organizations to fill vacant EOC seat(s) , (9) investigate allegations of conflict of interest, (10)review questions and complaints of non-representation on EOC or Area Councils, (11) review and recommend proposals for amendments to the EOC Bylaws and Rules of Procedure of the EOC and (12) review Area Councils ' compliance with Organizational Policy and make recommendations to the EOC on any area council' s non-compliance. Section 9. 2b An Area Council Committee shall consist of one (1) representative chosen from each target Area Council_ The committee shall review and screen all actions, recommendations and requests from target Area Councils. The Area Council Committee shall serve as a continuing Program Evaluation Committee and follow established guidelines for evaluation of CSA Programs. -13- 00522 Section .9. 2c' .The Program: Development Committee shall do Ibng range planning for the EOC, initiate and implement the annual planning process, including the monitoring of the program progress review process ; review and recommend new program suggestions; review all program applications- and review requests for COB funds and make recommendations to the EOC on the disposition of carry over balance funds. Section 9. 2d The Training Committee shall be responsible for (1) developing Training and Technical Assistance (T/TA) policies and procedures, (2) developing and implementing an annual T/TA plan and (3) reviewing and acting upon all routine and special training reuests submitted in accordance with the approved procedure. In addition, it shall be responsible for approving speakers and planning training sessions. Section 9. 2e The Affirmative Action Committee shall review and recommend the Affirmative Action Plan, including amendments, and monitor and evaluate in cooperation with the County Affirmative Action Officer, the implementation of the Affirmative Action Plan. Section 9. 3 Temporary or AdHoc Committees The President may appoint such temporary or ad hoc committees as may be necessary from time to time to provide special services , analysis, review, investigation or research for the EOC. Such committees may be appointed only with the approval of the Executive Committee and the EOC. Such committees shall be considered temporary, and shall be automatically disbanded upon completion of the specific assignment under which they are activated. They shall not, however, disband without having rendered a final report to the Executive Committee and the EOC, which report shall include their statement of expenditures in furtherance of the duties of that committee. Section 9. 4 Ratification of Committee Action All committee action must be ratified by the EOC before it becomes finding on the EOC. -14- 00523 5�cticn :'..5 Comr;.it�ea �;�^5arship_ Individuals who .ra not r:er5srs of the EOC m:ay Z,a appointed by the Pres i duet to comm i tteos in an ux-of f i c i o capacity, i�� order to u F i l i ze their sp=ac i a 1 i zed training, kn...w I edge or experience. Ex-officio members shall nit bis entitled to vote or serve as chairmen of EOC comm i ttees. ARTICLE 10. RULES AND PROC'ED'URE Section 10. 1 Adoption The EOC may, from time to time adopt rules of procedure to implement the operation of the EOC. Such rules shall be in writing, and continue in force and effect until amended. Section 10.2 Availability ?f Reports for Public Review AAI reports, books, . and other documents of the CAA shall be open for public review in keeping with following policy: a. Request for review shall be made in writing, indicating nama and address of person requesting such documents. b. Requests shall be made during normal working hours of the office where such documents are located. c. A log shall be m:.intained in each office to record all such requests, d. No documents sha! I be allowed to be removed from the offices of the CAP except at the written permission of the Executive Director or his designated representative. e. In no case will any information from an employee's personnel file be made available for public review, except salary range information, dates of employment and job title. f. In no case will confidential information as designated by the County Auditor, Internal Revenue Service, or other regulatory bodies be made available for public review except as provided .by the rules of such bodies. -15- 0052 SOCtion 10.3 General Rules of Procedure _ .Unless j.n-ca.-if11ct with the appPicable I r,, Ry 1 a4is rr pu t cs of p•ocedure adop,t-o-1 .hy -1-hp. FOC, Roh-ar t o= Miles of Order shdl I -Orw--:ern it.., procedure and conduct of meetings of the EOC and its committeas. Section 10.4 Conflicts In case of any conflict between applicable la-..is, EOC Bylaws or Rules, the following ordar of precedence shall apply: Federal Law, Laws of the State of California, County Board of Supervisors' _ Rules and Ordinances, EOC Bylaws, written Rules of Procedure adopted by majority vote of the EOC and P.obert's Rules of Order. Section 10.5 Suspension of Rules A motion to suspend these rules and bylaws shall require a two-thirds (2/3) majority vote of the established quroum. The motalon, effective only for the meeting during which the motion was made, must define the rule or bylaw to be suspended. ARTICLE 1 1 . VOTING Section 11 .1 Voice Vote EOC and committee votes shall be voice votes, except as prcvided in Section 11 .2. Section 11 .2 Roll Calls Any Council mrnber may request a roll call vote on any action, provided such request is made prior to the first vota on that issue. The presiding officer may require a roll call in the case of a vote that cannot be determined from the voice vote. Any member, supported by a majority of those entitled to vote, may challenge tho Chair's ruling, and requires a roll call vote. ARTICLE 12. AMENDMENT PROCEDURE Section 12.1 Submission and Raview Proposed amendments to those Bylaws or to the written Rules of Procadure of the EOC shall be submitted in writing to the EOC, and -referred to the Rules Committee for review and recommendation before action is taken by the main body. Soction 12.2 Action on Amendments The recommendation of the Rules Committee -16- .. ... ..... • . " . .. . r r- an These p ropos%t.aroar -(s l, al ong-w its a eopy...af-the current EOC Bylaws' sect i or,; sh a I 1 ba �rki i 1 ed toy a I i EOC u*mh�r and Area Caunc i I Cho i rporsons at least 110r:y (3O) calendzr days prior to Tisa ECC r ,;::: ina at which action wi i I bo taken on the proposaC a:�andment(s). hir�p:loft steal i rc�euira a 2i3 majority •vo+e of the established quorum. Soction 12.3 These E}laws shall becom-a affective upon approval of the . Contra Costa County Board of Supervisors and ratification by Regional CSA. Ail changes, 4mendmrnts ani deletions must receive approval from said bodies prior fio enactment. • :.,I • .. ,:.fes .. .. :. _ . . .." .. . . . ... r .. .. t. ..... .. .::.,.. -... .. ... . ..-... .... .. :. ... .:. .......... - sf+�'-% .. ....:.. .....:. .... .:. - . ... .. .. ,. .. .-. .., .. .. . . .::.. .. .. .. .. ...... .... .. .. _.. v..... .. ,. ,.. "s..::'. .. . .. .. .... r,.:.. .... , ... .. ..- .. .. ... ': .: ... .. .. ... .. v. v...... .. .. ... _ .. , .....,. ... <..... .. ... _...: a.:.. ...: .r• .....!,... - -. ...... .. ... .-. n.c...a - �/f i I'- ........:r.,; ,..,.:: <:� .�. .::r.:..;,;::: ,... ,.r. , .-.... .,..,...: ate .,.,•.,,.. ''i:,:. .....a_ .., x -..,.�.... ...t. .... .... ... -.. . ... .. .. ..... .. .... ... .: .. '.:-,oi :: .. .a.. .... ....-n,x�>..., ...,. a. ,- ,. ... .. ...,. .. ..a..:_.. -. . . . . • - .r a :J..,,,:. ... _ :.r............. .a ..-,,. :, .. ,'a=z . ........ ......'.. x'c ::i rr z _ ':4 :✓ ,:: .........;, ,.- . .Y ,. ..", . :....<.r..........�.. .. <. ,..:..:.. r.,, S S :Y':' , ...r l.a .: ....... .......:. ....:.:..... .......:::..r.,-.t..::..,.. .. .... .. .« .. .. . .... .. a ... ._ ....,...., :.:�;..: .. .. .... ,.s_ ..... .::,.. .. .. .... s .... .. .. ..: - .... ... ....... ....... ....e .a.: :..':.�<:n.... r :...-:.r. .i ::.. .a... ..r..........r _. ..,v......: :'Y`a ::..,' 5 .. ..>_.. .,...,.r. 7,.,. ., , ....>. ..,..?-.,...,,,. ..... -, ............ .. r,...a. a .4., ...r. .-.. x... .. ...,...,..............:. :.:............:.... r. - S. _ ..- .. .x- - ,n . ..�.. r..,x ..... ... .. , .ter. .....ca 3: ,.. `t#''' .. ..r.,. , r . .r..... ....,.-e..,.• f... .. .. ............. .: .�.. ,V5' ..... , • t te...._ark=i /r. .e..Tl -c. v::r:e ... ...-... a .s ....r....... x.... ,. ... .. ,... ... .. !r ,} _ !31i:.,• �. .... s ,.,r; .. . .rte x. ....,r.,.... Y -..... c x... ....., .P ..._._.... .... ,.. .. ... .. o:... .r:Jj�A'- ... .. .. r .... . ..... ...... .... .. .." .r . .. .., .. t..... ...;Y. .(...... c.....,r.:.:.,.:x ... .. .., .. ..:: .. ... ......:..Y... e r r .. ..-. ._. ...-,.. - - .. ..:....,:.:F.' .z.., . .... ....... .. ;-.'- r .. .. .. .i. .e .. -.'�:. .:ri':.:: fx a.... ...... .r .. .. , .. r-. ;:r :..:. .. ..... . .. ... .. ... ,...f.... ... J r ..-<. - �. x .::.: .:.. : .. r , .- .. ..._.... ,., a r..... ....r..-.r:. ....,.. .. ......1. .7....r-.. .r.. ....... .. .. .-... .... .. - a.....`.,v..'.M ... F r... .r. . . .. _ .. .. . . .,a.......:,..... ..r.:.... .. . . .. s t ...,1,,.. .. .. .. . .t. ... r .. 4 .. ... . . .... .. ....:... r. ..._..:.. ::r. . .......-.s.. .,...- .A.r,,.l < -n. .. ... .,.... .. .. .r...: ....,. ... .. .. , .... ....._7 .t..... .. .. a.\:- .,. . ..,"%.:1,.. .......e.. ,.'.F T ,......<..... .-..:. ......:.....:c - r - . .. ... . ... .: _, ....._ r.-..... . . - .. ..:-n. ...£.. : ... ... . , .r .,3. .-. ...... ... ,n..,n..- ..,/., .F rr.� ;i�4 ri.......:.......a i,.,.p':�: _...-'.,`.moi ...T:'..._1-..._.. ..a: - ..:.: -e• ';r .. , .....r.. .. .. .. .,.. ... S.rn:�,.,.r.:. . .._,... .. .: r.,.. r..,.., .. ., .. ... - .... _. ....,..... e-.s. .. tt-'nf'".� r. c .. .• ... v.4 .... .. ...: ,..,.r....... ..<... ..r a... ...., ....<...n F. ki .,r .......£..... < .. ..-.......:...- .. ,...s......u:,t., .. ... . .. -.... ,� ...:... .,. ,,:.•..-..-.�...:.-,y . .r_......... r--,.t. ...:..:. ::.....:::. SFr 'r,L a ....a ,.x , .r.a a ' .. ...f..:...,..,r ..e,.. ,... _ ._ ......, .. .,e ...r ,3 .,f, ..fit' S!' iaX:. {........i, w .,.:.n:_........., ._. .. a.fis.. - a.�'i':::, „+i',r'es; r .: v . .. 0 .x.t,r ....n .n.v,.., t..Y.. ... ,..rn .. : a.. + :....+<;,:r :511:_. N t^ .. ,-... H:.....,....r.....->..r,r .. ._..i n e, n. -...•.t..Aa ,..-., ...... n trR S,`::< ,T'.`1�.: r=6TVF ..,...r, ..., r. .......... ....2F.......- ... .:.r :n:; .. ,....,r...... .r:.> .........r. r+.::, .i........ ........... — ., ... ._, , .... .,.. t: .. . . ,.. .. Y ...r...,.r s,t .,. ......... ...... ...... .. ... a ..:... ... f14::'.` , r,. ... ...-. .. , .. ,y.:: .. .. .. ... ....::._:::....... ...._.: ,.i.:.a ..1P: .. >.......s :::. - - :1 a ......v,,,.,. <......n...: .4-`.. .... ...,... .:... .. .r .... ... .,., :.... .......,n Y ..,r<a r. ... ...._.._ _ .,:.... .. .is F .-. .. ..ei..p.,.',:.i;. ....•:.c,.... t r?; ..... .. .<. ... ..... r.- .n.. -.s. ..:. r..........,.,.,,; - ... ... -- e._:'<'.�' u, ;te a; ,11ice of Economic Opportunity Cera Community Services (944-3333) /2265 Contra Costa BoulevardC � Project Head Start (944-3475) Costa Pleasant Hill, California Housing Counseling (944-3477) (415) 944-3333 ��� Bea Goff Acting Executive Director ���, f-� K.-C �. fail' i-9'? 8 Office Of MEMORANDUM - C:,u:�Y/ f-�crs�::�:s;rcTor, TO : Arthur G. Will , County Administrator DATE: May 3, 1978 FROM : Bea Goff, Acting Executive Director SUBJECT: Selection of Public Bodies and Approval of Private Organizations for the 1978-1979 Term of the Economic Opportunity Council According to the by-laws of the Economic Opportunity Council , the Board of Supervisors is responsible for selecting public bodies to the EOC. The number of these public bodies to be selected for the forthcoming year is eleven (11). At its April 27, 1978 meeting, the EOC recommended that the Board of Supervisors select the same public bodies now on the EOC for the 1978-1979 term. These eleven public bodies are: five from the Board of Supervisors (each Supervisor), two from the Mayors Conference, City of Richmond, City of Pittsburg, County Board of Education, and the Oakley School Board. The present by-laws of the EOC also indicate that the Board is to approve the selection of the EOC of the private organizations to be on the EOC. At its April 27, 1978 meeting, the EOC recommended that the private organizations now on the ECC be kept on the EOC for the 1978-1979 term. These organizations are: Central Labor Council , Mexican-American Political Association, National Association for the Advancement of Colored People, Richmond Council of Industries, 50 Plus Club, and Filipino-American Association. It is necessary that the Board of Supervisors makes its selection of public bodies and approves of the private organizations at its May 9, 1978 meeting so that these selected public bodies and the private organizations may be contacted to appoint their representatives and alternates prior to the June EOC meeting. BG:ph RECEIVED MAY 9 1978 9 'C RA CCS) � board icroiilmwith brd order M �O IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Problems of the ) May 9, 1978 Economic Opportunity Program. ) In considering the County Administrator's agenda Supervisor E. H. Hasseltine expressed concern with several items relating to the Economic Opportunity Program. He advised that it is his understanding that the Economic Opportunity Council has been experiencing internal problems which could have an adverse effect on a program designed for people with low incomes and economic difficulties and indicated that he did not want to take any action on the Council bylaws and repre- sentation or on the request for authorization to submit the grant application to the U.S. Community Services Administration until a thorough analysis has been made of the program and the problems of the Council. Supervisor W. N. Boggess expressed the opinion that the Council has too large a membership for effective decision making and inquired as to whether the Board could reduce the size of said Council. Mr. Arthur G. Will, County Administrator, advised that the composition of the Economic Opportunity Council is established by law and that even if the size of the Council were reduced the composition would still have to be based on the principle of 1/3 public agencies, 1/3 private organizations and 1/3 low income persons. He noted that the current application must be submitted to the U.S. Community Services Administration by May 12 and called attention to the issues that had not been resolved which included the change of service providers in certain parts of the county and the inclusion of direct services. In view of the time schedule Mr. Will recommended that the Board submit the application to the Community Services Administration with the understanding that clarifying amendments could be submitted at a later date if needed and that action -be deferred .on the bylaws and the reorganization of said Council. Supervisor J. P. Kenny concurred with Mr. Will's recommen- dation and suggested that the Board might consider referring the matter of reorganization and the bylaws to the Internal Operations Committee (Supervisors Boggess and Kenny) . Mr. Marcelino Vasquez, President, Economic Opportunity Council, appeared and spoke on certain problems the Council has been experiencing in trying to fulfill its proper functions. Ms. Eliza Johnson, member of the Economic Opportunity Council, expressed concern with the suggestion that the Office of Economic Opportunity be placed under the Human Resources Agency. The Board members discussed the matter and agreed to authorize submittal of the Economic Opportunity Program application with the understanding it could be amended later if necessary as indicated by Mr. Will. THIS IS A MATTER OF RECOP.D ONLY. I HEREBY CERTIFY -=i-tat the foregoing is a true and correct copy of a matter of record entered on the minutes of said Board of Supervisors on the date aforesaid. cc: Office of Economic Witness my hand and the Seal Opportunity of the Board of Supervisors affixed Countv Administrator this 9th day of Mav, 1978. J. R. OLSSON, CLERK Jamie L. Johnson In the Board of Supervisors of Control Costc County, Stats of California May 9, , 19 78 In the Matter of Authorizing Submission of Grant Application to Coinnunity Services Administration for the 1978-1979 Community Action Program The Board of Supervisors having received a report from the County Administrator and the Acting Economic Opportunity Program Director, forwarding the recommendations of the Economic Opportunity Council on the County's Community Action Program for 1978-1979 and incorporating certain recommendations by the Office of Economic Opportunity. IT IS BY THE HOARD ORDERED THAT its Chairman is AUTHORIZED to execute a grant application in the ar::ount of $1,706,061. ($1,002,000.-Federal , $150,165:-County, $553,896.-Local in-kind) for continuation of the County's Community Action Program during fiscal year 1978-1979, and the Acting Economic Opportunity Director is AUTHORIZED to submit said grant application to Community Services Administration. PASSED BY THE BOARD )' `' 197S . 1 hereby certify that the foregoing is a true end correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and tha Seat of tha Board of Orig: Dept.:OEO Supervisurs cc: County Administrator axed this !�'-:z day of ".!,IV 19 7 S Economic Opportunity Council County Auditor-Controller J. R. OLSSON, Clerk U.S. Coms.11111i tV Services By .-� �= I::.— , Deputy C:ark Administration c/o 01:() .Jcan!ic 0. ,1 I i 0- 00529 H-24 4/77 15m SECTION 1!. CERTIFICATION OF COMPENSATION COMPARABILITY The salaries and fringe benefits of all employees of this applicant which are supported by OE'O funds, or are counted as eon:rt- bution to the non-Federal share under a grant made by OEO have been reviewed according to OEO instructions and comparability has beer, established. Uocumenta:ion of thr methods by which the applicant established comparability is available in applicant's files for review by . persons authorized by OEO and personnel of the General Accounting Office. Any amendment in the future to the OEO approved salary schedule resulting in a general raise in salaries or any change or in- crease in fringe benefits for all employees shall be based on a current determination of compensation comparability. SECTION Ill. TITLE VI OF THE CIVIL RIGHTS ACT The applicant AGREES that it will comply with Title V1 of the Civil Rig::ts Act of 1964 (P.L. 88-352)and the Regulations of the Office of Economic Opportunity issued pursuant to that title (45 C.F.R. Part 1010), to the end that no person in the United States shall, on the ground of race, color, or national origin, he excluded from participation in, be denied rive benefits of, or be otherwise subjected to discrimination under any program or activity for which the Applicant receives Federal financial assistance either directly or indirectly from the Of-ice of Economic Opportunity; and HEREBY GIVES ASSURANCE TIIAT it will im:aediatcly, in all phases Ind levels of programs and activities, install an affirmative action program to achieve equal opportunities for partici- -paZion, with provisions for effective periodic self-evaluarion. Jr, the case where the Federal financial assistance is to provide or improve or is in the form of personal property, or real property or interest therein or structures thereon,this assurance shall obligate the applicant, or, in the case of a subsequent transfer, the transferee, for the.period during which the property is used for a purpose for which the Federal financial assistance is extended or :r±r another purpose involving the provision of similar services and benefits, or for as long as the Applicant retains ownership or possession of the property, whichever is longer. In all other cases, this assurance shall obligate the Applicant for the period during which the Federal financial assistance is extended to it. THIS ASSURANCE is given in consideration of and for the purpose of obraining either directly or indirectly any and all Federal grar.:s, loans, contracts, property, or discounts,:he referral or assignment of VISTA volunteers, or other Federal financial assist- ants extended after the date hereof to the Applicant by the Office of Economic Opportunity, including installment payments after such dare on account of applications for Federal financier!assistance which were approved before such date. The Applicant rccoSuizes and agrc-s that such Federal financial assistance will be extended in reliance on the representarions and agreements made in this assur:nre-, and twat the United Sta:es shall have :he right to serk ju,iicial enforcement of this assurance. 11tis assurance is bindin.; on :he Applicant, its succeFsors, transferees, and assignees, and the person or persons whose signatures appear below are authorized to sign this assurance on behalf of the Applicant. SECTION IV. MAINTENANCE OF EFFORT Funds cr other resources devoted to programs or activities designed to meet the needs of the poor within the community will no: be diminished in order to provide non-Federal share contributions for the Grantee. With respect to each program account in this funding request: (1) The amounts claimed as non-Federal share represent a net increase over expenditures from non-Federal sources made for similar activities during the twelve months prior to initial application to OEO for the program account. (2) 'rhe program account serviceN will be in addition to, not in substitution for, services previously provided without Economic Opportunity Act assistance. SECTION 'J. CERTIFICATION V'e hereby CERTIFY that to the best of our knowledge and belief the information shown on this form and the docu- mcnrs, if any, attached hereto, accurately represent the status of the above-named grantee as of the date of this certification. We further CERTIFY that we are complying, and will conrinue to comply, with the provisions and policies stated in Sections Ii through IV of this form. TYPED N WE: OF EXECUTIVE DIRECTOR SIGNATURE DATE �� 7f X Bea Goff, Acting Director � � TYPED NAME OF CHAIRMAN OF THE BOARD i:G N A,T E DATE/ R. I. Schroder I MAY 9 1918 Microfilmed with board order GRANTEE REFUNDING CERTIFICATION RESERVED FOH 0.11:1.41'PROV.4L NAME OF GRANTEE GRANT NO. DATE SUBMITTED Contra Costa County Board of Supervisors 90195 May 12, 1978 SECTION I. CERTIFICATION OF GRANTEE ELIG1131LITY DOCUMENTS. (The I,Nolrinl; listed do:umrnts I.err prerinusly filed rcith the Office of Econwnic Opportn;rity. Grantee na:st check applicable calumr and attach changes, if arty.) DOCUMENT NO CHANGE CHANGED HENT NFO.' F"1%,OF.O L'SF. ONLY I. ONE TIME SUBMISSIONS PREVIOUSLY REQUIRED(L'{date as required. These forms need only be resubmitted if there is a change in designation.) A. OEO FORM 370, "APPLICATION FOR RECOGNITION OF A CAA" X � B. OEO FORM 372, "ATTORNEY'S CERTIFICATION " X C. OEO FORM 373, "APPLICATION FOR DESIGNATION OF A CAA UNDER SECTION 210(A)II X ' D. OEO FORM 374, "NOTICE TO POLITICAL SUBDIVISION OFAPPLICA- xV TION FOR RECOGNITION OF LOCAL CAA UNDER SEC 2101A)OF EOA E. OEO FORM 375, "CERTIFICATION OF COMPLIANCE WITH y SEC. 211 OF THE 1967 AMENDMENTS OF THE EOA** 11 2. SUBMISSIONS PREVIOUSLY REQUIRED ANNUALLY -- { (Update as changes occur.) tl A. ARTICLES OF 1N CORPORA TIO`: OR CHARTER X B. CAP FORM 3. "CAA BASIC INFORMATION" X 1 C. BY-LAWS OR RULES OF ORGANIZATION X 2 ' D. PFRSONNEL POLICIES AND PROCEDURES X I 3 E. BIOGRAPHIC DATA ON KEY STAFF EMPLOYEES X 4 F. CAP FORM 87,"DELEGATE AGENCY BASIC INFORMATION" y X X 5 X G. STATEMENT OF ACCOUNTING SYSTEM V H. PRELIMINARY AUDIT SURVEY AND RESPOUSE 1. CURRENT BOND X J. CURRENT MULTI-YEAR PLANNING DOCUMENT x TOTAL ATTACHMENTSI COMMENTS CAP Form 11 included (no change) f i i 00531 OEO FORM 395(Test) (REV. AUG 71) PREVIOUS EDITIONS APE OBSOLETE. GSA DC 72.3648 COMMUNITY SERVICES ADMINISTRATION - APPLICATION FOR COMMUNITY ACTION PROGRAM FOR CSA USE) DATE RrCtIVC0 Form Approved SUMMARY OF WORK PROGRMS AND BUDGET (Please type or print clearly. See instructions an reterse.) (CSA Instruction 6710-1) 1 0AIn No. 116.R210 I- NAME OF APPLICANT AGENCY 2. NAME OF EXECUTIVE DIRECTOR 3. PHONE (Include area code) 4. PROGRAM YEAR GI4ANTt-.r NO. Contra Costa County Board of Supervisors Bea Goff (415) 944-3333 FROM A, STREET ^Doness 7. CITY 0. STATE 9. ZIP CODE 1 10. PLAN YEAR 7/1/78 =el 3 0/7 S9 90195 . C-11 2265 Contra Costa Blvd. Pleasant Hill Ca 94523 C-0.) M I M 2 r-1 3 F-1 4 r--j 5 12. 1 13. -14- TIME TABLE 15. to. I?. 10. 10.0-tt4cit M;,:SOURCt-:5 PROJECT TITLE AND TRAINING AND TECHNICAL CSA FUNDS NO. AVAILABLE STATEMENT OF Pnion. ACTIVITIES REQUIRED TO ACHIEVE GOAL PROGRAM YEAR QTR. ASSISTANCE REQUIRED PA MOS. (SlIftily amount ONE-YEAR GOALS ITV IST 2ND 3RD 4TH and source) 01 $176,599 12 05 825,401 12 20, AID TO MINORITY ENTERPRISES 21. TOTALS CARRIED FORWARD FROM PREVIOUS PAGES (If any) 22. GRAND TOTAL T1,002,000 12 1 , 1 23. LESS ESTIMATED UNEXPENDED FUNDS (Carryover) 24. NET ADDITIONAL FUNDS REQUESTED FROM CSA (Item 22 minus 23) CERTIFICATION 25. THIS APPLICATION HAS BEEN (Check ##a"or "b"as appropriate.) " 0 is application has been forwarded to the State Governor's office, It is understood and A. 0 Approved by the applicant's B. M Reviewed by the applicant's administering st the undersigned that any Scant received as a result of this application Will be su-'Ject to governing board. board and approved by its governing officials. f_�t///tal conditions governing CAP grants. OFFICER OF GOVERNING BOARD 217. 28. DATE 20. 0A 25. NAME AND TITLE OF PRINCIPAL GOVERNING OFFICIAL On PRINCIPAL F'ITE OF BOARD AP- JOVAL fty 9, 1978 1,4a,I R. I. Schroder, Chairman, Board of Supervisors 9, 1978 CSA FORM 419 JUN 75 (FORMERLY OEO FoRtot 419,DATED AUG 71, WHICH MAY BE USED UNTIL EXHAUSTED.) Microf iii-ned witil board order INSTRUCTIONS The following instructions relate to specific items which may not be self-explanatory. (When this form is subetEtted to request a Grant Amendment, ca»ylett Item:: 1 ri•ru 10; s4ow only proposed changes to previously apprured programs or funds for Items 11 thru 24. Com- plete and sign Certification Items 25 thru 29.) i ITEM 10. PROGRAM PLAN YEAR - Check the plan year that this annual work program request represents in the , grantees multi-year plan. ITEM 1I. PROJECT TITLE AND STATEMENT OF ONF-YEAR GOALS- Project Title- Provide the project or program title for all programs operated by the grantee, e.g., (1) Manpower, (2) Education, (3) health, (4) Economic Development, etc. List all projects for which funds are being requested from CSA in sequence according to priority. Following Loc listing of projects being submitted to CSA for approval in this grant application, list projects being funded by other sources. For these latter projects, show only the amount, the funding sources and any Training and Technical Assistance which may be requested from CSA . Specifically, these latter programs should include (a) programs funded by CSA, but not included in this funding request, (b) programs administered by other agencies which are funded through the EOA, and (c) programs funded by other than CSA and EOA sources. Statement of One-Year goals- Describe concisely, and in quantitative terms where possible, what the i grantee intends to accomplish over the period covered by this funding action, e.g., build 30 single unit houses with 30'/C community volunteer labor and 70% paid labor from community. The statement of goals should reflect a comprehensive planned work program for the entire requested program year including any set of goals which are not expected to be completed during the current year. l ITFLM 12. PRIORITY - List Program Account 01 goals first; then all CSA programs in sequence according to priority assigned by the grantee. After the CSA programs, list programs funded by other sources ac- co:ding to priority. Note that other programs may show a higher priority than CSA programs, however, i the CSA programs should be listed first. ITEM 13. ACTIVITIES REQUIRED TO ACHIEVE GOAL - List all specific activities to be undertaken by the grantee itt order t%.tt they ma; achieve the stated goals, e.g., (1) Organize Iow-income Housing Com- mittee i:; Area B, (2) Conduct survey of housing needs in Area C, (3) Prepare application for fund- ing, a i?iusing Corporation. ITEM 14. TIME TABLE, PROGRAIM YEAR QUARTER- Draw a line indicating the beginning and ending of the activity in relationship to the respective quarters. ITE`.1 15. TRAINING AND TECHNICAL ASSISTANCE REQUIRED - Indicate any training, technical or supportive assistance'which tnay be needed. ITEM 17. C-S,3 FUNDS- State for each CSA program account the total amount of funds being requested in this application. Include any estimated unexpended (carryover) CSA funds previously granted. Do nor show sub-totals below the program account level. ITFli. 13. NUMBER OF edO ITHS- Enter the number of months the project is expected to operate. I T F.M :9. OTHER RESOURCES AVAILABLE - Report other sources of funds received by the grantee to accomplish objectives of the Economic Opportunity Act. Include all programs operated by the grantee for (a) programs funded by CSA, but not included in this refunding request, (b)programs administered by other agencies which are funded through EOA, and (c) programs funded by other than CSA and EOA sources. Specify the funding sources, amount of monies included in the grant, contract, agreement, loan or other assistance for this specific project. Also state the period for which these funds are av;tilable. This column excludes funds which are to be applied as non-Federal share toward CSA funders grant P:.:!ams. i!EM 20. AID T'MINORITY ENTERPRISES- Identify in this block those activities which are designed to support enterpa:. es which are minority owned, or which may benefit such enterprises. Examples of such activities are business training and assistance and economic development projects. For purpose of this block, min- ority owned enterprises are defined as businesses substantially owned (50 o or store)by persons in the mitturity sector; i.e., Negro, American Indian, Eskimo, Puerto ;dean, Cuban, Chicano, Oriental, etc. (T):.. information requested supports the CSA data collection system and will have no bearing on applications for CSA funds.) GPO 917-033. f _. 00 U33 Co u n t yAdministrator Contra Board of Supervisors James P.Kenny County Administration Building 1st District klartine-7, California 94553 Costa (415)372-10 J Nancy C.Fanden County 2nd D:stti--t Arthur G.Will Robert L Schroder County Administrator 3rd District Warren E.Boggess ` = 4th District Eric H.Hasseltine 5th District May 4, 1978 RECEI � JD Board of Supervisors I tAAY q 1978 Administration Building, Room 103 Martinez, CA 94553 J. R. 0'_JS0IIJ CL5RK BOARD O SUPERVISORS Dear Board Members: RE: Economic Opportunity Program 1978-79 Grant Application Attached for your consideration is the 1978-79 grant appli- cation for continuation of the County's Economic Opportunity Program. The plan reflects the sect:r:3 year of a three.:-year program which emphasizes providing information and referral so r;rwce to low-income citizens, identifying gaps and deficiencies i -; sting sources as well as strengthening citizen participation.. T;,�.! _•Yogram also provides teen activities. On April 27 the Economic Opportunity Council approved this ::)rk program. Several issues, including change of service r,."ovideiS in certain parts of the County and the inclusion of direct services, were discussed, but decisions have not been made yet. The Acting Director teas indicated that these issues will be addressed by the end of the present program year. Any changes in t:le program resulting from staff analysis and/or EOC action on these issues will be handled by an amendment to the grant application. It is requested that the Board approve the 1978-79 Community action Program Grant 7ipplication and authorize the Chairman to sign the grant application and submit the appropriate documents to the Community Services Administration. It is necessary that your Board approve this grant application on May 9, 1978 so that the County can meet its already extended date for submission of May 12, 1978. Resp ztfully, f . 1 ARTHUR G. WILL QV W s County Administrator AGW:sr attachments MuotilrntrU VVIIII uuUid orawr T r SUNIMARY OF 1978/1979 COHMIUNITY ACTIO:J PROGRA14 GRANT APPLICATION 1978-1979 WORK PROGRAM OBJECTIVES OF DELEGATE AGENCIES OBJECTIVE I A. Of a minimum of 200 individual low-income residents served semi-annually in the established Information & Referral System*, at least 20% of them will be new clients from the target area. * Information & Referral System: Intake, needs assessed, referral attempted, referrals made and following up, referral not made and gaps in services documented. B. Of these new Information & Referral clients, a minimum of three will have come from each census tract in the target area. OBJECTIVE II Of all clients referred semi-annually for services in the Information & Referral System, 50% of those persons will have received the service(s) which met their assessed need(s) from the service provider(s) to whom they were referred. OBJECTIVE III In conjunction with Area Council a plan(s) will have been developed and implemented which is designed to resolve at least two gaps or deficiencies in services, identified in the Information & Referral System, to meet the needs of clients. OBJECTIVE IV By the end of June, 1979, the Area Council will have received support activities from the Delegate Agency for each Area Council meeting. OBJECTIVE V Out of all training sessions provided to Area Council in areas of identified need related to Community Action Program, 50% of the participants will have obtained skills in areas identified by Area Council as training needs. 0053 5/3/78 &rrotilmed with 000rd order OBJECTIVE VI A. At least 200 (at least 70 by the end of the first six months) individual teenagers from the tat-get population in the target area will have partici- pated in activities of the Teen Program, one of which must be other than recreational . B. At least one Teen Group composed of at least ten teens, representative of the demographic characteristics of the target population, and with repre- sentation from 50p of the target area census tracts, will have developed and implemented the Teen Program Plan. 00535 Or rofilmed with board order 5/3/78 1978-1979 WORK PROGRAM OBJECTIVES OF ADMINISTRATION (CCC OFFICE OF ECONOMIC OPPORTUNITY) OBJECTIVE A On an as-needed basis, but not less than semi-annually, a determination will have been made that each delegate agency is meeting its objectives and those activities necessary to carry them out. Recommendations to resolve any areas of non-compliance will have been made as needed. OBJECTIVE B Within the timeframe set by the Economic Opportunity Council and agreed to by Regional Community Services Administration, the 1979-1980 grant applica- tion for CSA funds will have been submitted to and approved by the CSA Regional Office. OBJECTIVE C In conjunction with the Economic Opportunity Council , by June 30, 1979 a plan will have been developed and implemented which is designed to resolve at least one county-wide gap and/or deficiency in human services provided to the target area residents. Data on gaps and deficiencies will have been identified from reports on gaps and deficiencies submitted monthly by Delegate Agencies to Administration and Area Councils. OBJECTIVE D By June 30, 1979 at least one report will have been completed and submitted to the Economic Opportunity Council on each of the eight area council 's compliance or non-compliance with the organizational policy within the time- frame set by the EOC, with recommendations on resolving any non-compliance of Area Councils. OBJECTIVE E By June 30, 1979, at least one report will have been completed on the Economic Opportunity Council 's and each of the five Delegate Agencies' compliance or non-compliance with their own by-laws and applicable Community Services Administration regulations, with recommendations to governing board on re- solving any non-compliance. 0053 !' 5/3/78 Miuotilmed with board order OBJECTIVE F By June 30, 1979 the Economic Opportunity Council and its committees will have received administrative and clerical support at each of their meetings. OBJECTIVE G By June 30, 1979, if priority objectives A-F are adequately being addressed, and time and resources of Administration allow, upon request, technical assistance will have been provided to the Economic Opportunity Council , Area Councils and Delegate Agencies to assist these bodies to come into compliance with appropriate rules, regulations and directives (i-e. Delegation of Authority, Organizational Policy, contracts). OU538 5/3/78 Microfilmed with board order v • • 1978-1979 ALLOCATION OF FEDERAL FUNDS AND NON-FEDERAL SHARE OF DELEGATE AGENCIES AND COUNTY OEO (ADMINISTRATION) : FEDERAL NON-FEDERAL Carquinez Coalition $100,352 $ 66,905 Concerted Services Project 154,528 103,024 North Richmond Neighborhood House 108,081 72,058 Southside Community Center 154,440 102,965 United Council of Spanish Speaking Org.* 308,000 205,344 County OEO (Administration) 176,599 153,765 * For United Council of Spanish Speaking Org. 's one half of the teen program in San Pablo/Parchester Village target area: $9,775 (federal ) and $6,517 (non-federal ) to be frozen in United Council 's budget until the Economic Opportunity Council and Board of Supervisors take action on this matter. 00539 M?CfOtii±"sic"� '`lV h LI JI :C{ VIC2�i .o � � r C) �/ �-'� •-� �s yQ o cn G C-- V)V) ' d tr4 -4:/f N co 0 2 Cl co W -t3 t fT ,✓r 01 aC:D - 3 CO I ti rs W s' O � "''•' N 't�-- ka 3 l S O _ O d v� N a j C" —1 07 Ul S Ci-� � c tIs CTI C rs �-L;D O C5% O O L1�S CO O 'f n s r' A."k p r'•- o fl- N 1 c� 10 .j" j ✓n tf} t� Cr t CJ0 Lf) / "P T tD t� Ul G� r-.,) �� 7?ti n� c'� .• tSs e-3 co f. 1.4979 W�9RK Pt OGRA1.1 OF DELEGATE #CIES page 2 of 39 CarRuinez Coal i tion-Rodeo/Crockze tt target area; Concerted Services Project-Central County; North Ri chm.ond Neighborhood House-11.Ri chmond/I ron Triangle; Southside Center-South Richmond; United Council of Spanish Speaking Orgs.-East County and 1.1artinez target areas. OBJECTIVE I A. Of a minimum of 200 individual low income residents served semi-annually in the established I & R system at least 20% of them will be new clientsfrom the target area. ^I & R System: intake, needs assessed, referral attempted, referrals made & following up, referral not made & gaps in services documented. B. Of these new I & R clients, a minimum of 3 will have cone from each census tract in the target area. ACTIVITIES OF DELEGATE AGENCY 1. Implement outreach procedures of Information and 7/1/78-6/30/79 Referral System as described in the Contra Costa County OEO I & R Manual , at least quarterly. 2. Maintain documentation, as described in Contra Costa 7/l/78-6/30/79 County OEO I & R Manual, on clients served in established I & R System which shall include: _ a. Total # of individuals served from each census tract. b. Total of individual new clients served in the target area. C. Total of individual new clients served in the target area census tracts- d. racts_d. Total I-` of Intakes . 3. Compile and analyze data monthly on: 8/l/78-6/30/79 a. Total # of individuals served from each census tract -in target area. 00 041 3/31/78 P g ? Page 3 of 39 b. Total ;I of individual new clients served in the tarbet area. c. Total of individual neva clients served from each census tract in target area. d. Total of intakes . 4. Submit reports monthly on findings from compilation 8/1/78-6/30/79 and analysis of data to area council, and on a quarterly basis to County OEO Administration_ 00542 3/31/78 OBJECTIVE II Page 4 of 39 OBJECTIVE II: Of all clients referred semi-annual for services in the I & R System, 50% of those persons will have received the service(s) which met their assessed need(s) from the service provider(s) to whom they were referred. ACTIVITIES OF DELEGATE AGENCY: 1 . Implement follow-up procedures of I & R system as described 7/1/78- 6/30/79 in Contra Costa County OEO I & R Manual . 2. Maintain documentation, as described in the Contra Costa 7/1/78- 6/30/79 County OEO I & R Manual , which shall include: a. The r of clients referred for services in I & R system, b. The n and per cent of clients who received service(s) which met their assessed need(s), c. The ethnic breakdown on the � and per cent of clients who received service(s) which met their assessed need(s). 3. Compile and analyze on monthly basis: 8/1/78- 6/30/79 a. The r of clients referred for services in I & R System. b. The r & per cent of clients who received service(s) which met their assessed need(s). c. The ethnic breakdown on the r and per cent of clients who received service(s) which met their assessed need(s). 4. Submit report monthly on findings from compilation and 8/1/78- 6/30/79 analysis of data to area council , and quarterly to County OEO Administration. 4/21/78 00543 • Page 5 of 39 OBJECTIVE III In conjunction with Area Council a plan(s) will have been developed and implemented which is designed to resolve at least 2 gaps or deficiencies in services, identified in I & R system to meet the needs of clients. ACTIVITIES OF DELEGATE AGENCY 1. Maintain documentation as described in Contra Costa County OEO 7/1/78-6/30/79 I & R Manual on Gaps and Deficiencies in services which shall include: (a) Number of clients who did not receive service(s) which met their assessed need(s), and reasons needs were not met. (b) Number of clients unable to be referred and reasons for not being able to be referred. (c) Number of clients being _served by resources mobilized for emergency needs, types of need and kinds of resources. 2. Compile and analyze data monthly to determine areas of gaps and 8/1/78—',6/30/79 deficiencies and submit report on findings monthly to County OEO Administration and to area council. 3. Meet with area council to present a) analysis of gaps and 10/i/78-10/30/ 76 deficiencies identified by 9/30/78 and b) recommendation on gaps and/or deficiencies that could be addressed. 4. DA develop a draft work plan designed to resolve priority area(s) and 11/l/78--12/31/78 submit plan to area council for review and approval . Plan shall include but not limited to methodology, measurable objectives and/or activities, which reflect grantsmanship and/or community advocacy activities. 00544 n I'll i'70 Py. 2 • • Page 6 of 39 5. Implement plan according to tiweframe of plan_ 1/2/79-6/30/79 6. Flaintain documentation on activities to identify areas of 7/1/78-6/30/79 gaps/deficiencies and the developi-,ent and implementation of plans to resolve gaps/deficiencies, and on a quarterly basis, analyze progress in developing and implementing plans to resolve gaps/deficiencies in services. 7. Submit reports monthly on findings of progress in developing 8/1/78-6/30/79 and implementing plans to area councils and quarterly reports to County OEO Administration. 005 3/31/78 • • Page 7 of 39 OBJECTIVE IV By the end of June, 1979, the Area Council will have received support activities from the Delegate Agency for each Area Council meeting. Activities of Delegate Agency 1) Provide support activities to Area Council as described in 7/1/78 Contra Costa OEO Manual of Support Activities to - 6/30/79 Area Council. 2) Maintain documentation on all support activities _ G7/1/798 (e.g. Minutes, Agendas, Sign-In Sheets, etc.) /30/7 provided to Area Council. 3) Submit documentation to County OEO Administration 7/1/78 6 30/79 as described in Contra Costa OEO Manual of Support Activities to Area Council. OU AS /-41 RR • Page 8 of 39 OBJECTIVE V Out of all training sessions provided to area council in areas of identified need related to Community Action Program, 5010 of the participants will have obtained skills in areas identified by area council as training needs. ACTIVITIES OF DELEGATE AGENCY 1 . Reassess with area council the training needs of the area council _ By 7/31/78 2. In conjunction with area council , develop a Training Plan By X30/78 in areas identified by AC as training needs and submit Training Plan when developed to County OEO Administration. Plan to include, but not limited to: a. Areas in which area council members are to receive training. b. Objective(s) for each area of training. c. Resource(s) to conduct training session(s). d. Timetable for training session(s) in each area. e. Method(s) to assess accomplishment of objective. 1) Pre-assessment of areacouncil members in area of identified training need. 2) Post-assessment of area council members in area of identified training need. 3. Implement training plan according to timeframe of Training Plan. 10/1/78-6/30/79 4. Maintain documentation on activities undertaken in training of 7/1/78-6/30/79 area councils, and after each training session, analyze progress of each area council participant in obtaining skills in areas of identified training needs. 6. Submit report quarterly on results of area council participants 7/1/78-6/30/79 obtaining skills in areas of identified training needs, to j County OEO Administration and to Area Council . ()0 5`3 !4/21/78 • , Page 9 of 39 OBJECTIVE VI A. At least 200 (at least 70 by the end of the first six months) individual teenagers from the target population in the target area will have participated in activities of the Teen Program, one of which must be other than recreational , B. At least one Teen Group composed of at least 10 teens, representative of the demographic characteristics of the target population, and with representation from 50n of the target area census tracts, will have developed and implemented the Teen Program Pian_ ACTIVITIES OF DELEGATE AGENCY 1 . Maintain a teen group and explain the objectives and intent 7/1/78-7/31/78 of the Teen Program. 2. Implement summer activities for teens which were planned by 7/1/78-9/15/78 teen group in 1977/78 program year, 3. With teen group (as defined in the Objective VI-B) identify 9/15/78-10/30/78 and document needs of target area teens in all target area census tracts and develop an annual Teen Program Plan, based on the identified needs. Submit Teen Program Plan to County OEO Administration. 4. Implement activities for target area teens in those areas of 11/1/78-6/30/79 identified need, according to Teen Program Plan, and undertake grantsmanship, .resource mobilization and advocacy activities as necessary. 5. Publicize in every census tract in the target area every teen 7/1/78-6/30/79 activity planned and organized by Teen Group. 6. With Teen Group, review and evaluate each educational, cultural , 11/l/78-6/30/79 recreational and other activities provided in the Teen Program UU 548 3/31/78 Pg. 2 • Page 10 of 39 to determine the participants ' likes and dislikes with each activity and their recommendations for improvement of each activity. 7. Maintain documentation as required by County OEO Administration, 7/1/78-6/30/79 to include: a. Number of individual teens, new and existing, participating in each activity, indicating census tracts, sex, age and ethnicity. b. Activities undertaken in Teen Program, including the planning and implementation of educational , cultural and recreational and other activities by Teen Group for the teens in the target area. c. Number of teens in Teen Group and representation of teens in Teen Group. 8. Analyze documentation monthly to determine: 8/1/78-6/30/79 a. Number of individual teens, new and existing, from the target area census tracts participating in the activities. b. Progress of Teen Group in planning and implementing activities for the teens. c. Number of teens in Teen Group and representation of Teens in Teen Group. 9. Submit report monthly on findings of participation of teens 8/1 /78-6/30/79 and progress in program to area council and quarterly to County OEO Administration. 10. At the end of the first quarter, a review will be made on 10/I/78-10/15/78 level of participation to determine if number of teens to participate in Teen Program should be increased. 00549 3/31/78 e • Page 11 of 39 Concerted Services Project and United Council of Spanish Speaking Organizations - Pittsburg target area OBJECTI'JE I [RFSPOZIBILITY OF DA,6 A. Of a minimum of 200 individual lots-income residents served CSP UCSSO r semi-annually in the established I & R system, at least 20% '.r-t teaat 100 100 c of them will be new clients from the target area. I�& R System: intake, needs assessed, referral attempted,' ;referrals made and following up, referral not made and gaps,' r yin services documented. B. Of these new I & R clients, a minimum of three will have come from each of at least 50% of the census tracts in the target area. ACTIVITIES OF DELEGATE AGENCY 1. Implement outreach procedures of Information and Referral 7/1/78 - 6/30/79 System as described in the Contra Costa County OEO I & R Manual, at least quarterly. 2. (Maintain documentation, as described in Contra Costs County OEO 7/1/78 - 6/30/79 I & R Manual , on clients served in established I & R System which shall include: a. Total number of individuals served from each census tract_ b. Total number of individual new clients served in the target area. c. Total number of individual neer clients served in the target area census tracts. d. Total number of intakes. 00550 4/3/78 • Page 12 of 39 Page 2 3. Compile and analyze data monthly on: 8/1/78 — 6/30/79 a. Total number of individuals served from each census tract in target area. b. Total number of individual new clients served in the target area. c. Total number of individual new clients served from each census tract in target area. d. Total number of intakes. 4. Submit reports monthly on findings from compilation and analysis 8/1/78 — 6/30/79 of data to area council , and on a quarterly basis to County OEO Administration. 00551 4/3/78 L-- Page 13 of 39 OBJECTIVE II SPOiNSICILITY OF DAs CSP and UCSSO are each + responsible for objective J #as stated OBJECTIVE II: Of all clients referred semi-annual for services in the I & R System, 50% of those persons will have received the service(s) which met their assessed need(s) from the service provider(s) to whom they were referred. ACTIVITIES OF DELEGATE AGENCY: 1 . Implement follow-up procedures of I & R System as described 7/1/78- 6/30/79 in Contra Costa County OEO I & R Manual . 2. Maintain documentation, as described in the Contra Costa 7/1/78- 6/30/79 County OEO I & R Manual , which shall include: a. The f of clients referred for services in I' & R System. b. The # and per cent of clients who received service(s) which met their assessed need(s), c. The ethnic breakdown on the A and per cent of clients who received service(s) which met their assessed need(s). 3. Compile and analyze on monthly basis: 8/l/78- 6/30/79 a. The of clients referred for services in I & R System. b. The fi and per cent of clients who received service(s) which met their assessed need(s). c. The ethnic breakdown on the V1 and per cent of clients who received service(s) , which met their assessed need(s). 4. Submit report monthly on findings from compilation and 8/1/78- 6/30/79 analysis of data to area council , and quarterly to County OEO Administration. OU552 4/21/78 • Page 14 of 39 OBJECTIVE III --; RFSPOMSIBILITY OF DAh See at ejLd o6 t e In conjunction with Area Council a plan(s) will have been developed ::, active -Ee,6 and implemented which is designed to resolve at least two gaps or deficiencies in services, identified in I & R system, to meet the needs of clients. ACTIVITIES OF DELEGATE AGENCY 1. Maintain documentation as described in Contra Costa County OEO 7/1/78 — 6/30/79 I & R Manual on Gaps and Deficiencies in services which shall include: a. Number of clients who did not receive service(s) which met their assessed need(s), and reasons needs were not met. b. Number of clients unable to be referred -And reasons for not being able to be referred. c. Number of clients being served by resources mobilized for emergency needs, types of need and kinds of resources_ 2. Compile and analyze data monthly to determine areas of gaps and 8/1/78 — 6/30/79 deficiencies and submit report on findings monthly to County OEO Administration and to area council. 2a. Two delegate agencies meet jointly together to compare data 10/1/78 — 10/30/78 and to prepare joint recommendations for area council. 3. Two delegate agencies meet jointly with area council to present 11/1/78 — 11/30/78 a. Analysis of gaps and deficiencies identified by 9/30118 b. Recommendation on gaps and/or deficiencies that could be addressed either jointly or independently by the two delegate agencies. 00553 4/3/78 • • Page 15 of 39 Page 2 4. Delegate Agency(s)develop a draft work plan designed to re- 12/1/78 - 1/31/79 solve priority area(s) and submit plan to area council for review; and approval . Plan shall include but not limited to methodology, measurable objectives and/or activities, which reflect grantsmanship and/or community advocacy activities- 5. Implement plan according to timeframe o pplan. 2/1/79 - 6/30/79 6. Maintain documentation on activities to identify areas of 7/1/78 - 6/30/79 gaps/deficiencies and the development and implementation of plans to resolve gaps/deficiencies, and on a quarterly basis, analyze progress in developing and implementing plans to resolve gaps/deficiencies in services. 7. Submit reports monthly on findings of progress in developing 8/1/78 - 6/30/79 and implementing plans to area councils and quarterly reports to County OEO Administration. * In the Pittsburg target area, at least two gaps or deficiencies will be addressed jointly by CSP and UCSSO, or each of these Delegate Agencies will each address a gap or deficiency independently. 4/3/78 • , Page 16 of 39 OBJECT Z:!'T7 I — •RESPONSIBILITY OF CSP By the end of June, 1979, the Area Council will have received support activities from the Delegate Agency for each Area Council Meeting,. Activities of Delegate Agency 1) provide support activities to Area Council as described in 7/1/78 - Contra Costa OEO tiianual of Support Activities to 6/3 /7° Area Council. 2) Maintain documentation on all support activit?es 7/1/78 - 6/30/79 (e.g. Minutes, Agendas, Sign-In Sheets, etc.) provided to Area Council. 3) Submit documentation to County OEO Administration 7 1178 - 60/79 as described in Contra Costa OEO Manual of Support Activities to Area Council. r 0o 4/3/78 i • Page 17 of 39 03JECTIVE V -- --_, RESPONSIBILITY OF UCSSO Out of all training sessions provided to area council in areas of identified need related to Community Action Program, 50J of the participants will have obtained skills in areas identified by area council as training needs. ACTIVI`IsIES OF DELEGA'T'E• AGENCY 1 . Reassess with area council the training needs of the area council _ By 7/31/78 2. In conjunction with area council , develop a Training Plan By 9/30/78 in areas identified by AC as training needs and submit Training Plan when developed to County OEO Administration_ Plan to include, but not limited to: a. Areas in which area council members are to receive training_ b. Objectives) for each area of training. c. Resource(s) to conduct training session(s)- d. Timetable for training session(s) in each area. e. Method(s) to assess accomplishment of objective_ 1) Pre-assessment of areacouncil members in area of identified training need. 2) Post-assessment of area council members in area of identified training need. 3. Implement training -plan according to timeframe of Training Plan. 10/1/78-6/30/79 4. Maintain documentation on activities undertaken in training of -.7../1/78-6/30/79 area councils, and after each training session, analyze progress of each area council participant in obtaining skills in areas of identified training needs. 5. Submit report quarterly on results of area council participants 7,/1/78-6/30/75 obtaining skills in areas of identified training needs, to (Jo5J�j County OEO Administration and to Area Council . 4/21/78 • , Page 18 of 39 0�,•,c_t,1 � c !1 i RFSP0NSZ57L1Ty OF rr+.s A. At least 200 (at least 70 by the end of the first six months) Each DA, C'sV ., ucsso, zs individual teenagers from the target population in the target ne�sponsibZe Som at teas.t , 100 (at teast .35 by the area will have participated in activities of the Teen Program, e;rd 06 the 6i.�sat 6 mo;rlr, one of which must be other than recreational , B. At least one Teen Group composed of at least 10 teens, representative Each DA CSV 6 uCSSU E of-the demographic characteristics of the target population, ne�sponatibte bort at (.Ceaat one teem gnoup i and with representation from 50% of the target area census tracts,i�as,steed ..6t "B" � will have developed and implemented the Teen Program Plan_ ACTIVITIES OF DELEGATE AGENCY 1 . A;aintain a teen group and explain the objectives and intent 7/1/78-7/31/78 of the Teen Program. 2. Implement summer activities for teens which were planned by 7/1/78-9/15/78 teen group in 1977/78 program year, 3. With teen group Cas defined in the Objective VI-B) identify 9/15/78-10/30/7c' and document needs of target area teens in at least 50X of T A. census tracts and develop an annual Teen Program Plan, based on the identified needs. Submit Teen Program Plan to County OEO Administration. 4. Implement activities for target area teens in those areas of 11/7/78-6/30/7E identified need, according to Teen Program Plan, and undertake grantsmanship, .resource mobilization and advocacy activities as necessary. 5. Publicize in every census tract In the target area every teen_ 7/1/78-6/30/79 activity planned and organized by Teen Group. 6. With Teen Group, review and evaluate each educational, cultural , 11/1178-6130/-1- recreational and other activities provided in the Teen Program 00557 4/3/78 P9-. Z • • Page 19 of 39 to detzrnine the participants ' likes and dislikes with each activity and their reconmendations for improvement of each activity. 7. Maintain documentation as required by County OLEO Administration, 7/7/78-6/30/79 to include: a. Number of individual teens, neer and existing, participating . in each activity, indicating census tracts, sex, age and ethnicity. b. Activities undertaken in Teen Program, including the planning and implementation of educational , cultural and recreational and other activities by Teen Group for the teens in the target area. c. Number of teens in Teen Group and representation of teens in Teen Group. 8. Analyze documentation monthly to determine: 8/1/78-6/30/79 a. Number of individual teens, new and existing, from the target area census tracts participating in the activities_ b. Progress of Teen Group in planning and implerent?ng activities for the teens. c. Number of teens in Teen Group and representation of Teens in Teen Group. 9. Submit report monthly on findings of participation of teens 8/1 /78-6/30/79 and progress in program to area council and quarterly to County OEO Administration. 10. At the end of the first quarter, a review Will be made on 10/1/78-10/15/78 level of participation to determine if rum-ber of teens to participate in Teen Program should be increased. 0055.9 4/3/78 Page 20 of 39 Southside Center and United Council of Spanish Speaking loganizations - San Pablo/Parchester Village target area 0BBJECTIVE I RES?Crk1S73ILITl OF DAs t � E A. Of a minimum of 200 individual low-income residents served SSC UCSSO ; semi-annually in the established I & R system; at least 201 clt to sz 100 100 of them titi l l 'be new clients from the target area. & R System: intake, needs assessed, referral attempted, re;errals made and following up, referral not made and gaps; lin services documented. L. B. 0► these new I & R clients, a minimum of three will have come from each of at least 5040 of the census tracts in the target area. ACTIVITIES OF DELEGATE AGENCY 1. Implement outreach procedures of Information and Referral 7/1/78 - •6/30/79 System as described in the Contra Costa County 0"c0 I & R Manual, at leas quarterly. 2. H.aintain documentation, as described in Contra Costs County OEO 7/1/73 - 6/30/79 I & R Manual , on clients served in established I & R System which shall include: a. Total number of individuals served from each census tract_ b. Total number of individual new clients served in the target area. c. Total number of individual new clients served in the target . area census tracts. d. Total number of intakes. 00559 4/3/78 • • Page 21 of 39 Page 3. Compile and analyze data monthly on: 8/1/78 - 6/30/79 a. Total number of individuals served from each census tract in target area. b. Total number of individual new clients served in the target area. c. 'Total number of individual new clients served from each census tract in target area. d. Total number of intakes. 4. Submit reports monthly on findings from compilation and analysis 8/1/78 - 6/30/79 of data to area council, and on a quarterly basis to County OEO Administration. " 00560 4/3/79 Page 22 of 39 • OBJECTIVE II RESPONSIBILITY OF DAs SSC and UCSSO are each responsible for objective as stated OBJECTIVE II: Of all clients referred semi-annual for services in the I & R system, 50% of those persons will have received the service(s) which met their assessed need(s) from the service provider(s) to whom they were referred. ACTIVITIES OF DELEGATE AGENCY: 1 . Implement follow-up procedures of I & R System as 7/1/78- 6/30/79 described in Contra Costa County OEO I & R Manual. 2. Maintain documentation, as described in the Contra 7/1/78- 6/30/79 Costa County OEO I & R manual , which shall include: a. The of clients referred for services in I & R System. b. The ; and per cent of clients who received service(s) which met their assessed need(s), c. The ethnic breakdown on the y and per cent of clients who received service(s) which met their assessed need(s). 3. Compile and analyze on monthly basis: 8/1/78= 6/30/79 a. The # of clients referred for services in I & R System. b. The r and per cent of clients who received service(s) which met their assessed need(s), c. The ethnic breakdown on the V1 and per cent of clients who received service(s) , which met their assessed need(s). 4. Submit report monthly on findings from compilation and 8/1/78- 6/30/79 analysis of data to area council , and quarterly to County OEO Administration. 4/21/78 00561 Page 23 of 39 03JECTIVE III —, ! RESPONSI SI LIT% OF ilii s Sot I cut end o6 Zit2 In conjunction with Area Council a plan(s) will have bean levelaped activiti_ez and implemented which is designed to resolve at least two gaps or deficiencies in services, identified in I « R system, to meet the needs of clients. ACTIVITIES OF DELEGATE AGENCY 1. Maintain documentation as described in Contra Costa County OEO 7/1178 — 6/30/79 I & R Manual on Gaps and Deficiencies in services which shall include: a. Number of clients who did not receive service(s) which met their assessed need(s) , and reasons needs were not met_ b. Number of clients unable to be referred and reasons for not being able to be referred. c. Number of clients being served by resources mobilized for emergency needs, types of need and kinds of resources_ 2. Compile and analyze data monthly to determine areas of gaps and 8/1/78 — 6/30/79 deficiencies and submit report on findings monthly to County OEO Administration and to area council. 2a. Two delegate agencies meet jointly together to compare data 10/1178 — 10/30/78 and to prepare joint recommendations for area council_ 3. Two delegate agencies meet jointly with area council to present 11/1/78 — 11/30/78 a. Analysis of gaps and deficiencies identified by 9/30/718 b. RecoTmendation on gaps and/or deficiencies that could be addressed either jointly or independently by the two delegate agencies. 00562 4/3/78 • Page 24 of 39 Page 2 4. Delegate Agency(s)develop a draft 41ork, plan designed : to re- 12/1/78 - 1/31/79 solve priority area(s) and submit plan to area council for - review and approval . Plan shall include but not limited to methodology, measurable objectives and/or activities, which reflect grantsmanship and/or community advocacy activities_ 5. Implement plan according to timeframe of plan_ 2/1/79 - 6/30/79 6. Maintain documentation on activities to identify areas of 7/1/78 - 6/30/79 gaps/deficiencies and the development and implementation of plans to resolve gaps/deficiencies, and on a quarterly basis, analyze progress in developing and implementing plans to resolve gaps/deficiencies in services. - 7. Submit reports monthly on findings of progress in developing 8/1/78 - 6/30/79 and implementing plans to area councils and quarterly reports to County Oc0 Administration. * In the SP/PV target area, at least two gaps or deficiencies will be addressed jointly by SSC and UCSSO, or each of these Delegate Agencies will each address a gap or deficiency independently_ OU5�i3 4/3/78 Page 25 of 39 U. =RcSP"" ISIBILITv O SSC F end of Jure, 1979, the Area Council -w-III have recti ted supporC act=ivi<?as f-ro the Dale-ate A-ency for each Area CoLrrcil meeting. Activities of DelegateAgency 1) Pro gide support activities to Area' Co"*nci l as described 1-rL 711178 — Co_?tra Costa OEO Mra-mial of Support Activities to 613017-01 Area Council. 2) Maintain docu.entation on all support activities 711178 - 6/30/7 (e_g. Minutes, Agendas, Sign-In Sheets, etc.) provided to Area Council. 3) Submit documentation to Counter OEO Administration 711/78 - 6130/79 as described in Contra Costa OEO Namial of Support Activities to Area Council. 00554 4/3/78 • • Page 26 of 39 Cad_' i I` V RESPONSIBILITY OF UCSSO Out of all training sessions provided to area council in areas of identified need related to Community Action Program, 50, of the - participants will have obtained skills in areas identified by area council as training needs. ACTIVIT IIIES Ole' DELEGATE -AGENCY I. Reassess with area council the training needs of the area council _ 8y '7/31/78 2. In conjunction with area council , develop a Training Plan By -9-/30/73 in areas identified by AC as training needs and submit Training Plan when developed to County OEO Administration. Plan to include, but not limited to: a_ Areas in which area council members are to receive training_ b. Objective(s) for each area of training. c_ Resource(s) to conduct training session(s)- d. Timetable for training session(s) in each area- e. Hethod(s) to assess accomplishment of objective_ 1) Pre-assessment of areacouncil members in area of identified training need. 2) Post-assessment of area council members in area of identified training meed. _ 3. ImplerPnt training plan according to timeframe of Training Plan_ 10/1/78-6j30j79 S. Maintain documentation on activities undertaken in training of 7/j/78--6/30/79 area councils, and after each training session, analyze progress of each area council participant in obtaining skills in areas of identified training needs. 5. Submit report quarterly on resulis of area council participants Z/1/73-6/320/7: obtaining skills in areas of identified training Needs, to 00565 County OEO Administration and to Area Council . 4/21/78 • • Page 27 of 39 O^.1 rTs j 7 16i RESPONST3,1LE i Y OF VAs A. ft least 200 (at leas; 70 by tha end of the first six months) 1 Frcch DA, SSC w UCSS(1, ,.b ,i an �� :� n Ae,6pors.i.b.Z2 So% at Zer..st individual teenagers -From t�.. argzc papulation, in the targ�t 100 {at Zeaati 35 b} the end o6 the ,'Zu.t 6 morrt'ks area will have participated in activities of the Teen Program, — one of which mustt, be other than recreational, B. At least one Teen Group composed of at least 10 teens, representative Each DA, SSC 5 1CSSO, o-11--the demographic characteristics of the target population, 'ZiTIY(jwsi6Z0'e Dc& at Pecut one teen gncup and with representation from 50 of the target area census tracfsl"zed _67. "B" will have developed and implemented the Teen Program Plan- ACTIVITIES lan_AC l IiiITIES OF DELEGATE AGENCY 1. Maintain a teen group and explain the objectives and intent 7/I/78-7.431178 of the Teen Program_ 2. Implement summer activities for teens which were planned by 7/1/78-9/15/78 teen group in 1977/73 program year. 3. W'izh teen group (as defined in the Objective VI-3) identify 9/15/73-10/30/71 and document needs of target area teens in at least 50%- of I A, census tracts and develop an annual Teen Program Plan, based on the identified reeds. Submit Teen Program Plan to County OEO Administration_ 4. Implement activities for target area teens.in those areas of 11/1/78-6/30/79 identified need, according to Teen Program Plan, and undertake grantsi„anship, -resource mobilization and advocacy activities as necessary_ 5. Publicize in every census tract lin the La�_-oet ar--ea every tee= 7/l/78-6/30/71-3 activity planned and organized by Teen Group. 6. With Teen Group, review and evaluate each educational, cultural , 11/1/73-5/33/79 recreational and other activities provided in the Teen Program fu 4/3%73 Pg•• 2 • Page 28 of 39 to dE!ter.nine the participarL's i li es and dislikes .-lith each activi_y avis their reco:;=elydations for i :prov2ment of each activity_ 7. Maintain documentation as required by County 0EE0 Ad-ministration, 7/1/78-0/30/79 Lo include_ a. Plumber of individual teens, new and existing, participating in each activity, indicating census tracts, sex, age and ethnicity_ b. Activities undertaken in Teen Program, including the planning and iimplementation of educational , cultural and recreational and other activities by Teen Group for the teens in the target area_ c. Number of teens in Teen Group and representation of teens in Teen Group_ 8. Analyze documentation monthly to determine. 8/l/78-0/30/79 a. Number of individual Leans, new and existing, from the target area census tracts participating in the activities_ b. Progress of Teen Group in planning and gyp?2:-21t � activities for the teens. c. Humber of teens in Teen Grot:p and representation of Teens in Teen Group. 9_ Submit report monthly on findings of participation of teens 8/I /78-0/30/73 and progress in program to area council and quarterly to County 0E0 Administration_ 10. AL the end of the first quarter, a review will be made on 10/1/78-10/'TVIf of participation to deter.-min2 if number o; teens to participate in Teen Program should be increased_ 0006 4/3/73 �fINISTRATIOR''S 1978-1979 1WK page 29 of 39 PROGRAM OBJECTIVE A On an as needed basis, but not less than semi-annually, a determination will have been made that each delegate agency is meeting its objectives and those activities necessary to carry them out. Reco=endations to resolve any areas of non- compliance will have been made as needed. 1. Monitor the delegate agencies as needed, but at least semi annually. Monitoring activities may include the following as appropriate: 7/1/78- 6/30/79 a. Review of reports submitted by delegate agencies b. Conduct on-site visits to delegate agencies to : 1) review documentation maintained by delegate agencies on activities to meet objectives 2) conduct interviews of staff of delegate agencies 3) conduct interviews of clients served C. . Investigate complaints by area councils on services of delegate agencies 2. As necessary, make recommendations to resolve those 7/1/78- areas of non-compliance or deficiencies. 6/30/79 3. Maintain documentation on activities undertaken in 7/1/78- this objective. 6/30/79 E April 24, 1978 00568 P OBJECTIVE B • age 30 of 39 Within the timeframe set by the EOC and agreed to by Regional CSA, the 1979-1980 grant application for CSA funds 'will have been submitted to and approved by the CSA Regional Office. ACTIVITIES 1. Develop and recommend guidelines for the process and timeframe for the development of the 1979-1980. 11/15/78- grant application. 12/31/78 2. Obtain approval of guidelines (process & timeframe) from the EOC, and agreement on date of submission January EOC of grant from Regional CSA. 3. Develop 1979-1980 Grant Application according to According to approved process and timeframe. dates on timeframe. 4. Submit 1979-1980 Grant Application to Regional By date on CSA for funding. timeframe. 5. Receive approval of 1979-1980 Grant Application By June 30, from Regional CSA. 1979 April 21, 1978 00569 • • Page 31 of 39 OBJECTIVE C In conjunction with the EOC, by June 30, 1979 a plan will have been developed and implemented which is designed to resolve at least one county-wide gap and/or deficiency in human services provided to the target area residents _ Data on gaps and deficiencies will have been identified from reports on gaps and deficiencies submitted monthly by delegate agencies to Administration and Area Councils. 1. Review and analyze reports on gaps and deficiencies submitted monthly by Delegate Agencies to Administration 8/15/78- and Area Councils. 6/30/79 2. With an EOC Committee, complete review on gaps and deficiencies by the Delegate Agencies, identifying a county-wide gap or deficiency in the provision of human services. Provide Area Councils and Delegate Agencies with information on countywide gap or deficiency that has been identified and will 9/1178- be addressed. 9/30/78 3. Develop and recommend to the EOC Committee a plan to attack the county-wide gap or deficiency, this 9/1/78- . plan may include but is not limited to the following: 9/30/78 A.) Methodology B. ) Measurable objective(s) and/or activity(ies) C. ) Alternative solutions to the gap or deficiency D. ) Implementation Time Frames E.) Evaluation and/or monitoring process 4. Meet with EOC to present plan for its review and 10/1/78- recommendations. 10130/78 5. Implement the plan according to the timeframe 11/1178- 6/30/79 6. Maintain documentation on all activities implemented 8/15/78 toward this objective' s outcome and report to the 6/30/79 EOC on a quarterly basis. April 21, 1978 00570 OBJECTIVE D • Page 32 of 39 By June 30, 1979 at least one report will have been completed and submitted to the EOC on each of the eight area council' s compliance or non-compliance with the Organizational Policy within the timeframe set by the EOC, with recommendations on resolving any non- compliance of area councils. 1. Meet with an EOC Committee to review Organizational Policy, to set priority areas to be addressed in Policy, to establish timeframe for area councils to come into compliance with Policy, and to establish procedures to resolve areas of non-compliance. 7/1/78- Obtain approval of process from EOC. 8/31/78 2. Review area councils' bylaws and membership lists 8/1/78- to determine areas -of non-compliance. 10/31/78 3. Inform area councils of priority areas set by EOC to be addressed in Policy, of timeframe for area councils to come into compliance, of areas of non- compliance of area councils and of recon endations 9/1/78- on resolving areas of non-compliance. 12/31/78 4. Monitor area councils to determine if area councils have come into compliance with Organizational Policy Based on within timeframe established by EOC and submit report Timeframe for to EOC on findings, with reco=. endations on resolving Completion. areas of non-compliance that still exist. April 21, 1978 005 j1 OBJECTIVE E • Page 33 of 39 By June 30, 1979 at least one report will have been completed on the EOC' s and each of the five delegate agencies' compliance or non-corpliance with their own Bylaws and applicable CSA regulations , with recommendations to governing board on resolving any non-compliance. 1. Review EOC' s and delegate agencies' bylaws and applicable CSA regulations to determine areas of 1/2/79- compliance and non-compliance. 3/31/79 2. Develop report based on findings, with recommendations on resolving areas of non- 4/l/79- compliance. 4/30/79 3. Submit report to the governing board 5/1/79- on the following: 5/15/79 a. Delegate agencies not in compliance, indicating areas of non-compliance, with recommendations on resolving areas of non-compliance. b. Areas of non-compliance of the EOC, with recommendations on resolving areas of non- compliance. April 21, 1978 ' ' 00572 • OBJECTIVE F • Page 34 of 39 By June 30, 1979 the EOC and its cosi ttees will have received administrative and clerical support at each of their meetings. 1. Provide administrative and clerical support 7/l/78- activities which will include: 6/30/79 1) Contacting of chairperson prior to meetings to jointly prepare agendas. 2) Selecting site/location and making arrangements for meetings. 3) Preparation of and mailing of agendas, minutes and any material needed by members prior to meetings. _ 4) Delivery prior to meetings of material to members. 5) Phone calling to members Mizen needed to set up meeting and/or remind members of meeting. 6) Assigning of a clerical staff person(s) for recording of the minutes of all meetings_ 7) Assigning of a specific administration staff person(s) to EOC and EOC Committees to make reports and recommendations at meetings and/or to provide technical assistance and follow up on recommendations of committees as necessary. 8) Making material available, such as agendas, minutes, reports etc. at meetings - specifically at the monthly EEOC meetings . 2. Maintain documentation on administrative and clerical support activities provided to the 7/1/78- EOC and its co=.' ttees. 6/30/79 005'13 April 21, 1978 • • Page 35 of 39 OBJECTIVE G By June 30, 1979, if priority objectives A-F are adequately being addressed, and time and resources of Administration allow, upon request, technical assistance will have been provided to the EOC, Area Councils and Delegate Agencies to assist these bodies to come into compliance with appropriate rules, regulations and directives (i. e. Delegation of Authority, Organizational Policy, contracts) 1. Analyze Objectives A-F to determine if each of these objectives is adequately being addressed 11/l/78- according to the timeframes . 11/30/78 2. List priority areas in which technical assistance may be given, if time and resources allow and set timeframe for providing the technical 12/1/78- assistance. 12/30/78 3. Based on analysis of progress in accomplishing Objectives A-F and of time and resources available, inform area councils and delegate agencies priority areas in which technical assistance can be given and timeframe for providing 1/2/79- the technical assistance. 1/31/79 4. Upon request, provide technical assistance based on priority areas and timeframe, as time and resources 2/1/79- allow. 6/30/79 5. Document technical assistance that is given to area councils and delegate agencies as time and resources 2/1/79- have allowed. 6/30/79 April 21, 1978 005, NON-CSA FUNDING SOURCES:, , Page 36 of 39 PROJECT TITLE FUNDING SOURCES Carquinez Coalition (DA) Carquinez Coalition I . Child Development Center 1 . State Dept. of Education $98,665 7/1/77 - 6/30/78 2. Community Development 2. HUD $15,000 7/1/78 - 6/30/78 HUD $26,000 7/1/78 - 6/30/79 HUD $20,000 7/1/78 - 6/30/79 3. Public Service Employment 3. CETA Title VI $84,000 9/7/77 - 9/1/78 4. PSE/COD 4. State of California $ 7,500 5/16/78 - 1/16/79 Southside Community Center (DA) 1 . Community Resource and Development 1 . San Francisco Foundation $13,522 3/31/78 - 9/1/78 2. Summer Youth Project 2. City of Richmond $ 800 7/1/78 - 9/1/78 3. Public Service Employment 3. City of Richmond (1) $44,000 (DOL) Curr. two projects (2) $61 ,716 (DOL) 1/30/78 - 9/30/78 4. CETA 4. County CETA $283,744 (DOL) 10/1/77 - 9/30/78 5. NEBACAP 5. City of Richmond $250,327 (DOL) 8/29/77 - 8/28/78 6. Inter-Governmental 6. City of Richmond $465,233 6/13/77 - 6/12/78 7. Handy Man Project 7. County Office of Aging $ 3,750 10/1/77 - 6/30/78 Concerted Services Project (DA) 1 . Manpower Services 1. County CETA $77,310 9/30/77 - 9/30/78 Q�1�1i TJ NON-CSA FUNDING � � Page 37 of 39 PROJECT TITLE FUNDING SOURCES United Council of Spanish Speaking Orgns. (DA) 1 . Medical Services 1 . County $206,370 10/1/77 - 6/30/78 2. Housing & Community Development 2. HUD $ 23,371 6/77 - 6/78 3. Nutrition Program (Old Ar::erican Act) 3. HEW $ 15,830 7/1/77 - 9/30/78 4. Manpower Services 4(a) CETA VI .. . $139,911 County & City of Richmond funding varies - all end 9/30/78 (b) CETA I . .. $ 62,013 Contra Costa County 9/77 - 9/30/78 (c) CETA III .. .. $ 500 (monthly) 303 Migrant Program 1/78 - (contract not signed) 5. General Operations 5. UWBA . .... $100,000 7/1/77 - 6/30/78 6. Richmond Sr. Citizens 6. HEW $ 5,595 Transportation 4/1/78 - 6/30/78 7. Head Start 7. HEW $171 ,725 1/78 - 12/31/78 (New Contract Has to be Signed) 8. Housing Development 8. Rural America (Federal ) $264,766 (Blue Goose Camp) 4/78 - 12/31/78 North Richmond Neighborhood House (DA) 1. Employee Salaries 1. CDC $ 20,000 3/1/77 - 2/28/78 2. General Maintenance 2. P.G. & E. $ 7,000 1/1/78 - 12/31/78 Standard Oil $ 19,000 1/1/78 - 12/31/78 00si� • • Page 38 of 39 NON-CSA FUNDING PROJECT TITLE FUNDING SOURCES 3. Drop In Center 3. Contra Costa County $ 23,837 7/1/77 - 6/30/78 Nj 4. Alcohol Recovery Center 4. Contra Costa County $ 82,680 7/1/77 - 6/30/78 F 5. Alcohol Detoxification Center 5. Contra Costa County $171,720 7/1/77 - 6/30/78 6. General Administration 6. UWBA $ 99,800 7/1/77 - 6/30/78 7. Youth Education Programs 7. ESAA $174,029 7/1/77 - 6/30/78 8. Manpower Services 8. City CETA - VI $ 62,751 10/3/77 - 9/29/78 City CETA - VI $ 19,824 6/13/77 - 5/12/78 City CETA - VI $ 23,516 8/31/77 - 9/30/78 City CETA - VI $ 36,793 12/30/77 - 9/29/78 County CETA - VI 76,247 7/18/77 - 7/17/78 9. Full Year Head Start 9. HEW $127,163 1/1/78 - 12/31/78 County OEO Administration 1. Full Year Head Start 1. HEW $553,060 1/1/78 - 12/31/78 HEW $373,211 7/1/78 - 12/31/78 2. Housing Counseling/Training 2. H & CD Title I $150,808 7/1/76 - 6/30/79 3. Neighborhood Preservation 3. CETA Title VI $112,452 8/1/77 - 7/31/78 4. Emergency Energy Conservation 4. CSA $150,000 7/1/78 -7/30/79 5. Emergency Energy Assistance Program 5. CSA $107,939 3/8/78 - 6/30/78 OU5�11 • • Page 39 of 39 6. Special Crisis Intervention Program 6. CSA $117,000 8/3/77 - 6/30/78 7. Weatherization Program 7. Dept of Energy $ 45,000 10/1/77 - 12/31/78 005'is z • • CONTRA COSTA COUNTY CW1UNITY ACTION PROGRAM STANDARDS OF EFFECTIVENESS TO BE ADDRESSED BY 2nd YEAR OBJECTIVES: 1978-1979 2nd YEAR OBJECTIVES (1978-1979) STANDARDS OF EFFECTIVENESS (MMINE—OBJECTIVES OF DELEGATE AGENCIES) I. A. Of a minimum of 200 individual low- II. Better organization of services related income residents served semi-annually in to the needs of the poor. the established Information & Referral V. Greater use of new types of services System, at least 20% of them will be new and innovative approaches in attacking clients from the target area. causes of poverty, so as to develop increasingly effective methods of em- B. Of these new Information & Referral ploying available resources. clients, a minimum of three will have come from each census tract in the target area. II. Of all clients referred semi-annually for II. Better organization of services related services in the Information & Referral to the needs of the poor. System, 50% of those persons will have V. Greater use of new types of services received the service(s) which met their and innovative approaches in attacking assessed need(s) from the service causes of poverty, so as to develop provider(s) to whom they were referred. increasingly effective methods of em- ploying available resources. III. In conjunction with Area Council , a plan(s) I. Strengthened community capabilities for will have been developed and implemented planning and coordinating so as to in- which is designed to resolve at least two sure that available assistance related gaps or deficiencies in services, identified to the elimination of poverty can be more in the Information & Referral System, to responsive to local needs and conditions. meet the needs of clients. II. Better organization of services related to the needs of the poor. III. Maximum feasible participation of the poor in the development and implementa- tion of all programs and projects designed to serve the poor. IV. Broadened resource base of programs directed to the elimination of poverty so as to include all elements of the community able to influence the quality and quantity of services to the poor. Page 2 V. Greater use of new types of services and innovative approaches in attacking causes of poverty, so as to develop increasingly effective methods of em-- ploying available resources. IV. By the end of June, 1979, the Area Council III. Maximum feasible participation of the will have received support activities from poor in the development and implemen- the Delegate Agency for each Area Council tation of all programs and projects meeting. designed to serve the poor. V. Out of all training sessions provided to I. Strengthened community capabilities Area Council in areas of identified need for planning and coordinating so as to related to Community Action Program, 50% insure that available assistance related of the participants will have obtained to the elimination of poverty can be skills in areas identified by Area Council more responsive to local needs and as training needs. conditions. III. Maximum feasible participation of the poor in the development and implementa- tion of all programs and projects designed to serve the poor. VI. Maximum employment opportunity, includ- ing opportunity for further occupational training and career development, for residents of the area and members of the groups served. VI. A. At least 200 (at least 70 by the end I. Strengthened community capabilities for of the first six months) individual teen- planning and coordinating so as to in- agers from the target population in the sure that available assistance related target area will have participated in to the elimination of poverty can be activities of the Teen Program, one of more responsive to local needs and con- which must be other than recreational . ditions. II. Better organization of services related B. At least one Teen Group composed of to the needs of the poor. at least ten teens, representative of the III. Maximum feasible participation of the demographic characteristics of the target poor in the development and implementa- population, and with representation from tion of all programs and projects 50% of the target area census tracts, designed to serve the poor. will have developed and implemented the IV. Broadened resource base of programs Teen Program Plan. directed to the elimination of poverty so as to include all elements o-F the community able to influence the quality and quantity of services to the poor. 00580 Page 3 V. Greater use of new types of services and innovative approaches in attacking causes of poverty, so as to develop increasingly effective methods of employing available resources. VI. Maximum employment opportunity, includ- ing opportunity for further occupational training and career development, for residents of the area and members of the groups served- 5/10/78 erved_5/10/78 00581 i JL PAGE 1 OF 1 PAGES OFFICE OF ECONOMIC OPPORTUNITY-APPLICATION FOR COMMUNITY ACTION PROGRAM Dorm Approved. PARTICIPANT CHARACTERISTICS PLAN (Please type or print clearly) Budget Bureau No. BBro-BOI5B 1. APPLICANT AGENCY 2. DATE SUDMITTED 3. PROGRAM YEAR m 4. GRANT NO. —Contra _Costa__Col�.r1ty—RpaTd of Sup r-v uors May 12, 1978 END DATE: 6/30/79 90195 S. THIS PLAN SUDMITTED AS PART OF: y a. Q FUNDING REQUEST b. 0 AMENDMENT REQUEST c. Q PLAN ADJUSTMENT FOLLOWING OED GRANT ACTION P.A. NO. 05 P.A. 110. P.A. NO. P.A. NO. P.A. NO. P.A. NO. G111 AME: (en. NAME: NAME: NAMEt NAME: NAME: PARTICIPANT CHARACTERISTICS 0 111. rog. 14UPADER % NUMBER % NUMBER J NUMBER % NUMBER NUMOER °fo u t :z) 131 tat 151 Bal (7) _ te1 tot 1101 (11) 1121 1141 • 1. TOTAL PARTICIPANTS 5000 10070 10070 100/ 10070 10070 100°l0 0. AGE RANGE 2%(n 0-5 00 2 (2) 6-15 550 11% (3)IC21 1150 23% —' (a) 2x44 1150 2a (5) 45:54 (61�55.64 500 0 _ (7) 65 ANDOVER 200 4% b. FAMILY INCOME 500 10� (11 AIIOVE POVERTY LINE (2) tICLOW POVERTY LINE ('11 s1-499 BELOW 1750 35% (b) 5500-1,499 DELOW 1750 35%/ (t) SI,S00 OR MORE BELOW 1 000 20q c. SEX 2500 50% (1) MALE • 121 rEM ALF. d. RACIAL/ETHNIC GROUPS (1) CAUCASIAN (a) MEXICAN-AMERICAN 1700 34% (b) PUERTO RICAN --cy (C) OTHER CAUCASIAN(Ang 850 17% (21 NEGRO_ _ 2200 44% (3) AMERICAN INDIAN 100 2% (4) o_RIEN TAL _ 50 1% OTHER 2 2. PARTICIPANTS IN FAMILIES RECEIVING WELFARE PAYMENTS 3000 60% 3. PARTICIPANTS WHO ARE HEADS 3500 70q OF HOUSEHOLDS CAP FORM 84 AUG 68 GPO e05.z15 ■ I PAGE 1 OF 1 PAVES OFFICE OF ECOtIOMIC OPPORTUNITY -APPLICATION FOR COMMUNITY ACTION PROGRAM l,orm Approved. ADMINISTERING AGENCY FUNDING ESTIMATE (Please type or print clearly) Budget Bureau No. 116•1?014e ). APPLICANT AGENCY 2. DATE SUBMITTED 3. PROGRAM YEAR 4. GRANT NO. 5/9/78 END DATE: 6/30/79 90195 -Contra_Costa--Countyy__Board.-nfi ----_-.— S. THIS PLAN SU EMITTED AS PART DF n. 1.X,FUNOtNG REQUEST b. QAMENDMENT REQUEST C. PLAN ADJUSTMENT FOLLOWING OEO GRANT ACTION DEI.. AGENCY BASIC ESTIMATED ADMINISTERING AGENCY FUNDS ESTIMATED PORTION OF NAME OF ADMINISTERING AGENCY INFORMATION FORM PRIOR PROGRAM YEAR REQUESTED PROGRAM YEAR P.A. PROGRAM ACCOUNT FUNDS ALREADY ATTACH- MFEOERAL NONFEDERAL FEDERAL NONFEDERAL NO. FEDERAL NONFEDERAL FILED ED SHARE SHARE SHARE SHARE SHARE SHARE U) {2! 171 14} 10) (0) i9) (10) CAA Central Administration _176 ,599 3 153,765 01 Carquinez Coalition , Inc. ~ X 100,352 66,905 05 Concerted Services Project, Inc X 154,528 103,024 05 North Richmond Neighborhood House, Inc. X 108,081 72 ,058 05 Southside Community Center, Inc X 154,440 102,965 05 United Council of Spanish Speaking Organizations, Inc X 308,000 205,344 05 C CJl $1 ,002,000 704,061 CAP FORM 85 AUG Go PAGE I OF 5 PAGcs OFFICE OF ECONOMIC OPPORTUNITY •- APPLICATION FOR COMMUNITY ACTIOt? PROGRAM Form Ipruved. PROGRAM 1,CCOUNT BUDGET (Please type or print clearly) Budget lluteau Va. lic-11we8 1. APPLICA14T AGENCY 2. OATE;_SSJr)4t�T6.D PROGRAM YEAR 14- - 4. GRANT Ito. Contra Costa County Board of Supervisors I t)/ I ENO DATE: 6/30/79 90195 PROGRAM ACCOUNT -1 7.__071;1 ii�i4 I;iF_0 AFE _d. E140 93IT19 /78 6 017 a. NUMBER 01 b. NAME CENTRAL ADMINISTRATION G. SUBMITTED AS PART OF (check one): FUNDING REQUEST b. AIAENOMCNT ncouEsT (if this itrin is checked,attack CAP [,'arm 25b, "Justification for P.A. Amend." SECTION I. 13UDGC-T SUWAAnY APPROVED PY REQUESTED PROGRAM YEAR REQUESTED PROGRAM YEAR+ I 'REQUESTED PY + 2 COST FULL-YEAR EXPANDED EXPANDED CAT, COSY CATEGORY TOTAL NO. TOTAL FEDERAL NO14. NO. -_ ___-- — --j­,14400—se- 140. PROGRAM Mos. PROGRAM SHARE FEDERAL MOS. TOTAL NO. TOTAL H 0. TOTAL SHARE PROGRAM MOS. PROGRAM MOS. P)IOGnAM ill 121 131 441 (0) 16) (7) (101 (111 (121 It 3 1 41 PERSONNEL COSTS 249,707 134,442 115,265 SALARIES AND WAG•S 1.1 02 265 82,358 FRINGE UENCFITS trmplayer's share 0111y) 26,377 1.2 20 907 CONSULTANTS AND 1.3 5,800 12,000 CONTRACT SCnVICES ..... NONPERSONNCL COSTS 2. 80,657 42,157 38,500 ..._......._..._. MMI. »d:.i:`:Vi:v ......w _ -;.`11 t'?T,e+.•-•.1 v'.'�. TRAVEL 5,300 0 tPACC COSTS AND 2.2 1 ,500 38,350 4 CN T A L S CONSUMAnLE 13 SUPPLIES 6,800 0 N X, nENIAL, LEASV, PUA- 2.4 Cvi ASF or EQUIPMENT 5 ,532 0 x 2 OTHER COSTS 123,025 OTAL COSTS 330,364 176 ,599 153,765 12 F EVERAL SHARE x1. 176 ,599 :xx NON.FEDERAL SHARE 53,765 7Af- FORM 25 (55C-C V. AUG fs"I Ilt.f-LACr. CAP FOOMS ?3, APR GU AND 2!,, rcu ir.G wmcit ARE OUSOLCM P/A 01 CENTRAL ADMINISTRATION P/Y 111411 P*oc 2 OF 5 PAGES SECTION 11. SALARICS AND WAGES (hrmitntinn of(:n.%t Casegory Nn. 1.1J PAID PURSONNCL. VOLUNTEERS NO. ANNUAL[ZrO 140. Ft:Gt'IIAL 14011. WAGE 110. 110ti- PEn- TITLCon I$OSIT10t4 SALARY OF OF SHARE AnC FEDCRAL CATEGORY OF VOLUNTEER PER OF FEDERAL SONS MOS. Time SHARE HOUR HOURS SMAnt 451 (91 19) 410). 111 — 1 Executive Director 26s976 12 100 26,976 1 EOP Specialist 11 21 ,528 12 100 19,308 2,220 1 EOP Specialist 1 17,424 12 100 14,938 2,486 1 EOP Specialist 1 16 ,866 12 100 16 ,866 I Admin. Serv. Asst. 111 24,996 12 100 24,996 1 Interum. Steno. Clk. 12,324 12 100 12,324 2 EOP Worker 11 13,872 12 100 23,736 4,008 1 EOP Worker 11 13,267 12 100 11 ,383 1 ,884 — LOP I 1 Steno. Clk. 9,464 12 100 9,464 I Stena. 1 Interm. Typist Clk. 11 ,736 12 100 11 ,736 I Typist Clk. 8,598 6 100 4,298 Split F-NF salaries lased on 1975 federal .--.ates ; h.-I. '.ounty--s4a3..a.r-y— increases charged to NF. 1 )78-79 anticipateq& ---+nc-m-axse-s-c-hwlge",a-to--!-and I 1 15 14Y t 14W �Jq TOTALS, PAID PROFESSIONAL PERSONNEL IX TOTALS, PAID NONPROFESSIONAL PERSONNEL TOTALS, PAID PERSONNEL 1021,265 82,358 TOTALS, VOLUNTEERS CAP FORM 'S(Az;nrjjUG C PAGE 3 OF PAGES OFFICL OF ECONOMIC OPPORTUNITY - APPLICATION FOR COMMUNITY ACTION PROGRAM rorm Approved PROGRAM ACCOUNT BUDGET SUPPORT SHEET (Please type or print clenrly) Bisolpet Burcust No. I1r,-10158 J. tPPLICANtA111112. DAJ�/J-TyTED 3. PROGRAM YEAR A. GRANT NO. 0 -t ra costa bounty Board of Supervisors I Z) f'! END DATE: 6/30/79 - 90195 S. PROGRAM ACCOUNT n, NUMBER b, NAME 01 CENTRAL AD14INISTIZATION C 6/30/79 G. V. SUDGMT SUPPORT DATA COST AMOU14T OR VALUE OF ITEM CATE- GORY DESCRIPTION OF ITEM AND BASIS FOR VALUATION FEDERAL NON-FEDERAL NO. SHARE SHARE (1) 12) 131 (4) 1 .1 Salaries and Wages, 102,265 82,358 1 .2 Fringe Benefits ( 1/78 actual percentages projected) 26,377 20,907 1 .3 Consultants and Contract Services 5,800 12,000 County Auditing and Accounting 12,000 (NF) Independent CPA Audit 4,500 (F) Consultants - T/TA 1 ,300 (F) Spanish Translation 600s Workshop 700 2.1 Travel 5,300 0 Mileage @ .17 3,000 (F) Out of Area 1 ,500 (F) Use of County Motor Pool 800 (F) TOTALS CARRIED FORWARD FROM ATTACHED PAGES (if(my) ALIDIT IONA L NAIII(ATIVE STATEMENT IS ATTACHED TO CAP FORM 25a (1111'V. AUG 601 REPLACES CAP FORM 23, DATED APR 60, WHICH IS OBSOLETE, GPO Odl.303 PAGE 4 OF 5 PAGES OFFICE OF ECONOMIC OPPORTUNITY - APPLICATION FOR COMMUNITY ACTIO14 PROGRAM !%orm Apprnved PROGRAM ACCOUNT BUDGET SUPPORT SHEET (111mc typo or print eleorfy) Budget Bureau No. I]G-n0158 ). APPLICANT AGENCY 2. DATE SUBIdITTED 3. PROGRAM YEAR 14 4. GRANT NO. Contra Costa County Board of Supervisors 1 5/12/78 CND DATE: Q 0195 S. PROGRAM ACCOUNT — n. NUMBCR b, NAME C. BEGINNING d, ENDING O1 CENTRAL AD14I11ISTRATIO14 7/1/78 6/30/79 G E3UDGET SUPPORT DATA _ AMOUNT OR VALUE OF ITEM COST ---- --— ------ CATE- DESCRIPTION OF ITCM AND DAS15 FOR VAI.UATION FEDERAL NON-FEDERAL GORY SNARL: SNARE NO. ()I (2) (3) (4) 2 ,2 Space Costa & Rentals 1 ,500 38,350 _` Richmond Office - 1 ,200 (11F) (City of Richmond) _. ___• Central Admin. Office , Pl . Hill— 67% - 32,500 (HF) (County) Pittsburg Office - 50% _ 2 ,400 -(NF) (I-I&CD Title I) Moving Costs , Central Administration 2,000 (NF) Household Expense - 1 ,500 (F) , 250 (NF) 2,3 Consumable Supplies 6,800 0 Office and Program 6,200 (F) Food 600 (F) O TOTALS CARRIED FORWARD FROM ATTACHED PAGES (i(nny) ADDITIONAL NARRATIVE STATEMENT IS ATTACHED TOTALS CAP FORM 25a 111L'V. AUG GO) REPLACES CAP FORM 23, DATED APR 60,WHICH IS OBSOLETE. GPO 0G1.303 PAGE 5 OF 5 PAGES OFFICE OF ECCHOMIC OPPORTUNITY - APPLICATION FOR COMMUNITY ACTION PROGRAM Form Approvurt PROGRAM ACCOUtIT BUDGET SUPPORT SHEET (Picase type or print acnay) Budret 1hirenu No. 116.1?0158 1. APrJConL1tA1IT6GC1jCY 2. DPROGRAM3, PROGRAM YEAR 11 GRANT NO. a County Guard of Supervisors I END DATC: 6/30779- 90195 5. PROGRAM ACCOUNT CENTRAL ADMINISTRATION 6/30/79 G. MUDGMT SUPPORT DATA COST i AMOUNT OR VALUE OF ITEM CAT IZ- GORY DESCRIPTION OF ITE14 AND 13ASIS FOR VALUATION FEDERAL NON-FEDERAL NO. SHAnC SHARE 11) 12) (3) (4) 2.4 Rent, Lease, Purchase of Equipment 5,532 0 Rental of Xerox Copier 3,000 (F) Maintenance of Equipment 900 (F) Minor Equipment Replacement 1 ,632 (F) 2.5 Other Costs 23,025 150 Telephone 7,500 (F) Membership CAL-NEVA CAA Assn. 500 (F) Publications 50 (F) ; Printing 775 (F) Direct Support of EOC/ Area Councils 14,200 (F) Microfilm Service 150 (NF) (County) Gr OF, TOTALS CARRIED FORWARD FROM 7. l 1 ADDITIONAL NAr?nATIVCSTATEMCNT IS ATTACHED ATTACHED PAGES (if any) TOTALS CAP FORM 250 (ACV. AUG 60) REPLACES CAP FORM 23, DATED APR GO, WHICH IS OBSOLETE. GPO 861-303 ' 1 78-900 PAGE 1 OF 6 PAGES OFFICE OF ECONOMIC OPPORTUNITY - APPLICA-CIO14 FOR COMMUNITY ACTION'PROGRAM PROGRAM ACCOUNT BUDGET Please type or,print clear! Form t Iter at. ( P Y1 (lurtRet itarral, No. 1I6•RG1s0 I. APPLICANT AGENCY 2, DATE SUBMITTED 3• PROGRAM YEAR 4. GIIAII T CAROUINC7, COALITION,_ INC, April 14, 1978 E140 DATE: 30 jLjn(j1979 5. PROGRAM ACCOUNT a. NUMDER b, NA6iE^ �~ .— c, DEGINNNIG DATE J, END DATE _ 05 COMAfUNITY ACTION FROG101 13uly 1, 1978 � June 30, 1979 G. SUDMtTTEO AS PART OF (check one): a. r]FUNDING REQUEST b, M AMENDMENT REQUEST (if this item is checked, attach CAP Farm 25b, "Justification for P.A. amend." SECTION I. DUDGCT SUMMARY APPROVED PY REQUESTED PROGRAM YEAR REOUESTED PROGRAM YEAR+ } REQUESTED PY t 2 COST FULL-YEAR «^ EXPANDED LXPANOt;D CAT, COST CATEGORYNON• -----»""- - TOTAL NO. TOTAL FEDERAL NO. NO. PROGRAM MOS. PROGRAM SHARE FEDERAL MOS. TOTAL NO. TOTAL NO, TOTAL N0. SHARC PROGRAM MOS. PROGRAM MOS. PROGttAM MGS 111 (21 13) (4) 151 101 171 101 191 (101 Il U (121 11)1 (1 S 1 PERSONNEL COS �' •.`'`•. T 8 111,468 85 601 25 67 8 111,468 , , ....� .. • •:u+::.::1 .u1.4!: :f.•!.TI:.T•.•,••. ♦tT.n.T.r ��, 1 r S 11 IC., r AND G D WA E J.1 S l 4 867 72,54 25 98,411 , �FRIN DN GC L CF 1T5 t 1.2 (h'mplayrrr s :bore only) 13,057T 13,0571 "0"' CONSULTANTS AND 1 CONTRACT SERVICES -0-. -0-- 0 2, NON PERSONNEL COSTS 55,789 ` 55,789E 14,751; 41,038 i TiiA v EL 2,22 2 GI -0- �. iI 2 1.2 SPACE COSTS AND RC.NTALs : : : :: 38,538 3,000 35,538 )) kn 4.J cONsuMnDLe SUPPLIES 4,300 _ 1,800 2,500 2,4 RP.NTAL, LEASC PURit .� 1 c!1 ASF OF ECU IPMEltT 1 90fl 1,000! 900 2.S OTN CR COSTS _ 8,825 6,7251 2,100 TOTAL COSTS 167,257 167,257 100,3521 66,905 1 k S F 4 e UERLr A N A, R r• 0 2 352 100,352 35 1 0 , 1 1 NQN. F �EP ALSHARE i l 6,90 1.• ._ 9 _ 5 66: 05 6 i ~CAP FORM 25 (StiC I) M ((1CY. AUG G{l) I,1NLACC5 CAP FORMS 23, APR G4 AND 25, FCU GG WHICH ARE ODSOLET£. . . . . 78-100 � p^cc 2 0 6 p^cco PAID PLRSONNEL 4. VOLUNTEERS P E$'I- TITLE On POSITION ANNUALIZED OF OF FEDERAL FCOCnA4 CATEGORY OF VOLUNTEER PER OF FCOCnAL SON$ SAILARY MOS. TIME SH ARE rim ARE HOUR HOURS SHARE W) Executive Director 15,480 12 80 12,480 -0- 1 & R Worker D Deputy, Director/ 4.501920 8,640 I Prograin Evaluator----- 13,624 12 80 11,032 -0- Community Worker 4 .50 ,1920 8,640 _U1 T&R Program Mana er 11,232 12 100 il,232 -0- Custodian/ilaintenance 4.00 500 2,000 m - Specialist 9,360 12 100 9,360 -0- Interp/Translation 4.50 400 1 ,800 Citizen Participation 9,360 12 100 9,360 -0- Clerical Worker 3.75 1 500 1 ,875 Worker ` —(1)_,youth P,rogram Coor. 9,360 12 100 9,360 -0- Youth Program Aide 3.50 832 2,912 (1) Bookkeeper/Sccretary 9,360 12 100 9,360 -0 Foot Note: 4% increase i ; on the feleral shaie of annualized salary. TOTALS, PAID PROFESSIONAL PERSONNEL 72,544 TOTALS, PAID NONPROFESSIONAL PERSONNEL TOTALS, PAID PERSONNEL 72,544 TOTAL$, VOLUNTEERS 25,867 OFFICE OF ECONOMFarm Approlle IC OPPORTUNITY - APPLICATION FOR COMMUNITY ACTION PROGRAM hj_I uu PACE 3 OF PAGE!; d PROGRAM ACCOUNT BUDGET SUPPORT SHEET (Please type or print clearly) Budget llurcuis liu. 116-RO150 1. APPLICANT AGENCY 2. DATE SUBMITTED 1 3. PROGRAM YEAR 78--79 1 4 GRANT No. CARQUINEZ COALITION, INC. lApril 14, 1978 1 END OATE...June '3T-19719 90195 S. PROGRAM ACCOUNT a. NUMBER b. NAME C. BEGIN14114CENDING 05 C01MINITY ACTION PROGRAM ]July 1, 1978 7�Une 30, 1979 BUDGET SUPPORT DATA COST AMOUNT OR VALUE OF ITEM :ATE- iony DESCRIPTION OF ITEM AND OASIS FOR VALUATION FEDERAL NON-FEDERAL 110 SHARE SHARE (2) (3) (41 III Salaries and Wages 72,544 25,867 1.2Fringe Benefits (Employer's share 18%: Pica, sui, Workmen's Compensation Insurance, Medical, Dental, Life Insurance.) . 13,057 1.3 Consultants and Contract Services -0- -0- Z.1 Tray-al Staff Mileage: 14,840 Miles @ .15/Mile r 2+* 226 2,226 q'j TOTALS CARRIED FORWARD FROM ADDITIONAL NAnnATIVIZ STATEMENT IS ATTACHED ATTACHED PAGES (if city) 11,525 1 _ 400138 TOTALS 1, 100,352 —1 66,905 :AP FORM 25o (REV. AUG Go) REPLACES CAP FORM 23, DATED APR 60,WHICH IS OBSOLETE, GP 001.333 OFFICE OF ECONOMIC OPPORTUNITY - APPLICATION FOR COMMUNITY ACTION PROGRAM 17-orm Approved PROGRAM ACCOUNT BUDGET SUPPORT SHEET (Please type or print clearly) Budget Bureau Na. 116.110158 1. APPLICANT•AGENCY 2. DATE SUD14ITTEO 3, PROGRAM YEAR 4, GRAIJ CARQUINEZ COALITION, INC. April 14, 1978. ENO DATE: July bilgs S. PROGRAM ACCOUNT a. NUMBER b. NAMECGINKING - d. ENDING 05 COMMUNITY ACTION PROGRAM Fuciyvl1978 June 30, 1979 G. BUDGET SUPPORT DATA COST AMOUNT OR VALUE OF ITEM CATE- DESCRIPTION OF ITIZIA AND BASIS FOR VALUATION FEOr-RAL Nott-rcocnAL GORY NO. SHARE SHAFIC t2) (3) (4) 2.2 Space Costs and Rentals utilities : P.G.&E. , Edmud 2,400 (f) custodial supplies 600 M building liability insurance 1,080 (af-hud) Carquinez Community Center' 189 & 199 Parker Avenue, Rodeo 30,378 (nf-hud) Sn63—qn--Lt—@ 5Q/-sq- ft- _Cr_09kf?Lt1—(L0-1n Crockett 850 Pomona, Crockett 1-ase 0 1 2 a0ymonth 1,800 (nf-rec ADT Security system 480 (nf-cc) Storage of emergency services "includes: rent, utilities, phones 1,800 (nf-cc) 3,604 35,538 TOTALS CARRIED FORWARD FROM ATTACHED PAGES (ifnny) 8,525 4,600 7. ADDITIONAL NARRATIVE STATEMENT IS ATTACKED TOTALS 11,525 40,138 CAP FORA 25a (REV. AUG C11) REPLACES CAP FORM 23. DATED APR 60,WHICH IS OBSOLETE. GPO 001.383 78-100 PAGE 5 OF 6 PAGES OFFICE OF ECO140MIC OPPORTUNITY - APPLICATION FOR COMMUNITY ACTION PROGRAM Farm Approved PROGRAM ACCOUNT BUDGET SUPPORT SHEET (11tense type or print etenrty) Budec•t Bureau No- 116.10159 APPLICANT AGENCY 2. DATE: SUDMITTED3. PROGRAM YEAR 78-79 4. GRANT N0. CARQUINEZ COALITION, INC. Aril 14 197 EENDDATC:june 30 79 90195 PROGRAIA ACCOUNT NUMOCR b. NAME FCU OEGINNING Fd. CNOINO 05 COMMUNITY ACTION PROGRAM l 1 197$ June 30, 1979 + BUDGET SUPPORT DATA -OST AMOU14T OR VALUE OF ITEM ATE- DRYTE- DRY DESCRIPTION OF ITEM AND OASIS FOR VALUATION FEDERAL NON-FEDERAL N0. SHARE SHARE (1) (2) (3) (4) -.3 Consumable Supplies Office & Program Supplies a 1,$00 (f) Office & Program Supplies 500 (nf-cc) Emergency Services Goods 2,000. (nf-donations) 1,$00 2,500 1.4 Rental, Lease, Purchase of Equipment p.pyy—hcjcjj j11C„_L se 900 f Co.py_.x C11ineseA5a 900 (nf-ocd) 'quipmeAly Itentiir RIgo f TOTALS CARRIED FORWARD FROM �, 210 2, 100 ATTACHED PAGES (if any) L_7 ADDITIONAL NARRATIVE 3TATGMENT IS ATTACHED TOTALS 8,525 4,600 :AP FORM 25a (REV. AUG GO) REPLACES CAP FORM 23, DATED APR 60,WHICH IS ODSOLETE. GPO 001.383 /8-IUU PAGC b or b PAGCS OFFICE OF ECONOMIC OPPORTUNITY -APPLICATION FOR COMMUNITY ACTIO14 PROGRAM Form Approved 1. APPLICANT AGENCY PROGRAM ACCOUNT BUDGET SUPPORT SHEET (Please type or print clearly) Budget Buren„ No. 116-R01,13 2. DATE SUBMITTED 3. PROGRAM YEAR4. GRANT N0. Carquinez Coalition, Inc. 4/14/78 END DATE: 6/,'iO4_79 90195 S. NAME PROGRAM ACCOUNT C. Or?)IN Y9 d. END NG a, NUMOEn 05 COMMUNITY ACTION PROGRAM /30/79 G. EIUDGr_T SUPPORT DATA COST AMOUNT OR VALUE or ITEM CATE- GORY DESCRIPTION OF ITEM AND OASIS FOR VALUATION FCDC)IAL NON-FEDERAL NO. SHARE SHARE (2) (3) 2.5 Other Costs ,Telephone_ 21300 (f) Youth-Educational, Cultural, & Recreational -Activities including trips & Equipment for the ........ Teen Pro ram. 3,910 (f) Blnnket Bond insurance = 100 (nf-ocd) Youth Activities & Su lies 2,000 (nf-cc) Citizen Participation 515 (f) 6,725 2, 100 TOTALS CARRIED FORWARD FROM 7. r7 ADDITIONAL NARRATIVE STATEMENT IS ATTACHED ATTACHED PAGES (if uny) . TOTALS 6,210 2, 100 CAP FORM 25a (REV. AUG 60) REPLACES CAP FORM 23, DATED APR 68,WHICH IS OOSOLETE. GPO 801.303 /8~|U| pxcc \ or 5 rAuo - OFFICE OF ECONOMIC OPPORTUNITY - APPLICATION FOR COMMUNITY ACTION PROGRAM Ffmn Appr,ivvd, PROGRAM ACCOUNT BUDGET (mcuse type or ilrifit cic—ly) 11 1. APPLICANT AGENCY 2. DATE SUBMITTED 3. PnOGRAM YEAR M_ 4. GRAIIT NO. Contra Costa County Board of Supervisors 4/12/78 END DATE,. 6/30/79 90195. PROGRAt,4 ACCOUNT P.A. OEGINNIUG OAT E 78 6/30/79 °5 �— o. FUNDING REQUEST k. 0xuswowrmrREQUEST (If this om" u ^h,ckeJ (ittuch CAyP"n � "Justification ~� * � �= v " /""""/ �°,"v","/� SECTION 1. DUDGET SUMIAAFZY APPROVED PY REQUESTED PROGRAM YEAR REQUESTED PROGRAM YEAR + I REQUESTED PY __2 TOTAL I TOTAL FEDERAL in CATEGORY FEDERAL 2 104 3-c PROGRAM 6 PROGRAM SHARE TOTAL 6 0 TOTAL TOTAL 00 U SHARE 6 00 PERSONNEL COSTS 146,096 121,865 24,231 SALARIES AND WAGES L 115,342 103,086 12,256 1T.2 'r,ITS (Employer's 18,491 18, CONSULIANTS 1.3 1 AND CONTRACT 12, scnvlccs 288 11,975 _T1 � q3 26 COSTS 4.40 111,456 32,663 78,793 2.1 TRAVU 3,763 3,763 SPACE COSTS 2,2 AND RENTALS 83,232 51712 77,520 CONSUPAAnLC 2.3 4,418 SUPPLiK3 41,418 RENTAL, LEASE 2.4 PunCHAII: OF EQUIPMhNT 3,600 3,600 OTHER COSTS 1 16,443 15w170 1,273 TOTAL COSTS 257,552 154,528 103,024 FEDERAL SHARE 154)528 NOINFEDERAL SHARE 103,024 CAP FORM 25 (REV. AUG 60) REPLACESCAP FORMS 23. (APR 60); 25, (FED 66): AND 43, (MAR 67); WHICH ARE OBSOLETE. - _ _-- -------- ' - ----- '?------- --- --' � 78-101 PAGE 2 OF 5 P t,G r -SECTIO14 11. SALARIES A140 WAGES (Itemi--nijon of Cost Category No. 1.1) 7, PAID PERSONNEL VOLUNTEERS Na. A14NUALIZED NO. FEDERAL NOW WAGE N 0. N014- PER- TITLE OR POSITION OF OF SE FEDERAL CATEGORY OF VOLUNTCEn PER or FCOCNAL SALARY SONS MOS. TIME H ARSHARE HOUR HOURS SIIARF It) i (2) 0) W) (5) io) to) (0) 1101 1111 I Executive Director -17,500— 12 96 16,800 Clerk-Typist -,.3.25 2,248 _7.306 1 Accountant14,720 12 90 13,248 File Clerk 3.00 600i 11800 1 Adm. Asst./Program Supr. 11,280 12 90 10,152 Custodian/Maintenance . 3.50 1 C & P Specialist 9,900 12 100 9,900 1 Maintenanco/Custodian. 7,644 12 50 3,822 Affirmative Action 7,620 12 100 7,620 YoLuth-Coordinator- I Inlo./Ref, Specialist 7,440 12 100 7,440 1 Info./Ref. Specialist 6,840 12 100__6_,840 I Youth Aide 7, 140 12 100 7,140 I Int/Translation Speciali t 7.080 12 1100 1 7,080 1 Info./Ref--Part Secretar� 6,744 12 100 6,744 1 Grantsmen 12,600 12 50 6 30 .......... TOTALS, PAID PROFESSIONAL PERSONNEL TOTALS, PAID NONPROFESSIONAL PERSONNEL TOTALS, PAID PERSONNEL 103,086 TOTALS, VOLU14TEERS 112,256 CAP FORM 75 (nr.V. AUG 681 CPO 78-101 PAGE 3 OF 5 PACES Form Appnn-.d OFFICE OF ECONOMIC OPPORTUNITY _ APPLICATION FOR COMMUNITY ACTION PROGRAM _T PROGRAM ACCOUNT BUDGET SUPPORT SHEET (Piense type or print clearly) find,. lfunnu ;(jt 1. APPLICANT AGENCY F2. DATE SUDMITTED 1 3, PRUGN.AM YEAR j( 4. GRANIT tic).Contra Costa County Board ofSupervisors 4/12/78 C14DDATC: 6/30/79 , 90195 5. PROGRAM ACCOUNT n, NUMBER b. NAME — C . GINNING d, ENDING 05 Concerted Services Project Inc. - General Community Programming 6/30/79 6. bUDGGT SUPPORT DATA COST AlAOU14T OR VALUE OF ITEM CATE- GORY DESCRIPTION OF ITEM AND OASIS FOR VALUATION FEDERAL _ f NON-FEDERAL NO, SHARE I SHARE I1) (2) (3) (A) 1. 1 Salaries & gages 103,086 12,256 1.2 Fringe Benefits 16% (Workments comp. , health, dental, life ins. , SUI, FICA, etc.) 18,491 �! 1.3 Consultants &_Contracts Service ____ 288 Legal Consultant 104.5 llrs. x 50 $5,225 (nf) — - --Re bP.W tat _ .on Cou_sAlror Program Consultants 300 hrs. x 12.50 3,750 (nf) i Sccilr.�.ty.-1?adg.. .n�ol.umhi.a Pik 24—mos,__x-12288 2. 1 Trnvel - staff mileage @ 17p per mile - 3,763 �- CJl TOTALS CARRIED FORWARD FROM 7. 0 ADDITIONAL NARRATIVE STATEMENT IS ATTACHED ATTACHED PAGES (if any) I TOTALS CAP FORM 25o (REV. AUG G8) REPLACES CAP F'ORAI 23, DATED APR 68,WHICH IS OBSOLETE, . ....___.�..._._._.—_ __ __ ��,t..,.r.-,�r�t�'a•ws�,�•..v._. �p.. ._—._.._.,----_.—_. —. r>t;z .,:s';•Sia;,;e;.,•-".r.r,�i:•,T_�_`.__.._.. �N.�.'.liis2��tt:•l'Y��tiiti :`'f l :,\I.LSz��/ •� 78-101 PAGE 4 of 5 PAGES OFFICE OF ECONOMIC OPPORTUNITY . APPLICATION FOR CO►,IMUNITY ACTIOI4 PROGRAM Lorin Approved PROGRAM ACCOUNT BUDGET SUPPORT SHEET (Please type or print clenrly) nnd;;et Bureau r,'o. IR,-/?0I58 i, APPLICANT AGENCY 2. DATE SUBMITTED 3. PROGRAM YEAR _1 _ 4. GRANT NO. Contra Costa County Board of Supervisors 4/12/78 E140DATE:6/30/79 90195 S. PROGRAM ACCOUNT II. NUMBER _ b. NAME C. BI-GTN 141NG d. ENDING 05 Concerted Services Project - General Community Programming 7/1/78 6/30/79 G, BUDGET SUPPORT DATA COST i _- AlAOU14T OR VALUE OF ITEM GATE- DESCRIPTION OF ITEM AND BASIS FOR VALUATION FEOERAL NON-FEDEnAL GORY NO. SHARE SHARE (1) (2) TM (3) (4) M 2.2 Space Costs5,712 77,520 _ Columbia Park Bldg. _ 8500 sq, ft. @• 60e,-/sq. kt::.x•l2'mOs3. 61,200(nf)� ft. @ GO - 14 x 12 mom. 2 520 of Ria Vise School 350 sq. 2 _-__ � _ ��.._ .__� Pittsburg El Pueblo Facility (Contra Costa 11ousing Authority) _ 2500_ sq. ft. x 46G x 12 mos._ 13,800 of Utilities--F.G.&E. _ 5,712(f) E - 370 x _12 4�!►40 _ G - 101 x 12 1,212 Del Tren-5 x 12 _ � 60- -- — i 1 _ k 2.3 Consumable Supplies 4,418 Office supplies, janitorial supplies etc. 3,818 Postage 50Jmo. x 12 mos. _ _ 600 2.4 Rental, lease, purchase of equipment 3,600 Xerox copier, rent usage 300/mo. x 12 mos. w� �^ «� 3,600 C TOTALS CARRIED FORWARD FROM ATTACHED PAGES (i/ally) 7. D ADOITIONAL NARRATIVE STATEhIENT IS ATTACHED 'FOTAL5 ! j CAP FORM 25a (REV. AUG GO) REPLACES CAP FORM 23. DATED APR GO,WHICH 15 OBSOLETE. .......... - _ ....-_....._ . _.._. T.Nr t. . ..r,o,Yi ..,1�,�'S ._^_"__..__...._... _ ..__ ._+ �} T...t. ytt. (ti t•lt` })) ,)-..-_ 78-101 PAGE 5 or 5 P A G L, OFFICE OF ECONOMIC OPPORTUNITY - APPLICATION FOR COMMUNITY ACTION PROGRAM Porni /Ippowed PROGRAM ACCOUNT BUDGET SUPPORT SHEET (Please type or print cleorly) nudget llwean N,,. 1 j(,-R0J5/, 1. APPLICANT AGENCY 2. DATE SUMAITTEDT 3. P110GRAhl YEAR M 4. Gkf14T 1 Contra Costa County Board of Supervisors 4/12/78 I I Ei4o DATE: 6/30/79___ 90195 S. PROGRAM ACCOUNT a. NU14DER b. NAME C. DEGINNING ENDING 05 Concerted Services Project Inc. — General Community Programming 7/1/78 6/30/79 G. BUDGET SUPPORT DATA COST AMOUNT OR VALUE OF ITEM CATE- GORY DESCRIPTION OF ITEIA AND OASIS FOR VALUATION FEDERAL NON4.*FOERAL NO. SH ARE SHARE Ili (2) (3) t41 2.5 Other Costs 15,170 1,273 Equipment repair & maintenance $ 500 _HaM1ingj__q_tc* — —5-0.0— Bldg. repair & maintenance 500 _—Mal-ephon Columbia Park Office 250 x 12 3,000 Publi-c—at—ion & Advertising 420 Area Council Refreshments & Materials 945 Central County $3,910 qrg Community Contributions of Clothing, food, toys, etc. 1,273 (nf) TOTALS CARRIED FORWARD FROM 7, AODtT IONA 4 NARRATIVE STATEMENT 15 ATTACHED ATTACHED PACES (if any) TOTALS CAP FORM 25a IRCV. AUG 60) REPLACES CAP FORM 23, DATED APR 60, WHICH IS OBSOLETE, U. ��~��� ^ . ' pxuc l OF r^rcc � OFFICE OF ECONOMIC OPPORTUNITY APPLICATION M? COMMUNITY ACTION PROGRAM Porm Appremed. Cuotrn Cnyc� Ur oud o{ Sopervimorn | _ wu_/�o.____ ppoonmx_^coouwT P.A. xo. /^. w/uE 05 (Nu1ghborhood 8ousa of North ^ :uou/r��o AS �^nr'u, /,��.���,'— ' ' - -'-- -- --'--'—'----~--------''--'---- ~---'-----~---------`---'----'---'------- ". L�ruuo/wommovSmT h. xunwnueNrnQnuESr (If this hem /* ,hvrted, ^uu,h r�P I-ornj x54 'Yo*ifico,k* for Program Account x*v"dmm'". --~-- :CTION 1. DUDOCT SUMMARY � ` NON- OR AM PnOCnAht SMARC TOTAL 6 SMARC TOTAL !0 1) 171 191 01 111) (121 PERSONNEL COSTS '%:10 CONTRACT Ccils -- ' ' ''~^ TOTAL COSTS - 1 180,139. 108 ,081. 72,058. .1108 03 .' | ' — — -- '— SHARE72,958. ' FOI-Cm 25 IRCV. AUG (.01 RE:PLACCS CAP FOMIS 23, (APR 63); 2S. (FES G.C), AND 43, JMAR 671; WHICH ARC 00SOLETE._� � L77. _____ . 78-102 PAGE 2 or A GCs ON 11. SALAMES AND WACCS (Iteritization of Cost Clit'.1"Ory NO. 1.1)-- RA10 PERZONNEL VOLUNTEERS ANNUALtZEO FEOCnAL A C L N 0. TITLr On nOSITION "EDCRAL CA*rc-:GonY OF VOLUNTECn P E:11 0 F SALARY OF F 0 F MOS. TIIM '5H MIC FEC:R A L C I SHARE HOUR HOURS S i A n r. 12 '98.63 13 . 0. I ttty ____- . _ .�. ...Ijs,_SUO�!_i11 ,340. Cran t smqn.sh.ip 12 1100 11 340 Participation 1 1) 100 11 y400.2 Toen Coordinator 8,400, - 100 8400 j Secret y 7,560 -- ----- 12 100 7 Account 9.,891 Clerk 1?�100 1i .oimiacion/rmf,orral t-u.Kp-Kq.I:Aion/Translation GLqOO, 12 I 50 6 000. OTALS, PAID PROFESSIONAL PERSONNEL TOTALS, PAID NONPROFCSSIONAL PERSONNEL TOTALS, PAID PERSONNEL 672950. TOTALS, VOLUNTEERS FORM 25 inZY, AUG bt) cry It -78-102 PACE 3 or PAOFS 6 'ION 11, SALARIES AND WAGES (Ifemizatiun of Cost Ctife 11 PAID PERSONNIZI- V 0 L U 1`1 T Ir Cz F1 S o tITLC On POSITION ANNUALIZCD No. FEDERAL NON- VIACE NO 140.11- SALAnY OF or SH ARE FEOCRAL CATEGORY OF VOLUNTECn PER OF rcrJV.nAL I Mos. TIME SH Ane 14OUR Ilouns SmAnt: Ill 14) MI (7) 10) (91 it 0) r I r-..c X.C.0 tl-t.iRqwl Director 22,439,_,_12 25 Accounts Manarement _ 469_, 12,_x,25.5. 3 A2j1 Account Clark 7,200.T 1 2 25 1,800, Admin. Assistant 11,700. 12 125 2,925. Maintenance s.�,ipq�Kv.LdLoK 9,900. 12_(_50 49S0 Youth Worker 1§,800, 12 100 7--'-*-'*—"-*--*---- r—,---— I - — T-7 �InCormation Re prral i 8,000. 1 2 : 100 8 ILLDirector14,500 12 1, 1.3 1,987. Maintenance Worker 6,615. 2 150 i -3 1307 _ -, 1 ____r.__ -F Z\.*) TOTALS, PAID PROFESSIONAL PERSON14EL TOTALS, PAID NONPROFESSIONAL PERSONNEL TOTALS, PAID PERSONNEL 49,003, TOTALS, VOLUIATE ERS FORM 25 (REV, A)Q1G CO) CPO 9f?...3y 78-102 PAcc 4 or 6 AAGGS UI°FICC OF ECONOMIC OPPORTUNITY - APPLICATION FOR COMMUNITY ACTION PROGRAM Pwal Approu'!.1 PROGRAM ACCOUNT BUDGET SUPPORT SHEET (Please type or print elr.nrly) iluri;;r•t tlrrrraa No. I11)4l it i:( —L APPI.ICANT AGfi:j'.: 2, DATC SUDIAITTED 3. PROGRAM,YCAIi Contra Co,-,ti Count.v board of st.wervi.sors 4-7-78 rND DATE: 6-30_79 t)01�5 S. PROGRAM ACCOUNT ,. •rut,rC,l:a ,. ttnrae: ... .. _._........ .. ......._..__._..... .._...._.... ___.__..._....._�__._,...__._...._______.._.._-.__ 1, e. DEGtt7NCNG___._.._. _ 05 Neighborhood Rouse of North Ric'nmond i 7-1-78 6-30-79 EIUOGC-*r SUPPORT DATA :OST ��. AMOUNT OR VALUE OF ITEM OK.t I OCSCRIPT40t3 OF STEM AND STASIS FCR VALUATION FEDERAL, NON-FCOCnAI. 140, SHARE SHARE —411 (2) 43} 444 l, 1 ` Salaries tinct Wages _ _ _ _ _.._ _._ 67,950. I �}9 UO3,____ _ �. __. _..__. . -FICA @ 6.05% x 67,950r.=$4,441, SUI @ $.70% x 67,950,=$3,194. --- t :. !_2 1'rinec et efit�: td C. 75 er fi100- 510_ r edi_cal_and Dental @ 50 er mo x 7 11 945. i D.? s.W _ ___ __P_.___.. employees=$350. mo, x412 mos.= $4,200. r,1 ( NTrnv4:1_ Local in Area and Vehicleti�enselOL000 miles @ 12 c mile 1200._ 1,400`. __ ..._.__. 40ut of Area _...__. .�.._...__ ------- - --- '— 100, Conference Travel 100•1. 2,_- �S,pace_Costs and Rentals: I1,482x_.._ Rent:, Alamo Ayenue$335,aj p.er mo._x 1_2 mos030. _ --`- I Renovations and Imporvements 200. i _w DuAlar Alarm: $186.-Ser mo. x 12 mos. 2,232. Maintenance Janitorial Supplies & Services 1,700. �- Post Control 120. _-- Glans ilreakage 200. Non Federal, Share: Contra Costa Housing - 1595 N. Jade 1 18,000,:. 51000sq, ft. @ 30e x 12 tilos = TOTALS CARRIED FORWARD FROM 1. _ \OCITIONAL. IIAnRATIVE STATEMENT IS ATTACHED ATTACHED PAGES (itany) TOTALS--792,777. 67,003, :AP FORM 25a 411rV. AUG Gal REPLACES CAP FOnIA 23. DATED APR 60,WINCH IS OBSOLETE. __.. 78-102 OrFICE OF ECONOMIC OPPORTUNITY - APPLICATION FOR COMMUNITY ACTION PROGRAM PACE 5 or 6 PAGES Form Appmved PROGRAM ACCOUNT BUDCE*r SUPPORT SHEET (Please type or print clearly) :'b). I - 777 7,7-:.,7.,T 77( %7*e 2. DATE SUDMITTED I 3. P110GnAM YEAR .— 1 4, 4;t; Nf�s Coatra Costa COUftLy Board of Supervisors 4- 6-i 7-78 END DATE, 6-3 � 5. PROGRAM fiCCOLINT I I A DCGINNING I d. cNottic 05 Nei hborhood House of North Richmond 7-1-78 6-30-79 OLIMGMT SUPPOnT DA*rA. :OST AMOUNT OR VALUE OF lTr;,-A CATS- __ .»`._» .G TC- A Y Or.,CWTION OF ITCH AND DA51$ FOff VALUATION F90EFIAL NOto-FrOLNAL No. SNARE ;HARE (2) 13) vibip 877 60.0. Office Equipmc t, Rental (copier, p ter _Rs lc 1,400. and Contract Services 500. 2.5 i Otlior C o s t 7,617. Auto,Fidclity Bonding and Bonding: Comp, Liability Printint, Publications ------ 100. Tele, horic: $300. mo. x 12 mos. 3,600. PO.5 t c I 400's Coiiference and Mectiwzs 100. Citizen Participation Materials 375. Arca Council Refreshments 170. TOTALS CARRIED FORWARD FROM ADOIT101,'AL NARFIATiVC STATEMCHT 15 ATTACItro ATTACHED PAGES (if nnyj 92,777. 67 ,003. TOTAL 67,003. TOTALS 104,171. CAP FORM 25ci !REV. AUG GO) REPLACES CAP FORM 23, DATED APR 60, WKICH IS 00SOLETE. 78-102 nncE ti of '.Gcs OFFICE OF ECONOMIC OPPORTUNITY • APPLICATIO14 FOR COMMUNITY ACTIOti PfiOGRAtf _ PROGRMA ACCOUNT BUDGET SUPPORT SHEET (rfen.te tyre w print ceariv) ilr•�rtn �Ipprrrr•�.., _._.._...... lttt:lt,'Ct llut,+rtr .ti��), I !.•i(+71✓,i I. aPP_iC:.rsT hGCrsCv 2. DATE SUOMITTLO .I YCAll 4. NC Contra Costa CDunty_Toard of Supervisors 4-7- 73 FND DATE; �,-3(j ?9 X015 PnOGRAM ACCOUrIT 05 � itc.iS�.�b.a.Rha.a.{dour.c.._oi1V.a.Lt.cL..R3.clin:a�sl ----- --�•--'._7..��Z,.� � � '�. `;• DUDGGT 5UPPO>::T DATA COST AMOUNT OR VALUE OF ITEM r:A T C. CORY OCSCniPTION OF ITEM AND CA51S f'OR VALUATION No. 1 FCOCIIAL 110ti-FECCrIAL j SNARL•' iii °NAItC 111 12S {3i 2_,5 i Other Costs cont'cl Educational Cultural and Recreational Activities for Teens 3,910. I ;Ion-federal Share r t:r -Standard Oil Company a-.,O�a,.�_� .._.__.,._ .. Y_. .._�.__ 520. _ City of Ricizmoad _ _ 520, I ' �..._._� 11tzi`4tn rt�tnui'Actuzinu "50 0 f TOTALS CARRIED FORWARD FROM A001TIONAL NARRAvvc STATEMENT 15 ATTACNCO ATTACHED PAGES cif nny) 104,171. 72.,058, TOTALS 108,081. 772,058, . CAP Far<M 2Su {nEV. AUG G61 REPLACES CAP FOnhf 23, OATEO APR 66,WKICK IS OBSOLETE. ._ 78-103 PAGE OF 12 PAGES OFFICE OF ECONOMIC OPPORTU14ITY • APPLICATION FOR COMMUNITY ACTION PROGRAM I Firm Apprucrd. 1 PROGRAM ACCOUNT BUDGET (Please type or print elrnrty) i 11 nur.•tt., '•... 116-HOI t I. APPLICANT AGENCY 2. DATE SUBMITTED 3• PROGRAM YEAR ♦ 4. GRANT NO, CONTRA COSTA •COt 14TY•EROARD OF 4/14/78 SUPERVI60RS � /1 l END DATE-, «.... 6/3GM90195 PROGRAM ACCOUNT . ... . a. P.A. NO. ( It. NAME c7. .BCOINNING ATE £N ATE 05 _ ' SOL"SH_S_ID Gp2NNZTY GEI�PI'ER GOI +it3S�rM!SFRVSGES & ,'EENS r _,._s7�? Y 1.�ps__ t1Tle30 19 G. SUBMITTED AS PART OF (rhrck nncJr r a. FUNDING REQUEST It. 77 AM.EN0to-F,NT REQUEST (If thLt Item It checked, nitach CAP Form 15h, "Ju.tttlficalson for Program Account :Imrr„L;cnt", SECTION 1. _ BUDGET SUMMARY "APPROVED PY µr� �REOUESTED PROGRAM YEAR —� REQUESTED PROGRAM YEAR + i REQUESTED Py + 2� 01 _..._...__._....._ th In I ..--..�--- __I*" — FULL-YCAR .I-��— EXPaNDEd ” CXPANOCO r z' COST _-�..0 NON- O --�---_-- }«_ 1 _.. ._.. .,.« CATEGORY TOTAL zi TOTAL FEDERAL FEDERAL tri ui ri U U PROGRAM ! Ci PROGRAM SHARE SHARE Q TOTAL i p O TOTAL O O TOTAL h q Z z PROGRAM Ix s� PROGRAM z Z PROORAM tft t2{ t�! 44) tS• i tot (7) to) tot Itt6{ till �ft2r •t Si �•4, I PERSONNEL. � I � I 1• COSTS ! _. _...__«. . .. ._.. . _.. ._.... _. ._�� SALARIES 1 t,p t.t '1p AND WAGES 10+s �18 10},t,`► t.2 FITS flirtplu�,•r'. rr L CONSULTANTS S' }� ' 1.3 ! ANO CONTRACT Y1 ,*+pp i sEll"ICES It 2. . H014PERSONNEL COSTS I 2.1 TRAVEL ( ' 6gp__t____«3{ -SPACE COSTS 2.2 ANO RENTALS ___ ...... ' CONSUMADLF 2,3 , I _T S tJ P P L I t:9 _....1 ,800 i _..—_.... TRENTAL, i.EasE. ' 1 2.4 ' PURCHASE; OF EQUIPMENT 2.5 OTHER C05TS l� 20j775-- TOTAL 0 -� TOTAL COSTS e 257,326- 194.44o 102.96c; FEDERAL 1 I SHARE SHARE NONFEDERALFT CAP FORM 25 (REV. AUG GO) REPLACES CAP FORMS 23, (APR 63); 25, (FEB 65); AND 43, (MAR 67); WHICH ARE OBSOLETE. # r 1 It I 78-103 PAGE P OF 12 PAGES _ I SECTION II. SALARIES AND ViAGES (Itcmi:atinn of Cost Category No. 1,1) _ PAID PERSONNEL _ VOLUNTEERS !� _•_�_ NO. � WAGE tt0. t10N• _^ ANNUALIZED NO. i FEDERAL NON• OTHER FUNDS PER- TITLE OR POSITION SALARY I OF OF SHARE FEpERAL CATEGORY OF VOLUNTEER PER OF FEDERAL SONS I MOS. TIME $HARE HOUR ? HOURS SHARE CETA TITLE 1 til tdr tat tar +9iter tai Ito) I_.._. till _ C01A. TTITY SERVICES I I Executive Director - - -_ — - — - _ ($2oB mo. X96 2 $5 20� DepV'-y Dire ctor-MacaY/Mgt. ._1. __.TZ. .Itis,�...(: 1., �%5/_mo�._..._.l_ _ 9.,.020_�1?.�_94__�2,.2$a Conununity Services Dix __�._._',..�:.v3�•_(.1�1,.213/amo,_>..�.�_1�,.5-�6___�_�2--�-.104...�.�-5-5�'-- - -.�.,,�,-�-2d - �.. -- i Project Assistant I i t 10,224 _ f-1 2-1-00—_.10,.224. Conr,=ity Services Rep. I i.—.14,.40fl�;12..._..1.40...,_ Comm ini.'ty 3ervicas Ren- Community ep•Co miunity Services Rep. _ 1--' R._Garcia_ — Cotta;luz:ity Services Rep. _ 1—_ - L...Luckc�ttc. .(.3734/.mo..� I_�8.,250 12_ _.1Q9_. I Youth Services Worker ? I I I : .._ � ?!..2� _x � b8�12� .3&$ 20 hrsjvc x' 52 wks. ? ._._ CETA TITLE II _. __,.__ _ . ..__..�._...._.. Youth Sei-licca Coordina or + t 100 600 1 Intake Worker T._.i~_se� 2 00 4.904 X1.6 0 Now 1TOTALS, PAID PROFESSIONAL PERSONNEL ` I TOTALS, PAID NONPROFESSIONAL PERSONNEL TOTALS, PAID PERSONNEL t � TOTALS, VOLUNTEERS � iM 78-103 PAGE OF 12 PAGES SECTION 11. SALARIES AND WAGES (Itemization of Cov Cnterwy Na. 1.1) 7. PAID PERSONNEL 8. VOLUNTEERS ttO. NO. r�r � --_._— --' NON. WAGE I }10• NOW _... ANNUALIZED FEDERAL �y 1 PER- TITLE OR POSITION OF OF ( FEDERAL CATEGORY OF VOLUNTEER PER OF FEQ. L SALARY SH ARE SONS 1 MOS. TIME ; SHARE I HOUR HOURS { SHARE Iti 12) (3) I (A) I (5) (6) 17) 191 191 110) 1111 .S0BTH_RICM40ND �Exeeutive Director Deputy Director __.R. Misa .($_1,1140/Mo.-).___- X7,280---i-12—.--..67- _X1.,5.7$..-:_-•---.. __. _.._ .__. ... __._......_ __._-T Community Services Dir. ' 11 �_.��.....Davis_._(.�-1t21�/-ma-•-).•----E—L�.,�556 .?-..._.—�75-A- I _, I Project Assistant I I i _1 . . . S.- Leff all. { ,852/mo.-}--- i..6.7..-_. 6,.$50 Community Services Rep. — Ccrr.,m nit.v Services Ren. 12 j Community Service3 Rep. _ 5.,.._Lkwkette_030%mo.._)__- .76 2_ 0 Y_- 4,;�$-0.�;_• —�.---�---.. Cormai zity Services Rep. ) R-G.arcia__C$76?hn4. _941.6$ 12' 4 5$4 T 1 i 600 --140 -- Intake Worker _ i 1--1-fi --61944-.- -44 4150 a 0 TOTALS, PAID PROFESSIONAL PERSONNEL TOTALS, PAID NONPROFESSIONAL PERSONNEL j - � ' T TOTALS, PAID PERSONNEi. - _ .- TOTALS, VOLUNTEERS ; 78'»103 PAGE jj OF 12 PAGES 1 SECTION it. SALARIES ANO WAGES (ltcmftati(in.,/Cost Cotcrory Nu. 1.1) I 7. PAIL] PERSONNEL ©• VOLUNTEERS NO. NO. f — NON- I' WAGE NO. NON- PER- TITLE OR POSITION ANNUALIZED OF OF FEDERAL FEDERAL CATEGORY OF VOLUNTEER ! PER j OF T FEDERAL SONS SALARY MOS. ! TIME SHARE SHARE HOUR ; HOURS SHARE I II 111 12) 13) 1141 I 15) ` 141 (71 tot I (DI ! (101 II U �AN-PABL21P,ARCHES'I'r Exiecu•tive Director ' Deputy Director N'iaa.1.(��-,.I}?l0/ina.)..._._ _..-- ,? 3D-X42---• ---. ,7Q2 _ __ ___ �_ _ _r.. .._. _� _. .}...-_. ____ Community Services Air. , I � I .-1-----5•-.D�'�vis_..(.�1.,2:�•3/mo-.-� --��-,-�-5�----�-12-,--�-3' 1 .Po�- Project Assistant S. Leflall._-($852/mo..) iD,22-4- '---12.:-. 33-T—3-07-11, Community Services Rep. � a .._.1_.._..S._,iierro:L_ .�•£3`II >no,. 1.0,.008_._;_-'I.2_;._..50.�___._S,�J.O�#__.:.__.._ ____-___ .. . Co,,nminity Srrvicos Raj). C , ---4+3&L Co=unity Services Rep. l Rte_ Oarcis_ . G.� �auo._ _( _• 7 r / ) _x.,16.$ '12..____50�__u,_5.3� ; Youth ',erviccs Worker _.._1._. 2.Gibson_{S)4.20%hr.._x. ' _x,.3.6.$_ 2 =,x_00-1____.?� __ — 20 firs./mo x 42 mos. )�~ _ { i E TOTALS, PAID PROFESSIONAL PERSONNEL TOTALS, PAID NONPROFESSIONAL PERSONNEL TOTALS, PAID PERSONNEL TOTALS, VOLUNTEERS ( 78-103 PAGE OF 12 PAGES OFFICE OF ECONOMIC OPPORTUNITY • APPLICATION FOR COMMUNITY ACTION PROGRAM :11ppr"I .11 PROGRAM ACCOUNT BUDGET SUPPORT SHEET (Please type or pant clearly) Bud:et lArrr,r, N,.. t. APPLICANT AGENCY 1 2. DATE SUBMITTED 3. PROGRAM YEAk _M A. GRANT NO. CONTRA COSTAQQU2TI'Y' OF SUPERVISORS-- 4/14/7$ ENO GATE: 00199 S. OPOGFRAM ACCOUNT A, NUfdOER b. NAME C. BEGINNING d. ENDING 05 1 SOIUMUT HS�DE CON_NIMITY CENTER-• 12%,1IJI_T �EZZ`JICFS : TEENS I July 1 . 1978 June O.19'j2 _ �,. DUDGGT SUPPORT DATA _ COST AMOUNT OR VALUE OF ITEM CATE- GORY DESCRIPTION OF ITEM AND BASIS FOR VALUATION FEDERAL ~NON-FCOERAL — NO. SHARE _ StiAR[ .— Itl t2! i3} tot .___..__..{ __. . .._ ...._..__•..._._.______._...�..___.._... .._.._._. South.._____.-- Pareheater/ � _ 1 1 .1 1 Salaries & Wades Rieiu7ond 3rn Pablo Total ' 104,448 r� 6 , 31,• .----- .x .117_._ $104,448 _Fri.nge_3enrfit3_�-� ►--SUL��IO�� -5y fi' � i C014PENSATION, MEDICAL, ! --_?)FIJTAL,__LIFE_INSURANCES--- South Parehester/ 4_.9.,.$4t�-- r i ..9 Baa ..._ fib- .5,867 . j5,66 i � � 1 i • r I TOTALS CARRIED FORWARD FROM ATTACHED PAGES (if eny) 7. �,J ADDITIONAL NARRATIVE STATEMENT IS ATTACHED TOTALS , 1 11 73-103 PAGE OF PAGES OFFICE OF ECONOMIC OPPORTUNITY APPLICATION FOR COMMUNITY ACTION PROGRAM l ur•r, :Ir•pr.n.'rl PROGRAM ACCOUNT BUDGET SUPPORT SHEET (dense type or Print clenrly) lrutl 'r lrt,,r.,t, .�,.. lirt•rtpl58 t. APPLICANT AGENCY 2. DATE_IUIDMIInTCD S. PROGRAM YEAH �� t q• GRANT NO. CDS. BA_COS'1'A�{}INTY BOARD O+ � IPERVISORS `ttlf ''tt!!!/t? END DATE: 6`3dr79 !; 1 . 90,191.) 5. PROGRAM. ACCOUNT 05 a. NUMBER b, NAME c, BEGINNING d. ENDING ' SI CQN, Ty rF,Nkr"r ('fit 1 LTY S CSS & TEEN5 4 July is 1978 June 30, 1979 6, BUDGET SUPPORT DATA COST I AMOUNT OR VALUE OF_ITErA_ CATE- GORY DESCRIPTION OF ITEM AND BASIS FOR VALUATION FEDERAL 1 NON-FEDL:RAL+� NO. SHARE SHARE tit t2i ; t3) 141 _ • I ._CONSULTANr-&..CO RA.CT-_SERVICES.,...(N..E.1 .41,400.00 Henry Dishroo;t' (Administrative consultant to Board,Ehairman, member and staff) _ T. ►1.11,Oafhr--,_..Y-20-hrs,./mo•-x 1.2..months� _� ___. ._.- --.�-•-- 3b0�04.�_____.__ _. ._...___�_______ Arthur Hatchett (TA ot� Contract Development) �__ _ rX1.2-.00/hr•.--x-..20.-hra-drd:,`2 months--- -- Jesse Workman (T/A on Development of Community Projects) _.__._ »may-v.�..r_r�a. ...n,-c.J—ltl's•flla:r.L-.-t.�LaUl14,u:�__..__._.___._ ._...�.�.._--—._...� —..__..,_.G�'�.LU.►.11l/_.t.._. _ ___.._ Hwian Development Associates (T/A on Program Planning) __ 1.00.00/_day._x-_30 Jaya _3,_000.-00 Lemuel Wt,.thington (T/A in Legal review and Contractual Processes) ._.�...._-•�,�0•.00frto-.-.-:;....20_�xr.a+/�1Q r-x.,..�2..mQnths -.7_, 40..Q{L;.�.. -_ ml4arvin Wills (T/A on Work Ex.sperienee Programs-Youth Employment & 1 - 10.C0/hr._x_20_hrsr/mQ. �+- 2_months 11aranent James Nowoon (T/A in Yznagement and Organizational ADevelopment) __ ._.!$12..C�Ofjh^�.._.x Carl %Metoyer (T/A in Labor Market) —. . 51{,00/mo...x,20hr:_o/mo._x-12.-months Adrian IsabUl?e (T/A on Affirmative Action policies & Human Rights —ActivitiecL.rela_tins-lio__.C.ommunity.prn "UMI • _ �..__ _ ___ _�_.__ .._ Iand services) j x _12__=n_ths. __ _ ..._. �2► QQ•Q4_ ___� Wallen Yep (T/A on overall contract administration & administrative x_12 months Q� i.Ee s�. _ Z, Skip Skeen (T/A in r,8ordination and information on Teens programs ; _}-$14•d4/_3�._.x_20_hrs./mo.,_x_12�tlantha,�. �ldCtvts intret , reas)�_ 2,?400`00 i Dave Aldape (T/A in areas of program Development & tr=sit related 1 -.----. w1 Q..ao/no. :s PQ Yarn -r 1 P months ; 2 TOTALS CARRIED FORWARD FROM ; ATTACHED PAGES (if any) 7. ADDITIONAL NARRATIVE STATEMENT IS ATTACHED /�(� 1 [ TOTALS CAP FnRlk 7} tnC•'y, Alm r t hG "1 -/ )f n N• 78-103 PAGE 7 OF 12 PAGES t i OFFICE OF ECONOMIC OPPORTUNITY • APPLICATION FOR COMMUNITY ACTION PROGRAM 1'nrnt •lppror•rt 1' PROGRAM ACCOUNT BUDGET SUPPORT SHEET (mca,e opc at Print cirnrl}J 111.ronr. \f,. 110-1015N I. APPLICANT AGENCY 2. DATE SUBMITTED 3. PROGRAM YEAH 4. GRANT NO. c0I�P1`�A C01mr�}39ARn OF ,MI :R SORS. 4/14/-18 END DATE; 5, PROGRAM ACCOUNT NUMBER0t, b, NAME C, BEGINNING d, ENOING J SIDE COMM1I7Y CE,1 0 - COR=D SERy,CCE & TEES JU17 J . 1 7$ June `�0. 1979 G. BUDGET SUPPORT DATA Coy.T._ .._.. _ ......_.._. ._..___,...,. _ --...,._» ..._..... ..__,._.........._.._ __ .___.. ._._...�....__.__...._,._..,._.,— ._`.AMOUNT OR VALUE 8F-ITEM CATE• l GORY S DESCRIPTION OF ITEM AND OASIS FOR VALUATION FEDERAL NON•FCOCRAL No. i SHARE SHARE 111 I (2) 431 (41 South Parchester/ Richmond _ San Pablo Total I ...-.-.--Community-Servicas-(.5,.000_milAar x 170/mile ) S1,020 _ .. . . , Trifns (1 Or)() ni11170 Ani I -- 11200 x 12 mo3. ) "a 1j200 y nI:_._ TOTALS CARRIED FORWARD FROM ATTACHED PAGES (if any) 7. j ADDITIONAL NARRATIVE STATEMENT IS ATTACHED Q -5 --- ------- T07A1.5 12 $0 CAP FORM 25a (REV. AUG 60) REPLACES CAP FORM 23, DATED APR 69,WHICH IS OSSOWITC. + 78- 103 r . PAGE OF PAGES i OFFICE OF ECONOMIC OPPORTUNITY • APPLICATION FOR COMMUNITY ACTION PROGRAM Norm :Sppravrrl F• '':•. PROGRAM ACCOUNT BUDGET SUPPORT SHEET (Plrnsa type or print ctearty) Budget Bureau No. 116-110158 I. APPLICANT AGENCY 2. DATE SUBMITTED 3. PROGRA14 YEAR m q. GRANT NO. t CO�.�L COSTA f ' Pid1: �.OF� STTAFR �R 't`� f 7 END DATE, 0 90195 S• PROGRAtA ACCOUNT a. NUMBERIiAIX � � a. BEGINNING --__l._.__ ��. _ ENDIIiG SOT ST LSE_rOM4[ `zy SFNtIF_ ._.R =_C� TY -SERlCT> TEMIS July 1, 197a June 30; 1 A79_ G. BUDGET SUPPORT DATA COST w � AMOUNT OR VALUE OF ITEM CATE- GORY DESCRIPTION OF ITEM AND OASIS FOR VALUATION FEDERAL ��NON•FEDERAL NO. SHARE SHARE {i} (2) (3) (A) ~ � South R'DACE_COST S_8:-m, AL at Ri ehmond_� 4_,R._.Site 7.45L-v,= na__.Way-nut'n( 2Q/mn._ 12mos%, $5,.b- _Site 72 L a_i�Iay_SovLth� 1 Q fmo. 12_mca�.�.._ 20 �. __. .Utilities (S200/no. x 1p mos. ) p,unn ' t uildi.ng..Main-teninner r • f , TOTALS CARRIED FORWARD FROM ATTACHED PAGES (ijany) 7. ADDITIONAL NARRATIVC STATEMENT IS ATTACHED TOTALS CAP Polio 25o (REV. AUG CO) REPLACES CAP FORM 23, DATED APR 60, W}NCii IS ODSOLETE. s GPn a6 ori 78-103 . PAGE OF 12 PAGES Y OFFICE OF ECONOMIC OPPORTUNITY -APPLICATION FOR COMMUNITY ACTION PROGRAM `•• Form Approved _ PROGRAM ACCOUNT BUDGET SUPPORT SHEET (Please type or print clearly) 13adpct Burcos No. Ilo-80,158 S. APPLICANT AGENCY 2. DATE SUOMITTED 3. PROGRAM YEAR M 4. GRANT NO. —_ _�i`.�—TRABOAR�,—Drl_i1 ERVISO `tp/14/78 END DATEt S• _ PROGRAIA ACCOUNT � 05 a. NUl.40£R Ir, NAME C. BEGINNING d, ENDING .1;QTI"LHgTT)R s"t�'ELI'L=�;4�'�I ll'Y..SE$Y_LCES-& TEENS .�July-I. 197 � Tune-3.0 1-, 979 G• _ EWDOCT SUPPORT DATA COST AMOUNT OR VALUE OF ITEM CATE- GORY DESCRIPTION OF ITEM AND BASIS FOR VALUATION FEDERAL NON-FEDERAL NO, SHARE SHARE ttl (2) Sat (4) -6-1.1 556..9Q Gori mmity..Serviegs— ___A�..cllmnnd., c1, 1..2mos.a_x--75%..)_._11.,-.5 _ .061.6._.0 _ Teens .Richmond Unifiesl..,SS:.hofll�istricts M. _...._ 1...._rIy_atrom�chool��,�0�..._sq....ft.�:..�Il._�fs.q�.�.1:.��.Z.mos.-.�r,_.25n��-�•�5•� ---- ._3._Cortez Soho ( ,snn Aq- ft- Y sn. O,Ls4. o-x-a2-moss-3c_25 �-- 1 8_.0 Grund Total 961,,55.6.q ' TOTALS CARRIED FORWARD FROM 7. 17 ADDITIONAL NARRATING STATEMENT !S ATTACHED ATTACHED PAGES (IJany) 123,805 TOTALS CAP FORM 25,a (REV. AUG Go) I2t14LACES CAP FORM 23. DATED APR 60, WHICH IS OBSOLETE. GPO 04 1.303 y—..._. 78•-103 r PAGE OF 12 PAGES I OFFICE OF ECONOMIC OPPORTUNITY • APPLICATION FOR COMMUNITY ACTION PROGRAM form Approved PROGRAM ACCOUNT BUDGET SUPPORT SHEET (ptcaaa type or print ctcarty) nndget Burcan Na. 1I6•1r0151? 1, APPLICANT AGENCY 1 2, DA TE SUBMITTED 3. PROGRAM YEAR _M 4, GRANT NO. B/1 C (�T ('1721 NTY �?(� 4/14/f 8 END DATE: PROGRAIA ACCOUNT a�NUMBER 05 � b, NAME � c, BEGINNING r4 d. ENDING SCLP�t COtylt�llNl.TY CM_ER C0_L/1=TY SERVICES & TEENSJu? t�7$ June�'0, e. DUDGCT SUPPORT DATA COST AMOUNT OR VALUE OF ITEM CATE- GORY DESCRIPTION OF ITEM AND BASIS FOR VALUATION FEDERAL NON-FEDERAL NO. SHARE SHARE (2) 0) t4) South Parehes•trr �2..3_ CSt,SSJI�ItIPL+ _SUZ?Ptx �; �_ _ Richmond San Pablo Tota] ~, X 12 mos. ) $1,200 .Iv � '�00 $ 400 s1 00 oo_ auu _ 1 TOTALS CARRIED FORWARD FROM ATTACHED PAGES (if any) 7. ❑ADDIT tONAL NARRATIVE STATEMENT 15 ATTACHED TOTALS— 102,256 rA.p Ff)rw 9C14 iFtp 'Ifrral 41'k ni.. + •, • •. a 1•'1. .. t . . t ,�✓�. •- 78-103 PAGE OF 12 PAGES OFFICE OF ECONOMIC OPPORTUNITY • APPLICATION FOR COMMUNITY ACTION PROGRAM Form Approved PROGRAM ACCOUNT BUDGET SUPPORT SHEET (Plense type or print clearly) nuJ,,ct nnrruu Na. 116-R0158 1. APPLICANT AGCnCY 2. DATE SUDMITTED73. PROGRAM YEAR _M� 4. GRANT NO. 1 �r h �p TA (�jj', l_$4ABD1?t t f END DATE: 5 i S. PROGRAM ACCOUNT a. NUMB 1}, NAME » c. flEGtNNING d ENDING 0 5 TFENS& Y )7� _June .�Qa._1Q7.q.__ SO CO � ITY C C t, 1 1 G, auDDCT SUPPORT DATA ,...._....�_ ..._»____ __..._.�.._....,_..r..�._...�..,.._ --- •"'_""""_.""' _ AMOUNT OR VALUE OF ITEM COST ChTE• GORY DESCRIPTION OF ITEM AND BASIS FOR VALUATION FEDERAL NONFEDERAL NO. SHARE SHARE t1i (2) 131 (4) . � aouth Parchester/ 2,5_ OTxFR�00S3;_ _ Richmond San_Pablo Total.— __201 75 Auto Ul?}� eP ._5Q4____31 _,.__59QQ�_ _ Vehicle_Inl3ui'wjI @ 4 000 ,-2OQ �Q ?�; -0 Buil.dinS Insurance _._.._x_:000.,. 1 ,000. 1.,000 Tel ephone_ 3,600 2 $80 _. 320 3,600 j r':�uip;Hent Idaintenance4 6 -0a� _. 130 650-- Fidelity 5 Fidelity Bond 10080 2n Conferences & Meetings rKjInt#g_ Publication ?00 3;>0 80 koo— _ 2'.lyrol]! ees _ _ 449. -27-9 —.170 4-49 _Cc�niri nern �.c� ,c�oa-_2, C1 _6D0 ODO_ --- ��;�, TOTALS CARRIED FORWARD FROM r 7. ADDlTiONAL NARRATIVE STATEMENT lS ATTACHEATTACHED PAGES (if any)D '•'�• 33f 66 R5 TOTALS CAP F;611 A 25. (nCV, AUG rG) REPLACES CAP FORM 23, DATED APR 60,WHICH 15 OBSOLETE. , GPO 8010113 73-103 � •`: PAGE 12OF 12 PAGES OFFICE OF ECONOMIC OPPORTUNITY - APPLICATION FOR COMMUNITY ACTION PROGRAM I !"Orm Approved PROGRAM ACCOUNT BUDGET SUPPORT SHEET (Phase type or print clearly) Rudret Burcau No. 116-R0158 1. APPLICANT AGENCY 2. DATE SUBMITTED 3. PROGRAM YEAR m 4. GRANT NO, „�� 4/14/7 END DATE: QigS S. PROGRAM ACCOUNT _ n. NUMBER b. NAME r, BEGINNING d- ENDING C 0� �.__ -01J7'FiSISL rDI�I�f(TISLTv rF 'ER IMMUNITY :SER Ti`CE."t��.m�El S �I�y 1;-1978 jime3.Q, 1979- ' 6. BU13GET SUPPORT DATA _ COST _ AMOUNT OR VALUE OF ITEM CATS- GORY DESCRIPTION OF ITEM AND BASIS FOR VALUATION FEDERAL NON-FEDERAL NO. SHARE SHARE (1) (2I t3} (4) --4,' 5 HMSXOS'TS..(Contiaued-) --A oa-•CounaiJ.a-Expenses-(_...Cii;.i 7zen Participation-Materials _A- Refnesm nt _ South Parchester/ Rich-monci an Pablo--'Cot _.___A 4_31 Seipel:_k;duc.a..tonal,Cultural.,e �sxa cL_Qj 91.0-00._x_ J M TOTALS CARRIED FORWARD FROM T. ADDITIONAL NARRATING STATEMENT IS ATTACHED ATTACHED PAGES (if-ny} - TOTALS i54,44n ;. CAP FbrM 2Sa (RCV, AUG&A) REPLACES CAP FORM 23, DATGD APR 66,WHICH IS ODSOLETE. GPO $61.353 - 78-104 PAGE I OF 7 PAGES OFFICE OF ECONOMIC OPPORTUNITY • APPLICATION FOR COMMUNITY ACTION PROGRAM Porro raved. _ PROGRAM ACCOUNT BUDGET (Please type or print clearly) Budget Bureau l;a. ),c•Bo,sa 1. APPLICANT AGENCY 2. DATE SUBMITTED 3. PROGRAM YEAR r^ 4. GRANT NO. CONTRA COSTA COUNTY BOARD OF SUPERVISORS 1 5/11/78 END DATE:G 30 79 90195 PROGRAM ACCOUNT o• NUMBER b. NAME-_ — c BEGINNING DATE 05 UNITED COUNCIL OF SPANISH SPEAKING ORGSEND DATE _ . , INC., — --- -- - �— 7�1�78 6/30/79 6. SUBMITTED AS PART OF (check one): A. KI FUNDING REQUEST b. [__]AMENDMENT REQUEST ()f this item is checked, attarh CAI' form 25b, "Justification for P.A. Amend." SECTION I. _ BUDGET SUMMARY APPROVED PY REQUESTED PROGRAM YEAR REQUESTED PROGRAM YEAR+ 1 — REQUESTED PY +2 COST FULL-YEAR EXPANDED EXPANDED CAT. COST CATEGORY TOTAL NO. TOTAL FEDERAL PION NO. — — NO. PROGRAM MOS. PROGRAM SHARE FEDERAL MOS. TOTAL NO. TOTAL NO. TOTAL NOi SHARE PROGRAM MOS. PROGRAM MOS. PROGRAM MOS. It1 121 131 U 1 lel 101 171 tel Iv1 11 01 (1 1) 1121 1171 a 4l 1, PERSONNEL COSTS — 5 :•:1 433 9 50 —_ 1 . 242 0 _ 75 _ 1 191 ,844 1.1 SALARIES ARS A L IE AND WAGES 285,,§63.501200,754.50 _.. 8 4 90 F FRINGE GE 0 ► FIEF ITS 1.2 1:•mr o er t i tlnre only)r r 1 5 5 1 — — ..... ......::. t ......:::...: 1 , CONSULTAIITS AND _ 106,935 CONTRACT SERVICES 108 135 1 ,200 2, NONPERSONNEL COSTS ::.•:.•., 9392.50165 892.5 - 13 500 -- - ------ ._......... ....... _—z.�._._ . . ..--- 1.1 TRAVEL 1 `>:::: : ! ii `:i is a >i5: -- .....•,, _.: 8 190 1.2 SPACE COSTS AND gENTALS 24 942 18 642 6,300X. CONSUMABLE 2.3 SUPPLIES ,,. .,., 16,128 . -i 8,928 7,200 . . RENTAL, LEASE, PUR- `� 2'4 CHASE QF rQUIPMENT c;t;.j;:5c< : 2.5 OTHER COSTS 28 460.50 28,460.5b ' NOTE: $9,775(federal ) an $6, 17(non federal ) TOTAL COSTS for UCSSO teenprogram�in the San Pablo/ 513 344 308 000 205 344 rchestPrfi;1 ��e-urge at°e 8-be f►4o-ze 1 e in this bu' et-inti l the IEOC And B EDEPALSHARE 9 Board of : 0 .3 8 00 0 � S ueris v or take action th 'n . s matter.: t e pr 1 7777=7 --- , 1 N N. F DE P � E A 1. SHARE 205,344 5 i 344 CAP FORM 25 (SEC IJ (REV. AUG 601 JiLPLACES CAI' FORMS 23, APR G13 AND 25, FEB 66 WHICH ARE OBSOLETE. • 78-104 UCSSO PAGE 2 OF 7 PAGES SECTION 11. SALARIES ANO WAGES (hemization of Cost Catefory No. ).1) PAIO PERSONNEL VOLUNTEERS NO. NON- WAGE NO. • PER- TITLE OR POSITION OF OF FEDERAL CATEGORY OF VOLUNTEER PER OF FEDERAL ANNUALIZED FEDERAL RAL SONS SALARY mos. TIME SHARE SHARE HOUR HOURS SHARE lit ttl (3) 4) 151 161 17) (1) 101 1101 -- -- ----1-.T-SaIar1es & wages fill Project Director (Adm) 18,804 12 100 18,804 1 Administrative Asst. 9.04 902 8,156,36 Secretary/Bookkeeper(Adm 10, 2 , 1 Secretary/Bookkeeper 4.90 936 1 200 11 100 10200 _4,586.40 Grantsman/Evaluator(Adm) 16,044 12 100 16,044 1 Office Manager-Oakley 6.55 936 6,130.80 -I & R Coord. (SP/PV) 12,000 12 75 8,000 1 Off. Manager Mtz 5.77 1936 5,400.72 I & R Spec. (SP/PV) 8,400 12 50 4,200 1 Off. Manager Pitts. 5.77 936 5,400.72 Intake Clerk (SP/PV) 7,704 12 50 3,852 1 Off. Manager S.P. 5..77 936 5,400.72 Youth Coord. (SP/PV) 8,580 12 100 8,580 1 1 & R Specialist Oak. 4.03 936 3,772.08 I & R Coord. (Mtz) 12,000 12 100 12,000 1 1 & R Specialist Pitt 4.03 936 3.772.08 I & R Spec. (Mtz) 7,992 12 100 7,992 1 1 & R Specialist S.P. 4.03 936 3,772.08 Outreach Wker (Mtz) 7,992 12 100 7,992 1 1 & R Specialist Mtz. :4.03 936 3,772.08 Outreach Wker (Mtz) 7,992 12 100 7,992 1 Youth Coor. Mtz 4.03 936 3,772.08 Intake Clerk (Mtz) 7,608 12 100 7,608 1 Youth Coor. Oakley 4.03 936 3,772.080 Youth Coord. (Mtz) 8,580 12 100 . 8,580 1 Youth Coor. S.P.. 4.03 936 3,772.08 I & R Coord. (Pitts) 12,576 12 75 .8,384 1 Youth Coor. Pitt. 4.03 936 3,772.08 I & R Spec. (Pitts) 8,281 12 50 4,140.50 1 Intake Clerk Oakley 3.84 936 3,594.9AN Intake Clerk (Pitts) 7,960 12 50 3,980 1 Intake Clerk Mtz. 3.84 936_ 3.,5g4.a TOTALS, PAID PROFESSIONAL PERSONNEL I Intake Clerk S.P. 3.84 936- 36 3,594.24 TOTALS, PAID NONPROFESSIONAL PERSONNEL I Intake Clerk Pitt. 3.84 936 3,594.24 TOTALS, PAID PERSONNEL TOTALS, VOLUNTEERS 6,8141 79,629.32 CAP FORM 2S 14YI.JUG Gel 78-104 UCSSO PAGE 3 OF 7 PAGES SECTION It. SALARIES AND WAGES (Iremizatinn of Cost Cotegmy No. 1.1) PAID PERSONNEL 6. VOLUNTEERS NO. ANNUALIZED NO. FEDERAL NON. WAGE NO. NON- P E Il- TITLE OR POSITION OF OF FEDERAL CATEGORY OF VOLUNTEER PER OF FEDERAL: SONS SALARY MOS. TIME SHARE SHARE HOUR HOURS SHARE 141 1s)- 16) 171 441 191 1101 nll Youth Coord Pitts 8,298 12 100 8,298 1 .1 Salaries & Wages (con't) I & R Coord E. Cnt L3 12 100 13,632 1 Bookkeeper 5.60 120 672. Ll _,§32 Court Referrals 3.00 1536 4,608 I & R Spec. E. Cn�y) 8,298 12 100 9,298 Outreach Wker E. Cnty) 7,992 12 100 7,992 1 .3 Consultant Services 1p Outreach Wker E. Cnty) 7,992 12 100 7,992 1 Grantsman/Evaluator 7.01 936 7,216.56 Intake Clerk (E. Cnty) 7,986 12 100 7,986 1 Administrative Asst. 9.70 120 1 ,164 Youth Coord (E. Cnty) 8,298 12 100 8,298 1 Administrative..Asst. 8.59 120 1 ,030.12 1 Attorney Martinez 50.00 243 12,150 1 Attorney Pittsburg 50.00 243 12,150 I Attorney San Pablo 80.00 243 12,150 I Attorney Oakley 50.00 243 12,150 Interpretation/Transla ion 5 San Pablo 35.00 63.4 11 ,095 5 Martinez 35.00 63.4 11 ,095 5 Pittsburg 35.00 63.4 11 ,095 5 Oakley 35.00 63.4 11 ,095 TOTALS, PAID PROFESSIONAL PERSONNEL 177,418 TOTALS, PAID NONPROFESSIONAL PERSONNEL 23,426 TOTALS, PAID PERSONNEL I 200TOTALS, VOLUNTEERS '0 57 107,670.68,754.5,b CAP FORM 2,(Ser.our'w C • 78-104 ucss0 PAGE 4 OF 7 PAGES SECTION II. SALARIES AND WAGES (/trmisofinn of Cast Co(efrory No. ).l) 7• PAID PERSONNEL 0. VOLUNTEERS NO. NO. NON- WAGE NO. NON- PER- TITLE OR POSITION ANNUALIZED OF OF FEDERAL FEDERAL CATEGORY OF VOLUNTEER PER OF FEDERAL SONS SALARY MOS. TIME SHARE SHARE HOUR HOURS SHARE ti! its t3! Sa} tilt till ill to) to) If 81 fill L. 110 tant Seryl c-s.-(..ra I t . Af f rmative A.ctio_n _ Officer (Consultant) Rudy Rodriquez 5.00 120 4,200 2.2 Space Cost Oakley: 2,000 Sq. Ft. Parking 4,000 Sq. Ft. Office - $525 per mo. 6,300 2.3 Emergency Food, Clothin , Goods, etc. 7,200 1� TOTALS, PAID PROFESSIONAL PERSONNEL TOTALS, PAID NONPROFESSIONAL PERSONNEL TOTALS, PAID PERSONNEL TOTALS, VOLUNTEERS 1120117,700 CAP FORM 25(!k—C ,�uc ail 78-104 PAGE 5 OF 7 PAGES OFFICE OF ECONOMIC OPPORTUNITY -APPLICATION FOR COMMUNITY ACTION PROGRAM Porm Appruved PROGRAM ACCOUNT BUDGET SUPPORT SHEET (Please type or print dearly) Budget Bur Lr au No. 116-80158 J. APPLICANT AGENCY 2. DATE SUBMITTED 3. PROGRAM YEAR M 4, GRA14T 140. LONIRA—C COUNTY BOARD OF SUPERVISORS 1 5111178 END DATE: 6 79 90195 PROGRAM ACCOUNT I c, BEGINNING ENDING A. NUMBER NAME 0 United Council of Spanish Speaking Orgs 7/1/78 6/30/79". BUDGET SUPPORT DATA COST AMOUNT OR VALUE OF ITEM CATE- GORY DESCRIPTION OF ITEM AND OASIS FOR VALUATION FEDERAL NON-FEDERAL NO, SHARE SHARE (1) (2) (3) (4) 1 .1 Salaries and Wages $200,754.50 1 .2 Fringe Benefits 0 20% of salaries 40,153. 1 .3 Consultants: Accounting Services 1 ,200. 2.1 Travel @ 15t per mile 81190. 2.2 SPACE COSTS: 18,642. Rent $13,440 P.G. & E. 3,276 Water 396 A. Water 570 t Nwi Garbage 960 TOTALS CARRIED FORWARD FROM 7, Q ADDITIONAL NAnnATIVL STATEMENT IS ATTACHED ATTACHED PAGES (Ifrmy) TOTALS CAP FORM 25a IREV, AUG&a) REPLACES CAP FORM 23, DATED APR 68,WHICH IS OBSOLETE, GPO 661.383 ...................... 78-104 PAGE 6 OF 7 PAGES OFFICE OF ECONOMIC OPPORTUNITY -APPLICATION FOR COMMUNITY ACTION PROGRAM rm Av pproed PROGRAM ACCOUNT BUDGET SUPPORT SHEET (ptease type or mist ricarw 772-dgri Burrau No. 116.R0158 1. APPLICANT AGENCY 2. DATE SUDMITTED 3. PROGRAM YEAR TL_ 1 4. GRANT NO. CONTRA COSTA COUNTY BOARD OF SUPERVISORS 1 5/11/78 END DATE: 6130/79 90195- 5. PROGRAM ACCOUNT a. NUMBER--] b. NAME BEGINNINGENDING 05 United Council of Spanish Speaking Orgs. 7/1/78 6/30/79 6. BUDGET SUPPORT DATA COST AMOUNT OR VALUE OF ITEM CATE- GORY DESCRIPTION OF ITEM AND BASIS FOR VALUATION FEDERAL NON-FEDERAL NO. SHARE SHARE (1) 12) (3) (4) 2.3 -CONSUMABLE SUPPLIES $ 8,928 - Postage $2,640 Office Supplies 2,700 CSR' s 960 C. Paper 2,172 Maintenance 456 2.4 RENTAL, LEASE, PURCHASE OF EQUIPMENT 1 ,672 Copia .Machine Lease 11200 General Office Repairs 472 TOTALS CARRIED FORWARD FROM 7. ADDITIONAL NARRATIVE 5TATrMENT IS ATTACHED ATTACHED PAGES (Ifuny) _F TOTALS CAP FORM 25a (REV. AUG Go) REPLACES CAP FORM 23, DATED APR 68.WHICH IS OBSOLETE, Gpo aci.303 78-104 PAGE 7 OF 7 PAGES OFFICE OF ECONOMIC OPPORTUNITY - APPLICATION FOR COMMUNITY ACTIO14 PROGRAM 17-orm Approved PROGRAM ACCOUNT BUDGET SUPPORT SHEET (111case type or print clenrly) lludUct Burean No. IM-R0158 1. APPLICANT AGE14CY 2. DATE SUBMITTED 3. PROGRAM YEAR 4. GRANT NO. CONTRA COSTA COUNTY BOARD OF SUPERVISORS 1 5/11/78 END DATE: 6/30-9 90195 PROGRAM ACCOUNT ENDING a. NUMBiR_-____j b. 14AME C. SEGINNIW� 05 United Council of Spanish Speaking Orgs. 7/1 /78 6/30/79 6. BUDGET SUPPORT DATA COST AMOUNT OR VALUE OF ITEM CATE- GORY DESCRIPTION OF ITEM AND BASIS FOR VALUATION FEDERAL NON-FEOERAL NO. SHARE SHARE 2.5 OTHER COSTS $28,460.50 .-Telephone 12,001 Insurance 2,486 Publications 507.51) C. Service 792 Area Council Support $314 j630 944 Youth Activities $1955 $3910 $1955 $3910 11,730 wo TOTALS CARRIED FORWARD FROM ATTACHED PAGES (ifuny) 7. STATEMENT IS ATTACHED ADDITIONAL NARRATIVE TOTALS CAP FORwt5* mcv. AUG om REPLACES CAP FORM ox. DATED APR on. WHICH oOBSOLETE. GPO 861-303 COJTPA COS I A COU:LTY OFFICE OF ECOI'ONIC OPPORTUNITY PROPERTY INVENTORY SU:•',,%''YARY - MANT =90195 The following tabulation su.-,emari zes and updates the CSA Property Inventory which was submitted as part of the grantee compliance process on February 9, 1978: CHANGES SINCE CURRENT SOURCE CATEGORY 2/1/78 REPORT LAST REPORT TOTAL Federal - Excess $13,464.26 $(3,178.00) $10,286.20 Federal - Grantee Purchase 77,072.73 1 ,004.06 78,0706.79 Local Contributions 2,269.79 0 2,269.7° $92,805.78 $(2,173.94) $90,632.84 I certify that all items of non-expendable property on hand are required in the performance of the program proposed in this refunding request. Mlay 9, 1978 Bea Goff, Acting Executive Director, CAA Board Action 5OA.RD OF SUPERVISORS CF CONTRA COSTA COITNT , CALIFORNJ 5/9/78 `:OTE TO C LA P. A i Claim against the County, ) i�:e cc-:i o ' h.,Ez docume:.t ma,cZed .to ycu is yoty Routing Endorsements, and ) notice oS .u':e action taw on youA e�a.cm bit the Board Action. (All Section ) Soc„td of Supe•tv.iser�s (Pa,�tagnaroh III, be.Z.oti'), references are to California ) o.iven pw�..swamt to Government Code Seetionh 911.8, Goverment Code.) ) 913, 5 915.4. Pease note the "teatni-ng" Wow. Claimant: Sehainch, Louis, 1261 A Pine Creek Way, Concord, CA Attorney: Bruce Calderwood, Attorney at Law Address: 1000 Court Street, Martinez, CA 94553 Amount: $3,000-00 Date Received: April 3, 1978 By delivery to Clerk on By mail, postmarked on Marcl, 31, 1976 I. FROM: Clerk of the Board of Supervisors TO: County Counsel Attached is a copy of the above-noted Claim or A plication to File Late Claim. DATED: Ap ^i1 3. 1978T• R. OLSSO:v, Clerk, By ,cam �/aDeputy D-iana 14 . e_-man II. FROM: County Counsel TO: Clerk of the Board of Suoervisors neck one only) ( J This Claim complies substantially with Sections 910 and 910.2. ( ) This Claim FAILS to comply substantially with Sections 910 and 910.2, and we are so notifying claimant. The Board cannot act for 15 days (Section 910.8) . ( ) Claim is not timely filed. Board should take no action (Section ( ) The Board should deny this Application to File a Late Claim (Section 911 4) zOGltlit DATED: 6 - ��� JOHN` B. CLAUSE:', County Counsel, By^ -�- C�' �- --�— , D=Puty III. BOARD ORDER By unani-mous vote of Supervisors present (Check one only) {,Y_.) This Claim is rejected in full. (��~) This application to File Late Claim is denied (Section 911.0) . I certify that this is a true and correct copy of the Board Order entered in its minutes for this date. DATED: May 9, - 1978 J. R. OLSSO`:, Clerk, by / , Deputy te Diana Ile fierman W.ARNING TO CLAMA`.i (Government Code Sections 9:1.8 G 915) You.1tave or•.Ly 5 mon.trts pltom .dte maiL6,9 of hi,6 notice to uou uu-i,un which to 'ire a cow-Lt action on .tiws xejected C°a,un (see Govt. Code Sec. 945.5) ort- ' montks ',tom ke den.ict,Z. o; you,% AppZicati.on to File a Lcte Cta i..► tti.t'tiin it, ' h to retUion a cowtt %eti.eS S•tom Section 945.4'a cta,im-p.i.Ung deadZine (see Secn.ion 9=u.6) . You may seek the advice oa any a,t tortney o f yowt choice in connection tvidt -t,'tzs reutte.t. it, y u '.brant to L'L'i°...-me.t an at,o tr_e!t. tfou shctLe� do so &nmecUeLe•,!,. IV. FROM: Clerk of the Board TO: (1) County Counsel, (2) County Administrator Attached are copies of the above Claim or Application. We notified the claimant of the Board's action on this Claim or Application by mailing a copy of this document, and a memo thereof has been filed and endorsed on the Board's copy of this Clair" in accordance with Section n9_r DATED: clay 12, 1978 J. R. OLSSON, Clerk, By ° Le Deputy lana He-man V. FROM: (1) County Counsel, (2) County Admi .istrator T0: Clerk of the Board of Supervisors Received copies of this Claim or Application and Board Order. DATED: May 12, 1978 County Counsel, By County Adm;-nistrator, 3y 00626 $. 1 Rev. 217E I Bruce Calderwood Attorney at Law �� 2 1000 Court St. n`'R In. Martinez Ca 3 229-0229 J. R. OLS50" CtEjrY HOA-RD Or 5U?c;ZV1S0;Z5 _ r. By.�yC--O;�T r.I `A CO� 4 CLAIM FOR DMIAI�ES 5 TO Contra Costa County and or Contra Costa County Hospital Martinez- and its employees. 6 This claim is presented by Louis Schwinck. . The post office 7 address of claimant is 1261 A Pine Creek Way, Concord California 8 and all notices resnPcting this claim should be sent to: Bruce 9 Calderwood at 1000 Court St. Martinez Ca. 10 The date and place of the transaction giving rise to this - - 12 claim are: March 25, 1978 at J ward in county hospital, Martinez. 12 At the above time and place Mr. Schwinck attempted to sit in a 13 chair provided by above county and hospital. The chair collapsed 14 and Mr. Schwind: suffered a severe sprain requireing a cast 15 which is expected to be on for 6 weeks. Due to a prior back 16 condition Mr. Schwinck is unable to use cruches and is therefor 17 confined to a wheelchair. 18 The amount claimed as a result of said transaction as of the 19 date of this claim is $3000.00 . 20 The names and addresses of public employees causing -said 21 injury are unknown at this time. 22 The basis of the above computation ofdamages is as follows: 23 1. $3000.00 general damages a; 24 2. medical expences to be provided when obtained. 25 3. Loss of earnings to be provided when obtained. 26 DATED• %i i - j /�• I .r L 27 28 Bruce Calderwood Attorney for PlaimTbif9l 17 . I Bruce Calderwood F-1 L E Attorney at Law rr 1 2 1000 Court St. rrR :alts Martinez Ca 3 229-0229 �' q.ERX BOARD Cr SU?cRVI50R5 y��[05TA CO. 4 CLAIM FOR-DAMAGES B `� O� 5 TO Contra Costa County and or Contra Costa County Hospital Martinez- and its employees. 6 This claim is presented by Louis Schwinck. The post office 7 address of claimant is 1261 A Pine Creek Way, Concord California 8 and all notices respecting this claim should be sent to: Bruce 9 Calderwood at 1000 Court St. Martinez Ca. 10 The date and place of the transaction giving rise to this 11 claim are: March 25, 1978 at J ward in county hospital, Martinez . 12 At the above time and place Mr. Schwinck attempted to sit in a 13 chair provided by above county and hospital. The chair collapsed 14 and Mr. Schwinck suffered a severe sprain requireing a cast 15 which is expected to be on for 6 weeks. Due to a prior back 16 condition Mr. Schwinck is unable to use cruches and is therefor 17 confined to a wheelchair. 18 The amount claimed as a result of said transaction as of the 19 date of this claim is $3000.00 . 20 The names and addresses of public employees causing said 21 injury are unknown at this time. The basis of the above computation of damages is as follows: 23 1. $3000.00 general damages 24 2. Medical expences to be provided when obtained. 25 3. Loss of earnings to be provided when obtained. 26 DATED- 27 ATED i'= '•'✓� �r /G �� 28 Bruce Calderwood Attorney for Pl� �Ci Mfcrc;fi rr -'w�ui t oars; order ' BOARD OF SUPE.^.'.ISORS OF CONTRA COSTA COUIM. 7, CALIFORNIA Board Actio 5/9/78 / Claim ."%laainst the Count,:, ) :h..- cop:,! Cf ti�(.s dccturei rr-tZed to you Z5 ycut Routing Endorsements, and ) notice of iiia^. -acti-on iahen on Pout cLi m bit the Board Action. (All Section ) Boa.td of Supetvi4o_s i Pa,�a9napft 111, 5e?_otU) , references are to California ) given FwtsucuLt to Govetnment Code Secti.oms 911,8, Government Code.) ) 913, 5 915.4. RE se rote the "traaning" beZot+:. Claimant: Jose C. Ramos, 190 Elminya Drive, Pacheco, CA 94553 Attorney: Address: Amount: L;• -�•��. $50,000.00 -1 ,�,. /Count k & Co. Co. G„1• ` . Date Received: April 7, 1978 "` By delivery -to Clerk on /CC6JJ By mail, postmarked on ;I. FROM: Clerk of the Board of Supervisors TO: County Counsel V Attached is a copy of the above-noted Claim or Application/to File Late Claim. DATED: 4/7/78 J. R. OLSSON, Clerk, Bye/ ! L/ • /' Deputy Patricia A. Bell II. FROM: County Counsel TO: Clerk of the Board of Supervisors /(Check one only) {— )-This-Claim complies substantially with Sections 910 and 910.2. ( ) This Claim FAILS to comply substantially with Sections 910 and 910.2, and we are so notifying claimant. The Board cannot act for 15 days (Section 910.3) . ) "Claim i s not timely filed. Board should take no action (Section 911.2) . ), The Board should deny this Application to File a Late Claim (Section 911.6) . DATED: - % t JOHN B. CLAUSEN, County Counsel, Bti~ _ — Deputy II?. BOARD ORDER By ura^_imous vote of Supervisors present (Check one only) ( X ) This Claim is rejected in full. ( ) This Application to File Late Claim is denied (Section 911.6) . I certify that this is a true and correct copy of the Board's Order entered in its minutes for this date. DATED: May 9, 1978 J. R. OLSSON, Clerk, by 11 ,,�.�.�' Deput}• M. Vannucchi WARNING TO CLAIAIAN7 (Government Code Sections 911.3 v 913) You have on.Ly 6 most ..s atom tete ma , i 9 eg hit notice .w you trlueR to OiZe a eourt action on t'r„i4 _ejected C&-.br. Wee Govt. Code Sec. 9=15.6) o•'. 6 months Ston the den aZ o you% ApprZicati.en to Fite a Late CZa.im tai-dzin wki.ch to petUion a cow%t N'orL *Leti.e' j%om SecUan 945.-:'s cZcLim-3Z.',irLg deadUne (,see Sec:i,on 946.5) . You tray seek .dte advice of any a ttonne_y o� you,% choice to connectiton tui th •t, s run uet. 16 you !rant to censatt ar. a.ttoti.ey, you -5houtd do so Zrmedi.ate&t. IV. FROM: Clerk of the Board TO: (1) County Counsel, (2) County Administrator Attached are copies of the above Claim or application. We notified the claimant of the Board's action on this Claim or application by mailing a copy of this document, and a memo thereof has been filed and endorsed on the Board's copy of this Claim in accordance with Section 7--9703. o DATED: May 12 , 1978 J. R. OLSSON, Clerk, By %/1 �,Z,c.,�LLzccf Deputy M. Vannucchi V. FROM: (1) County Counsel, (2) County Administrator TO: Clerk of the Board of Supervisors Received copies of this Clara or Application. and Board Order. DATED: May 12, 1978 County Counsel, By,, Count. Administrator, 3y 8. 1 c�t►hz9 Rev. 3/78 t RECEIVED Sherif!-Coroner 1 JOSE C. RAMOS Contra Costa County 190 Elminya Drive 2 Pacheco, California 94553 MAR t J WS Pi`.f 7 8 3 In Pro Pert9t1Dtllt�tlt2t3t4�5t6 4 j 5 F L E Li 6 � Q�9D8 S APR 1978 , 7 L` C,e::-��} c C"-"L -V- J. R. . LSSON ,. 8 CLERK WARD OF SUPERVISORS � E HOBERT ! Oi11 i RA COS.H CO. �9�r18 B (,.tsL_ 1... D_W trj 9 • Ga to 5 0 � 10 CourUS� 11 In the matter of the claim of ) 6`ctbt��t �v�,VY7' CZAR �ori� (L CoP� coo N'r�r ����5,SW,IS 12 JOSE C. RAMOS , Claimant, 13 and ) CLAIM f N�Lu 5 Yc�a�a 14 CONTRA COSTA COUNTY SaERIE F'S ) DEPARTMENT , Respondent. 15 16 17 l Claimant hereby presents this claim to the CONTRA 18 COSTA COUNTY SHERIFF'S DEPARTMENT pursuant to Government Code § 910. 19 20 The claimant herein, JOSE C. RAMOS, resides at 190 21 Elminya Drive, Pacheco, California 94553. 22 II. 23 On or about January 1, 1978 claimant was a guest at a 24 ( New Year's Eve party sponsored by Sun Valley Village, the trailer I 25 spark at which he resides. At approximately 12:30 a.m. the clubhouse 26 was entered by two Contra Costa County Sheriff's Deputies. Said Microtilmed with board order 00630 1 deputies, without cause or provocation, grabbed claimant, hand- 1 cuffed him and imprisoned him in their vehicle. In the course of 3 1 this treatment claimant was caused to suffer injuries to his arms 4 and face. The injuries sustained by claimant, as far as are known 5 as of the date of presentation of this claim, consist of lacerations g to the face and sprained muscles of the arm. 7 I III. g Said injuries were proximately caused by the inten- g tional, willful, and malicious conduct of said deputies or by their 10 !i negligence in reacting to and controlling the situation. Said r 11 ! injuries were further caused by the negligence of the CONTRA COSTA i 12 ' COUNTY SHERIFF' S DEPARTMENT in training and supervising its deputies. ! I � 13 Claimant is informed and believes that the deputies involved in this I - 14 I+ incident are deputies VAN MASTRIGT and BELL and therefore claims 15 i! against said deputies. T-ames of other public employees causing lg claimant's injuries under the described circumstances are unknown 17 to claimant, who are claimed against herein as DOES ONE through 18 TjJENTY. ! i 19 i IV. ! 20 I The amount claimed as of the date of presentation of 21 this claim is computed as follows: Personal damages in the amount 22 I of Fifty Thousand Dollars ($50,000.00) ; expenses for medical, 23 hospital and nursing care, including future expenses for such care i 24 related to this injury, Five Thousand Dollars ($5,000. 00) ; lost ' 25 wages in the amount of Five Thousand Dollars ($5,000.00) . I 2s 00631 i I I 1 I V. 2 Claimant also hereby demands compliance of respondent, 3 CONTRA COSTA COUNTY SHERIFF' S DEPARTMENT, its agents , employees , 4 and other persons under its direction and control, with all appli- 5 cable statutes , regulations , and other pertinent rules designed to 6 protect against the type of injury complained of herein, and fur- 7 ther demands the exercise of due care by said public entities and 8 I I persons under their direction and control in the performance of I" !I I 9 these duties . 10 .I j • 11 �I Dated: C� — C::7127- 7P JOSE C. RAMOS 12 r I . 13 14 15 16 17 - 18 , 19 I� 20 '! 21 h 22 23 !I . 24 I 25 i I 26 II -3- I 00632 i i BOARD OF SUPERVISORS OF C0NT2a COSTA COLNrl, CALIFOP.NIA Board Action As Ex Officio The Riverview Fire Protection District 5/9/78 ':OTS TO C LA I? 1%N_L Claim against the County, ) he Copy 04 uLLs docume,ut ru„ti'_ed to you is gout Routine Endorsements, and } notice e3 vte actZen ta.z-a on gout ctL--,Ln by irte Board action. (All Section ) Soatd o3 Supe•tviso•Ls (P2tagr-.ph III, b&_'o:c) , references are to California ) given pwLz a tt to Govvnmejtt Code Secti.ows 911 .S, Covernment Code.) ) 913, 5 913.4. Otea.se note the "craftning" beeocu. Claimant: Employee Benefits Insurance Company, 234 E. Gish Road, San Jose, CA Attorney: Robert 14. Tllompson, Tallant, Thompson & Mayhew Address: P. 0. Box 254808, 2255 Watt Avenue, Sacramento, CA 95825 Amount: Unknown «// Gtu j Cee-j�� b`VA Date Received: April 7 , 1978 By delivery to Clerk/on cX 4 /d79 . By mail, postmarked on %I. FROM: Clerk of the Board of Supervisors TO: County Counsel ,J Attached is a copy of-the above-noted Claior Application to File Late Claim. DATED: 4/7/78 J. R. OLSSON, Clerk, B ,' /1 Deputy a ricia II. FROM: County Counsel TO: Clerk of the Board of Supervisors U/` (Check one only) Rr This Claim complies substantially with Sections 910 and 910.2. ( ) This Claim FAILS to comply substantially with Sections 910 and 910.2, and we are so notifying claimant. The Board cannot act for 15 days (Section 910.8) . tour,,. nt�•gr:vez, ( ) Claim is not timely filed. Board should take no action (Section 911.2) . ( ) The Board should deny this Application to File a �a, laim (Sec, ' n 9 .6) . C DATED: _ JOHN B. CLAUSE�I, County Counsel, By- _• _ _ Deputy III. BOARD ORDER By unanimous vote of Supervisors present (Check one only) (X ) This Claim is rejected in full. ( ) This Application to File Late Claim is denied (Section 911.6) . I certify that this is a true and correct copy of the Board's Order entered in its minutes for this date. DATED: May 9, 1978 J. R. OLSSON, Clerk, by /,;/ �c�-,tic , Deputy M. Vannucchi YARNING TO CLAIZAANT (Goverrmer-t Code Secticns 911.3 c 915) You have only b mcn.tss atom ti=e mat_utg of t;tis notice to you 'within which to Site a eoutt action on this Rejected Ctaim (see Govt. Code Sec. 945.0) at o months atom tate deetiac' o3 gowt Appti.caticn to Fite a Late Ctaim a,Lthin c:•Zch to neti;tZon a cowtt 3cr, -%e.Z,i.ej "tom Section 945.4's ctaim-31.Q,ing deadUne (see Section 946.�) . You may see.: •vte advice o3 a.r_y attcrtney c3 ;rout choice in connection tei.vt .tAi.s matte%L. N .fou tecmt to coitsu'Lt an, a o%Jiey, you sh Cue i do so Zmmedta et.f. IV. FROM: Clerk of the Board TO: (1) County Counsel, (2) County Administrator Attached are copies or the above Claim or application. We notified the clai;aant of the Board's action on this Ciai:-i or application by mailing a copy of this document, and a memo thereof has been moiled and endorse_ on the Board's copy of this Claim in accordance with Section 29703. / DATED: May 12_, 19781. R. CLSSON, Cierk, By )'9 G�Z->. .tip Deputy T1. Van nucc H 1 V. FROM: (1) County Counsel, (_) Count-: Adni^.:strator TO: Clerk of the Board of Supervisors Received copies of this Claim or Application and Board Order. DATED: May 12, 1978 County Counsel, 3Y.,, Cov.nty 1dmin ist=tor, ay -Rev. 3/73 �" �� / MT/et 124 60 LSM Mee,O Tallant.Thompson& 1 !l 'ew 2 F 0.Box 254808 3 2255`YaN Avenue SacramentoLdlifornia 95825 F L E D (916)488-7300 4 APR `/ 1978 5 Attorneys for claimantJ. R. O1SSbN 6 RK BOARD OF STA SUPERVISORS JTRA COO. 7 Dow 8 9 10 IN THE MATTER OF THE CLAIM OF: 11 EMPLOYEE BENEFITS CLAIM FOR DAMAGES 12 INSURANCE COMPANY PURSUANT TO GOVERNMENT CODE, SECTION 910 13 Vs. 14 HERB DeLaMONTANYA, RIVERVIEW FIRE PROTECTION, and DOES I through X 15 16 17 TO: HERB DeLaMONTANYA AND RIVERVIEW FIRE PROTECTION 18 1. Claimant EMPLOYEE BENEFITS INSURANCE COMPANY 19 is a corporation doing business at 234 E. Gish Road, San Jose, CA. 20 2. Claimant requests that all notices concerning 21 this claim be sent to Robert M. Thompson, Tallant, Thompson & 22 Mayhew, P.O. Box 254808, 2255 Watt Avenue, Sacramento, CA 95825. 23 3. On or about February 13, 1978 at Wilbur Avenue 24 near its intersection with Viera Lane in the County of Contra 25 Costa, State of California, KENNETH T. BROWN was operating a 26 1974 pickup, a Chevrolet vehicle bearing California license 43481 . 27 which was being occupied by GARY FINDLAY and LARRY BROWN, 28 passengers. At same time and place, the Chevrolet vehicle was -1- 00634 Alicrorilmad w4h board orc6r 1 struck by the 1977 Plymouth bearing California license No. 2 E69L567 which was operated by HERB DeLaMONTANYA and owned by 3 RIVERVIEW FIRE PROTECTION_ As a result of the negligence of 4 HERB DeLaMONTANYA and RIVERVIEW FIRE PROTECTION and their 5 negligent operation, control, entrustment, management and 6 maintenance of the subject Plymouth vehicle, KENNETH T. 7 BROWN, GARY FINDLAY and LARRY BROWN were injured and their 8 Chevrolet vehicle was damaged. At all times herein mentioned, 9 claimant EMPLOYEE BENEFITS INSURANCE COMPANY was the workmen's 10 compensation carrier for KLINGER STEEL, who employed said 11 11 KENNETH T. BROWN, GARY FINDLAY and LARRY BROWN. As a result, 12 EMPLOYEE BENEFITS INSURANCE COMPANY has been and will be 13 obligated to pay workmen's compensation benefits_ 14 4. As a result of the negligence of HERB 15 DeLa1IONTANYA and RIVERVIEW FIRE PROTECTION and DOES I through X 16 EMPLOYEE BENEFITS INSURANCE COMPANY, claimant, has been obli- 17 gated to pay workmen's compensation benefits, in an amount unknown 18 at the present time_ Additionally, EMPLOYEE BENEFITS INSURANCE 19 COMPANY will be required to pay further disability payments 20 and sums for medical care and treatment for an indefinite 21 period of time in the future, in an amount unknown at the present 22 time. HERB DeLaMONTANYA and RIVERVIEW FIRE PROTECTION are 23 liable for the damages suffered by EMPLOYEE BENEFITS INSURANCE 24 COMPANY pursuant to Vehicle Code, Section 17001- 25 5. At all times herein mentioned, HERB DeLaMONTANYP 26 was an employee of RIVERVIE[•: FIRE PROTECTION and were respon- 27 sible for the damages of EMPLOYEE BENEFITS, claimant. 28 6. At the time of presentation of this claim, -2- 0063:) 1 EMPLOYEE BENEFITS claims damages in an amount unknown at the 2 present time. 3 DATED: March 31, 1978 4 /L� 5 j / *E THOM- ON 6 Attorney for clai nt 7 8 9 10 11 12 13 _ 14 15 16 17 18 ! 19 20 21 22 23 24 25 26 27 28 -3- 1 Riverview Fire Protection Administration Office 2 1500 W. Fourth Street Antioch, California 3 Riverview Fire Protection 4 675 Court Street Martinez, California 5 6 7 8 9 to 11 12 DECLARANCd 11 GF:;i-!1. 3'e MAIL 13 lam a citizen oftt:e Uni:gd St-ites and a resdent ci Sacramento, County, 14 California. I am crri.r the zee of eigh- teen,ears:srd not a party to:he w ithin ab:;va entitled aeom r►i1'bt sine"9d- 15 d;ass is?%moo Wau Ave-&Wrarnsnto. Caworrmia. On this date 1 srrved the forego*document.by piseing a tru• 16 acro.: thoraof enclosed in a 32aled eivskipa tv?m posltg9 thereon ?ul;y 17 p:ex'd in tha un.t-d S testes x,t office ma ii box otS acrjm F n:o,Ca;i s ofn ts,ad- 61-GSSpd in tiz9 uwnner s.t forgh im- 18 mediately above thin dedsration, I dexam unsay penalty of Gerjury that the for_-gaengiaanwsndeorrwL 19 Data at -�)_3 _7 Q 20 Sa:ramento.Cai4orriia gg�w...............: V � a ONA Ti'ONPSC NN 22 23 24 25 26 27 28 - 0(1637 BOARD OF SUPERVISORS OF CONTia COSTA COUNTY, CALIF01:L11IA Board Ac Lion 5/9/78 `:OTc M CLAI}RVNT Claim Against the County, ) 111le copy o; .t1:,i,s documejLt rnai ed to cu .is ue:ct Routing Endorsements, and ) notice o5 .dLe action taken on ycult c.Latm by the Board action. (All Section ) 3oa.td o3 Supetviso%vs (Patagtaph 111, betote) , references are to California ) given puAzuant .to Gove%nmewt Code Secti.o?,s 911.8, Government Code.) ) 913, 5 915.4. Peeaze note .the "ceanwi.ng" 5ei.ow. Claimant: Veal Tract Reclamation District No. 2065; c/o Richard Rockwell Attorney at Law, P. 0. Box 129, Antioch, CA 94509 Attorney: David L. Grilli, Nomellini & Grilli4Veale Tract Reclamation District Attorneys at Law c/o R. Rockwell, Attorney Address: P. 0. Box 1461, Stockton, CA P. 0. Box 129, Antioch, CA 95201 94509 Amount: $7 ,500.00 Date Received: April 7 , 1978 By delivery to Clerk on By mail, postnarked on 'INP—r 11 b , 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: 4/10/78 J. R. OLSSON, Clerk, By • n,- n1 (; Deputy Patr.ici.a A- Be II. FROM: County Counsel TO: Clerk of the Board of Supervisors (Check one only) ( �) This Claim complies substantially with Sections 910 and 910.2. ( ✓ ) This Claim FAILS to comply substantially with Sections 910 and 910.2, and we are so notifying claimant. The Board cannot act for 15 days (Section 910.8) . ( ) Claim is not timely filed. Board should take no action (Section 911.2) . ( ) The Board should deny this Application to File a Late Claim 911.6) . DATED: -/-//- 7�_ JOF"N B. CLAUSEN, County Counsel, By _ Den_uty IIT. BOARD ORDER By unanimous vote of Supervisors present ' (Check one only) (X ) finis Claim is rejected in full. ( ) This Application to File Late Claim is denied (Section 911.6) . I certify that this is a true and correct copy of the Board's Order entered in its minutes for this date. F ti J. R. OLS504, Clerk b; %i/. `� i Q Deputy ��T�D:rilay 9, _978 � _ Ni N WARNIII_NG TO CL%I:11;1- (Government Code Sections 911.3 & 913) You have on.:y 6 months ,,--am adie maZUbig c6 .thcs i?o;uze to you mZt%_ jz which to Z)ite a eowit� ac.ti i.on on tJ'-.,a hejectzd Ua m (see Govti. Code Sec. 945.5) a,% 6 months atom the dei,_&e o G cfoulL Appucati.cn .to FiZz. a Late Claim a i.&Zn tekich .to re. Ution a court ,or, %e Ze,4 Stem Section 945.4'.s cam-o'izing deadline (,see Sec is n You may see:z `'Le advice o3 any attor.�eu o3 yowt choice in connection tuZdL .this nattet. :j :rvu c�lart a cofrsc:lt :L;L atteriLeu, yea shout do so .cmmediatpZa. IV. FRO,:: Clerk of the Board TO: (1) County Counsel, (2) County Administrator Attacked are copies of the above Claim or Application. We notified the claimant of the Board's action on this Claim or Application by mailing a copy of this document, and a memo thereof has been filed and endorsed on the Board's copy of this Claim in accordance with Section29n' DATED: _i3V 15, 1978 j. R. OLSSO\, Clerk, by��✓� .tiv l.� � �.� Deputy m4xlinp- 7", 71-Pt14-0-,Im s V. FROM: (i) County Counsel, (2) County Adr..inistrator TO:- Clerk of the Board of Supervisors Received conies of this Claim or Application and Board Order. DATED. May 15, 1q7;3 Counts Co•.:riselB County ldministrator, 3y Rev. 3/78 CLAIM OF VEALE TRACT RECLAMATION DISTRICT NO. 2065 TO CONTRA COSTA COUNTY Y� (a) The name and address of the claimant is: F ' L VEALE TRACT RECLA_NLATION DISTRICT NO. 2065 APR 7 1978 c/o RICHARD ROCKWELL Attorney at Law J R OLSSON P. O. Box 129 CLERK BOARD O. SUPERVISORS C NIRA COSTA CO. Antioch, Ca. 94509 a ......... (b) Notices are to be sent to: DAVID L. GRILLI and VEALE TRACT RECLAMATION NOMELLINI & GRTLLI DISTRICT NO. 2065 Attorneys at Law c/o RICHARD ROCKWELL P. 0. Box 1461 Attorney at Law Stockton, Ca. 95201 P. O. Box 129 Antioch, Ca. 94509 (c) In early January, 1973, the exact date of which is presently . unknown to claimant, the Contra Costa County constructed, modified, supervised, maintained and operated various drainage facilities, including but not limited to ditches, canals, culverts and other improvements, and modified land surfaces or caused the same to be modified, with or upon public property in a negligent manner creating a dangerous condition thereon or therewith and unreasonably allowed such dangerous conditions to exist upon notice thereof. In so doing said county failed to properly inspect said property and to discharge its nar_datory duties such that a dangerous condition pertaining to the discharge of surface waters was created and allowed to exist in the Veale Tract area and that said condition did and still does constitute a nuisance. (d) So far as may be known at the date of this claim, the injury, damage or loss incurred is the moneys expended by said reclamation district for pumping, labor, materials and equipment used in removing water from reclamation properties and facilities and correcting damages thereto when flooded and inundated by surface waters being collected, diverted and discharged through county facilities and/or county controlled facilities so as to cause said crater to cross over and upon reclamation district facilities _ and properties located within said reclamation district. (e) As of the date hereof the amount of said damages as set forth above are estimated to be $7,500.00 for expenses incurred in the removal of said water and the repair of damages to reclamation 00639 Mitrafiimad with board order district facilities_ _. DATED: April 5, 1978. VEALE TRACT RECLA1IATION DISTRICT NO. 2065 J BY: �OSEPH & DOCCHI, Trustee ` r NORMA GIANNOTTI, Trustee BY: C� JO MASS, Trustee -2- BOARD OF SUPERVISORS OF CONTRA COSTA COL'%TY, CALIFMNIA Board Action 5/9/78 ':OTE TO CLAI%LItiT Claim against the County, ) Vze ropy o f -,U's docwme.,t r.t7-'e to Ilcu i.5 aeu,_ Routing Endorsements, and ) rotiEce cj the action taker on :10ut cZair, ba the Board action. (All Section ) Boc,Ld o4 Supe-tvizets (Pa/agtap:t IiI, 5et'cwj , references are to California ) given WSuant to Govevimentt Code Sections 971.S, Gover-went Code.) ) 913, 5 915.4. Peease note .the "waAning" beeow, Claimant: Veale Tract Inc. , and Bleily & Collishaw, Inc. 1515 Walsh Avenue, Santa Clara, CA 9505 Attorney: David L. Grilli and Veale Tract Inc. Nbmellini & Grilli Bleily & Collishaw, Inc Address: P. 0. Box 1461 1515 Walsh Avenue Stockton, CA 95201 Santa Clara, CA 9505 Amount: $86,400.00 Date Received: April 7,. 1978 By delivery to Clerk on By mail, postmarked on of �o ,/„ r 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: 4/10/78 J. R. OLSSON, Clerk, By o� I„r ,taJ Deputy Patricia A. Bell II. FROM: County Counsel TO: Clerk of the Board of Supervisors (Check one only) P=r1c1t:r--) ( ) This Claim complies substantially with Sections 910 and 910.2. ( t/This Claim FAILS to comply substantially with Sections 910 and 910.2, and we are so notifying claimant. ThacBvardx%cannot act for 15 days (Section 910.8) . CA.,F. ( ) Claim is not timely filed. Board should take no action (Section 911.2) . ( ) The Board should deny this Application to File Claim (Se ion _ 1.6) _ DATED: 7 �j �(� JOHN B. CLAUSEN, County Counsel C, _ <, Deputy P 9X.-I III. BOARD ORDER By unanimous vote or Supervisors present (Check one only) ( XX) This Claim is rejected in full. ( ) This Application to File Late Claim is denied (Section 911.6) . I certify that this is a true and correct copy of the Board§ Order entered in its minutes for this date. DATED: Ma 15 1978 J. R. OLSSON Clerk by ' -,�:r -9 Y L 1. Deputy i: cine iii. euOld a� IVARNING TO CLAi?LA\T (Government Code Sections 911.5 6 913) You have ojtE.y 3 monthls 3zom tte m cng c6 trL 's notice -zo you tt:t.`u!. L te"L&JI to bite a couAt action on thin %ejected CEx-im (.see Govt. Code Sec. 945.6) on 6 nroiLuts �'�.om the dviiat e6 youiL Apptication to Fite a Latc Cta.im cuZdLin tdiich .to ne ti tion a cou't t 4o t te,t',i.e j 5.tom Section 9415.4',s e is im-6.t,t'.i.ng deadUne (s ee Sec,�ion 946.0) . You may 6e&, lite advice o' any at otney o6 yowt choice in connection :t;.i tft tfz s matte%. Ij trou want to con,3uZt art att'atneu, uou 4houed do so .immediatebl. IV. FROM: Clerk of the Board TO: (1) County Counsel, (2) County Administrator Attached are copies of the above Claim or Application. Ile notified the claimant of the Board's action on this Claim or application by mailing a copy of this document, and a memo thereof has been filed and endorsed on the Board's copy of this Claim in accordance with Section 29703. DATED: MaV 15, 1978i. R• OLSSON, Clerk, BY ,� �- Deputy V. FROM: (1) County Counsel, (2) County Administrator TO: Clerk of the Board of Supervisors Received copies of"this Claim or Application and Board Order. DATED: May 1-5, 1978 County Counsel, 3y County Administrator, By 8. 1 O{x`40 Rev. 3/78 FI L ED CLAIM OF VEALE TRACT INC. A14D BLEILY & COLL SHAT•iAPW,1,C. 1978 TO CONTRA COSTA COU14TY J. R. OLSSON CLERK BOARD Or SUPERVISORS ��JJ���NIRA COST CO. (a) The name and address of the claimants are: VEALE TRACT INC. BLEILY & COLLISHAW, INC. 1515 Walsh Avenue 1515 Walsh Avenue Santa Clara, Ca. 95050 Santa Clara, Ca. 95050 (b) Notices are to be sent to: DAVID L. GRILLI and VEALE TRACT INC. NOMELLINI & GRILLI BLEILY & COLLISHAW, INC. Attorneys at Law 1515 Walsh Avenue P. O_ Box 1461 Santa Clara, Ca. 95050 Stockton, Ca. 95201 (c) In early January, 1978, the exact date of which is presently unknown to claimant, the Contra Costa County constructed, modified, supervised, maintained and operated various drainage facilities, including but not limited to ditches, canals, culverts and other improvements, and modified land surfaces or caused the same to be modified, with or upon public property in a negligent manner creating a dangerous condition thereon or therewith and unreasonably allowed such dangerous conditions to exist upon notice thereof. In so doing said county failed to properly inspect said property and to discharge its mandatory duties such that a dangerous condition pertaining to the discharge of surface waters was created and allowed to exist in the Veale Tract area and that said condition did and still does constitute a nuisance. (d) So far as may be known on the date of this claim, the injury, damage or loss incurred is the loss of approximately 144 acres of claimants' alfalfa stand grown on portions of Veale Tract owned by claimant Bleily & Collishaw, Inc. and farmed by Veale Tract Inc. , said loss resulting from the flooding and inundation of said alfalfa from surface water being collected, diverted and discharged through county facilities and/or county controlled facilities so as to cause said waters to cross over and upon claimants' premises and crops. (e) As of the date hereof the amount for said damages set forth above is esitmated to be $86,400. 00 for the loss of said 144 acres of alfalfa grown on reale Tract, Contra Costa County, California. DATED: April 5, 1978. VEALE ^TRACT--INC. BLEILY & COLLISHA:^7, INC. BY: BY: C-LASS, Vice-P�esid t it'd MASS, Vice Presid-e-rrii�f,�* f / 4 j Microfilmed with board order BOARD OF 56PER ISORS OF CONTRA COST', CALiFOR%;_- Board action • 5/9/78 `:OTE TO CLA `LIN C1ai it a�ainSt the Count;, T; Z CO' f Ca _ s rC? s tC, ; ` , Foutina dr ' te ac teen -ta' en on :fcua cZai.,.,n bcr ute Board Aciion. (All Section ) o"oand o' Supe.Lv.i se%.s (PaAagraph 111, beZowl , references are to California ) given pwuuae__ to Govetnment Code Sections x 11.8, Government Code.) ) 913, s 915.4. P.teaae itotie tete "cem'mi..ng" beecty. Joseph J. Baldocchi and Thomas E. Baldocchi and Estate of Angleo Claimant: P. 0. Box 56 P. O. Box 47 Baldocchi, deceased Kniqhtsen, CA 94548 Knightsen, CA 94548 c/o R. Rockwell Attorney: David L. Grilli Estate of Angleo Baldocchi P. 0. Box 129 Nomellini & Griili c/o Richard Rockwell Antioch, CA 94509 Address: P. 0. Box 1461 P. 0. Box 129 Stockton, CA 95201 Antioch, CA 94509 Account: $42,200.00 Date Received: April 7 , 1978 By delivery to Clerk on By mail, postmarked on April 6, 1978 I. FROM: Clerk of the Board of Supervisors TO: County Counsel Attached is a copy of the above-noted Clai. or application to File Late Claim. 'DATED: 4/10/78 J. R. OLSSO\, Clerk, By Deputy .� b I.I. FROM: County Counsel TO: Clerk of the Board of Supervisors (Check one only) ( )/This Claim complies substantially with Sections 910 and 910.2. This Claim FAILS to comply substantially with Sections 910 and 910.2, and we are so notifying claimant. The Board cannot act for 15 days (Section 910.8) _ ( ) Claim is not timely filed. Board should take no action (Section 911.2) . ( ) The Board should deny this Application to File a Late Claim ctio, 011.0 . DATED: �� JJ `7 - JOHN B. CLAUSEN, County Counsel, By- _ , {Deputy UJ fJll Iii. BOARD ORDER By unanimous vote of Supervisors present (Check one only) C XX) This Claim is rejected in full. ( ) This Application to File Late Claim is denied (Section 911.6) . - I certify that this is a true and correct copy of the Board's Order entered in its minutes for this date. DATED. IYIay 9, 1978 J. R. OLSSON, Clerk, by ��- , Deputy P•faxine l4. Neuf ld itiARINING TO CLAENLAN7 (Government Code Sections 911-5 & 915) You have only 5 momV,,s atom the ma,c,,.g c6 this to you t.'t t,uK which to aite a coutt action on this -Lejected Min (see Govt. Code Sec. 945.6) of a MoitthA ',-xm dLe deniaZ o; yout App.ii.cati.cn to F-i.2e a Late Ctaim tvi,t;LZn tehich to petiii.on a couAt 'on. re.t,i..e5 ',tom Section 945.4's cl- im-ji.Zi32g deadUne (Bee Section 946.5) . Ycu may s eee dhe advice o f any atter,.ney o'. you t c,Lo.ice .in connection wi dt .tdt.i,s m tten_ ij !iou want to ccnsuZL an atttouieu,, tiou .6houtd do so immec'iatZZtf. _!V. FROM: Clerk of the Board TO: (1) County Counsel, (2) County Administrator s:--tacked are copies of the above Claim or application. Ile notified tate claimant of the Board's action on this Claim or Application by mailing a copy of tills docum;,ent, and a memo thereof has been filed and endorsed on the Board's copy of this Claim in accordance with Section 29703. DA"iED: rt_a^r l5. 7.g78 J. R. OLSSG\, Clerk, ByL :saz.� � � • , , Dep_utv TTaxine T-1_ `Feu="pl d V. FROM: (1) County Counsel, (2) County Administrator TO: Clerk of the Board Of Sunervi.sors Received copies of this Claim or application and Board Order. DATED: May 15, 1978 County Counsel, 3y County Administrator, 3v 8.1 00642 Rev. 3/78 CLAIM OF JOSEPH J_ B LDOCCHI, THO 1AS E_ BALDOCCHI AND ESTATE OF ANGELO BALDOCCHI, DECEASED TO CONTRA COSTA COUNTY a :he Hare and address of the claimants are: F1 L F D JOSEPH J. BALDOCCHI TH014AS E. BALDOCCHt APR 7 1978 P. O. Box 56 P. O. Box 47 Knightsen, Ca. 94-548 Knightsen, Ca. 945 8 CLERK DOA R. °O�nvisoRS co' :iA C 1riA ESTATE OF ANGELO B_ALDOCCHI, DECEASED B ' c/o RICHARD ROCKWELL Attorney at Law P. O. Box 129 • Antioch, Ca_ 94509 (b) Notices are to be sent to: DAVID L. GRILL! ESTATE OF ANGELO BALDOCCHI, DECEASED NO_•SE;LLINI & GRILLI c/o RICHARD ROCKWELL Attorneys at Law Attorney at Lacs P. O. Box 1461 P. O. Box 129 Stockton, Ca_ 95201 Antioch, Ca. 94509 (c) In early Januarv, 1978, the exact date of which is presently unknown to claimant, the Contra Costa County constructed, modified, supervised, maintained and operated various drainage facilities, including but not limited to ditches, canals, culverts and other improvements, and modi�ied land surfaces or caused the same to be modified, with or upon public property in a negligent manner creating a dangerous condition thereon or therewith and unreasonably allowed such dangerous conditions to exist upon notice thereof_ In so doing said county failed to properly inspect said property and to discharge its mandatory duties such that a dangerous condition pertaining to the discharge of surface waters was created and allowed to exist in the Veale Tract area and that said condition did and still does constitute a nuisance_ (d) So far as may be known on the date of this claim, the injury, damage, or loss incurred is the loss of approximately 240 acres of barley and 30 acres of alfalfa grown on portions of Veale Tract owned by claimant the Estate of Angelo Baldocchi, deceased, and farmed by claimants Joseph J. Baldocchi and Thomas E_ Baldocchi, _ said loss resulting from the flooding and inundation of said barley and alfalfa from surface water being collected, diverted and dis- charged through county facilities and/or county controlled facilities so as to cause said water to cross over and upon claimants' premises and crops_ 006,13 Microfilmed with board or er (e) As of the date hereof the amount of said damages set forth above is estimated to be $42 ,200. 00 for the loss of said 240 acres of barley and 30 acres of alfalfa grown on Veale Tract, Contra Costa County, California_ DATED: April S , 1978. ESTATE OF ANGELO BALDOCCHI, OS%;PH BALDOCCHI DECEASED �HOiIAS E_ BALDOCCHI / JOSEPH; LDOCCHI Co-Ex/Cu zf- BY: _ 10RiMA GIANNOTTI Co-Executor -a- 00644 BOARD OF SUP-El"IISGRJ OF CONTRA COSTA COU.:*N CALIFORNIA 13oarcl Action AS_ X: -0FFICIO TIE GOVERNING BOARD OF THE CONTRA COSTA,CQUNTY FLOOD 5/3;8./78 CONTROI, AND WATER CONSERVATION DISTRIQT !V C�,r.l::'. y _ :.;!;, �i�1I:?G 7.a::t'• Cnl� t�', ) f/:'_ C�L i! l'' tJ?�3 G!tC i:a i?2 rv'J Glia �� 't a 4. x''11 and } ''LC Ct.{.!'i! •t.(:{'ri: 011 '1C':L'L Ci:�U°1 1.1-ir:: ZLC-tion. (All Section � lrLw•L� 0.4 (Pa-tag LapilT�7 i , 6 i , CCGw1, 1701uren;es are to Cali or i-a ) given pup—suar- iA CC�1 (J�{�"1?lli 'ode Sectio. is 9I1 .E, floyernment Code.) ) 913, S 915.4. PZeaAc nate the lbezow. Estate of Angelo Baldocchi, Dece4sed, CO Richud R�c�Wean8 an Claimants: Joseph J. Baldocchi P. 0. Box 5o Kni., sen Thomas E. Baldocchi, P. 0. Box 47, Knightsen, CA 94548 Attorney: David L. Grilli Richard Rockwell Nomellini & Grilli, Attorney at Law Address: Attorneys at Lair P. 0. Box 129, Antioch CA 94509 P. 0. Box 1461, Stockton, CA 95201 A.::ount: $42,200 Via County Administrator Hand Delivered/April 26, 1978 Date received: April 26, 1978 By delivery to Clerk on By mail, postmari:ed on 1. FRO;!:. 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: April 26, 1978J. R. OLSSON, Clerk, By Deputy N. Pous II. FROM: County Counsel TO: Clerk of the Board of Supervisors ,,,,, (Check one only) F y „-7c ( ) ;his Claim complies stbstantialr.%� iiith Sections 910 and 910.2. ( ) This Claim FAILS to comply subst2 hs a2i y with Sections 910 and 910.2, and we are so notifti•ing claimant. The Board cannot act for 15 days (Section 910.8) . ( ) Clailr is not timely filed. Board should take no action (Sectio Ul .2) . ( ) The Board should deny this Application, to File lai*a (Section 911.6) '�� '?:S JOIiN B. CLAUSE N, Coimty Counsel, By C ,Tv ��eputy DATED: � Ili. BOARD ORDER By uunariious vote of Super ise s present (Cheer one only) ( �) 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 Boards Order entered in its minutes for this date. D=ATED: _5/9/78 J. R. OLSSON, Clerk, by �', ��4 Deputy N. Pous WARNING TO CLkIF:A`I (Government Code Sections 911.9 & 913) you have on 'y 6 mol z3 6,tcm to m I :g ca ;UtiS notice to you txthin which to 'itc a count aetZon on th i.3 -Lel ec ted Cta im (see Govt. Code Sec. 945.6) on E months Saom the den aZ o4L yow -L AppZ,_'Cation to Fite a Late Cta m wtii tzin which ch to pe;bZt i.on a court 'o,L neZicS �,Lom Section 945.4's cta&n-6iti ng deadUne (-see Section 9405.05) . you nlay de& tjtc advice o ' any attorney o3 yowcPL choice in connection with tfta ma teA. Zj you wam,t to coimu t an a,t to_rCcs. you Ghoutd do zo Zmmnedi.atice;y. IV. FROM: Clerk of the Beard TO: (1) County Counsel, (2) County Administrator Attached are conies of the above Clain or Application. We notified the claimant Of the Board's action on this Claim or Application by mailing a copy of this document, and a memo thereof has been filed and endorsed on the Board's copy of this Claim in accordance with Section 29705. DATED: 5Z1 ?/78 J. R. CLSSON, Clerk, By DeDUtV _ Pons V. FROM: (1) County Counsel, (2) County Administrator TO: Clerk of the Board of Supervisors Received copies of this Clain or Application and Board Order. L;TED: 5/12/78 County Counsel, By County Administrator, "a;- 8. � 0064 3/78 CLAIM OF JOSEPH J. BALDOCCHI, THOMAS E. BALDOCCHI AND ESTATE. OF ANGELO BALDOCCHI, DECEASED TO CO2ITRA COSTA COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT (a) The name and address of the claimants are: JOSEPH J. BALDOCCHI THOMAS E. BALDOCCHI P. O. Box 56 P. O. Box 47 Knightsen, Ca. 94548 Knightsen, Ca. 94548 ESTATE OF ANGELO BALDOCCHI, DECEASED F I . L E D c/o RICHARD ROCK11ELL Attorney at Law P. 0. Box 129 1 APR 2-� 1978 Antioch, Ca. 94509 J. R. OLSSON CLERK BOARD OF SUPERVISORS (b) Notices are to be sent to: I ev .� .ONTr-A COSTA CO. DAVID L. GRILLI ESTATE OF ANGELO BALDOCCHI, DECEASED. NONIELLINI & GRILLI c/o RICHARD ROCKWELL Attorneys at Law Attorney at Law P. O. Box 1461 P_ O_ Box 129 Stockton, Ca. 95201 Antioch, Ca. 94509 (c) In early January, 1978, the exact date of which is presently unknown to claimant, the above referred to District constructed, modified, supervised, maintained and operated various drainage facilities, including but not limited to ditches, canals, culverts and other improvements, and modified land surfaces or caused the same to be modified, with or upon public property in a negligent manner creating a dangerous condition thereon or therewith and unreasonably allowed such dangerous conditions to exist upon notice thereof. In so doing said county failed to properly inspect said property and to discharge its mandatory duties such that a dangerous condition pertaining to the discharge of surface waters was created and allowed to exist in the Veale Tract area and that said condition did and still does constitute a. nuisance. (d) So far as may be known on the date of this claim, the injury, damage, or loss incurred is the loss of approximately 240 acres of barley and 30 acres of alfalfa grown on portions of Veale Tract owned by claimant the Estate of Angelo Baldocchi, deceased, and farmed by claimants Joseph J. Baldocchi and Thomas E. Baldocchi, said loss resulting from the flooding and inundation of said barley and alfalfa from surface water being collected, diverted and dis- charged through county facilities and/or county controlled facilities so as to cause said water to cross over and upon claimants' premises and crops. Microfilmed with board order 0064 -_(e) As of the date hereof the amount of said damages set forth above is estimated to be $42,200. 00 for the loss of said 240 acres of barley and 30 acres of alfalfa groan on Veale Tract, Contra Costa Countv, California. DATED: April S , 1978_ ESTATE OF MIGELO BALDOCCHI, OSEPH/`_ B-z:LDOCCHI DECEASED o , THOMAS E_ ZDOCCHI / OSEPH ALDOCCIII Co-E. cutor BY: CL NORMA GIANNOTTI Co-Executor Cxi ' BOARD Or SUPER .SOTS OF CONTRA COSTA COUNM-, CALIFORNIA Board Action IS EX OFFICIO THE GOVERNING BOARD OF THE CONTRA COSTA QT JCTLYr,F ¢f�D 5/ /78 3011 r R&. AND WATER CONSERVATION D�ISTRIC� ,, . A lns� the Cvu::ty', i l i.F'_ ccl�, 0:1 •t,h L dCCU7ent ri�(te ata IXU tz ;IO:i,"_ Routh Endorsements, and ) notice L.f --,Jie act.-..i1 =tCIl:C1: on f .lh Ga'L�`i bit �2� EoarC %::tion. (A-11 Section ) Scend o-; apc,;�vZ_1c•i5 (Pa,=c.taph 111, betcw) , references are to California ) given ptvi6(.:ant to Gove•tf".^•:l'.i:t Cede Section's 911.8, Covr_rn er.t Code.) ) 913, c 913.4. Ptcasc rote the "waAning" betow. Claimant: Veale Tract Inc ., 1515 Walsh Avenue, Santa Clara, CA 95050 and Bleily & Collishaw, Inc. , 1515 Walsh Avenue, Santa Clara, CA 95050 Attorney: David L. Grilli Nomellini & Grilli, Attorneys at Law Address: P. 0. Box 1461 Stockton, CA 95201 n;,ount: $86,400 Via Administrator Hand Delivered/April 26, 1978 Date Received: April 26, 1978 By delivery to Clerk on By nail, postmarked on i. F::O,.': Clerk of the Board of Supervisors 70: County Counsel Attached is a copy of the above-noted Claim or Application to File Late Claim. DATED:April 26, 1978J. R. OLSSON, Clerk, By , G- Deputy ous II. FROM: Count;• Counsel C. TO: Clerk of the Board of Supervisors (Check one only) ( This Claim complies Sections 910 and 910.2. ( ) This Claim FAILS to comply substantially with Sections 910 and 950.2, and we are so notifying claimant. The Board cannot act for li days (Section 910.8) . ( ) Claim is not timely filed. Board should take no action. (Section 911.2) . ( ) The Board should den}- this Application to File a aim (Sec-' ?11.6) . ea;�P;TED: W JO'r'•N B. CLAUSEN, County Counsel.. B Deputy III. BOARD ORDER By u.-anir-ous vote of Supervisors present (Check one only) C �) This Claim is rejected in full. ( l This Application to File Late Clain is denied (Section 911.6) . I certify that this is a true and correct copy of the Board's Order entered in its minutes for this date. DATED: 5/9/78 J. R. GLSSON, Clerk, by �j, ���i-cam Deputy N_ Pols UTAKNING TO CLAIMANT (Government Code Sections 911.S 4 913) You leave oi!Ztu 6 acral ;•tors the ma clog oa ;j.w notice -to you a [.' in a-fi,ich to JiZe a ecuAt action on thio rejected CZain, (see Govt. Code Sec. 945.6) of 6 months 6.cm the dejL&VE o; yout App.tiert;ic to Fite a Late Cta,i.m wutIzi.n which to rcV-tion a court Lo,L ;,eti.ej 6.,wm Section 0145.4's cZa irh-6jitng deadf-ine (see Sect.ie 1 0446.6) . You mat, a eck the advice e' any c„t,tcr iey o J yowt choice in connec ticks wilti .t hiEs rrt`✓✓Pim. 7' you want to con6utt as-, aiioiLtey, you zhcutd do so i.rx?P_diatE' ;r. Il'. FROIM: Clerk of the Board TO: (1) County Counsel, (2) County Administrator Attached arc copies o= t-he above Claim or Apalication. We notified the claimant of the Board's action on this Claim or Anl-lication by :,tailing a copy of this document, and a memo thereof has been filed and endorsed on the Board's copy of this Claim in accordance with Section 29703. DP,TED: 5/12/78 J. R. CLSSON, Clerk, Ey � �G� Deputy N. Pous V. FRO,-U: (1) County Counsel, (2) Cot,;izv Ad.mini strator TO: Clerk of the Roard of Supervisors Received copies of this Clair:. or Application. and Board Order. DATED: 5/12/78 County Counsel, By County Administrator, �- 8. 1 Re;r. 3178 F ` D APR 26 1978 CLAIM OF VEALE TRACT INC. AND BLEILY & COLLISHA INC. J. R. OLSSON CLERK BOARD Of SUPERVISORS TO CONTRA COSTA COUNTY FLOOD CONTROL i COSTA Co. AND tjATER CONSERVATION DISTRICT - _•o. (a) The name and address of the claimants are: VEALE TRACT INC. BLEILY & COLLISHAW, INC. 1515 Walsh Avenue 1515 Walsh Avenue Santa Clara, Ca. 95050 Santa Clara, Ca. 95050 (b) Notices are to be sent to: DAVID L. GRILLI VEALE TRACT INC. NONELLINI & GRILLI BLEILY & COLLISHAW, INC. Attorneys at Law 1515 Walsh Avenue P. O. Box 1461 Santa Clara, Ca. 95050 Stockton, Ca. 95201 (c) In early January, 1978, the exact date of which is presently. unknown to claimant, the above referred to District constructed, modified, supervised, maintained and operated various drainage facilities, including but not limited to ditches, canals, culverts and other improvarlents, and modified land surfaces or caused the same to be modified, with or upon public property in a negligent manner creating a dangerous condition thereon or therewith and unreasonably allowed such dangerous conditions to exist upon notice thereof. In so doing said county failed to properly inspect said property and to discharge its mandatory duties such that a dangerous condition pertaining to the discharge of surface waters was created and allowed to exist in the Veale Tract area and that said condition did and still does constitute a nuisance. (d) So far as may be known on the date of this claim, the injury, damage or loss incurred is the loss of approximately 144 acres of claimants' alfalfa stand groom on portions of Veale Tract owned by claimant Bleily & Collishaw, Inc. and farmed by Veale Tract Inc. , said loss resulting frorm the flooding and inundation of said alfalfa from surface water being collected, diverted and discharged through county facilities and/or county controlled facilities so as to cause said waters to cross over and upon claimants' premises and crops. (e) As of the date hereof the amount for said damages set forth above is estimated to be $86,400. 00 for the loss of said 144 acres of alfalfa grown on Veale Tract, Contra Costa County, California. DATED: April 5, 1978. VEALE TRACT INC. BLEILY & CO LISHAW, INC- BY: NC_BY: G �'�, r- BY: 1, MASS, Vice-Preslden :_"IMASS, Vice-Pre-9-1clent V0b49 Microfilmed with board order BOARD OF SUPE-ERVITSORS OF CONTRA C0S7-A COUNNTY, CALIFO11XIA Board Action AS- EX OFFICIO THE GOVERNING BOARD OF THE CONTRA COSTA COUNTY FLOOD 5/ 78 CONTROL' P.ND WATER CONSERVATION DISTRICT DOTE TO CLAP-L07 y VC-lair A,:ninst the Coun tvii:` con", v) �t,ib dccun7e tt mizi.t_ea to you .v, yowl R[]ul :2;• Endorsements, and 11'�..i.-C the "-ction taLcn U11 C'ou,,L Cl a:! by i Boare Action. (All Section ) GOCLL:i o4 S(tpei,.vdsO:.s (f e,_ag1-Lap,z Til, bete-wl , references are to California ) ci.v`}I pu,'l.�suant .to Cove.�ru^e�l�t Code Sec.✓.cis 9�1.8, Government Code.) ) 913, 6 915.4. Hea.6e note the "(4;a.'i{'ing" C?,tow. Claimant: Veale Tract Reclamation District No. 2065 c/o Richard Rocl,saell, Attorney at Law, P. 0. Box 129, Antioch CA 94509 Attorney: David L. Grilli Nomellini & Grilli, Attorneys at Law Address: P. 0. Box 1461 Stockton, CA 95201 knount: $7,500 Via County Administrator Hand Delivered/April 26, 1978 Date Received: April 26, 1978 By delivery to Clerk on By mail, postmarked on I. FROM: Clerk of the Board of Supervisors TO: County Counsel Attached is a copy of the above-noted Claire or Application to File Late Clair.?. DATED: April 26, 1975. R. OLSSON, Clerk, By /'p-� Deputy N. Pous K. FROM: County Counsel TO: Clerk of the Board of Supervisors 'Check one only) ( ) iris Claire complies substantially with Sections 910 and 910.2. ( ) This ,Claim FAILS to comply substantially with Sections 910 and 910.2, and we are so `notify4clai=nt. The Board cannot act for 15 days (Section 910.5) . ( ) Cl-aiam. is not-,-timely filed. Board should take no action (Section 911.2) . C�•1��1Z. ( ) The tbii t should deny this Application to File a Late Claim (Section 911.6) . DATED: JO'r.\ B. CLAUSE?:, Cou-ity Counsel --�_ Deputy III. LO.ARD ORDER By zzianimo=us vote of Supervisors present // (Check- .one only) ( V ) V�.is Claim is rejected in full. ( ) This Application to File Late Claim is denied (Section 911.6) . I certify that this is a true and correct copy of the Board's Order entered in its miputes for this date. DATED: 5/9/73 J. R. OLSSON, Clerk, by ,�l /°Gz-� Deputy N. Pous 14`A.R:XING TO CLAIMLA\T (Government Code Sections 911.8 & 913) You have on-t'.y 6 months A,-Lcm lite :0 o6 tr..ib notice to you within whicj? t0 3.c-e a ccuat action on th.Zz :Lejcct�,f Ctaim (.6ee Govt. Code Sec. 945.6) on 6 mon v:z &tom the des,-W- o6 your AppZica tion to Fite a Late Claim tei�iin (lv[ch to petitis=n a cvwLt 6%orL he re' �hcm Section 945.4'.6 cea m-6iti.ng deadfi-ne (See Scc t-cn 946.6 J . you n zy Seas_ the advice o' any at c.ltney o f yowl choice tint connection LciiM ELL,' natLut. 14 you want to consult an atto A:icy, 1{ou .61hoUtid d0 so ibri lediatcZy. IV. FRO::: Clerkofthe Board TO: (1) County Counsel, (2) County Administrator Attached are copies of the above Claim or Application. Vie notified the clamant of the Board's action on this Claim or Ai Application by mailing a copy of this document, and a memo thereof has been filed and endorsed on the Board's copy of this Claim in accordance with Section 29703. DATE-D: 5/Z2/7.8 J. R. OLSSON, Clerk, Ey �� �G`-r-� Deputy t1. Pous V. FROM: (1) County Counsel, (2) County Adn nistrator TO: Clerk of the Board of Supervisors Received copies of this Clain or Application and Board Order. DATED: X12/7g County ;cunsel, Bey County Administrator, 3% s. 1 �v. 3i78 CL_I-M OF VE?1LE TRACT RECLAMATION DISTRICT NO. 2065 TO CONTRA COSTA COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT (a) The name and address of the claimant is: F I L E D VE_=sLE TRACT PECL.`L:•-IyTION DISTRICT ITO. 2065 c/o RICHARD ROCKWELL APR 2� 1978 Attorney at Law P. O. Box 129 J. R. OLSSON Antioch, Ca. 94509 CLERK BOARD OF SUPERVISORS ONQ1� COSTA CO. (b) Notices are to be sent to: . DAVID L. GRILLI and VEALE TRACT RECLAMATION NO_%�TEELLINI & GRIL_LI DISTRICT NO. 2065 Attorneys at Law c/o RICHARD ROCKWELL P. O. Box 1461 Attorney at Law Stockton, Ca. 95201 P. O. Box 129 Antioch, Ca. 94509 (c) In early January, 1978, the exact date of which is presently unknown to claimant, the above referred to District constructed, modified, supervised, maintained and operated various drainage facilities, including but not limited to ditches, canals, cul- verts and other improvements, and modified land surfaces or caused the sane to be modified, with or upon public property in a negli- gent manner creating a dangerous condition thereon or therewith and unreasonably allowed such dangerous conditions to exist upon notice thereof_ In so doing said county failed to properly inspect said p-roperty and to discharge its mandatory duties such that a dangerous condition pertaining to the discharge of surface waters was created and allowed to exist in the Veale Tract area and that said condition did and still does constitute a nuisance. (d) So far as may be known at the date of this claim, the injury, damage or loss incurred is the moneys expended by said reclamation district for pumping, labor, materials and equipment used in removing water from reclamation properties and facilities and correcting damages thereto when flooded and inundated by surface waters being collected, diverted and discharged through county facilities and/or county controlled facilities so as to cause said water to cross over and upon reclamation district facilities and properties located within said reclamation district. (e) As of the date hereof the amount of said damages as set forte above are estimated to be $7,500.00 for expenses incurred in the removal of said water and the repair of damages to reclamation Microfilmed with board order 0()h51 district facilities. DATED: April 5, 1978_ VEALE TRACT RECLAMATION DISTRICT NO. 2965 BY: OSEPH _ BALDOCCHI, Trustee BY: /G�L�YI�I i �'✓�lil/L�t�(�{ NORMA GIANNOTTI, Trustee BY: � i MASS, Trustee . _ 00��2 -2- \l BOARD OF SUPERVISORS CF C:7�:?Pi CCS- C0u,%-,Y, CALIFOPNI1 Board Action 5/9/78 Amende NOTE TO CLAI%MT Clain against the County, i;te o; u,ts :.-carne;.- rx,,czed to Ircu 4.:5 -�eu Routing indorsements, and 1 ro Cce 0, tate act{cn -ta-�!C;, On ycu.t c air? by the Board Action. (all Section 1 e"oc„7d ej Supe-tviso%a (PatagA=h III, oet',otei, references are to California ) given puuua;tt to Govetnme;tt Code Sections 911 .8, Government Code.) ) 913, 5 915.=1. PZease note .the "tecAn.ing" below. Claimant: Heirs of David Glenn Caulk, Deceased, 3149 Gloria Terrace Court, Lafayette, CA 94549 Attorney: Charles R. Meshot- Address: 1272 Coast Village Road, Santa Barbara, CA 93108 Amount: $3,000 ,000.00 /via County Counsel Date Received:April 10, 1978 By delivery to Clerk on April 10, 1978 By rail, postmarked on I. FROM: Clerk of the Board of Supervisors TO: County Counsel .8ae� Attached is a cony of the above-noted7Cllaim or Application to File Late Claim. DATED: 4/10/78 J. R. OLSSON, Clerk �, By V - ��' Deputy Patricia A. lie II. FROM: County Counsel TO: Clerk of the Board of Supervisors (Check one only) ( ) This/ Claim complies substantially with Sections 910 and 910.2. ; Amended ( ) This aim AILS to comply substantially with Sections 910 and 910.2, and we are so notifying claimant. The Board cannot act for 15 days (Section 910.5) . ( ) Claim is not timely filed. Board should take no action (Section 911.2) . ( } The Board should deny this Application to FiI lai. 9I1.6) . � f DATED: 2 ' j�- �� MEN B. CLAUSEN, County Counsel�3�-�--V Deputy III. BOARD ORDER By uranimous ;rote of Supervisors present (Check one only) . ( � ) ThisLClaim is rejected in full. Amended ( ) This Application to File Late Claim is denied (Section 911.6) . - I certify that this is a true and correct copy of the Board's Order entered in its minutes for this date. DATE: 5/9/78 J. R. OLSSON, Clerk, by // , �ljzr a Deouty' MAR`:ING TO CLAIN'A\'T (Government Code Sections li.o v 913) You have ont.y 6 monts:s p,'tom the m -tg o6 Vt.cs notice -c fOu .Ixt`hin couch t0 6iZe a eoutt action on Fels Lejected Ctaim (nee Govt. Code Sec. 915.3) of o mo;ttfts 'Lom .the de;t.c.:.Z o; ;rout AppZi.eation .to FiZe a Late Claim w.i.-t,'ti. eh ;t tclv. to petition_ a count 'o,L iLeeti.e5 j%cm Section 915.4's cWm-6-iti.ng deadti-ne (see Section 916.51 . You may see:: 'We advice of any attoh;:ey oycu, choice in con;,!ecti-on w.ttlt .tfu,s matte-L. I;j you want to conscut an atLouLey, you s:teuZd do so immediateZy. T1. FROM: Clerk of the Board TO: (1) County Counsel, (2) County Administrator Attached are copies of the above Claim or application. Ile 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 beep filed and endorsed on the Board's copy of this Claim in accordance with Section 29:03. DATED: 5/11/78 J. R. OLSSON, Clerk, By Deputy N. Pous V. FROM: (1) County Counsel, (2) County Adu^inist_ator TO: Clerk of the Board of Supervisors Received copies of this Claim or Application and Board Order. DATED: 5/1-2/78 County Counsel, 3,: County Administrator, 3,-- 8. 1 ,:8. 1 Rev. 3/78 -•� ATTORNEY AT LAW :t�•'i'` 1272 COAST VILLAGE ROAD SANTA BARBARA,CALIFORNIA 93106 TELEPHONE 969-2701 April 7, 1978 Dan G. Ryan Deputy County Counsel APR !0 197$ County Counsel's Office C.aotN Contra Costa Count J. R. orssoN y RK BOARD OF SU?ERVISORS P. O. BOA 69 COr1TRA COSTA CO. F'• --D' Martinez, California 94553 Re: Claim of Heirs of David Glenn Caulk, Decd. D/A: 2/28/78 Dear Mr. Ryan: Thank you for your form letter of March 22, 1978. Following are answers to the questions checked therein. 1. The claim states a cause of action against the County of Contra Costa in that unreasonable detention was enforced against the deceased, David Glenn Caulk, wherein he was detained for a period of seven days, with the offense being a speeding ticket in Santa Barbara CC.L:nty approximately one year ago. We feel that the County was negligent in using aircraft mode of transportation for such a slight criminal offense, and more negligence was observed when the county officials arranged to fly the deceased prisoner to Santa Barbara in inclement weather. 3. The name of the claimants would be the heirs of the deceased, David Glenn Caulk, brought by the surviving parents, Louise and Gerald Caulk whose post office address is 3149 Gloria Terrace Court, Lafayette, California 94549. 6. The claim states that the public employees causing the injury or damage in this matter are the County employees responsible for the incarceration and the arranging of transportation of the deceased prisoner Caulk from Martinez to Santa Barbara via the aircraft. Upon conclusion of our investigation, the exact names of the public employees will be furnished. 7. The claim states on the date of presentation that the value of the claim would be $33,000,000. 00 based on a computation of a twenty-three year old person having approximately fifty years of productive income. Microfilmed with board order 0I►604 Dan G. Ryan April 7, 1978 Page Two. I trust that with this further information you will be in a position to entertain our claim. Very truly yours, Charles R. Meshot CRM/b BOARD- OF SUPERVISORS OF C31%1*"RA COSTA COUNTY, CALIFOP.NIA Board Action 5/9/78 Ames':le ';OTE TO CLAI`t�`:T Claim . gains t the County, ) The cQ;?! o f �,i s loctvne}Lt r ct t ed -io You 4Z :fe:Ut .� Routing Endorsements, and ) ;:eice c-' .tlle ae•ti.on taken on yowt c,c.l,.c b!/�the Board Action. (Ail Section ) oec„td of Supenvi SC%�S (PatagIapJc III j bet'e1:C�, references are to California ) given r-ultsurust to Gove,%nment Code Sections 911 .8, Government Code.) ) 913, 5 915.4. Pte.ase note the "teaAn.ing" beeoco. Claimant: Herman Blankenberg, M.D. ; Union of American Physicians, World Trade Center, Suite 231, San Francisco, CA 94111 Attorney: Union of American Physicians Address: World Trade Center, Suite 231, San Francisco, CA 94111 Amount: $4,440.63 Hand delivered via County Counsel Date Received: March 24, 1978 %x�iiumqc to Clerk on March 24, 1978 By mail, postmarked on I. FROM: Clerk of the Board of Supervisors TO: County Counsel A Shed is a copy of the above-noted Claim or Application to File Late Claim. 0.�ED: -s�3/24/78 J. R. OLSSON, Clerk, Bo---t Deputy II `�FRObt: County Counsel TO: Clerk of the Board of Supervisors (Check one only) ( f ) This\Claim complies substantially with Sections 910 and 910.2. Amended ( ) This Claim FAILS to comply substantially with Sections 910 and 910.2, and we are so notifying claimant. The Board cannot act for 15 days (Section 910.8) . ( ) Clair:; is not timely filed: Board should take no action (Section 911.2) . ( ) The Board should deny this Application to File a Late Claim (Section 911.6) . , DATED: 3 � �7' 7� JOHN B. CL.aUSEN, County Counsel, By � -�--�, �• Deputy III. BOARD ORDER By unanimous vote of Supervisors present ( � (Check one only) ) This\Claim is rejected in full. Amended ( This Application to File Late Clain is denied (Section 911.6) . I certify that this is a true and correct copy of the Boards Order entered in its minutes for this date. DATED: /�c�7g J. R. OLSSO`7, Clerk, by �117c� Deputy N. Pous 1VARNING TO CLAhL-XN7 (Government Code Sections 911.5 G 915) You have onZtr 6 montizz 6tom r.e •_g c6 •tus notice to ycu r..c-t Lt n w,'t-idt .to Sae a eeu,%t action on .thi6 %ejected Ceaim (see Govt. Code Sec. 945.6) on I months t:tom .the den.iaZ o; fowl ApgP,i.ca�,i.on to Fite a Late C2a.im c�t.in which .ty reviti.on a count 'ot .,Le.Ue' j.tom Section 945.4'3 c im-6iti.ng deadzbte (see Sec;ion 9-16.6) . You may .see', lite advice o' any a-tt.chney o� yours choice in connection cuith th.i15 mat.`.e.t. I)' t{cu runt to co salt af, atitotrecr, tiou Ehcutd do .so -bmnedli.ateiu. IV. FR0,%1: Clerk of the 3oard TO: (1) County Counsel, (2) County Administrator Attached are copies or the above Claim or Application. 1,1e notified the claimant of the Board's action on this Claim or application by mailing a copy of this document, and a memo thereof has been filed and endorsed on the Board's copy of this Claim in accordance with Section 29703. DATED: 5/12/78 J. R. OLSSON, Clerk, By �. `'G�.rDeputy V. FROM: (1) County Counsel, (2) County Administrator TO: Clerk of the Board of Supervisors Received copies of this Claim or ADplication and Board Order. DATED: 5.ZJ.2/7 R County Counsel, 3y Count{ Adz-Anistrator, 3y UU 8. 1 '�" Rev. 3/78 RECEIV, A.SIARCU-S.M.D. N 78 -- L V U 4 L L, LiLLE_V.V.D. WIL-11AM W.ANDIASON.SI.D. V.3,PL:)TFACE CENTER.SVITF-�i smi rRA-Uci�.,o.r.49.ni r-cour i4l.SiZ91-3341 JOSLHI J.ALSHFOU.M.D. Warch 23, 1078 A MOM COIreItAINT L ZZ L Certified E Dan Ryan. Esq. MARp19,U i -I Deputy County Counsel if,�IZI V J. R. OW0,14 County of Contra Costa OF v-PERVISORS C�LEERXCD0A"QD 0- - • -'-Jox 69 CO;-4.p,% COSIA CO. Miartinez, CA .014553 'D ERIC; HYSICIANS V4141 RE: UNION OF MC 11 P, -NB D. EP 10, ERG, 1hr. CLkTy F TZM4 W. BL4141 M TJOP fij4OUNT OF 44o. 63. AGATES;ST THE COUNTY OF CONTRA COSTA Gentlemen: his is in reference to 'receipt of your NOTICE OF INSUFFICI=N CY OF CLAIM form received from your office. 1. Please be advised that our claim dated March 13, L states a cause of action against one George Degnan, 1-1.D. , and/or Mar. Donald ludwig who as agents of -;L-.he County have refused to direct payment to the above cap-cloned claimant; 3. Be advised as previously notified that the above named claimant has designated the Union of American Physi- cians, World Trade Center, Suite 231, San Francisco, California, 04111 as its duly authorized representative in the matter; it 4. The name and address of the person presenting the claim, as previously notified is Union of American Physicians, World Trade Center, Suite 231, San Francisco, "A 941ll, ATTENTI01-1: 14r. Tom Bond. We trust this is the informertionyou require. Very truly yours, :10N OF ;j'_,E:R I C.A 1 'PHVSTGIAT.I.S szr 13 no Executive Coordinator OV51' TB/gf Microfilmed with board order CJS-,fit N V.-1: Ut L, L^ if t .i In the Board of Supervisors of Contra Costa County, State of California May 9- , 19 'LL In the Matter of Mental Health Problems. Dr. Charles H. Pollack, County Mental Health Director, submitted a May 18, 1978 report on actions he has taken during the past week to correct deficiencies and develop long-range mental health plans, particularly relative to staffing needs and space requirements. He advised that staff has submitted a compre- hensive Mental Health Program to Dr. George Degnan, County Medical Director. He noted that patients involved in group activity are under better control and surveillance and requested that he be allowed to fill the vacant work/recrea- tional therapist position in order to provide for recreational programs. Reverend Palmer Watson, Chairman of the Contra Costa County Mental Health Advisory Board, spoke on the need for holding units and 24-hour crisis inter- vention centers in other county areas as well as the need to establish a mental health facility in east County. Brian Winn, an outpatient from the County Hospital , advised that he was not satisfied with the County's mental health system and the treatment he has received from it. Board members commented on the length of confinement of mental health patients, separation of male and female mental health patients, staff requirements, funding for mental health programs, and better utilization of the detoxification center as opposed to admitting an "out of control" alcoholic to J or I wards. A. G. Will , County Administrator, advised that his office has been working with staff at the hospital to seek solution to said problems which include reviewing the feasibility of contracting with outside health care providers to supplement mental health programs. Supervisor R. I. Schroder referred to a May 4, 1978 communication from the Rape Crisis Service of Concord that expressed concern with respect to the problem of assault on patients at the hospital . He urged all County departments to cooper- ate and provide assistance wherever possible to help resolve the crisis at the hospital . Supervisor Schroder also asked Dr. Pollack to respond to the concerns expressed today. THIS IS A MATTER FOR RECORD PURPOSES ONLY A Matter of Record 1 hereby certify that the foregoing is a true and correct copy ofX"A*1 entered on the minutes of said Board of Supervisors on the dote aforesaid. Witness my hand and the Seal of the Board of Supervisor axed this 9th March day ofaffixed 1979 J. R. OLSSON, Clerk By Deputy Clerk ?eanne Mag 11 M-24 3179 15M May 9 --, 19 78 In the Molter of Executive Session. At 4:35 p.m. the Board recessed to meet in Executive Session in Room 108, County Administration Building, Martinez, California to discuss a litigation matter. The Board reconvened in its Chambers at 4:59 p.m. and adjourned to meet in Regular Session on Tuesday, May 16, 1978 at 9:00 a.m. R. I. Schroder, Chairman J. R. OLSSON, CLERK B Geraldine Russell Deputy Clerk '��s�;59 SUM•I 2X OF PROCEEDINGS BEFORE TIM BOARD OF SUPERVISORS OF CO :M..". COSTA COUNITY, MAY 99 19739 PREPARED BY J. R. OLSSONv COMINTY CL"M A":- EX-OFFICIO CLM- K OF TFL BOARD. Approved personnel actions for Riverview Fire Protection District and Social Service. Authorized appointment from the reemployment eligible list of B. Eagle in the class of Eligibility Worker II at the fifth step of salary level 285. Authorized attendance at meetings as follows: C. Bowles, Public oTorks, to Honeywell Information System Seminar in Boston, MA, May 9-12; R. Jornlin, �relfare Director, to Yatioral Conference on Planning and Redesigning of Local Social Services Delivery, in Cleveland, O.H, May 10-12; D. Bruce, E. Schweiger, and W. :rest, Drug Abuse Board, to :rational Committee for Prevention of Alcohol-is= and Drug Dependency in Ber!:-Iey, :•ay 10-12. Approved appropriation adjustrents for Auditor and internal adjustments r.0t affecting totals for Public riot'.{s, Auditor (Data Processing) , Z-11edicall Services, OBC, Library, and Bethel Island F ire Frotection District. Authorized leza defense for A. Loosli, :!.D. in correction with Superior Court Action ::o. 170179 and E. Leal in connection with Superior Court Action No. Desigated Supervisor J. P. Ke=ny as representative to speak at Child Advocacy Conference :tiorkshop in Richmond on May 20, 1978. Authorized Auditor to accept Compromise Settlement of claim for medical services rendered to E. Garcia oral pay=- e=t in full settlement in the case of Contra Costa County v. Diablo Chryster-P17mouth, Inc. Authorized reilbursement to M. Leibowitz for loss of personal property while in the line of duty and to A. Gyarmaty for loss of personal property while a patient at the "Hospital. Authorized Director, :um- an Resources Agency, to sign certain medical specialist contracts. Denied claims for damages f=led by J. Ramos, L. Schwinch, Employee Benefits Insurance Co. , Veale Tract Reclamation District No. 2065, 'Teale Tract Inc. and Bleily & Collishaw, Inc. , c-xd J. Baldocchi et al; the amended claims of Heirs of D. Caulk, deceased, and :.. Blarkenberg, M. D. As Ex-Officio the Gover-ning Board of County Flood 'Control and �.ater Oonservation Dis tris�, denied claims for damages _]._-d Vea_e T ac z Reclamatior. District :o. 2C55, Veale 'bract Irc. a-nd Ble :y & Ca?lishaw, and Estate of Angelo Baldocchi, deceased, and J. and T. Bzldocchi. Authorized Acting Director, 07.0, to execute grant amendment to Community Services Administration for Emergency Energy Assistance rogr2m- funds. 00960 Play 9, 1978 Summary, continued Pace 2 Authorized payment to Contra Costa roods, Inc. for providing 250 lunches for head Sart Workshop :day 15-19. Authorized Director, Human :=resources Agency, or his designee, to negotiate contracts with specified service providers and with the Superintendent of Schools for completion of CETA Title III contract to provide for SPEDY Planning and start-up Activities through June 16. Established position in support of SB 2167 pertaining to Environmental Plannin by ;BAG prohibiting the adoption of environmental management plan_ before a specified date and Sy 1590 pertainir_g to reimbursement of public agencies to which the State Department of Health Services has :relegated licensing, approval or consultation responsibilities .Lnder (..aliforr_ia Community Care Facilities Act. Authorized County Administrator to transmit telegram to U.S. Senators Cranston and rayakawa seeking support in amending S3 2570 to ensure that no prime sponsor or employing agent will be required to provide retirement coverage for CETA participants out of State or local revenues. Adopted the following rezoning ord4Lnances: ' o. 78-31, Spence & Cr arson, 2162-RZ, Danville area; i•io. 73-32, De3olt Civil n? ineering, 2167- RZ, Alamo area; No. 78-33, Youel 3aaba, 2181-RZ, El Sobrante area; and No. 76-34, Raymond A. 'Tail & Associates, 2201-RZ, Cakley area. dopted Ordinance ;':o. 78-36codify_n� -he consolidation of the West and Richmond Judicial Districts as the 3ay Judicial District. Acknowledged receipt o= report of Finance Committee (Supervisors E. H. Hasseltine and N. C. F anden) re the Detention. Facility Project 3-udget and approved recommendations contained therein. Approved Traffic Resolution No. 2436. Accepted as complete private improvements in MS 198-76, Alamo area. Accepted for recording only Offer of Dedication for Roadway Furposes in connection with Sub. 5071. nccepted resignations of R. Kong as the Communications Center repre- sentative on the Emergency :Medical Care Committee, Z. Williams as member of Advisory Council on Aging, and A. Ramirez as member of Manpower Advisory Council. Reappointed L. Richer to Aviation Advisory Committee _'or two-year tern.. Continued hearing to May 30 at 11 a.m. on appeal of D. Ostrander from action of San Ramon Valley Area Planning Commission in connection with M.S 267-77, Alamo area. Fixed May 23, 197S at 11:1-+ a.m. for :earl.g on of Planning Commission_ with respect to proposed Ordinance Code arendment per- tai::ing to I ultiple Family Residential District regulations. Approved reeuest o ' Alamo Pa_rtnersr_ip (2158-RZ) to rezone " and n Alamo area, introduced ordinance in connection therewith and fixed May 16, 1.978 for adoption. 00661 May 9, 1973 Summary, continued Page 3 Authorized Chairman„ to execute: Contract with J. David for specialized ins tr-uc tion and T.r2w^ ::o in Intermediate Crisis Intervention for Probation Department staff; Subcontract amendment with Contra Costa Foods, Inc. (Canteen Corpora- tion_) to increase funding for :Health Dept. Nutrition Project for Elderly; Ambulance service contract with Tri-Cities Ambulance; Amendment to agreement with Syscon, inc. for Business Personalty System- Year-End Reporting; Consulting Services agreement with K-P Associates for preparation of EIR for Rezoning 2225-RZ and Sub. 3300; Contract with Veterans Administration :Hospital, 'Martinez, for mutual use of specialized medical resources; Contract with Sakura Kai, Inc. for Office on Aging program serrices to Japanese-speaking senior citizens; Extension of Prepaid Health Plan contract with State; Sublease with Alameda/Contra Costa 'Transit District for use of space at Bald Pear Communications Site; Agreement (Compromise and Release) settling the case of 3urbin e, et al, v. Davis, et al. Approved recommendations of Tnternal Operations Committee (Suzervisors N. .1 Boggess and j. P. Kenny) with respect to recommendations of Director of Planning in matter of reorganization of Community Development Block Grant Program. Acknowledged receipt of report. -from County AdmLlnistrator on Jarvis-Gann Initiative ( roposition 1 ) and revues ted County Administrator to prepare an attrooriate resolution on same. Authorized Public Works Director :.o execute: Consulting Services Agreement with {oepf & Large for design engineering services for Emergency Fuel Tanks at County Hospital; Inspection Services Contracts with %Messrs. Robert G. Soto and Robert G. Grady in connection with Stone Valley Sc:^.00l Park, Phase II, Alamo. As Sx-Officio the Governing Board of the County r^ire Protection District, authorized Public Works Director to execute Consulting Services Agreement with Koepf and Lange for eng-, eeri ng services for installation of Fuel Tanks at Fire Station 6, Concord, and Station 14, Martinez. Approved preparation of ore-year sublease •di-'.',h %ero Training, Inc. at Buchanan Field. As Lx-Officio the Board of Supervisors of County Flood Control and „ater Conservation District, accepted report from Public Works Director con- cerning request by City of Sar_ Pablo for a study of 'r:yldcat Creek and authorized same when manuower Is available. Authorized Public Norks irector to refund cash deposit as surety to F. �•Ialf i taro in conn ectio^ with Sub. t4Jl, Oakley a•^ea. As Ex-Officio the Governing Board of t"^e Nest County =ire Protection District, referred to Chief ',:illiam :elms _'or, review and recomendation bid proposals received for weed abatement services. Referred to Sheriff-Coroner letter from :_. Boessenecker re facilities provided for female jail inmates. ot) c May 9, 1973 Summary, continued Page 4 Granted in part appeal of Bryan & ?Murphy Associates, Inc. from San Ramon Valley Area Planning Commission denial of tentative map of Sub. 5027, Alamo area. Denied appeal of D. Greene et al from San Ramon Valley Area Planning Commission approval of Develogmer_t Plan ::o. ;052-77 (Alamo Partr_ers:^__p) . Referred to County Administrator first-year activities report and recommendations from Agricultural Commissioner re .Spay/`ieuter Clinic and request from Friendly Village Homeowners Association for an ordinance to establish a mobile home rent review commission. Adopted the following numbered resolutions: As Ex-Officio the Board of Supervisors of County Flood Controland :Water Conservation_ District, adopted Resolutiono. 78/420 fixing June 8, 1978 at 2 p.m. for receiving bids for Grayson_ Creek Improvements, Phase I, Pleasant Hill area; 78/421, authorizing Chairman_ to execute Agreement and Quitclaim Deed to Kay Building Co. in connection with sale of excess vacant land at c+illow Pass Road and -ange Road, Pittsburg area; 78/422, fixing June d at 2 p.m. for receiving bids for Landscape Maintenance of Sycamore :tomes, CSA M-6, Danville area; 78/423, fixing June 3 at 2 p.m. for receiving bids for Remodel at Health Center, Richmond; 78/424, approving recommendations of Public ',corks Director re adoption of revised fees for P^jbl is 'Yorks Dept. ; 78/425, approving Parcel �iap o' Sub. SIS 264-77, Danville area; 78/426, approving F nal trap and Subdivision and Landscape Agreements in connection with Sub. 5071, Wa_n ut Creek area; 78/427, correcting on certain_ documents zr_a total maintair_ed mileage of county roads to be 1012.39 Wiles; 73/428, fixing June 8 at 2 p.m. for receiving bids for Landscape Maintenance Services for Countywide areas A, 3, C & D, various locations; 73/429, approving abandonment of portion of County right-of-way along southern side of Crow Carryon :toad between Bollinger Canyon Road intersection and San Ramon Creek; 73/430, approving changes in the Assessment Roll; 73/431 and 73/432, approving cancellation of certain delinquent penal- ties on 1977-73 Unsecured Assessment Roll; 73/433, amending Resolution No. 77/560 establishing rates to be paid to Child Care Institutions to include the Rick Padron_ Small Family Home at :noilister; 78/434, endorsing Proposition_ 2 (Clean Water and Water Conservation Bond Act of 1978) on the June 6, 1978 ballot; 78/435, supporting 33 1541 and 1542 to amend the Welfare and institu- tions Code to permit counties to adjust overpayments in assistance payments and to reduce the present one-year period during which an administrative hearir_g may be requested concerning welfare benefits. i:CknO`1111edged recei^Yt O. CO: un:Ca:_o^ =roa C^a_^person_ o: 4 '2^_e 's0`:erni:'ig Body of the Alameda/Contra Costa -Health Systems Agency re the nomination_ and selection process of consumers to the Governing "Body. Established the Tassa jara Study Committee � review zoning and desig- nation of land for agricultural use and open space and appointed 13 members to said Committee. 10ay 9, 1975 Sammary, continued page 5 nDnointed W. Fierce, City of Antioch nominee, ;.o the Board of Commissioners of the Riverview :ire - ro tect_on unexpired term of 11-1. :,'hatley ending Dec. 51, 1979. ADDoin�ed D. manner as represen"C'ati'ie (and B. -xuise as aiter^a nominees of City/ of Brentwood, to serve on Overall economic Deve?o_Dment Program Committee. Determined that certain -ecuests of Cable-Vision be Drocessed through an ad hoc committee consisting of legislative members frcm the County, City of Lafayette and Torun of Moraga. Authorized issuance of a building permit requested by the City of San Pablo bending finalization of the annexation Droceedings of the American Standard property at 3502 Giant Rd. , San Pablo, and subsequently rescinded said authorization. Granted aDDeal, with revised cond-itions, of Dr. .Y'. -Sharp, applicant, from San Ramon Ia'•ley Area :Aar::_ng Commission conditional approval of :•':S 3a2-77, Danv4lle area. Referred to Duman Services ad=:iso-f Commission recuests of Economic Opvortunity Co',_,ncil re DroDosed revision of CouncilJs bylaws and desi ation of various public and Dr ivate crfraliZaticns for continued reDrese^tat'_on 1 '••�n '7 on said Council for -aror1-7, term. Authorized Chairman t0 e fecuT.e c-r art _DDlication for continlua-iion of Community Action Program during r'_' 178-79 and authorized Acting Economic Opportunity Program Director to submit sane to State Community Services Adm-Lnistrati on. _ f= pales' rontai' Tre PreGeed�