Loading...
HomeMy WebLinkAboutMINUTES - 07261977 - 77H IN 6 1377 i LY 7 - 9 +'XIi � 4 t Y 15 e8 T 3 t .f k ''M1'„�• �q t ;t Me, f THE-BOARD OF`SDPEMUSORS MET IN ALL ITS CAPACITIES PURSUANT TO ORDINANCE CODE SECTION 24-2.402 IN REGULAR SESSION AT 9:00 A.M.; TUESDAY,-JULY 26, 1977 IN ROOM 107, COUNTY ADMINISTRATION BUILDING, HARTINEZ, CALIFORNIA. PRESENT: Chairman W. N. Boggess, presiding; Supervisors J. P. Kenny, N. C. Fanden, , R. I. Schroder, E. H. Hasseltine. CLERK: J. R. Olsson, represented by Geraldine Russell, Deputy Clerk. The following are the calendars for Board consideration prepared by the Clerk, County Administrator, and Public Works Director. QUQ01 I JAMES P.KENNY.RICHMOND CALENDAR FOR THE BOARD OF SUPERVISORS WARREN N.BOGGESS I ST DISTRICT CHAIRMAN NANCY C.FAHDEN.MARTINEZ CONTRA COSTA COUNTY ROBERT I.SCHROOER 2ND DISTRICT VICE CHAIRMAN ROBERT 1.SCHROOER.LAFAYETTE AND FOR JAMES R G[.SSON.COUNTY CLE.RI 3RD DISTRICT AND En OFFICIO CLERK OF THE BOARD WARREN N.BOGGESS,CONCORD SPECIAL DISTRICTS GOVERNED HY THE BOARD MRS.GERALDINE RUSSELL 4TH DISTRICT OOARD CHAMOEOM ROOM 107.ADW WSTRATION BUILDING CHIEF CLERK ERIC H.HASSELTINE PITTSSURG 9 n PHONE(415)372.2371 SrH DISTRICT ►.O MARTINEZ CALIFORNIA 94553 TUESDAY JULY 26, 1977 The Board will meet in all its capacities pursuant to Ordinance Code Section 24-2.402. 9:00 A.M. Call to order and opening ceremonies. Consider recommendations of the Public Works Director. Consider recommendations of the County Administrator. Consider "Items Submitted to the Board." Consider recommendations and requests -of Board members. 1 Consider recommendations of Board Committees. 9:45 A.M. Executive Session (Government Code Section 54957.6) as required, or recess. 10:45 A.M. Hearing on grievance appeal of Mr. Bill Norris and Mr. Bob Thomas. 11:00 A.M. Receive bids for the following projects: a. Alhambra Valley Road Intersection Modification, Pinole area; b. Construction of Newell Avenue Storm Drain, Walnut Creek area; and As Ex Officio the Board of Supervisors of Contra Costa County Storm Drainage District Zone 10 receive bids for construction of Lines A-3 and A-4, Corte Encanto Storm Drain, Danville area. Hearings on Planning Commission recommendations with respect to the following rezoning applications: 11:00 A.M. Clarence, Yolanda and Marcia Thompson, 2121-RZ, Knightsen area; 11:05 A.M. Arnold and Ferguson, 2117-RZ, Vine Hill/Martinez area; 11:10 A.M. John Caroline, Jr., and John Van De Roovaart, 21106-RZ, Pleasant Hill BARTD Station area; 11:25 A.M. R. A. Vail & Associates, 2104-RZ, Knightsen area; and 11:30 A.M. Planning Commission Initiated, 2047-RZ, West Pittsburg area. If the aforesaid applications are approved as recommended, introduce ordinances, waive reading, and fix August 2, 1977 for adoption. 11:40 A.M. Hearing on application of &Mr. John William Schireck for transfer of location of ca_rdroom license from Trails End, Pacheco, to 2324 Old Crow Canyon Road, San Ramon, and increase in number of tables and length of hours of operation. 11:45 A.M. Hearing on application of Mr. John William Schireck to extend hours of operation and nu=b er of tables at his cardroom, Outpost Saloon Clubroom, Pacheco. 0()0w) Board of Supervisors' Calendar, continued July 26, 1977 2:00 P.M. Hearings on proposed budgets for county fire protection districts for fiscal year 1977-1978 (continued from July 19) . 2:00 P.M. Preliminary hearings on proposed budgets for county special districts and county service areas for fiscal year 1977-1978. ITEMS SUBMITTED TO THE BOARD Items 1 - 11: CONSENT 1. AUTHORIZE changes in the assessment roll and cancellation of certain tax liens. 2. FIX August 23, 1977 at 11:00 a.m. for hearing on Planning Commission recommendation with respect to application of Discovery Bay Corporation (2115-RZ) to rezone land in the Discovery Bay/Byron area. 3. FIX August 30, 1977 at 11:00 a.m. for hearing on Planning Commission recommendation with respect to application of Security Owners Corporation (2065-RZ) to rezone land in the Pleasant Hill area. 4. ADOPT ordinances (introduced July 19, 1977) as follows: a. No. 77-56 rezoning land in the Lafayette area (Planning Commission Initiated, 1958-RZ); and b. Amending the Ordinance Code with respect to establishment of exempt classification of Manager of Airports. 5. ADOPT resolution accepting work and final contract costs for installa- tion of reflective pavement markers by Riley's Striping Service in Assessment District No. 1973-3, San Ramon area. 6. AUTHORIZE extension of time in which to file final map for Subdivision 4690, Orinda area. 7. AUTHORIZE execution of agreement for construction of private improve- ments in Minor Subdivision 122-76, Antioch area. 8. ACCEPT as complete construction of private improvements in Minor Subdivisions 123-75, E1 Sobrante area, and 102-72, Pleasant Hill area; exonerate bonds and authorize refund of cash security deposit as required. 9. APPROVE proposed annexation of Subdivisions 4904 and 5091, San Ramon area, to County Service Area M-22, without hearing or election (Government Code Section 56322). 10. INITIATE proceedings and fix September 6, 1977 at the times indicated for hearings on the following proposals: 10:35 a.m. Maguire Boundary Reorganization, Port Costa area (concurrent annexation to County Sanitation District No. 5 and County Service Area L-46); and 10:40 a.m. Annexation No. 77-7 (Subdivisions 4764 and 4657, Danville area, and 4952, San Ramon area) to County Service Area L-42. 11. DENY claim of Lee Howard, Jr., and amended claim of Wesley Olden. 00003 Board of Supervisors' Calendar, continued July 26, 1977 Items 12 - 22: DETERMINATION (Staff recommendation shown following the item.) 12. MEMORANDUM from Director of Planning transmitting observations and suggestions of the Planning Commission (in response to Board referral) with respect to Tentative Map No. 4964 (Hidden Lakes Unit No. 3), City of Martinez. . CONSIDER ACTION TO BE TAKEN 13. MEMORANDUM from County Counsel (in response to Board referral) transmitting proposed procedure to delegate approval of city subdivision tax bonds and related certificates to the Clerk of the Board. CONSIDER ADOPTION OF RESOLUTION 14. MEMORANDUM from Director of Planning recommending refund ($90) of park dedication fees paid by Mr. William Lyons in connection with building permits for parcels in the Brentwood area. APPROVE RECOMMENDATION 15. NOTICE from State Business and Transportation Agency, Office of Business Development, advising that site proposals for a Japanese auto plant in California should be submitted no later than August 15, 1977• REFER TO DIRECTOR OF PLANNING A14D CONTRA COSTA COUNTY DEVELOPMENT ASSOCIATION 16. LETTER from Legislative Representative, County Supervisors Associa- tion of California, urging that counties carefully review the draft of Urban De• _lopment Strategy prepared by State Office of Planning and Research and submit comments thereon to the CSAC Resources Committee prior to August 3. REFER TO DIRECTOR OF PLANNING FOR REVIEW AND PREPARATION OF SUGGESTED COMMENTS FOR BOARD CONSIDERATION 17. LETTER from Associate Regional Administrator, Employment and Training Administration, U.S. Department of Labor, noting that the County did not achieve its June 30 hiring goals called for in the CETA economic stimulus program and urging that action be initiated to ensure that the July 30 hiring schedule is met. REFER TO DIRECTOR, HUMAN RESOURCES AGENCY 18. LETTER from Mr. P. D. Ziemer requesting investigation of alleged condemnation of properties located at 819 and 821 Sunrise Drive, Brentwood area. REFER TO DIRECTOR OF BUILDING INSPECTION FOR REPORT 19• LETTER from Mr. Willis R. Lebo, By Products Utilization, transmitting material related to Lebo Process and facility for composting septage and inviting County review of said operation. REFER TO PUBLIC WORKS DIRECTOR 20. LETTER from Area Director, San Francisco Area Office, U.S. Department of Housing and Urban Development, announcing the availability of supplemental allocation of funds for fiscal year 1977 to be used for funding conversions of Section 23 units to Section 8 Existing. REFER TO HOUSING AUTHORITY OF CONTRA COSTA COUNTY AND DIRECTOR OF PLANNING 21. LETTER from Mr. W. G. Berko, Bryan & Muz,phy Associates, Inc., requesting that Subdivision 4932, Danville area, be annexed to an appropriate county service area for maintenance and operation of street lights. REFER TO LOCAL AGENCY FORMATION COMI-IISSION AND PUBLIC WORKS DIRECTOR 22. RESOLUTION adopted by the Board of Directors of the Central Contra Costa Sanitary District fixing the 1977-1978 tax rate required for district operations at 24 cents per $100 of assessed valuation, setting forth the amounts required to be raised for general obligation bond purposes, and requesting that tax rates sufficient therefor be levied. RE_V'R T:0 COUNTY AUDITOR-CONTROLLER Board of Supervisors' Calendar, continued July 26, 1977 Items 23 — 29: INFORMATION (Copies of communications listed as information items have been furnished to all interested parties.) 23. LETTER from Chairman, Committee for Common Concern of Rossmoor, expressing concern with respect to mental health services provided for the elderly in the County. (Matter referred to Finance Committee) 24. RESOLUTION adopted by Alameda County Board of Supervisors concurring with expiration date of April 30, 1978 for terms of eleven members of Governing Board of Alameda-Contra tosta Health Systems Agency. 25. NOTICE from Division of Water Quality State Water Resources Control Board, of seminar to be held July 26, 1977 in Sacramento on the Clean Water Grant process. 26. LETTER from State Senator John A. Nejedly transmitting copy of legislation which will increase from 60 to 90 days the length of time in which county boards of supervisors must comment on findings and recommendations contained in final grand jury reports. 27. NOTICES from East Bay Regional Park District of public hearings to be held August 11 and August 16, 1977 respectively on proposed park development at Black Diamond Mines Regional Preserve and Briones Regional Park together with copies of draft Environmental Impact Reports. 28. LETTER from Mr. C. R. Beckwith, Moraga, objecting to proposal of California Public Utilities Commission to discontinue Greyhound Bus Line service between Contra Costa County and San Francisco after December 31, 1977. 29. BULLETIN from Emergency Medical Services Section, State Department of Health, advising that the States of California, Nevada and Oregon have mutually agreed to recognize valid Emergency Medical Technician-I certificates issued by training institutions approved by the other two states as fulfillment of respective requirements for training of ambulance personnel. Persons addressing the Board should complete the form provided on the rostrum and furnish the Clerk w!th Fwritten copy of their Presentation. DEADLINE FOR AGF14DA ITEMS: WEDNESDAY, 5 P.M. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . MEETINGS OF BOARD COMMITTEES Finance (Supervisors R. I. Schroder and J. P. Kenny) 1st and 3rd Mondays of each month, 9:00 a.m., Room 108, County Administration Building, Martinez. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 000% ` 00005 O rICE OF COUNTY ADMINISTRATOR CONTRA COSTA COUNTY Administration Building Martinez, California To: Board of Supervisors Subject: Recommended Actions July 26, 1977 From: Arthur G. Will County Administrator AMMMMMM I. PERSONNEL ACTIONS 1. Additions and cancellations of positions as follows: Cost Department Center Addition Cancellation Economic 588 1 Home -- Opportunity Maintenance Trainer/Organizer- Project Medical 540 2 Dental 2 Hospital Attendants Services Assistants 540 1 Typist Clerk -- 540 1 Clerk -- 540 16 Clerk - 540 8 Clerk - Social All -- 14 Typist Clerk Service 2 P. I. Typist Clerk 2 Intermediate Stenographer Clerk 9 Intermediate Typist Clerk '2.,- .Acknowledge receipt of memorandum from C. J. Leonard, Director of Personnel, pertaining to the County Group Health Plan for the 1977-1978 fiscal year and, as recommended therein, approve premium rates effective July 1, 1977; and authorize the Director of Personnel to sign necessary documents extending coverage with health plan carriers through July 31, 1978. 0001 0 To: Board of Supervisors From: County Administrator Re: Recommended Actions 7-26-77 Page: 2. II. GIFTS AND DONATIONS 3. Accept gift to the Sheriff-Coroner from the Sheriff's Ladies Volunteers of Contra Costa County in the amount of $500 for the purchase of books for the Sheriff's training library and authorize County. Auditor-Controller to transfer said $500 to the Sheriff-Coroner's budget. III. TRAVEL AUTHORIZATIONS 4. Name and Destination Department and Date Meeting (a) Kenneth Stephens Paul, ID Road Striper Public Works 7-31-77 to 8-6-77 Maintenance School (b) Bruce McLeod Las Vegas, NV Advanced Professional Sheriff-Coroner 8-5-77 to 8-7-77 Polygraph Seminar IV. APPROPRIATION ADJUSTMENTS 5. Orinda Fire Protection District. Add $4,594 from district reserve to various operating accounts to cover estimated expenditures for 1976-1977 fiscal year. 6. Internal Adjustments. Changes not affecting totals for following budget units for 1976-1977 fiscal year: County Auditor-Controller (Data Processing, Special Fiscal Services) . V. LIENS AND COLLECTIONS 7. Authorize Chairman, Board of Supervisors, to execute Satisfaction of Lien taken to guarantee repayments of the cost of services rendered by the County to Hazel Hilday and Olive Jimison who have made repayment in full. - 8. .As recommended by the County Counsel, adopt resolution releasing Neil Christensen and Liahona Christensen from the operation of the Claim of Lien for labor and materials furnished for the abatement of a sewage system. 9. Authorize County Auditor-Controller to initiate legal action in Small Claims Court against 13 individuals to recover costs due the County totaling $1,991.29. 10. Authorize County Counsel to initiate legal action against two (2) individuals to recover costs due the County totaling $2,679.36. 000f)7 To: Board of Supervisors From: County Administrator Re: Recommended Actions 7-26-77 Page: 3. VI. CONTRACTS AND GRANTS 11. Approve and authorize Chairman, Board of Supervisors, to execute agreements between County and agencies as follows: Agency Purpose Amount Period (a) Nola Ashford Foster Home $30 7-20-77 to Development 12-31-77 Training Lynn Stratton Same. $30 Same Dorothy Johnson Same $20 Same (b) Apollon Increase exist- $1,000 7-1-77 to Research, Inc. ing CETA Title I (federal 9-30-77 contract to funds) $34,677 to provide additional train- ing support services ' 3 (c) Environmental Prepare EIR for $3,000* 7-27-77 to Science Subdivision 5045, 6-30-78 Associates Danville area *(paid by developer) (d) Environmental Prepare EIR for $3,300* 7-27-77 to Science Subdivision 5065, 6-30-78 Associates Lafayette area *(paid by developer) (e) U.- S. Depart- CETA Title I No Change 10-1-76 to ment of Labor Grant Modification 9-30-77 to transfer funds (No Change) for additional summer youth employment positidns (f) State of Area Agency on $91,915 7-1-76 to California, Aging Program - (federal 6-30-77 Department contract amendment funds) of Aging to add fiscal year 1975-76 carry-over funds to FY 1976-77 Program Budget (g) Tesseract Assist County Data $9.712 7-26-77 to Corporation Processing personnel 10-31-77 in developing improved computer scheduling and D���a1s control procedures v r 1 To: Board of Supervisors From: County Administrator Re: Recommended Actions 7-26-77 Page: 4. VI. CONTRACTS AND GRANTS - continued 11. Agency Purpose Amount Period (h) Ambrose Park 3rd Year $278,181 7-1-77 to and Recreation Community 6-30-78 District Development Program Projects Nos. 23 and 45 (i) Great Western Housing Reha- ** 7-26-77 until Savings and bilitation terminated Loan Association Program, loan servicing **County to pay processing fee of $25 to $50 per loan and 3/8% monthly service fee during amortization of loans. (j) Volunteer Court Referral $23,500 7-1-77 to Bureau of Program 6-30-78 Contra Costa County - 12. Approve and authorize Director, Human Resources Agency, to execute contract on an hourly basis with James J. Stanton, M.D., for services to County Medical Services during the period July 1, 1977 through April 30, 1978, as indicated more particularly in the contract, in implementation of Board Resolution No. 77/326. 13. Authorize Director, Human Resources Agency, to execute contract with the Macdonald Avenue Pharmacy for provision of pharmaceutical services and supplies to Prepaid Health Plan enrollees during the period from July 1, 1977 through June 30, 1978. VII: •LEGISLATION 14. Consider status, and possible adoption of County position, on legislation affecting County. VIII.REAL ESTATE ACTIONS 15. Exercise option to extend for two years lease between County and Earl Dunivan et al. for continued occupancy of the premises at 524 Main Street, Martinez, for the County Clerk, Elections Division. 00009 - To: Board of Supervisors From: County Administrator Re: Recommended Actions 7-26-77 Page: S. IX. OTHER ACTIONS 16. Authorize Chairman, Board of Supervisors, to approve population estimates for fiscal year 1978-1979 developed by the County Probation Department for state subvention purposes. 17. Pursuant to provisions of the Joint Exercise of Powers Agreement establishing the Delta Advisory Planning Council (DAPC) , adopt resolutions to approve the DAPC operating budgets for the period.February 1, 1977 to June 30, 1977 in the amount of $21,000 and for the period of July 1, 1977 to June 30, 1978 in the amount of $35,870. 18. As recommended by the Director of Planning and pursuant to program policies adopted by the U. S. Department of Housing and Urban Development -(HUD) , authorize the Chairman, Board of Supervisors, to sign a letter directed to HUD to verify Federal Section 8 Existing Housing Subsidy application submitted by the Contra Costa-County _ Housing Authority to be consistent with the County Housing Assistance Plan. 19. Amend Board Order dated May 24, 1977, concerning the execution of certain CETA contracts to indicate that such contracts may be executed by the Director, Human Resources Agency, or his designee (County Manpower Project Director) . 20. Adopt resolution endorsing the federally funded Emergency Energy Crisis Intervention Program to be operated by the State Office of Economic Opportunity and authorizing the County Office of Economic Opportunity/Housing Rehabilitation Counseling Program to certify program participants. 21. Authorize transfer of June 30, 1977 balance in the Treasurer Tax Collector Cash Overage Fund in the amount of $26.73 to the County General Fund, pursuant to Government Code Section ' 29380, as recommended by the County Auditor-Controller. 22. Approve submission of a grant application to the Federal Office of Child Development in the amount of $13,990 for demonstration of new approaches to Mental Health Services in the Head Start Program, and authorize the Director, Office of Economic Opportunity, to sign appropriate application documents. O0010 f � To: Board of Supervisors From: County Administrator Re: Recommended Actions 7-26-77 Page: 6. IX. OTHER ACTIONS• - continued 23. Approve and authorize the Director, Human Resources Agency, or his designee, to submit a revised budget totaling $473,199 to the State Department of Aging for the fiscal year 1977-1978 Area Agency on Aging_Program, reflecting additional federal funds to be received by the County. 24. Authorize the Director, Human Resources Agency, or his designee, to conduct contract negotiations with various service providers under specified terms and conditions for consideration and approval by the Board. 25. Adopt order to hold harmless the City of Walnut Creek with respect to liability arising from assignment by the Walnut Creek-Danville Municipal Court of juveniles to work details on city streets and property. 26. Consider Memorandums of Understanding and other compensation matters including adjustments of unrepresented and management personnel for the 1977- 1978 fiscal year. NOTE Following presentation of the County Administrator's agenda, the Chairman will ask if anyone in attendance wishes to comment. Issues will be carried over to a later time if extended discussion is desired. DEADLINE FOR AGENDA ITEMS: WEDNESDAY, 12 NOON 00011 CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT Martinez, California TO: Board of Supervisors FROM: Vernon L. Cline Public Works Director SUBJECT: Public Works ExtraBusiness` for'July '26, 1977 ` GENERAL Item 1. CONTRA COSTA COUNTY WATER AGENCY- APPROVE AMENDMENT NO. 1 TO -AGREEMENT FOR CONSULTING SERVICES It is recommended that the Board of Supervisors, as ex officio the Governing Board of the Contra Costa County Water Agency, authorize its Chairman to execute Amendment No. 1 to Agreement for Consulting Services with Fred H. Tarp, Ph.D. Amendment No. 1 provides an increase in payment of $6,000 for additional consulting services to the Agency with respect to rebuttal evidence to be submitted in the Delta Water Quality Hearings before the State Water Resources Control Board. (EC) i a• f_, t5 00012 EXTRA BUSINESS Public Works Department Page I of 1 , July 26, 1977 CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT Martinez, California TO: Board of Supervisors FROM: Vernon L. Cline Public Works Director SUBJECT: Public Works Agenda for July 26, 1977 REPORTS None SUPERVISORIAIi DISTRICT I Item 1. PARR AVENUE - APPROVE PLANS AND ADVERTISE FOR BIDS - Richmond Area It is recommended that the Board of Supervisors approve plans and specifications for the Park Avenue Bridge Improvements Project and advertise for bids to be received in 30 days and opened at 2:00 p.m. on Thursday, August 25, 1977. The Engineer's estimated construction cost is $30,000. The project consists of constructing a precast, prestressed concrete slab with traffic barrier walls over an existing arch bridge, including a timber walkway with railing along one side. This project is considered exempt from Environmental Impact Report re- quirements as a Class lc Categorical Exemption under County Guidelines. It is also recommended that the Board of Supervisors concur in this finding. (RE: Project No. 1065-4413-665-77 or Work Order No. 4413) i (RD) Item 2. CENTRAL STREET BRIDGE AT WILDCAT CREEK - ROAD CLOSURE - North Richmond Area It is recommended that the Board of Supervisors authorize the Public Works Director to temporarily close Central Street for the period begin- ning August 1 and ending August 5. The purpose of the closure is to allow the replacement of deteriorated abutment timbers on the present wooden bridge which spans Wildcat Creek. Traffic will be routed around the work area via 3rd Street. (RE: Work Order No. 4965-671) (M) SUPERVISORIAL DISTRICT II Item 3. SUBDIVISION MS 140-70 - ACCEPT SUBDIVISION - Pacheco Area It is recommended that the Board of Supervisors issue an Order stating that the construction of improvements in Subdivision MS 140-70 has been satisfactorily completed. Owner: Security Owners Corp. 930 Estudillo St. Martinez, CA 94553 Location: Subdivision MS 140-70 is located on the southeast corner of Center Avenue and Flame Drive. (LD) A G E N D A 001713 Public Works Department Page I of-9 July 26, 1977 Item 4. LAND USE PERMIT 2113-74 - REFUND CASH DEPOSIT - El Sobrante Area It is recommended that the Board of Supervisors: 1. Declare that the improvements for Land Use Permit 2113-74 have satisfactorily met the guaranteed performance standards for one year. 2. Authorize the Public Works Director to refund to John Osteen the re- maining $945 cash deposited as surety under the Road Improvement Agreement. Owner: . John Osteen - _ - 4300-Santa Rita Road_-... E1 Sobrante, CA 94803 Location: Land Use Permit 2113-74 is located on the south side of Santa Rita Road approximately 2500 feet east of Appian Way. LD) Item 5. SUBDIVISION 4767 - APPROVE MAP AND AGREEMENT - E1 Sobrante Area It is recommended that the Board of Supervisors: . 1. Rescind Resolution No. 77/493, dated June 21, 1977, *providing"Board - approval for Subdivision 4767. 2. Approve the Final Map and Subdivision- Agreement for Subdivision 4767 This matter was.prematurely predbdted to and approved by`the Board- on June 21, 1977. - owner: Marion Allard 11231 Arroyo Avenue Santa Ana, CA 92705 Location: Subdivision 4767 is located on Rincon Road and Appian Way at Kristen Lane. ---- (LD) . . Item 6. CENTER AVENUE - APPROVE 'RELOCAT"ON PAYMENT Pacheco Area It is recommended that the Board of Supervisors approve the Relocation Assistance claim, dated July-•12, 1977, from Arthur D. Mulligan for relo- cation expenses, and authorize the Principal Real Property Agent to sign the claim form on behalf of the County. It is further recommended that .the County Auditor-Controller be authorv. ized to draw a warrant in the amount of $962.40, payable to Arthur D. Mulligan, and deliver same to the Real Property Division for payment. (RE: Project No. 3471-4342-663-76) (RP) SUPERVISORIAL DISTRICTS II AND IV Item 7. WITHERS AVENUE - APPROVE TRAFFIC REGULATION - Lafayette-Pleasant Hill Area At the request of local citizens and upon the basis of an engineering - and traffic study, it is recommended that Traffic Resolution No. 2352 be approved as follows: Pursuant to Section 22358 of the California Vehicle Code, no vehicle shall travel in excess of 30 miles per hour on that po tion of WITHERS AVENUE (13564) , Pleasant Hill, beginning at the intersection of Pleasant Hill Road and extending westerly to the intersection of Reliez Valley Rd,, (Traffic Resolution #2254 pertaining to an existing 35 mph. speed limit on Withers Avenue is hereby rescinded.) 00014 (TO) A G E N D A Public Works Department Page 2 61-9 July 26, 1977 SUPERVISORIAL DISTRICTS II, III, IV, & V Item 8. SAN RAMON WATERSHED STUDY - ADOPT RESOLUTION OF INTENT AND SET PUBLIC HEARING - Central Area It is recommended that the Board of Supervisors, as ex officio the Board of Supervisors of the Contra Costa County Flood Control and Water Conservation District, adopt a Resolution of Intent, setting the time and place for the Board to conduct a public hearing on Amendment No. 3 to the Zone 3B Adopted Project. It is further recommended that the Clerk of the Board be directed to publish the Board's Resolution of Intent in the "Contra Costa Times" and to send copies of the Resolution to all the cities in Zone 3B. The Board on June 15, 1976 directed the Public Works Director to com- plete a study on the San Ramon Watershed to update the Zone 3B Adopted Project. As a result of the study, the Zone 3B Advisory Board on June 21, 1977 passed a motion recommending to the Board of Supervisors that the Zone 3B Adopted Project be amended to adopt the work outlined in the Engineer's Report, dated July 19, 1977, hereby submitted for the Board's consideration. (10:50 a.m. on September 6, 1977 is suggested for the hearing date.) (RE: Project No. 8288-2520-76, Flood Control Zone No. 3B) (FCP) SUPERVISORIAL DISTRICT IIZ Item 9. DRAINAGE EASEMENT ON LOTS 82 AND 88, SUBDIVISION 3833 - DECLARE INTENT TO ABANDON - Orinda Area Donald L. Doughty has requested the abandonment of the drainage ease- ment on Lots 82 and 88 in Subdivision 3833, Orindawoods, in Orinda. It is recommended that the Board of Supervisors set a date for public hearing on the proposed abandonment. (10:30 a.m., September 6, 1977 is suggested) . Location: Lots 82 and 88 of Subdivision 3833 are located on the south- westerly side of Village Gate Road (a private road) north- westerly of Orindawoods Drive. (LD) SUPERVISORTAT: DISTRICT III Item 1'0. OAR ROAD - ACCEPT DEED - Walnut Creek Area It is recommended that the Board of Supervisors accept a Grant Deed and Right of Way Contract, dated July 9, 1977, from Carlton Merritt, et ux, and authorize the Public Works Director to sign said Contract on behalf of the County. It is further recommended that the County Auditor be authorized to draw a warrant, in the amount of $35,000, payable to Title Insurance and Trust Company, Escrow No. ON-245388, and deliver to County Real Property Agent for payment. Payment is for 6,178 square feet of office use land required for the project and located at the intersection of Oak Road and Treat Boulevard near the BART station. (RE: Project No. 4054-4189-663-74) (RP) 00015 A G E N D A Public Works Department Page 7 R-9 July 26, 1977 SUPERVISORIAL DISTRICT IV Item 11. SOLANO WAY - APPROVE AGREEMENT - Concord Area I is recommended that the Board of Supervisors approve an Occupancy Agreement, dated July 21, 1977, with Bryan McDonald, for maintenance of County-owned property, located at 1785 Solano Way, Concord, and authoriz the Public Works Director to execute the Agreement on behalf of the County. The Agreement provides that Mr. McDonald shall occupy the house as a Caretaker and -maintain the premises until the house is removed-for the - Buchanan Field 19-R Clear Zone. '(RE: Work Order No: "5438-927) (RP) ' Item 12. OAK ROAD EXTENSION - ACCEPT DEED -- Pleasant Hill Area It is recommended_ that the Board of Supervisors accept a Grand Deed and Right-of-Way Contract, dated July 12, 1977, from-John H. Sutter, et ux, and authorize the Public Works Director to sign" said Contract on behalf of the-County. -It'isrt2ier recommended that--the County.-Auditor be authorized to draw. -_a wa_�rant,_ in the amount of $1,814.98, payable _to_Western Title Insuranc Company;-;EscrciL-No. M-307 8 2-'.abd.delivex-to County.Erin_ pal: ­---«Property-Agent for=payment. The settlement for the property" being acquired was for $12,500•;- the balance of $10,685.02 has been paid Grantor previously under withdrawal provisions of a-condemnation deposit,-Condemnation- Action #154546, -- Contra Costa County vs. Helen Fickett, et al. Payment is for '4;584:square'feet-of multiple residential land required for the project. , (RE: Project No. 4052-4143-663-74) - ` _. (RP) ' -Item-1-3 -PINE- CREEK AUTHORIZE ACQUISITION---Concord Area- it rea It is recommended that the Board of Supervisors, as ex officio the Board of Supervisors of the Contra Costa County Flood Control and Water Conservation District, authorize the Public Works Department staff to initiate acquisition proceedings, including hiring-of independent ap- praisers as necessary for advance hardship acquisition of property required for a portion of future U.S. Army Corps of Engineers sponsored Flood Control-Zone 3B Project on Pine Creek between Willow Pass Road and Monument Boulevard in the Concord area. The owner of the property located at 1531 Pine Street, Concord, adjacent to Pine Creek, has obtained City approval for development of a six-unit apartment building on said property. A portion of the proposed buildinc_ will be within the right-of-way limits of the proposed project. In order to "protect' the right of way from additional costly improvements immediate acquisition is necessary which will be mutually advantageous to both the property owner and the Flood Control District. Flood Contrc funds are available for such acquisition. (RE: Work Order No. 8692-2520) (RP 0001 G E N D A Public Works Department Page 4 3f79 July 26, 1977 I SUPERVISORIAL DISTRICT V Item 14. SUBDIVISION 4087 - REFUND CASH DEPOSIT - San Ramon Area -he minor deficiencies for which a cash deposit was posted on Subdivi- sion 4087 have been corrected. It is recommended that the Board of Supervisors authorize the refund of the $50 cash deposited to insure completion of the minor deficiencies. Refundee: Raisch Construction P. 0. Box 729 Mountain View, CA 94042 Location: Subdivision 4087 is located between Tareyton Avenue and Broadmoor Drive, south of Montevideo Drive. (LD) Item 15. SUBDIVISION MS 122-76 - APPROVE AGREEMENT - Oakley Area It is recommended that the Board of Supervisors approve the Subdivisior Agreement for Subdivision MS 122-76. Owner: Frank Favaloro 1605 Aster Drive Antioch, California Location: Subdivision MS 122-76 is located on the northeast corner of Phillips Lane and Oakley Road. (LD) Item 16. COUNTY SERVICE AREA R-7 - APPROVE AGREEMENT EXTENSION - San Ramon Area It is recommended that the Agreement between the San Ramon Valley Unified School District and the County, previously approved by this Board on February 24, 1976, be extended commencing July 1, 1977 througf June 30, 1978, as requested by the School District. The Agreement provides for reimbursement to the School District from County Service Area R-7 funds for the employment of minors by the District to perform limited maintenance on County property designated as "Parks" in County Service Area R-7. The Citizens' Advisory Committee for County Service Area R-7 has approved the above recommendations. (RE: Work Order 5467-927) (SAC) Item 17. DANVILLE BOULEVARD - APPROVE AGREEMENT - Danville Area It is recommended that the Board of Supervisors approve a Joint Exer- cise of Powers Agreement with the San Ramon Unified School District and authorize the Chairman of the Board to execute the Agreement on behalf of Contra Costa County. This Agreement provides for a cooperative project for the relocation of Love Lane and the widening of Danville Boulevard concurrent with the general improvement of San Ramon high School in Danville. Under the terms of the Agreement, the County is to pay $14,335 for County work to be performed by the District. (RE: Work Order 4340-665) (RD) 0001` A G E N D A Public Works Department Page 5 of 9 July 26, 1977 .7,tem 18. DANVILLE BOULEVARD - APPROVE PLANS AND ADVERTISE FOR BIDS - Danville Area It is recommended that the Board of Supervisors approve plans and specifications for Danville Boulevard Widening at the San Ramon High School and advertise for bids to be received in 30 days, and opened at 2:00 p.m. on August 25, 1977. The Engineer's estimated construction cost is $53,000. It is further recommended that the Board of Supervisors determine that the project will not have a significant effect on the environment and direct the Director of Planning to file a Notice of Determination with MMIL the County Clerk. The project, which is being done cooperatively with the San Ramon Unified School District, will provide the widening of Danville Boule- vard concurrently with the general improvement and installation of frontage improvements by the District at San Ramon High School. A Negative Declaration pertaining to this project was posted and filed with the County Clerk on June 24, 1977, with no protests received. The project has been determined to conform with the General Plan. (RE: Project No. 5301-4340-661-76) (RD) Item 19. SOUTH DANVILLE STORM DRAIN - ACCEPT DEED - Danville Area It is recommended that the Board of Supervisors accept the Indenture (easement deed) , dated June 21, 1977, from Southern Pacific transpor- tation Company for storm drain facilities, and authorize the Board Chairman to sign the document on behalf of the County. (RE: Work Order 8183-2505) (RP) Item 20. DRAINAGE AREA 300 - ADOPT RESOLUTION OF INTENT - Oakley Area It is recommended that the Board of Supervisors, as ex officio the Board of Supervisors of the Contra Costa County Flood Control and Water Conservation District, adopt a Resolution of Intent setting the time and place for the Board to conduct a public hearing on the forma- tion, Negative Declaration, and tax rate election for Drainage Area 300; and call an election to approve a maximum tax rate of $0.50 per one hundred dollars ($100) of assessed valuation within the area. It is further recommended that the Clerk of the Board be directed to publish the Board's Resolution of Intent. Formation of the drainage area and establishment of a maximum tax rate are required by the conditions of approval for Subdivision 4922. (10:45 a.m. on August 16, 1977 is suggested for the hearing date. August 23, 1977 is suggested as the date of a mail ballot election on the tax rate.) (LD) Item 21. SOUTH DANVILLE STORM DRAIN - APPROVE PLANS AND ADVERTISE FOR BIDS - Danville Area It is recommended that the Board of Supervisors approve plans and specifications for the South Danville Storm Drain Project and adver- tise for bids to be received in 30 days, and opened at 2:00 p.m. on August 2S, 1977. The Engineer's estimated construction cost is $95,000. The South Danville Storm Drain Project consists of installing approxi- mately 700 feet of storm drain at two project sites, "A" and "B." Site "A" crosses San Ramon Valley Boulevard at Boone Court with a 30- inch reinforced concrete pipe. (continued on next' page) A G E N D A 0()018- Public Works Department Page 6 of 9 v July 26, 1977 -Item 21 continued: Site "B" connects the existing facilities under Boone Court with those under Laurel Drive. The proposed drain consists of a 36-inch rein- forced concrete pipe. The total project is being funded jointly by the County and developers from the area. The County's share is approximately $36,000, of which $22,100 is included in the proposed 1977-78 budget. Site "A" of this project is considered exempt from Environmental Impac Report requirements as• a Class D Categorical Exemption under County Guidelines. It is also recommended that the Board of Supervisors.con- - - -cur-in•-this-finding.._._ A Negative Declaration pertaining to Site "B" of this project was posted and filed with the County Clerk on November 27, 1976, with no protests received. The project has been determined to conform with the General Plan. . It is further recommended that-the Board-of-Supervisors determine that the project will not have a significant effect on the environment and direct the Director of Planning to file a Notice:of Determination with ARE: -Project No. 4400-0925-76)- ` (FCD) Item 22. SUBDIVISION MS 206-76 - -APPROVE AGREEMENT Oakley,Area - It is recommended that the Board of Supervisors approve the Deferred Annexation Agreement with Victor Pato, et al, and authorize the Public Works Director to execute.it_.on behalf o.f .the .County._ _ The document fulfillsa condition of approval for Subdivision MS 206-7 as -required by -the--Boars}-o# Adjustment:-- Owner: Victor Pato - Ro=ste-1,"Box• 173 - -•-__ __ . Oakley, CA 94561 Location: Subdivision MS 206-76 is located on the west side of Empire Avenue, approximately 1;000-feet.south_of.Laurel- Road-, , (RE: Assessor's Parcel No. 053-071-006) (LD) GENERAL Item 23 . VETERANS' MEMORIAL HALL REMODEL (COUNTY SERVICE AREA R-7) -.APPROVE AMENDMENT TO AGREEMENT - Danville Area It is recommended that the Board of Supervisors approve and authorize the Public Works Director to execute the Amendment to Architectural Services Agreement with Cometta and Cianfichi, Richmond, for design of alterations to the Veterans' Memorial Hall, 102 Hartz Avenue, Danville. The aforementioned Amendment provides for an increase in the architec- tural fee from $5,000 to $7,500, which is necessary due to an increase scope of work as required by County Service Area R-7. (RE:- Work Order 5480-927) (B&G) 00019 . A G E N D A Public Works Department Page 7 of 9 July 26, 1977 .Item 24. MOTOR POOL GARAGE FUEL STATION - ACCEPT CONTRACT AS COMPLETE - Martine Area It is recommended that the Board of Supervisors accept as complete as of July 26, 1977 the construction contract with Eagan and Paradiso of Oakland, for the Motor Pool Garage Fuel Station, 1215 Main Street, Martinez, and authorize its Clerk to file the appropriate Notice of Completion. (RE: 4050-4713-BP5-WB4713) (B&G) Item 25. FIRE COLLEGE SITE IMPROVEMENTS, PHASES V AND VI - ACCEPT CONTRACT AS COMPLETE - Concord Area It is recommended that the Board of Supervisors, as ex officio the Governing Board of the Contra Costa County Fire Protection District, accept as complete as of July 26, 1977 the construction contract with Antioch Paving Company, Inc. of Antioch, for the Fire College Site Improvements, Phases V and VI, 2945 Treat Boulevard, Concord, and direct its Clerk to file the appropriate Notice of Completion. It is also recommended that the Board extend the contract time 103 days to the date of acceptance, inasmuch as the contractor was delayed for reasons over which he had no control, such as inclement weather and late delivery of manufactured items, and the fire district has had beneficial use since late May. (RE: 202500-7100-4798) (B&G) Item 26. RIVERVIEW FIRE DISTRICT - CONVEY AND ACCEPT DEEDS - Pittsburg Area A. It is recommended that the Board of Supervisors, as the Board of Directors of the Contra Costa County Fire Protection District, approve and authorize the Board Chairman to execute a Quitclaim Deed to the Riverview Fire Protection District for the transfer of title to the former Consolidated fire station located at 3000 Willow Pass Road in West Pittsburg, to the Riverview Fire District as approved by the Consolidated District's Fire Commissioners. B. It is further recommended that the Board of Supervisors, as the Board of Directors of the Riverview Fire Protection District of Contra Costa County, accept the Deed above to Station No. 6 and also accept a Quitclaim Deed from the City of Pittsburg, dated June 7, 1977, for Station No. 5, located at 2555 Harbor Street, and Station No. 4, located at 200 East Sixth Street, both formerly owned by the City of Pittsburg. The transfer of the above 3 fire stations to the Riverview Fire Dist- rict is pursuant to Resolution No. 74/982 of the fire protection reorganization in the Antioch-Pittsburg area, adopted by the Board of Supervisors on November 19, 1974. The transfer of title to the other 3 fire stations in the reorganization from the City of Antioch to the Riverview Fire District is pending a court decision in litigation. (RE: Work Order 5478-927) (RP) Item 27. SANITATION DISTRICT NO. 15 - APPROVE PLANS AND ADVERTISE FOR BIDS - Bethel Island Area It is recommended that the Board of Supervisors, as ex officio the Governing Board of Contra Costa County Sanitation District No. 15, approve plans and specifications for the construction of a sewage collection system and interim wastewater treatment facilities, and advertise for bids to be received in 37 days and opened at 2:00 p.m. on September 1, 1977. (continued on next page) A_ G E N D A Public Works Department Pege Ir of 9 00020 July 26, 1977 i. I Item 27 continued: The cost of the project is estimated to be approximately $6.5 million. The project, designed by CDM, Inc., Environmental Engineers, in Walnut Creek, provides for the construction of 80,000 linear feet of sewer lines, 17 pump stations and modification and expansion of the existing treatment plant for interim use. Federal and State funds, under the Clean Water Grant Program, will fund approximately 808 of the construction costa The local share cost is being funded by a General Obligation Bond, which was passed in 1967 All environmental requirements have been complied with. (RE: Work Order 5400-927) (EC) Item 28. ACCEPTANCE OF INSTRUMENTS It is recommended that the Board of Supervisors: A. Accept the following instruments: - No. Instrument Date Grant6r Referenc 1. Relinquishment of 5-11-77 Victor Pato, et al. Sub.' MS 206 Abutter's Rights 2. Consent to Joint 7-8-77 Byron Sanitary Sub.. MS 140-7- Usage for Roadway District Purposes 3. Grant Deed 5-20-77 Masamitus Sub. MS 140-7A Kamigaki, et al B. Accept the following instruments for recording only: 1.... Offer of Dedication 5-11-77 Victor Pato,, et.al Sub. MS 206-7� for Roadway Purposes 2. Offer of Dedication 5-20-77 Masamitus for Roadway Purposes Kamigaki, et al Sub. MS 140-7- (LD) Item 29. CONTRA COSTA COUNTY WATER AGENCY - WEEKLY REPORT A. The Delta Water Quality Report is submitted for the Board of Supervisors' information and public distribution. No action required. B. Report on response to Water Agency's Position Statement on the Delta. (EC) NOTE Chairman to ask for any comments by interested citizens in attendance at the meeting subject to carrying forward any particular -item to a later specific time if discussion becomes lengthy and interferes with consideration of other calendar items. 0 )1 A G E N D A Public Works Department Page 9 of 9 July 26, 1977 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). r - a _ 0002 r BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA Re: Zoning Ordinances Passed Date: July 26, 1977 This being the date fixed to consider adoption of the following ordinances) rezoning property as indicated, which was (were) duly introduced and hearing(s) held; The Board orders that this (these) ordinance(s) is (are) passed, and the Clerk shall have it (them) published as indicated below: Ordinance Application Number Applicant Number Area Newspaper 77-56 Planning Commission 1958—RZ Lafayette Lafayette Sun PASSED on July 26,' 1977 by the following vote: AYES: J. P. Kenny, N. C. Fanden, R. I. Schroder, E. H. 'Hasseltine, W. N. Boggess. NOES: None. ABSENT: None. I HEREBY CERTIFY that the foregoing is a true and correct record and copy of action duly taken by this Board on the above date. ATTEST: J. R. OLSSON, County Clerk and ex officio Clerk of the Board: on 0W)23 By: A4� i tic Deputy Robbie G errez In the Board of Supervisors of Contra Costa County. State of California . JU33 26 M the Atonar of Ordinance(s) Adopted. This being the date fixed to adopt the ordinance(s).- indicateds which amend(s) the Ordinance Code of Contra'Costa County and was (were) duly introduced and hearing(s) held; The Board ORDERS that said ordin'ances(s) is-(are) - adopted and the Clerk shall Publish same as required by law. • Ordinance Number Sub ect Newspaper . 77.67 . Establishing exempt CONTRA COSTA TIMES. classification of Manager of Airports PASSED onrv.�y 2t� i g7? by the following vote:of. the:-Board:: Supervisors AYES NO ABSENT J. P. Kenny z .. N. C. Fanden x R. I. Schroder x W. N. Boggess z E. H. Hasseltine (z� ( )• ( . ) • 1 hereby certify that.the foregoing b a true and correct copy of an order entered on the. adauts of said Board of Supervisors on the dote aforesaid. Witne s my hand and the Seal of the Board of Supervisors affixed WM-26th doy of _july . 1971_ J. R. OLSSON. Clerk Deputy Clerk M s '2M- 'SM Helen C. Narshall .i 00024 l � 4 In the Board of Supervisors of Contra Costa County, State of California July 26, 19 77 In the Matter of Approving Personnel Adjustments. As recommended by the County Administrator,.IT IS BY THE BOARD ORDERED thattthe personnel adjustmentsattached hereto and by reference incorporated herein, are. APPROVED. PASSED by the Board on July 26, 1977. { 1 hereby Certify that the foregoing is a true and corned copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Supervisors affixed this 26t-hday of July 19 77 J. R. OLSSON, Clerk By [Yirn10 r 5P'a ..�.r,, Deputy Clerk Jamie L. Johnson 00623 H-24 3/76 15m POSITION ADJUSTMENT REQUEST No: Department social service Department Budget Unit all Date 3-1.1-77 Action Requested: Cancel the 26 positions listed in Boz Karl the reverse side Proposed effective date: Asm zxplain�wi%y a jus�%wnt is needed: to offset new positions required In the medical Softv1ces Business Office ._.. .s Estimat$d,cosexf�idjustment: Mount: f w 1. 5�laritR and wages: S 2: fined Agseii: (VAt .iitaw and coat) Estimated total $ Signature ! i:'1� G epartment Head Initial Determination of County Administrator Date: blarch 15, 1 To Civil Service. _Request recommendation- -4f A s_ ator Personnel Office and/or Civil Service Commission ate: s,.. 14, 1gz7 Classification and Pay Recommendation Cancel 26 Clerical positions. The above action can be accomplished by amending Resolution 71/17 by cancelling 13 Typist Clerks cost center #502-01 thru f13, 1 Typist Clark cost center 8501-01 and 2 Permanent Intermittent Typist Clerks cost center 8502-MI, 802; Salary Level 178 (634-771), and 2 Intermediate Stenographer Clerks cost (enter #509-06. 07, Salary Level 240_ (766-931) and 9 Intermediate Typist Clerks cost center #502--117, 114, 109, 105, 102, 83, 78, 64, 61, Salary Level 222 (725--881)And Social Service.Commuaity Assistant (503-06. Can be effective day following Board action. Assistant Personne irector Recommendation of County Administrator / Date: Jully 221 1977 Recommendation of Personnel Office and/or Civil Service . Commission approved, effective July 27, 1977. County Miftl9trator Action of the Board of Su sors JUL 2g 1977 Adjustment APPROVED on J. R. 0ISS0N County Clerk Date JUL 216 1977 By: -./ xj;tR" der$ APPROVAL oS th" adivatment conatitutea art Appwp4iation AdJuatrrest and Pen4onnet ReboWion, Atmendmeitt- NOTE: Top section and reverse side of form mot be completed and supplemented, when appropria , by an organization chart depicting the section or office affected. P 300 (M347) (Rev. 11/70) POS I T i ON ADJUSTMENT REQUEST No: Community Services . sny Department Administration Budget ilnit+fie- Date 7/6/77 /IOU Iwltt•f..@&A. Action Requested: Add one Project Trainer Organizer Position - Project-to Home Maintenapce Counseling and Training Program. Proposed effective date: ASS' Explain a aAs t is needed: To w�r� dot augment the staff of the expanded ibme Main#mance Counsel.ig0 ar�T ning Program sponsors y e Services ins on under ' the Courtly, Co*tpun Development Program as approved by the Board of Supervisors on Estimatedicost of a-Ijustment: C-.. . C_ Y. Amount: �.. ;" 1. Sa!�riesjnd;'wages: 11371 x 6 x 2 - 16452 + Fringes722% g 19,061 2. FijCgii Asots:: It"t.%terra and cacti J •F $ Estimated total ``r $ l9061 Signature Depa nt'Read nitial Determination of County Administrator Date: `7 To Civil Service: Request recommendation, pursuant to memory t:I I1 attached. t ms r for Personnel Office and/or Civil Service Commission Date: July 14, 1977 Classification and Pavy Recommendation , Classify 1 Home Maintenance Trainer/organizer-Project. Study discloses-duties and responsibilities to be assigned justify classification. as Home Maintenance Trainer/organizer-Project. Can be effective day following Board action; The above action can be accomplished by amending Resolution-71/17 by adding I Home Maintenance Trainer/organizer-Project, salary Level 367 (1228-1371). Assistant erson D rector Recommendation of County Administrator Date: -July 22, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved, effective July 27, 1977. unty n�strator Action of the Board of Suoervisors JUL 2g �qpj AdJustment APPROVED} on J R. OLSSQN' County Clerk Date: JUL 26 1977 By: h�.• o l'is,ab Deputy Clark APPROVAL of tiai.4 adjustment conetYitaW an Adjustment and Penaowa Resolution Anoulnent. NOTE: Top section and reverse side of form mu4t be completed and supplemented, when approp`ir ale, by an oan in- chart depicting the section orf � fected. P 300 (M347) (Rev. 11/70) V POSITION ADJUSTMENT REQUEST No: 9-7G, 0 Department CCCo. Medical services Budget Unit 54o Date 4/6/77 Action Requested:. Cancel Hospital Attendant Pos. #200-77, 57; add two Dental Assistant Positions Proposed effective date: as soon as possible Explain why adjustment is needed: to provide adequate staffing for Richmond and Martinez Dental Clinics. Estimated cost of adjustment: Amount: 1. rSalar4est-ind wages: $ ' 2. :-F xe%­As&ts: W6t iitM and Coad Ev -, $ n7l-!�3:ES AGENCY � Estimated total $ z61- Signature George Degnan, M.D., Medical Director Department Hea Initial. Dgiermination of County Administrator ' Date: May 6,- 1977 To ivi Service: Request recommendation. -Co—unty'AdmiaMrator Personnel Office and/or Civil Service Commissionte: June 14, 1977 Classification and Pay Recoamndation Classify 2 Dental Assistant positions and cancel 2 Hospital Attendant positions #57, 77. Study discloses duties and responsibilities to be assigned justify classification as Dental Assistant. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 to reflect the addition of 2 Dental Assistants, Salary Level 199 (676-822) and the cancellation of 2 Hospital Attendants, position #57, 77, Salary Level 201 (680-827). Assistant personnel -irector Recommendation of County Administrator Date: July 22, 1977 Recommendation of Personnel Office and/or Civil Service 70 Commission approved, effective July 27, 1977. IA421v County inistrator Action of the Board of Supervisors J U L 26 1977 Adjustment APPROVED on J. R. OLSSON, County Clerk Date: JUL 26 197) By: APPROVAL c6 ;lLi,s adjustirez:z constf tttteb an APA-LOpitiation Adjurtme+tt and Pezeonnet Resot'.uticn Amer m it. MOTE: Top section and reverse side of form mub.t be coVleted and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 ;f347) (Rev. 11/70) 00.028 P ;: s : : 1014 ADJUSTMENT REQUEST ho: Ir� s,= Medical Services E:d - 540 Date 1/17/77 AM one (1) senior Clerk Position • Proposed effective date:as soon as possible "..platin tiny a4jus:.:.ent is nee!ed: •r,, Vzmda, adew=#'a araffing fer ensiness Service Support i .Estima: con opadjust-=r•t: - Amount: V" w 1. r"13rf& Sid wagg=S• $824/no. x s • $4120. $ 4120. 2 �ed%se3s: (. lc ita-.s and cce#1 �.: V desk 60" x 30' setal, tan color 250. 250. (ModelVictor Electronic t. Calculator 170. $ 170. - 1 IM Sblectric Typcwr ter 130 single pitch 620. 620. • . tcorrect. feature Estimated total $ 5160. Ht m&4 myeksh,fff.ky Signature rearge neMedical Director gnaa, Department ea Initial Determination of County Administrator Date: March 1 , 1977 To Civil Service: • Request recommendation. unt s rator 'ersonnel Office and/or Civil Service Commission ate: June 14, 1977 Classification and Pay Recommendation Classify 1 T"Ist Cleric position. Study discloses duties and responsibilities to be assigned justify classification as Typist Clerk. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 by adding 1 lyipist Clerk, Salary Level 178 (634-771) Assistant PersonneYli rector 4econ;mendation of County Administrator Date: ' Juiv 22. 1977 Recommendation of Personnel'Office and/or Civil Service Commission approved, effective July 27, 1977. UIV AdmifilStMtOr •'. Action of the Board of Suoervisors JUL 26 1977 A3„ustment APPRO:'ED on OLSSON. qooah►Clerk . Jul 2B' tors 8Y• • n uepwy CIrk 0S -thi.a r-�'J�str .i c.:.: ;.F.trtGeb crc Alp,n cp,-z*.an Adjudtirent and Pwonwl ;GTE: - zection and re :rse side of form r"-t be copleted and supplemented, when a;.=--lr-fie, by a- irsaniza—en chart depicting the section or office affected. (Rev. . :T0) 00029 , P 0 Sz TION ADJUSTMENT REQUEST No: CCCo. Medical Services Budge-- 540 Date 1/17/77 Add one Account Clerk II Proposed effective date as soon-a- Possible' Explain �, adjtist.rient 1s ne-21-:;ed: To provide adequate staffing for Business Services Support Es-1.imat&L ceig oladjustrent; Amount: LLI 1 _ far S' d13d wages.- $790/mo. x 5 mos. _ $3950.. 3950. .. S 2. !jreck�sse'�s: (-f�wNL Zrtlnis and cosh `�3-DeS _$Ct� x 30" metal, tan, color 250. 71 Vi r, a c a or - a og #19-4 450. _ 812. Steno Cnair - tan color 112. UMa�� P:E_OtURCES Ac=_ !Cy Estimated total . 4762. BZW S1 nature George Degnan, M.D_ , Medical Director ��-..�._.._.�........---- 9 Dotc — Department Flea , Ini ial Determination of County Administrator Date: March.. 1977 To Civil Service Request recommendation. Count Ad istrator Personnel Office and/or Civil Service Commission ate: rtmP 14 1977 Classification and Pay Recommendation Classify I Clerk position. Study discloses duties and responsibilities to be assigned justify classification' as Clerk. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 by'adding 1 Clerk, Salary Level 162 (604-734),. Assistant PersonnelAfirector _ Recor-imendation of County Administrator ` Date: July 22, 1977 Recommendation of Personnel Office 'and/or Civil 'Service Commission approved, effective July 27, 1977. County dministrator FA-ct—ion oilthe Board off Supervisors JUL 26 1977 on 2F, 1977 �. r2. OLSSON. County Cler n Dat_ . y' .'! �" �) Deputy. Clerk ittc%e<s ct it App;to ^.;t,c n Ad j";br,esu and Pets o:t;te%P- tin ?25.• -C' :J:�i:?;end;-'n'. rtn -_iicn and .3-:: -'= of form r--est be ccmnpleted and supplemented, when ��iZG=-on chart de' .ctinq t;t�- section or Office affected. POS T ION ADJUSTMENT REQUEST Ho: � wt'sint CCCo. Medical Services Budget Unit 540 Date 1f17/77 Ac t Re_' e_s ted: Add 16 �jcYc'ccC positions. Proposed effective date: as soon as possible Explain; by adjustment is ,r,_p'=A: To provide adequate staffing for Business Services Support __ , NCY Estilmatec cost of adjust.e-t. ,3r/ Amount: ea t . Salaries akn wa0_s: 16 Clerk - $604/mo. x 16 x 5 mo. 48,320. 2. Fixed As-sets: W6Z _-tz..5 Chid ca.6t) 16 ks 60" x 30" metal, tan color @ $250 2,500. Fide C inets-5' drawer, tan color, no locks , ttao Sto fairs - tan color 336. >Vic rslectronic PrintingEstimated total $ 680. Li VmmCTlcgator Model 305 ����'- 125.. - 1-�`ViMr lect. Display onlySignature George Degna„n, D. , Medical' Director Calc tor Model 204p2 artment, Head crs A $52,.401. ,+ Iniiial t, :� fteiMnation of County Administrator Dater _ March 15, 1977 -- - To Civil vsuce Request recommendation. f Count mi trator Personnel Office and/or Civil Service Commission Date. , .lune 14. 7 Classification and Pay Recommendation Classify 16 Clerk positions. Study discloses duties and responsibilities to be assigned justify classification. as Clerk. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 by- adding 16 Clerk positions, Salary Level 162 (604-734) Assistant PersonneVffirector Recommendation of County Administrator Date: July 22, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved, effective July 27, 1977. County Administrator Action of the Board ofSu ervi sors - - - - -- Adjustment APPROVED �� on JUL 26 1�7� fi D- a to: _ JUL 26 1977 ,R. OLSSON. County Clan n Deputy Clerk Clerk ",-4 t..4;aeS an Aj loaop.v-:',t{.t?FI }YL.{ u,6'�Sieat Quid Peuonn3 ep ":; -_,ction and r ~:e s� e of form r,;wSi be comleted and supplemented, when — - _ -_— by chart depicting the section or office affected_ c 300 (Ref. 70) 0(gial� ? rsa' i IOtl ADJUSTMENT REQUEST Ila: Le-n-_ seat C%Xo. Medical Services Budyc: '.r.it 540 Date 1/17/77 Actiar ?_,rested: Add 8iabt Ttr st C�e:�'' �l r_Y positions Proposed effective date:as soon as possible Explain %ehy adjus.zment is needed: To provide adequate staffing for Business Services �ppo�r :''• � . C% Estimated Nt tcf J§jusfte'::: Amount: s 1. S �'ie�nwwages: 8 Typist clerics 0 634/mo.ea. x 5 = $ 25,360. 2. F d lie (Us: i.rzrA ai:d out) 1 desk 60' x 30" metal, tan 250. 2.1Xictss••Z1_qct-=iic Printing calculators - Hodel 305 0 170. 340. l"XRK N&Mic Typewriter, single Piteb 13- without corrw&. 620.. FaRturiPModel 833 1 3w selectric Typewriter, Estimated total $ ;U?:1114 icc'>7tJ� Pitch with Correcting Feature 4.0 ��'`' 700. Approve3l_• Signature Degnan,M.l!,Med. air. $27,-270. 06 -Near „ Department Head InitiaQ��termination of County Administrator Date: March 15: 1977 To Civil Service: Request recommendation. ¢ County torah r Personnel Office and/or Civil Service Commission te: June 14, 1977 Classification and Pay Recommendation Classify 8 Clerk positions. Study discloses duties and responsibilities to be assigned justify classification as Clerk. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 by adding 8 Clerk positions, Salary Level 162 (604-734):. Assistantie onneYO11rector Recommendation of County Administrator Date: July 22, 1977 Recommendation of personnel Office and/or Civil Service Commission approved, effective July 27, 1977. 140JA4010� County ni str1tor Action of the Board of Su ervisors JUL E6 Adjust-Tent APPROVED on 1977 ; �_; JUL 26 1977 y R. OLSSOH. Count C6 (� Da,.e. Ooepucy Clerk this adjuat vLt crr•.:tii ttstes wi Appno,•,EatGort Adjua.OaoLt and Peuonnet 7as&th-s ion. Ar+csu:ennt. NOTE: - =_ction and r::=rse see of form r•::�t be completed and supplemented, when a :-_=rime, by a- :rganizi::=2n chart t:s ict:ng the section or-office affected. ? ,t : --. (Rev. :70) 00032 In the Board of Supervisors of Contra Costa County, State of California July 26 W77 In the Matter of Authorizing Appropriation Adjustments. IT IS BY THE BOARD O:.DERED that the appropriation adjustments attached hereto and by reference incorporated herein, are APPROVED. PASSED by the Board on July 26, 1977. 1 hereby certify that the foregoing b a true and correct copy of an order entered on the minutes of said Board of Supervisors an the date aforesaid. Witness my hand and the Seal of the Board of Supervisors affixed this26thday of TL1y 19 77 / J. R. OLSSON, Clerk By�./Aww- . Deputy Clerk Jamie L. Johnson - 00033 H-24 3/76 iSm i • CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT 1. DEPARTMENT OR BUDGET UNIT RESERVED FOR AUDITOR-CONTROLLER'S USE Orinda Fire Protection District Ca.d Sprcial ACCOUNT 2. D13JECT OF EXPENSE OR FIXED ASSET ITEM Decrease Increase Code Quantity) Fund Budoet Unit Obiect &Acct. (CR X IN 66) 01 2018 2018 77501005 003 Various Expenditures 125 0'! 2018 2018 7750 Various Expenditures 107 01 2018 2018 7750 002 Various Expenditures 331 r 0( 03-1 f [ CONTRA COSTA COUNTY �0 \ APPROPRIATION ADJUSTMENT 1. DEPARTMENT OR BUDGET UNIT RESERVED FOR AUDITOR-CONTROLLER'S USE Card Special ACCOUNT 2. OBJECT OF EXPENSE OR FIXED ASSET ITEMIncrease Code OuanFund rir ) BudaetUnir O 'eee 6 Decrease Accr. CR X IN 66) Ol 2018 2018 1060 Insurance Contribution 4463 1051 Health Insurance Retirees 1552 2100 Office Expense 421 2102 Books & Periodicals 96 2110 ComnuUications 765 2120 Utilities 743 2130 Scall Tools 366 2131 'iinor Equipment Tagged 612 2150 Food 53 2160 Clothing & Personal Supplies 721 i 2180 Agricultural Expense 140 i 2270 Repair& Service Equipment 3156 2271 Repairs Vehicle 3524 I 2272 Gasoline & Oil Supplies 774 2281 Mrair-tenance of Building 903 236C _Insurance Other 7970 2h5c Services & Supplies Prior Year 11:89 2477 Education Supplies & Coureses 21 7758 007 2.otorola Radio-Portable 41 7710 006 Building Alteration 408 1044 Retirement Contributions '114740 2140 Hedicr l & Lab Supplies 215 2170 Household Expense 1100 2273 Auto &- Truck Tires 1014 2282 Grounds Maintenance 655 2301 Auto mileage - 78 2310 Frofessional & Personal Service 2000 t 2y,161 Worknens Comp Insurance 0 Reserve for ontineencv PROOF �� _ K.P._ _V_E_R._• 3. EXPLANATION OF REQUEST(II capital outlay;list items and cost of each) TOTAL _ ENTRY To provide for the increased costs and other costs on Date Description the above expenditures. Funds are provided by Reserve for Contingencies, Retirement and other Services and .4gpl/� Supplies accounts. APPROVED: SIGNATURES DATE AUDITOR— ' CON T ROLLEit-3,� COUNTY ADMINISTRATOR: —= i BOARD OF SUPERVISORS ORDER: �f)f`]� YES: SuM'ison KenyeFop M t fit)) Scbso&r.BQUM&.Hsnt3doe NO:,\10� an JUl 26 191 J. R. OLSSON,CLERK h►c � D. H. Evans Fire Chief 6/29/77 Signature Title Deputy ,/ Care (td 129 Rev. 2,'68) Journapplap-l No. � See Instructions on Ret arse Side h CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT I. DEPARTMENT OR BUDGET UNIT S G j �►r t'// C C.5 RESERVED FOR AUDITOR-CONTROLLER'S USE Cord Special ACCOUNT 2. OBJECT OF EXPENSE OR FIXED ASSET ITEMDecrease Increase Code 0uontity) Fund BudaetUnitObiect b.Acct. (CR XIN 66) 01 1003 011-1011 Permanent Salaries 24,000 01 1003 990-9990 Reserve for Contingencies, General Fund 24,000 01 1120 012-2310 Professional Services 24,000 01 1120 994-9990 Reserve for Contingencies Revenue Sharing 24,000 PROOF _Comp.- K.P. VER. I EXPLANATION OF REQUEST(If copital oudaY,list items and cost Of each) TOTAL - - ---- ENTRY To adjust special fiscal services to cover Date Description work being done by contractors because of open positions in Data Processing. APPROVED: SIGNATU S DATE AUDITOR- �JzQ 7 CONTROLLER: J COUNTY ADMINISTRATOR: BOARD OF SUPERVISORS ORDER: 00036 YES: $apt:ctsnn Iienay.Falulest V V s s 5whnr:cr.So"—.Hstsckinc JUL 2G 197 NO:.' on J�R.auso �t �w jt ff. Svcs. Manager 7-1-77 l:L a Si tura Title ate $ � Approp.Adi- Journal No. (M 129 Rev. 2168) •See Instructions on Reverse Side IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Approving Plans ) and Specifications for the. Danville 86ulevard'Widening Project, D'anville'� RESOLUTION NO. 77/587 Area. ) Project No. 5301-4340-661-76 ) WHEREAS Plans and Specifications for the Danville Bou•ievard Widening Project have been filed with the Board this day by the Public Works Director; and WHEREAS the general prevailing rates of wages, which shall be the minimum rates paid on this project, have been approved by this Board; and WHEREAS a Negative Declaration pertaining to this project was posted and filed with the County Clerk on June 24, 1977 with no protests received and the Board hereby concurs in the findings that the project will not have a significant .effect on the environment and directs the Director of Planning to file a Notice of Determination with the County Clerk; and The Project has been determined to conform with the General Plan. IT IS BY THE BOARD RESOLVED that said Plans and Specifica— tions are hereby APPROVED. Bids for this work will be received on August 25, 1977 at 2:00 p.m. , and the Clerk of this Board i9 diredtMdto pub ish Notice to Contractors in the manner and for the time required by law, inviting bids for said work, said Notice to be published in THE VALLEY PIONEER PASSED AND ADOPTED by the Board on July 26, 1977 . Originator: Public Works Department Road Design Division cc: Public Works Director County Auditor-Controller RESOLUTION NO. 77/587 00037 DANVILLE BOULEVARD PROJECT N0. 5301-4340-661-76 CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT MARTINEZ# CALIFORNIA NOTICE TO CONTRACTORS NOTICE IS HEREBY GIVEN BY ORDER OF THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY* THAT THE PUBLIC WORKS DIRECTOR WILL RECEIVE BIDS UNTIL 2 O'CLOCK P•M. ON AUGUST 259 1977# FOR THE FURNISHING OF ALL LABOR• MATERIALS+ EQUIPMENT* TRANSPORTATION AND SERVICES FOR DANVILLE BOULEVARD WIDENING THE PROJECT IS LOCATED ON DANVILLE BOULEVARD• 950 FEET NORTH AND 350 FEET SOUTH OF LA GONDA WAY. THE FORK SHALL BE DONE IN ACCORDANCE WITH OFFICIAL PLANS AND SPECIFICATIONS PREPARED IN REFERENCE THERETO. BIDS ARE REQUIRED FOR THE ENTIRE WORK DESCRIBED HEREIN. ENGINEERS ESTIMATE ITEM ESTIMATED UNIT OF NO# QUANTITY MEASURE ITEM 1 LS SIGNING AND TRAFFIC CONTROL 2 1#250 CY ROADWAY EXCAVATION 3 19180 TON AGGREGATE SUBBASE (CL II) 4 1#680 TON AGGREGATE BASE (CL II) 5 1#070 TON ASPHALT CONCRETE (TYPE 8) 6 80 LF 15-IN. R.C.P• (CL III ) ( INCLUDES CONCRETE COLLARS STRUCTURE EXCA— VATION AND BACKFILL) 7 30 LF 18—IN. C.S.P• (e06411 THICK# BIT. COATED) 8 10 LF 36—IN. C.S.P. (*064' ' THICK) ( INCLUDES REMOVAL OF EXIST• D.I.) 9 190 EA TYPE 'D' PAVEMENT MARKERS 10 20 EA TYPE 'G' PAVEMENT MARKERS 00038 Microfilmed with board order Y. NOTICE TO CONTRACTORS (CONT. ) EACH PROPOSAL IS TO BE IN ACCORDANCE WITH THE PLANS AND SPECI- FICATIONS ON FILE AT THE OFFICE OF THE CLERK OF THE BOARD OF SUPER- VISORS+ ROOM 103+ COUNTY ADMINISTRATION BUILDING• 651 PINE STREET. MARTINEZ• CALIFORNIA. THE PLANS AND SPECIFICATIONS MAY BE EXAMINED AT THE OFFICE OF THE CLERK OF THE BOARD OF SUPERVISORS OR AT THE PUBLIC WORKS DEPARTMENTS 5TH FLOOR OF SAID COUNTY ADMINISTRATION BUILDING. PLANS AND SPECIFICA- TIONS (NOT INCLUDING STATE STANDARD SPECIFICATIONS OR OTHER DOCUMENTS INCLUDED BY REFERENCE) AND PROPOSAL FORMS• MAY BE OBTAINED BY PROSPEC- TIVE BIDDERS AT THE PUBLIC WORKS DEPARTMENT. 5TH FLOOR. COUNTY ADMINIS- TRATION BUILDING+ UPON PAYMENT OF A PRINTING AND SERVICE CHARGE IN THE AMOUNT OF TWO AND 66/100 DOLLARS (S2.66) (SALES TAX INCLUDED) WHICH AMOUNT SHALL NOT BE REFUNDABLE. CHECKS SHALL BE MADE PAYABLE TO 'THE COUNTY OF CONTRA COSTA' • AND SHALL BE MAILED TO PUBLIC WORKS DEPARTMENT• 5TH FLOOR. ADMINISTRATION BUILDINGS MARTINEZ+ CALIFORNIA 94553. EACH BID SHALL BE MADE ON A PROPOSAL FORM TO BE OBTAINED AT THE PUBLIC WORKS DEPARTMENT• 5TH FLOORS COUNTY ADMINISTRATION BUILDING. BIDS ARE REQUIRED FUR THE ENTIRE WORK DESCRIBED HEREIN• AND NEITHER PARTIAL NOR CONTINGENT BIDS WILL BE CONSIDERED• A PROPOSAL GUARANTY IN THE AMOUNT OF TEN (10) PERCENT OF AMOUNT BID SHALL ACCOMPANY THE PROPOSAL. THE PROPOSAL GUARANTY MAY BE IN THE FORM OF A CASHIER'S CHECK* CERTIFIED CHECK OR BIDDER'S BONDP MADE PAYABLE TO THE ORDER OF 'THE COUNTY OF CONTRA COSTA. ' THE ABOVE-MENTIONED SECURITY SHALL BE GIVEN AS A GUARANTEE THAT THE BIDDER WILL ENTER INTO A CONTRACT IF AWARDED THE WORK# AND WILL RE FORFEITED BY THE BIDDER AND RETAINED BY THE COUNTY IF THE SUCCESSFUL BIDDER REFUSES• NEGLECTS OR FAILS TO ENTER INTO SAID CONTRACT OR TU 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• CALIFORNIA9 ON OR BEFORE THE 25TH DAY OF AUGUSTS 1977• AT 2 O'CLOCK P.M. AND WILL BE OPENED IN PUBLIC AND AT THE TIME DUE+ IN THE CONFERENCE ROOM OF THE PUBLIC WORKS DEPARTMENT. 6TH FLOOR• ADMINISTRATION BLDG.. MARTINEZ, CALIFORNIA+ AND THERE READ AND RECORDED. ANY BID PROPOSALS RECEIVED AFTER THE TIME SPECIFIED IN THIS NOTICE WILL BE RETURNED UNOPENED. 00039 NOTICE TO CONTRACTORS tCONT.) ------------------ THE SUCCESSFUL BIDDER WILL BE REQUIRED TO FURNISH A LABOR AND MATERIALS BOND IN AN AMOUNT EQUAL TO FIFTY PERCENT OF THE CONTRACT PRICE AND A FAITHFUL PERFORMANCE BOND IN AN AMOUNT EQUAL TO ONE HUNDRED PERCENT OF THE CONTRACT PRICE+ SAID BONDS TO BE SECURED FROM A SURETY COMPANY AUTHORIZED TO DO BUSINESS IN THE STATE OF CALIFORNIA. BIDDERS ARE HEREBY NOTIFIED THAT PURSUANT TO SECTION 1773 OF THE LABOR CODE OF THE STATE OF CALIFORNIA9 OR LOCAL LAW APPLICABLE THERETO• THE SAID BOARD HAS ASCERTAINED THE GENERAL PREVAILING RATE OF 'PER DIEM WAGES AND RATES FOR LEGAL HOLIDAYS AND OVERTIME WORK IN THE LOCALITY IN WHICH THIS WORK IS TO BE PERFORMED FOR EACH TYPE OF WORKMAN OR MECHANIC REQUIRED TO EXECUTE THE CONTRACT WHICH WILL BE AWARDED TO THE SUCCESSFUL BIDDER. THE PREVAILING RATE OF PER DIEM WAGES IS ON FILE WITH THE CLERK OF THE BOARD OF SUPERVISORS• AND I5 INCORPORATED HEREIN BY REFERENCE THERETO• THE SAME AS IF SET FORTH IN FULL HEREIN. FOR ANY CLASSIFICATIONN NOT INCLUDED IN THE LIST+ THE MINIMUM WAGE SHALL BE THE GENERAL PREVAILING RATE FOR THE COUNTY• THE SAID BOARD RESERVES THE RIGHT TO REJECT ANY AND ALL BIDS OR ANY PORTION OF ANY BID AND/OR WAIVE ANY IRREGULARITY IN ANY 8ID RECEIVED. BY ORDER OF THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY J.R. OLSSON COUNTY CLERK AND EX-OFFICIO CLERK OF THE BOARD OF SUPERVISORS By 140" DEPUTY N.POUS DATED- JUL 2 6 1977 PUBLICATION DATES- ---------- ATES---------------------------------- 0004-0 DANVILLE BOULEVARD PROJECT NO* 5301-4340-661-76 BIDS DUE AUGUST 25. 1977 AT 2 C*CLOCK P*M* 6TH F400 R, COUNTY ADMINISTRATION BUILDING• 651 PINE STREET. MARTINEZ. CALIFORNIA 94553 TO THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY MARTINEZ. CALIFORNIA P R O P O S A L F 0 R DANVILLE BOULEVARD WIDENING NAME OF BIDDER BUSINESS ADDRESS PLACE OF RESIDENCE TO THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY - THE UNDERSIGNED* AS BIDDER. DECLARES THAT THE ONLY PERSONS OR PARTIES INTERESTED IN THIS PROPOSAL AS PRINCIPALS ARE THOSE NAMED HEREIN- THAT THIS PROPOSAL IS MADE WITHOUT COLLUSION WITH ANY OTHER PERSON+ FIRM OR CORPORATION- THAT HE HAS CAREFULLY EXAMINED THE LOCATION OF THE PRO- POSED WORK• PLANS AND SPECIFICATIONS- AND HE PROPOSES AND AGREES* IF THIS PROPOSAL IS ACCEPTED• THAT HE WILL CONTRACT WITH THE COUNTY OF CONTRA COSTA TO PROVIDE ALL NECESSARY MACHINERY* TOOLS+ APPARATUS AND OTHER MEANS OF CONSTRUCTION* AND TO DO ALL THE WORK AND FURNISH ALL THE MATERIALS SPECIFIED IN THE CONTRACTs IN THE MANNER AND TIME PRESCRIBED* AND ACCORD- ING TO THE REOUIREMENTS OF THE ENGINEER AS THEREIN SET FORTH. AND THAT HE WILL TAKE IN FULL PAYMENT THEREFOR AN AMOLNT BASED ON THE UNIT PRICES SPECIFIED HEREINBELOW FOR THE VARIOUS ITEMS OF WORK, THE TOTAL VALUE OF SAID WORK AS ESTIMATED HEREIN BEING 5 ( INSERT TOTAL) ANC THE FOLLOWING BEING THE UNIT PRICES BID. TO WIT- 00041 Microfilmed with board order PROPOSAL (CONT. ) (PRICE NOT TO EXCEED THREE (3) DECIMALS) ITEM TOTAL ITEM ESTIMATED UNIT OF PRICE(IN ( IN NO. OUANTITY MEASURE ITEM FIGURES) FIGURES) 1 M LS SIGNING AND TRAFFIC CONTROL -------------------------------- N-------- -- -------- 2 1+250 CY ROADWAY EXCAVATION ----------------------------N-aa-a-a-a------------------ aaaaM aaa 3 10180 TON AGGREGATE SUBBASE tCL II) ----a-------- ----Na--NaN-aaaaNNaaaaNaaa M---a-aaN-N aN---- N-N 4 1+680 TON AGGREGATE BASE (CL II ) 5 1*070 TON ASPHALT CONCRETE tTYPE B) 6 80 LF 15-IN. R.C.P. (CL III ) ( INCLUDES CONCRETE COLLAR• STRUCTURE EXCA- VATION AND BACKFILL) 7 30 LF 18-IN• C.S.P. ( .064' ' THICK+ BIT. COATED) ------------------ ----------------------------------- ---- -------- 8 10 LF 36-IN. C.S.P. (&064' 0 THICK) ( INCLUDES REMOVAL OF EXIST. D.I.) ---------a--- -Y-----a�---a--N-a- a----N-a-aN--a a-a Naa -N----a 9 190 EA TYPE 'D' PAVEMENT MARKERS 10 20 EA TYPE 'G' PAVEMENT MARKERS --------------------------- -- ----------- -------- -------- NOTE-PLEASE SHOW TOTAL ON PAGE P-1 TOTAL 00042 1 PROPOSAL ICO;T-? 00043 IN CASE OFA DISCREPANCY BETWEEN UNIT PRICES AND TOTALS. THE UNIT PRICES SHALL PREVAIL4 IT IS UNDERSTOOD AND AGREED THAT THE QUANTITIES OF WORK UNDER EACH ITEM ARE APPROXIMATE ONLY* BEING GIVEN FOR A BASIS OF COMPARISON OF PROPOSAL• AND THE RIGHT IS RESERVED TO THE COUNTY TO INCREASE OR DE— CREASE THE AMOUNT OF WORK UNDER ANY ITEC! AS MAY BE REQUIREVs IN ACCORD— ANCE WITH PROVISIONS SET FORTH IN THE SPECIFICATIONS FOR THIS PROJECT. IT IS FURTHER UNDERSTOOD AND AGREED THAT THE TOTAL AMOUNT OF MONEY SET FORTH FOR EACH ITEM OF WORK OR AS THE TOTAL AMOUNT BID FOR THE PROJECT• DOES NOT CONSTITUTE AN AGREEMENT TO PAY A LUMP SUM FOR THE WORK UNLESS IT SPECIFICALLY SO STATES, IT IS HEREBY AGREED THAT THE UNDERSIGNED* AS BIDDERS SHALL FURNISH A LABOR AND MATERIALS BOND IN AN AMOUNT EQUAL TO FIFTY PERCENT OF THE TOTAL AMOUNT OF THIS PROPOSAL AND A FAITHFUL PERFORMANCE BOND TO BE ONE HUNDRED PERCENT OF THE TOTAL AMOUNT OF THIS PROPOSALt TO THE COUNTY OF CONTRA COSTA AND AT NO EXPENSE TO SAID COUNTY, EXECUTED BY A RESPONS— IBLE SURETY ACCEPTABLE TO SAID COUNTY, IN THE EVENT THAT THIS PROPOSAL IS ACCEPTED BY SAID COUNTY OF CONTRA COSTA. IF THIS PROPOSAL SHALL BE ACCEPTED AND THE UNDERSIGNED SHALL FAIL TO CONTRACT AS AFORESAID AND TO GIVE THE TWO BONDS IN THE SUMS TO BE DETERMINED AS AFORESAID• WITH SURETY SATISFACTORY TO THE BOARD OF SUPERVISORS* WITHIN SEVEN (7) DAYSs NOT INCLUDING SUNDAYS+ AFTER THE BIDDER HAS RECEIVED NOTICE FROM THE BOARD OF SUPERVISORS THAT THE CON— TRACT IS READY FOR SIGNATURES THE BOARD OF SUPERVISORS MAY• AT ITS OPTION, DETERMINE THAT THE BIDDER HAS ABANDONED THE CONTRACT+ AND THEREUPON THIS PROPOSAL AND THE ACCEPTANCE THEREOF SHALL BE NULL AND VOID AND THE FORFEITURE OF SUCH SECURITY ACCOMPANYING THIS PROPOSAL SHALL OPERATE AND THE SAME SHALL BE THE PROPERTY OF THE COUNTY OF CONTRA COSTA. SUBCONTRACTS THE CONTRACTOR AGREES* BY SUBMISSION OF THIS PROPOSAL, TO CON— FORM TO THE REQUIREMENTS OF SECTION 4100 THROUGH 4113 OF THE GOVERNMENT CODE PERTAINING TO SUBCONTRACTORS+ EXCEPT AS PRCVIDED UNDER SECTION 4100.51 THE SAME AS IF INCORPORATED HEREIN. FOR ALL TRAFFIC SIGNAL AND STREET LIGHTING WORK* A COMPLETE LIST OF SUBCONTRACTORS IS REQUIRED AND THE BIDDER WILL BE EXPECTED TO PERFORM WITH HIS OWN FORCES ALL ITEMS OF WORK FOR WHICH NO SUBCONTRACTOR IS LISTED. THE FOLLOWING IS A COMPLETE LIST OF ITEMS INVOLVING TRAFFIC SIGNAL AND STREET LIGHTING WORK TO BE SUBCONTRACTED ON THIS PROJECT. IF A PORTION OF ANY ITEM OF WORK IS DONE BY A SUSCONTRACTCRt THE VALE OF THE WORK SUBCONTRACTED 'WILL BE BASED ON THE ESTIMATED COST OF SUC!- PERTION OF F THE CONTRACT ITEM.• DETERMINED FROM INFORMATION SUBMITTED BY THE CC:+— TRACTOR, SUBJECT TO APPROVAL BY THE ENGINEER. THE UNDERSIGNED, AS B!DDER, DECLARES THAT HE HAS NOT ACCEPTED ANY B I D FROM ANY SUBC014TRACTOR OP MATER I ALMAU THsCUC--i-± ANY B I D REPOS I TORY, THE BY—LAWS+ RULES OR REGULATIONS OF WHICH PROHIBIT UR PREVENT THE CO-%— TRACTOR FROM CCNSIDERING ANY BID FROM ANY SUBCONTRACTOR OR MATERIALMAN. WHICH IS NOT PROCESSED THROUGH SAID BID DEPOSITORY. OR 4HICH PREVENT AVY SUBCONTRACTOR OR t�ATERIALMAN FROM SIDDI%G TO ANY CONTRACTOR 'eHO COES NOT USE THE FACILITIES OF OR ACCEPT BIDS FROM OR THROUGH SUCH BID DEPCSITORY. • ri PROPOSAL (CONT. ) 00044 `Q 4 N0. ITEM SUBCONTRACTOR ADDRESS ACCOMPANYING THIS PROPOSAL IS A PROPOSAL GUARANTY IN THE AMOUNT OF TEN (IO) PERCENT OF AMOUNT BID (CASHIER'S CHECKS CERTIFIED CHECK OR BIDDER'S BOND ACCEPTABLE) THE NAMES OF ALL PERSONS INTERESTED IN THE FOREGOING PROPOSAL AS PRINCIPALS ARE AS FOLLOWS— IMPORTANT NOTICE IF THE BIDDER OR OTHER INTERESTED PERSON IS A CORPORATIONP STATE LEGAL NAME OF CORPORATION+ ALSO NAMES OF PRESIDENT. SECRETARY. TREASURER• AND MANAGER THEREOF. IF A COPARTNERSHIP• STATE TRUE :NAME OF FIRM,. IF BIDDER OR OTHER INTERESTED PERSON IS AN INDIVIDUAL* STATE FIRST AND LAST NAME IN FULL. LICENSED TO DO OR SUBCONTRACT ALL CLASSES OF WORK INVOLVED IN THE PROJECT• IN ACCORDANCE WITH AN ACT PROVIDING FOR THE REGISTRA— TION OF CONTRACTORS• LICENSE NO* (CLASS— )o --------------------------------- ------------------------------ ---------------------------------- (SIGNATURE OF BIDDER) BUSINESS ADDRESS PLACE OF RESIDENCE DATE 1S „ 5 Danville Boulevard Widening Pro!. No. 5301-4340-661-76 For Pre-bid Information; Contact Road Design Division Phone (415) 372-2131 SPEC IAL;'PROVISIONS FOR CONSTRUCTION ON COUNTY HIGHWAY. .` JUL -2G 1977 J. I.OusoN CLe OF SUPWiSOJIS COSTA Co. DANVILLE-.BOULEVARD WIDENING' e y COUNTY, ROAD NO .'$301A # �k �F VERNON L:- CLINE, PUBLIC' WORKS- DIRECTOR' S CONTRA COSTACOUNTY,: PUBLIC WORKS bEPARTMENT MARTINEZ, CALIFORNIA JULY 26-, '1977 Miaoftned with boardoidec_ 00045 DANVILLE BOULEVARD WIDENING Proj. No. 5301-4340-661-76 N D E X SECTION A - DESCRIPTION OF PROJECT PAGE 1 . Location A-1 2. Description of Work A-1 3. Contract Documents A-1 4. Beginning of Work, Time of Completion 6' Liquidated Damages 5. Permits A-2 6. Additional Liability Insurance Requirements A-2 7. Hold Harmless and Indemnification A-2 SECTION B - GENERAL PROVISIONS 1 . Definitions and Terms B-1 2. General B-1 3. Proposal (Bid) Requirements & 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 S Responsibility B-4 9. Prosecution S Progress B-7 10. Measurement b Payment B-8 SECTION C - FORCE ACCOUNT AND EQUIPMENT RENTAL 1 . Definition C-1 2. Labor C-1 3. Equipment Rental C-1 SECTION 0 - CONSTRUCTION DETAILS 1 . Order of Work D-1 2. Lines and Grades D-1 3. Materials D-2 4. Public Convenience, Public Safety B Signing I D-2 5. Cooperation D.-4 6. Obstructions D-4 7. Dust Control D-5 8. Clearing 6 Grubbing D-5 9. Watering D-5 - 10. Earthwork D-6 11 . Clean-up D-6 12. Aggregate Subbase D-7 13. Aggregate Base 0-7 U()AA I N D E X SECTION D - CONSTRUCTION. DETAILS (Cont.) PAGE _ w� D8 14. Asphalt Concrete , �� "�" D 9f, 15• Reinforced Concrete Pipe 16. Corrugated `Steel Pipe 17, ' Pavement Markers Y� D i0 Habyys 'T s^',}i4`t'J t ATTACHMENTS h r � # cc 3040 3050 } x z ' ro r F ``5 a +. X f � - * x� n �`•4' h 1a.a rte. "i, r x " .-� }: ;>s F'r,.s...a 14 s 1+,•m„a�, ,W' '+C'�m& r-firs-,.r"�°0." t �°' tYF'v, r+,yPr ku �'�, t� $ u, sY r 20�,12� ,J- ,� +� IS CAV i s ' Y y = i , " #y r 4 SECTION A - DESCRIPTION OF PROJECT 1 . LOCATION The project is located on Danvilie Boulevard along the frontage of San Ramon Nigh School extending 950' north and 350' south of the La Gonda Way intersection. 2. DESCRIPTION OF WORK The work consists of the construction of pavement, the installation .of pipe culverts; and the overlay of shoulder area, 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, "DANVILLE BOULEVARD WIDENING," the Standard Specifications of the State of California, Business and Transportation Agency, Department of Transportation, dated January, 1975, insofar as the same may apply, these special provisions, the Notice to Contractors, the Proposal , the Contract, the two contract bonds required herein, any supplemental agreements amending or extending the work, work%ng drawings or sketches clarifying or enlarging upon the work specified herein, and to pertinent portions of other documents Included by reference thereto in these special provisions. 4. BEGINNING OF WORK, TIME OF COMPLETION E LIQUIDATED DAMAGES Attention is directed to the provisions in Section 8-1 .03, "Beginning of 'cork," Section 8-1 .05, "Time of Completion," and Section 8-1 .07, "Liquidated Damages," of the Standard Specifi- cations and these special provisions. The Contractor shall commence work upon receipt of directions to proceed as stated in the "Notice to Proceed" issued by the Public Works Department and shall complete the work within the allotted time of: 25 '4ORKING DAYS countin_ fron ani including the day stated as the starting date in the "Notice to Proceed." 00148 A - l 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 Norks Director (Road ; Commissioner-Surveyor; ex officio Chief Engineer), or his authorized agent acting ` within the scope of his authority, who is the Agency's representative for administra- tion of this contract. d. STANDARD SPECIFICATIONS (S.S.) :jeans the Standard Specifications of the State of California, usiness 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 PREVAILING RAGE RATES means the latest edition of the Equipment Rental Rates and General Prevailing Uage Rates of the State of California, Business and Transportation Agency, Department of Transportation, adopted annually by the Board of Supervisors of Contra Costa County, and on file in the office of the Clerk of the Board of Supervisors. f. OTHER PERTINENT DEFINITIONS - Sae S.S. Section 1. 2. GENERAL a. State Contract Act. Unless otherwise specified in Section A of these special provisions, orelsewhere by special order, the provisions of the State Contract Act (Government Code Section 14250 et seq.)-shall not apply to this contract, and reference thereto in S.S. Sec. 1-1.40 is hereby waived. b. Standard Specifications. The Standard Specifications (S.S.) referred to above are by reference fully incorporated herein, except to the extent that they _ are modified herein. 3. PROPOSAL (BID) REQUIREMENTS AND CONDITIMS The provisions of S.S. Sec. 2 shall apply, except as modified herein. a. Examination of Plans, Specifications, Contract and Site of Mork S.S. 2-1.03 00049 S - 1 SECTION 6 - GENERAL PROVISIONS 7. CONTROL OF MATERIALS (S.S. 6) The provisions of S.S. Sec. 6 shall apply. 8. LEGAL RELATIONS AND RESPONSIBILITY (S.S. 7)' The provisions or 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, r shall, at no expense to the Agency, obtain and maintain in force the following insurance: (a) With respect to the Contractor's operations: The Contractor shall provide a policy or policies of comprehensive liability insurance, including coverage for owned and non-owned automobiles, naming the County and its officers and employees as additional insureds, with a minimum com- bined single limit coverage of $500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. (b) With respect to Subcontractors' operations, Contractor shall procure or cause to be procured in their own behalf: A policy or policies of comprehensive liability insurance, including coverage for owned and non-owned automobiles, naming the County and its officers and employees as additional insureds, with a minimum combined single limit coverage of, $500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. (c) Without limitation as to generality of the foregoing subdivisions (a) and (b), a policy or policies of Public Liability and Property Damage Insurance in an amount not less than 5500,000, insuring the contractual liability. of Contractor under the provisions of this Section as hereinafter stated. THE POLICY OR POLICIES, OR RIDER ATTACHED THERETO, SHALL NAME THE SPECIFIC AGENCY AS A NAMED INSURED. (2) Form, Term, Certificates (a) The insurance hereinabove specified shall be in form and placed with an insurance company or companies satisfactory to the County, and shall be kept in full force and effect until completion to the satisfaction of and acceptance by Agency of all work to be performed by Contractor under the agreement. (b) The Contractor shall furnish, or cause to be furnished, to the Agency certificate(s) of insurance or certified copies of the policies of insurance hereinbefore specified. Said certificate(s) shall provide for notice of cancellation to the Agency at least thirty (30) days prior to cancellation of the policy. Oon52 r, - 4 S +4 t SECTION A - DESCRIPTION OF PROJECT 1 . LOCATION The project is located on Danville Boulevard along the frontage of San Ramon High School extending 950' north and 350' south of the La Gonda Way intersection. 2. DESCRIPTION OF WORK The work consists of the construction of pavement, the installation .of pipe culverts; and the overlay of shoulder area, and such other items or details, not mentioned above, that are required by the Plans, Standard Specifications, or these special provi•slons to be performed, placed, constructed or installed. 3• CONTRACT DOCUMENTS The work embraced herein shall conform to the Plans entitled, "DANVILLE BOULEVARD WIDENING," the Standard Specifications of the State of California, Business and Transportation Agency, Department of Transportation, dated January, 1975, insofar as the same may apply, these special provisions, the Notice to Contractors, the Proposal , the Contract, the two contract bonds required herein, any supplemental agreements amending or extending the work, working drawings or sketches clarifying or enlarging upon the work specified herein, and to pertinent portions of other documents included by reference thereto In these special provisions. 4. BEGINNING OF WORK, TIME OF COMPLETION E LIQUIDATED DAMAGES Attention is directed to the provisions in Section 8-1 .03, "Beginning of Work," Section 8-1 .05, "Time of Completion," and Section 8-1 .07, "Liquidated Damages," of the Standard Specifi- cations and these speciol provisions. The Contractor shall commence work upon receipt of directions to proceed as stated in the "Notice to Proceed" issued by the Public Works Department and shall complete the work within the allotted time of: 25 '40RK13G DAYS countine from and including the day stated as the starting date in the "4otice to Proceed." i 001148 • A - k. BEGINNING OF WORK, TIME OF COMPLETION 6 LIQUIDATED DAMAGES (Cont.) The Contractor shall pay to the County of Contra Costa the sum of $75.00 per day for each and every CALENDAR DAY of delay in finishing the work in excess of the number of working days prescribed above, and the authorized extension thereof. 5. PERMITS Grading - The Contractor shall comply with the appli- cable 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. Flood Control- The Contractor_shaa_1 comply with the applicable provisions of the County Ordinance (Division 1010-Title 10) in the process of doing any work involving existing storm drain facilities, creek beds, channels, drainage ways, and water courses. Full compensation for conforming to Permit requirements shall ba considered as included in the price paid for the items in which the permit is required. 6. ADDITIONAL LIABILITY INSURANCE REQUIREMENTS The Contractor shall name the San Ramon Valley Unif.fed School District as an additional insured on the insurance certificates required -by Section B-8 of these Special Provisions. 7. HOLD HARMLESS AND INDEMNIFICATION The Contractor shall hold harmless and -indemnify the San Ramon Valley- Unified School District in addition, to Contra Costa County in the manner described in Section 7-1-.12 of the Standard Specifications. Y { A - 2 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 florks Director (Road ; Commissioner-Surveyor; ex officio Chief Engineer), or his authorized agent acting ` within the scope of his authority, who is the Agency's representative for administra- tion of this contract. d. STANDARD SPECIFICATIONS (S.S.) means the Standard Specifications of the State of California, usiness 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 PREVAILING NAGE RATES means the latest edition of the Equipment Rental Rates and General Prevailing 11age Rates of the State of California, Business and Transportation Agency, Department of Transportation, adopted annually by the Board of Supervisors of Contra Costa County, and on file in the office of the Clerk of the Board of Supervisors. f. OTHER PERTINENT DEFINITIONS - See S.S. Section 1. 2. GENERAL a. State Contract Acta Unless otherwise specified in Section A of these special provisions, or elsewhere by special order, the provisions of the State Contract Act (Government Code Section 14250 et seq.);shall not apply to this contract, and reference thereto in S.S. Sec. 1-1.40 is hereby waived. b. Standard Specifications. The Standard Specifications (S.S.) referred to above are by reference fully incorporated herein, except to the extent that they are modified herein. 3. PROPOSAL (BID) REQUIREMENTS AND CONDITIONS The provisions of S.S. Sec. 2 shall apply, except as modified herein. a. Examination of Plans, Specifications, Contract and Site of 'Mork S.S. 2-1.03 00049 g - 1 SECTION B - GENERAL PROVISIONS 3. PROPOSAL (BID) REi11lIREttEl7TS AND CONDITIOtiS (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 (Bidi Forms (S.S. 2-1.05) (1) The provisions of S.S. Sec. 2-1.05 concerning the pre- qualification of bidders as a condition to the furnishing of a proposal form by the Department shall not apply, (2) All proposals (bids) shall be made on forms to be obtained from the office of the Public Works Director, at the address indicated on the Special Provisions; no others will be accepted. (3) The requirements of the second paragraph in S.S. Sec. 2-1.05 are superseded by the following: All proposals (bids) shall set forth for each-item of work, in clearly legible figures, an item price and a total for the item in the respec- tive spaces provided, and shall be signed by the bidder, who shall fill out all blanks in the proposal (bid) form as therein required. (4) The requirements of the last two paragraphs-of. S.S.- Sec. 2-1.05 shall not apply, c. Proposal (Bid) Guaranty (S.S. 2-1.07) The requirements of S.S. Sec. 2-1.07 are superseded by the follow- ing: (1) All proposals (bids) shall be presented under sealed cover. (2) Each proposal (bid) must be accompanied by a Proposal Guar- anty in an amount equal to at least 10 percent of the amount bid. Guaranty may be in the form of cash, certified check, cashier's check, or bidder's bond payable to the specific Agency. d. Competency of Bidders (S.S. 2-1.11) The requirements of S.S. Sec. 2-1.11 shall not apply. Attention is directed to S.S. Sec. 7-1.O1E and the requirements of law referred to therein relating to the licensing of Contractors. All bidders must be Contractors holding a valid license to perform the required work as provided by the Business and Professions Code, and may be required to submit evidence to the Agency as to their ability, financial respon- sibility, and experience, in order to be eligible for consideration of their proposal. 00050 8 - 2 SECTION B - GENERAL PROVISIONS 4. AWARD AND EXECUTION OF THE CONTRACT (S.S. 3) The provisions of S.S. Sec. 3 shall apply, except as modified herein. a. Award of Contract (S.S. 3-1.01) As used in S.S. Sec. 3-1.01 "Director of Public Works" means the Board of Supervisors. b. Contract Bonds (S.S. 3-1.02) The successful bidder shall furnish a. Faithful Performance Bond in the amount of the total bid and a Labor and 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 !forks Department, at the address indicated on the Special Provisions. 5. SCOPE OF WORK (S.S. 4} The provisions of S.S. Sec. 4 shall apply, except as modified herein. In lieu of the provisions in the third paragraph in Section 4-1.036, "Increased or Decreased Quantities," of the Standard Specifications, the following shall apply: If the total -pay quantity of any major item of work required under the contract varies from the quantity shown on the Proposal by more than 25 percent, in the absence of an executed contract change order specifying the compensation to be paid, the compensation payable to the Contractor will,be determined. in accordance with Sections 4-1.038(1), 4-1.036(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. b. CONTROL OF YORK (S.S. 5) The provisions of S.S. Sec. 5 shall apply. 000151 $ - 3 SECTION B - GENERAL PROVISIONS 7. CONTROL OF MATERIALS (S.S, 6) The provisions of S.S. Sec. 6 shall apply. 8. LEGAL RELATIONS AND RESPONSIBILITY (S.S. 7) The provisions of S.S. Sec. 7, except as modified by the agreement (Contract) or these special provisions, apply to this project. a. Insurance (1) The Contractor, before performing any work under the agreement, shall, at no expense to the Agency, obtain and maintain in force the following insurance: (a) :lith respect to the Contractor's operations: The Contractor shall provide-a policy or policies of comprehensive liability insurance, including coverage for owned and non-owned automobiles, naming the County and its officers and employees as additional insureds, with a minimum com- bined single limit coverage of $500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. (b) With respect to Subcontractors' operations, Contractor shall procure or cause to be procured in their own behalf: A policy or policies of comprehensive liability insurance, including coverage for owned and non-owned automobiles, naming the County and its officers and employees as additional insureds, with a minimum combined single limit coverage of, $500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. (c) Without limitation as to generality of the foregoing subdivisions (a) and (b), a policy or policies of Public Liability and Property Damage Insurance in an amount not less than $500,000, insuring the contractual liability of Contractor under the provisions of this Section as hereinafter stated. THE POLICY OR POLICIES, OR RIDER ATTACHED THERETO, SHALL NAME THE SPECIFIC AGENCY AS A NAMED INSURED. (Z) Form, Term, Certificates (a) The insurance hereinabove specified shall be in form and placed with an insurance company or companies satisfactory to the County, and shall be kept in full force and effect until completion to the satisfaction of and acceptance by Agency of all work to be performed by Contractor under the agreement. (b) The Contractor shall furnish, or cause to be furnished, to the Agency certificate(s) of insurance or certified copies of the policies of insurance hereinbefore specified. Said certificate(s) shall provide for notice of cancellation to the Agency at least thirty (30) days prior to cancellation.of the policy. 00n52 r, _ 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, trees or shrubbery within or.adjacent to the construction area that are not to be removed. The last two sentences of paragraph 2 of Section 7-1.11 of the Standard Specifications are superseded by the following: If the Contractor fails to make the necessary repairs to damaged drainage or highway facilities in the vicinity of the construction area or to other damaged facilities or property within the rights-of-way or easements shown on the plans, the Engineer may make or cause to be made such repairs as are necessary to restore the damaged facilities or property to a condition as good as when the Contractor entered on the work. The cost of such repairs shall be borne by the Con- tractor and may be deducted from any monies due or to become due the Contractor under the Contract. d. Rights--of-uay and Easements The rights-of-way, easements, rights-of-entry, rill pern.its and other permits acquired by or on behalf of the Agency are, as far as can be determined, adequate for the performance of the work under this contract. Any additional rights- of-play, easements, or permits which the Contractor determines are necessary or conven- ient for the performance of the work shall be obtained by the Contractor at his expense. O(��3 SECTION 8 - GENERAL PROVISIONS 8. 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 Wave or Earthquake Subparagraphs A, C, E and F of Section 7-1.165, "Damage by Storm, Flood, Tidal Wave or Earthquake," of the Standard Specifications are amended to read: 1. Occurrence--"Occurrence" shall include tidal waves, earthquakes in excess of a magnitude of 3.5 on the Richter Scale, and storms and floods as to which the Governor has proclaimed a state of emergency when the damaged work is located within the territorial limits to which such proclamation is applicable or, which were, in the opinion of the Engineer, of a magnitude at the site of the work sufficient to have caused such a proclamation had they occurred in a populated area or in an area in which such a proclamation was not already in effect. 2. Protecting the Work from Damage--Nothing in this section shall be construed to relieve the Contractor of his responsibility to protect the work from damage. The Contractor shall bear the entire cost of repairing damage to the work caused by the occurrence which the Engineer determines was due to the failure of the Contractor to comply with the requirements of the Plans and Specifications, take reasonable and adequate measures to protect the work or exercise sound engineering and construction practices in the conduct of the work, and such repair costs shall be excluded from consider- ation under the provisions of this section. 3. Determination of Costs--Unless otherwise agreed between the Engineer and the Contractor, the cost of the work performed pursuant to this Section 7-1.165 will be determined in accordance with the provisions in Section 9- 1.03, "Force Account Payment," except that there shall be no rrarkup allow- ance pursuant to Section 9-1.03A, "Work Performed by Contractor," unless the occurrence that caused the damage was a tidal wave or earthquake. The cost of emergency work, which the Engineer determines would have been part of the repair work if it had not previously been performed, will be determined in the same manner as the authorized repair work. The cost of repairing damaged work which was not in compliance with the requirements of the plans and specifications shall be borne solely by the Contractor, and such costs shall not be considered in determining the cost of repair under this Subsection E. 00054 8 - 6 SECTION 8 - GENERAL PROVISIONS 8. LEGAL RELATIONS AND RESPONSIBILITY (S.S. 7) (Cont.) 4. Payment for Repair Work--When the occurrence that caused the damage was a tidal wave or earthquake, the County will pay the cost of repair, deter- mined as provided in Subsection E, that exceeds 5 percent of the amount of the Contractor's bid for bid comparison purposes. When the occurrence that caused the damage was a storm or flood, the County wi19 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 $2,000,000, the County will pay 90 percent of the cost of repair that exceeds $100,000. 9. PROSECUTION AND PROGRESS The provisions of S.S. Sec. 8 shall apply, except as modified herein. a. Subcontracting (S.S. 8-1.01) The items of work in the Engineer's Estimate preceded by the letters (S) or (S-F) are designated as "Specialty Items." b. Assignment (S.S. 8-1.02) Neither the contract, nor any monies due or to become due ender the contract, may be assigned by the Contractor without the prior consent and approval o: 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 date in the "Notice to Proceed." The Contractor shall not start work prior to the date stated in the "Notice to Proceed" unless a change to an earlier date is authorized in writing by the Engineer. d. Progress Schedule (S.S. 8-1.04) The Contractor shall submit to the Engineer a practicable progress schedule before starting any work on the project and, if requested by the Engineer, supplementary progress schedules shall be submitted within five (5) working days of the Engineer's written request. ,. 00055 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 Hay, July 4, 1st Monday in September, September 9, 2nd Monday in October, November 11, 4th Thursday in November, December 25, and any other day established as a general legal holiday by proclamation of the Governor of California or the President of the United States. If any of the foregoing holidays falls on a Sunday, the following Monday shall be considered to be a holiday. 10. MEASUREMENT AND PAYMENT (S.S. 9) The provisions of S.S. Sec. 9 shall apply, except as modified herein. a. Determination of Rights (S.S. 9-1.045) The provisions of S.S. Sec. 9-1:045 shall not apply. b. Partial Payments (S.S. 9-1.06) In lieu of conflicting provisions of the third paragraph of S.S. Sec. 9-1.06 and the fourth paragraph of S.S. Sec. 11-1.02, the Agency will withhold 10 percent from any estimated amount due the Contractor. c. Payment of Withheld Funds (S.S. 9-1.065) The provisions of S.S. Sec. 9-1.065 shall not apply. d. Final Payment (S.S. Sec. 9-1.07) (1) Upon satisfactory completion of the entire work, the Engineer shall recommend the acceptance of the work to the Board of Supervisors. If the Board accepts the completed work, it shall cause a Notice of Completion to be recorded with the County Recorder, (2) Thirty-five (35) days after the filing of the Notice of Completion, the Contractor shall be entitled to the balance due for the completion and acceptance of the work, if he certifies by a sworn written statement that all claims for labor and materials have been paid, and that no claims have been filed with the Agency based upon acts or omissions of the Contractor, and that no liens or withhold notices have been filed against said work or the property on which the work was done. Payment of the balance due will be made on the day following the regular day for payment of County bills by the County Auditor. B - 8 SECTION 8 - GENERAL PROVISIONS 10. t1EASUREMENT AND PAYMENT (S.S. 9) (Cont.)-, e. Adjustment of Overhead Costs IS Sec m -The-provisions of S S. Sec 9=1.08 shall not apply a .J . , .. . _ f. All prior partial 'estimates a J ' paymentsaynts shall be subject, � , to correction in the final estimate and payment. '::`M �^ �' � �.�'.r,, N r'�.`��" �a �k�•a��,a ' '`� ""s d�».t��ry.�C`�, '���w #.,y � Y . r "'rs'.3 'a- l�Il — -,' trwv'•n"Al- ,^ �+ ,. (S' bR TS'`^'2➢€^C.�'S-"'$,.F' r 7` ep }, rt. . ]S G:P J r «'" Jw Nt.. "tar .nf+5'�X�.a�°'� ..rr.: :'4. ♦� es..`r"s, ,,. #`:�5' a ?*. ✓ ,.��. 3...�R z c`�ts a"+zy �k` a`v +i t y'y�Y`� �?"� ✓ ;a,�{., �,v� r' �L- {41, ,*�. ,r �"t yl m .� '�u,,," •tea 4 tzF'r Q el � �* 2 �� �r��WA 71 � a rr k ` RM R 'M �m� � ri".. N` �r ..s° ''L'`�-i'"5 3� ` .i�'p.�s,+'01 � 16� % ir5j vq U! 99t �y { n� R,4 `c * .gay 5,,� • � � p�'�`4"#s G _-` '��s: � 14 r"��`"��i���=�� ��'« 3 x ';' � a �� �� �; s"-•a ��a s. .,i kc'i�� � i-§� T � rr jb4 r " '_' �x.. 'Y r ae '+: •r d+a.� +,Sr eb'y 4' f4't.y, � i4"`�'�s�s z'��•F t+t ��' 'r'� r BV 0ievssec 5/16/71z) SECTION C - FORCE ACCODUT AND EQUIPMENT RENTAL (S.S. 9-1.03) The provisions of S.S. Sec. 9-1.03 shall apply, except as modified herein. 1. DEFINITION. As used here, "force account" means the method 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. 11hen extra work is to be paid for on a force account basis, compensation will be determined in accordance with the provisions of S.S. Sec. 9-1.03 as modified herein. 2. LABOR. a. The actual wages to be paid, as defined in S.S. Sec. 9-1.03A(la), will be considered to be the prevailing rates in effect at the time the labor is performed, and no revision of payment for labor already performed will be made for any retro- active increases or decreases in such rates. b. Premium wave 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 9-1.03A(lb), "Labor Surcharge," of the Standard Specifications is amended to read: To the actual wages, as defined in Section 9-1.03A(la), will be added a labor surcharge set forth in the Department of Transportation publication entitled Equipment Rental Rates and General Prevailing Wage Rates, which is in effect on the date upon which the work is accomplished and which is a part of the contract. Said labor surcharge.shall constitute full compensation for all payments imposed by State and Federal laws and for all other payments made to, or on behalf of, the workmen, other than actual wages as defined in Section 9-1.0.3A(la) and subsistence and travel allowance as specified in Section 9-1.O.3A(lc). 3. EQUIPIVIT RENTAL. The provisions of S.S. Sec. 9-1.03A(3) shall- apply,. except as modified herein. a. No payment will be :wade for idle time due to breakdown, lack of operator, weather conditions prohibiting work, or other circumstances beyond the control of the Agency. b. Equipment shall be delivered to the extra work site equipped as ordered. c. Idle time waiting for the arrival of transporting equipment to move the rented equipment will not be paid for. 0 JS C - 1 SECTION D - CONSTRUCTION DETAILS 1 . ORDER OF WORK Order of work shall conform to the provision in Section 5-1 .05 of the Standard Specifications and these special provisions. a. The existing Love Lane shall not be closed to traffic until traffic is allowed over the relocated road which will be under construction by School District forces. b. No permanent work is to be done on the new Love Lane which would conflict with the rough grading and drainage construction by School District forces. C. The final lift of Asphalt Concrete surfacing shall not be placed until all curb is constructed by School District forces. 2. LINES AND GRADES Lines and grades shall conform to the provisions in Section 5-1 .07, "Lines and Grades," of the Standard Specifications and these special provisions. One complete set of stakes for each of the following items will be set by the Engineer after notification by the Con- tractor as specified in Section 5-1 .07: a. Right of way and clearing. b. One set of final alignment and grade control stakes for use by the Contractor, to control the basement material and subbase, base and surfacing. No additional stakes or marks for alignment or grade control will be set by the Engineer. The Contractor shall provide such separate grade con- trols for the basement material and the subbase, base and surfacing as are necessary' to secure conformance with the plans and final stakes. C. Pipe culverts. 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. a OU(159 D - 1 2. LINES AND GRADES (cont `d) 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. MATERIALS Certificates of compliance will be required for reinforced concrete pipe and corrugated steel pipe, pavement markers, and epoxy. The asphalt concrete mix design shall be designated by the Contractor subject to the approval of the Engineer. The Contractor shall provide the Engineer a minimum mix design review period of four working days for a design from an "Approved" commercial plant and five continuous working days for a design from a "non-approved" commercial plant. For "non-approved" plants the Contractor shall be responsible for obtaining the necessary aggregFte samples. Refer to Section "Asphalt Concrete" of these Special Provisions. The Contractor shall give the Engineer not less than four (4) working days advance notice to permit adequate testing and plant inspections of materials for asphalt concrete and aggregate base 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, or Test Method No. CCC 216. The field density may be determined by Test Method No. Calif. 216 or by nuclear density gage determination (Test Method No. Calif. 231 .) 4. PUBLIC CONVENIENCE, PUBLIC SAFETY AND SIGNING 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. '. 00060 D - 2 4. PUBLIC CONVENIENCE. PUBLIC SAFETY AND SIGNING (Cont.) Construction operations shall be performed in such a manner that there will be at least two 12-foot wide traffic lanes open to public traffic at all times. At the end of the day's work ME ' and when construction operations are not in progress, a passageway shall be maintained through the work of sufficient width to provide for two 12-foot wide paved traffic lanes for public traffic. In lieu of the conflicting provisions in Section 7-1 .08, "Public Convenience," and 7-1 .09, "Public Safety," of the Standard Specifications, the Contractor shall bear the entire cost of furnish- ing, (except those signs shown on the plans to be County-furnished) installing, maintaining and removing all signs (including County- furnished signs) , lights, flares, barricades and .other warning and safety devices. Signs shown on the plans to be furnished by the County, together with 4" x 4" wood posts, galvanized carriage bolts and brackets for assembly shall be picked up by the Contractor at the County Maintenance Yard Sign Shop on Shell, Avenue between Marina Vista and Pacheco Boulevard in Martinez. The Contractor shall notify the Engineer at least one (1) working day in advance of the time he proposes to pick up the signs, posts and fasteners and said time shall be during the County yard working hours of 7:30 a.m. to 4:00 p.m. Signs shall be erected and covered with burlap prior to commencing any other work on the contract. Covering shall be removed immediately preceding the start of work when directed by the Engineer. Wood posts shall be securely set a minimum of 2' - 6" in the ground and shall be located so that the attached sign is at least two feet clear of the edge of pavement. Signs shall be placed on the post to provide a five-foot clearance between the sign and the pavement or ground surface, except that when signs are located in sidewalk areas, or where there are pedestrians, the clearance shall be seven feet. Exceptions to the location provisions of this paragrpah 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-f urn Ished 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. Full compensation for conforming to the provisions in Section 7 of the Standard Specifications and these special pro- visions, including fuii compensation for furnishing all labor, including flagmen, materials, tools, equipment, and incidentals, and for installing, maintaining and removing all signs, lights and barricades as shown on the plans, as specified herein, andas D - 3 00 61 5I 4. PUBLIC CONVENIENCE, PUBLIC SAFETY AND SIGNING (Cont.) . directed by the Engineer, including picking up, hauling and returning County-furnished signs, and posts, shall be considered as included in the contract lump sum price paid for Signing and Traffic Control , and no additional compensation will be allowed therefor. The replacement cost of all County-furnished material lost or damaged between the time it is removed from and returned to the Shell Avenue Maintenance 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: Initial Increment - 50 percent of the lump sum price upon satisfactory completion of installation of signs. Final Increment - Balance of the lump sum price upon satisfactory completion of removal and dismantling of signs, lights, barricades, posts and framing and delivery of County-furnished materials to the Shell Avenue Maintenance Yard Sign Shop. 5. COOPERATION The following work by other forces will be under way within and adjacent to the limits of the work specified, as follows: the relocation of utilities and street lights, necessary utility cover adjustments, construction of curb, gutter and a drainage inlet on Danville Boulevard and rough grading and drainage culvert for the new Love Lane alignment. All of this activity is in conjunction with improvement work by the San Ramon Valley . Unified School District. In lieu of the compensation provisions in Section-7, "Legal Relations and Responsibility," and Section 8, "Prosecution and Progress," of the Standard Specifications, full compensation for conforming to the requirements of this special provision shall be considered included in the prices paid for the various contract items of work, and no separate payment will be made for delay or Inconvenience to the Contractor's operations by reason of his con- formance with this special provision. 6. OBSTRUCTIONS Attention is directed to the presence of water, sewer gas pipe lines, underground electric, telephone and ,cable vision lines and overhead utilities in the construction area. F D 4 00062 - 6. OBSTRUCTIONS (Cont.) The Contractor shall give the utility companies two (2) vbAking days advance notice before work may start. Notification of several utility companies may be accomplished by calling Under- ground Service Alert (USA) toll free number 800-642-0123. The work specified shall be so conducted as to permit the utility companies, the water district and the sewer district to maintain their services without interruption. Abandoned pipe lines, conduits, culverts and founda- tions, 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, shall be considered as included in the prices paid for the various contract items of work, and no separate payment will be made therefor. 7. DUST CONTROL Attention is directed to Section 10, "Dust Control ," of the Standard Specifications. 8. CLEARING AND GRUBBING Clearing and grubbing shall conform to the provisions In Section 16, "Clearing and Grubbing," of the Standard Specifications. . Full Compensation for clearing and grubbing including removing and disposing of concrete 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. WATERING Due to the current water shortage the contractor is advised that water conservation practices will be required by the water agency issuing a meter. Full compensation for developing water supply and applying water, including water used to control dust resulting from contractor's performance of the work and for the purpose of controlling dust caused by public traffic:, shall be considered as included in the prices paid for the various contract items of work involving the use of water, and so separate payment will be made therefor. D - 5 00063 10. EARTHWORK In the roadway area, structure backfill shall be 3/4-inch Class 2 aggregate base. At the option of the Contractor, structure backfill may be 3-sack portland cement concrete from the trench invert to the pipe springline and Class 2 aggregate base from the springline to the surface of the adjacent base. Outside the roadway area, native material shall be used for structural backfill only in accordance with Section 19-3.06, "Structure Backfill ," of the Standard Specifications.. In lieu of the relative compaction req!iirements in Section 19-5.03, relative compaction shall not be less than 90 percent. The requirements of paragraph two of Section 19-5.03 do not apply. It is anticipated that there will be an excess of 1 ,250 CY excavated material which shall be disposed of by the Contractor off the job site, in accordance with the provisions in Section 7-1 . 13, "Disposal of Material Outside the Highway Right of Way," of the Standard Specifications. The Contractor and his Engineer shall retain the responsi- bility for the correctness and adequacy of the design and the implemen- tation of the !'Trench Excavation Safety Plaits," (SS Section 5-1 .02A) during the course of the construction work. The review of the plan by the County Public Works Depac -ment will not relieve the Contra- ctor and his Engineer of the above responsibility. Full compensation for preparing the plan, constructing the planned shoring or protection and removing the planned shoring or protection shall be considered as included in the contract price paid per linear foot of the respective pipe and no additional com- pensation will be allowed therefor. 11 . CLEAN-UP All construction debris, materials, and equipment in the area of construction and any adjacent areas used by the Contractor, shall be removed and disposed of outside of the con- struction area in accordance with the provisions in Section 7-1 . 13, "Disposal of Material Outside the Highway Right of Way," of the Standard Specifications and these special provisions. Full compensation for clean-up shall be considered as included in the prices paid for the various contract items of work requiring clean-up, and no separate payment will be made therefor. D - 6 00064 I 12. AGGREGATE SUBBASE Aggregate subbase shall conform to the provisions in Section 25 of the Standard Specifications for either Class I or Class 2 aggregate subbase at the Contractor's option. The aggregate subbase provided must comply wholly with the specifica- tions for Class 1 or Class 2 aggregate subbase. A combination, of the two separate specifications will not be accepted. 13. 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 specifica- tions for 1-1/2 Inch maximum or 3/4 inch maximum. A combination of the two separate specifications will not be permitted. The provisions in the second paragraph in Section 26-1 .06, "Measurement," of the Standard Specifications are super- seded by the following: The weight of material to be paid for will- be determined by deducting from the material delivered to the work, the weight of water in the material , at the time of . weighing, as determined by Test Method No. Calif. 226, in excess of 9 percent of the dry weight of the material . The weight of water deducted will not be paid for. Full compensation for furnishing and applying all water after the material has been delivered to the roadbed and shoulder area, including water required for dust control , shall be considered as included in the contract price paid per ton for aggregate base, and no separate payment will be made therefor. The provisions in Section 26-1 .04, "Spreading," of the Standard Specifications, is superseded by the following: The use of a spreader box for spreading Class 2 aggregate base will not be required. Class 2 aggregate base shall be spread with equipment, to be approved by the Engineer, that will provide a uniform layer conforming to the planned section, both transversely and longitudinally, within the tolerance specified in Section 26-1 .05, "Compacting." Equipment or methods which cause segregation of the material will not be permitted. D - 7 0011 j 14. 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 percent 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 shall be liquid asphalt, Type SC-70 Paint binder shall be asphaltic emulsion, Type RSI . In areas of conform paving, the asphalt concrete surface course shall be spread in two layers each of 0.20-foot thickness. Prior to placing the surface course, the finished surface of the previous layer shall not vary at any point more than 0.05-foot above or below the grade established by the Engineer. All trimming of the surface shall be. complete while the temperature of the mix is above 200°F. Conform between existing pavement and the ends of the newly constructed overlay pavement shall be made by tapering the new pavement in accordance with the plans or as directed by the engineer. An asphalt concrete leveling course shall be placed to smooth out pavement irregularities in the vicinity of La Gonda Way intersection. The exact limits will be determined in the field by the engineer. The Contractor shall not perform paving operations when the weather is rainy or foggy. It shall be the Contractor's responsibility, based on weather predictions, to schedule his paving operations to avoid paving in the rain or fog. If the day's operations are cancelled because of predicted rain or fog, a non-working day will be charged regardless of actual working conditions. Asphalt concrete shall not be placed on any surface whixh'' contains ponded water or excessive moisture. 00066 D - 8 14. ASPHALT CONCRETE (Cont.) If paving operations are in progress and rain or fog forces a shut down, loaded trucks in transit shall return to the Plant and no compensation will be allowed therefor: The Contractor shall furnish and use canvas tarpaulins to cover all loads of asphalt concrete from the time that the mixture is loaded until it is discharged from the delivery vehicle. Asphalt concrete surface courses shall be spread one Payer at a time over the entire project. The sequence of paving shall be such as to avoid paving a lane width with a cold joint on both sides. Conforms between existing pavement and newly con- structed 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. Asphaltic emulsion shall be applied to asphalt concrete surfaces before spreading additional layers of asphalt concrete. The rate of application shall be 0.07 gallons per square yard. The contract price paid for asphalt concrete shall Include full compensation for the following: (a) Construction and removal of temporary transitions; (b) Construction of road connections; (c) Cutting existing pavement for conform work; (d) Overlay of road shoulder and conforming the ends; (e) Furnishing and applying asphaltic emulsion; (f) Furnishing and applying liquid asphalt (SC-70) as a prime coat; (g) Spreading sand cover over prime coat when directed by the Engineer; (h) Placing AC leveling surface course overlay in the vicinity of La Gonda Way intersection. 15. REINFORCED CONCRETE PIPE Reinforced concrete pipe shall conform to the provisions in Section 65, "Reinforced Concrete Pipe," of the Standard Specifi- cation*v;'and',these special provisions. D - 9 15. REINFORCED CONCRETE PIPE (Cont.) Full compensation for structure excavation, structure backfill , fitting and grouting of new pipe to the existing, drainage inlet and construction of the concrete collar shall :be considered as included in the contract unit price paid per linear foot of reinforced concrete pipe and no separate payment will be allowed therefor. 16. CORRUGATED STEEL PIPE Alternate channel type coupling bands may be used for corrugated steel pipe. The channel coupling shall be constructed of 14 gage galvanized steel . Hardware shall be galvanized. Corrugated steel pipe to be connected with the channel coupling band shall be provided with flange ends. - Attention is directed to the provisions In Section 66-3.C4 "End Finish," of the Standard Specifications. Where indicated on plans, corrugated steel pipe shall be bituminous coated as provided in Section 66-1 .03, "Protective Coatings," of the Standard Specifications. Full compensation for removing existing CSP and inlet structure excavation structure backfill , and for installing the _corrugated steel pipe complete, in place, shall be considered as included in the contract unit price paid per linear foot for corrugated steel pipe and no additional compensation will be allowed therefor. 17. PAVEMENT MARKERS Pavement markers shall conform to the provisions in Section 85, "Pavement Markers," of the Standard Specifications, County Standard Pian CC 3050, and these special provisions. The adhesive shall be the Rapid Set Type conforming to Section 95-2.04, of the Standard Specifigations. The provisions of Section 85-1 .03, "Sampling, Tolerances and Packagi.ng," shall not apply; however, a Certificate of Compliance shall be required for the markers and the rapid set epoxy. 00068 D - 10 17. PAVEMENT MARKERS (Cont.) Pavement markers shall not be placed until traffic striping has been painted by "County Forces." Trafficstriping shall be used by the Contractor as ".the control line for the instal- lation of the markers. In addition to providing the Engineer with a current progress schedule, the Contractor shall, provide a written request for permanent striping four working days in advance of installing markers. All additional work necessary to establish satisfactory lines for markers shall be performed by the Contractor, including correction of minor irregularities in the line established by the Engineer. The contract unit price for the types of markers shown on the Plans shall include full compensation -for furnishing Rapid Set Adhesive, and no additional payment shall be made therefor. F' ;r 1 i* S l k 5, A of)001 . D ' 11 0 0 ca 0 • _ wp � wr2 �' ��2QQ�Y 6w3 0 V- 7 N 00 lip two OG v -01 ZZ us 0,6 19 rio C6 4L C; us o V;. us ll � Ito 9� q - 0 —0,6 0 , 0 e 0 V— ul IL to, (oz o (C. ul '04 o too ZN 16. US i *6 0. 0 IS, o y�u �Y s,`j it Y O ft � 10; f � fc �i � �;� i��ss i 1 '� i�� ',N ss• S J i•.�t' •� 's s is 14'#y, 4} _' 3 11 til i Zs J Ls ` • V 1��'��3i'��4 � �•�<i , t sit fo ,CL•. � i �����E1 � E E `a S; e t Ot l tit ` lo-N iii� �` =• � � � =� iy • 4 y•' IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Approving Plans ) and Specifications for the Park ) Avenue Bridge Improvement Project, ) RESOLUTION NO. 77/588 Richmond Area. ) Project No. 1065-4413-665-77 )� WHEREAS Plans and Specifications for the Park Avenue Bridge Improvement Project have been filed with the Board this day by the-Public Works Director; and WHEREAS the general prevailing rates of wages, which shall be the min'mum rates paid on this project, have been, approved by this Board; and WHEREAS this project is considered exempt from Environmental Impact Report requirements as a Class IC Categorical Exemption under the County Guidelines, and the Board concurs in this finding; and IT IS BY THE BOARD RESOLVED that said Plans and Specifica— tions are hereby APPROVED. Bids for this work will be received on August 25_1977 at 2:00 p.m. , and the Clerk of this Board is directed to pu ish Notice to Contractors in the manner and for the time required by law, inviting bids for said work, said Notice to be published in SAN PABLO NEWS PASSED AND ADOPTED by the Board on July 26, 1977 Originator: Public Works Department Road Design Division cc Public Works Director County Auditor-Controller RESOLUTION NO. 77/588 00072 J L PARK AVENUE • PROJECT N0. 1065-4413-665-77 CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT MARTINEt9 CALIFORNIA NOTICE TO CONTRACTORS NOTICE IS HEREBY GIVEN BY ORDER OF THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY* THAT THE PUBLIC WORKS DIRECTOR WILL RECEIVE BIDS UNTIL 2 O'CLOCK P•M. ON AUGUST 25s 19779 FOR THE FURNISHING OF ALL LABOR* MATERIALS* EQUIPMENT+ TRANSPORTATION AND SERVICES FOR PARK AVENUE BRIDGE IMPROVEMENTS THE PROJECT IS LOCATED ON PARK AVENUE OVER WILDCAT CREEK IN THE RICHMOND AREA THE WORK SHALL BE DONE IN ACCORDANCE WITH OFFICIAL PLANS AND SPECIFICATIONS PREPARED IN REFERENCE THERETO. BIDS ARE REQUIRED FOR THE ENTIRE WORK DESCRIBED HEREIN. ENGINEERS ESTIMATE ITEM ESTIMATED UNIT OF NO• QUANTITY MEASURE ITEM 1 LS SIGNING AND TRAFFIC CONTROL 2 LS ROADWAY CONSTRUCTION 3 FA CONCRETE REPAIR 4 LS BRIDGE REPAIR 5 17 CY CLASS A CONCRETE 6 F 4 EA PRESTRESSED• PRECAST CONCRETE SLABS+ TYPE SII-48 7 LS TIMBER WALKWAY AND RAILING 8 58 LF METAL BEAM GUARD RAILING Microfilmed with board order. 00.11 73 r; - 1 .NOTLCE TO CONTRACTORS ICONT# ) EACH PROPOSAL IS TO BE IN ACCORDANCE WITH THE PLANS AND SPECI— FICATIONS ON FILE AT THE OFFICE OF THE CLERK OF THE BOARD OF SUPERVISORS, ROOM 103 . # COUNTY ADMINISTRATION BUILDING. 651 PINE STREET# MARTINEZ, CALIFORNIA, THE PLANS AND SPECIFICATIONS MAY BE EXAMINED AT THE OFFICE OF THE CLERK OF THE BOARD OF SUPERVISORS OR AT THE PUBLIC WORKS DEPARTMENT, 5TH FLOOR OF SAID COUNTY ADMINISTRATION BUILDING• PLANS AND SPECIFICA— TIONS (NOT INCLUDING STATE STANDARD SPECIFICATIONS OR OTHER DOCUMENTS INCLUDED BY REFERENCE) AND PROPOSAL FORMS# MAY BE OBTAINED BY PROSPEC— TIVE BIDDERS AT THE PUBLIC WORKS DEPARTMENT# 5TH FLOOR# COUNTY ADMINIS— TRATION BUILDING+ UPON PAYMENT OF A PRINTING AND SERVICE CHARGE IN THE AMOUNT OF FOUR AND 26/100 DOLLARS (S4#26) ISALES TAX INCLUDED) WHICH AMOUNT SHALL NOT BE REFUNDABLE• CHECKS SHALL BE MADE PAYABLE TO 'THE COUNTY OF CONTRA COSTA' + AND SHALL BE MAILED TO PUBLIC WORKS DEPARTMENT* 5TH FLOOR• ADMINISTRATION BUILDING* MA TIN: Z• CALIFORNIA 94553o EACH BID SHALL BE MADE ON A PROPOSAL FORM TO BE OBTAINED AT THE PUBLIC WORKS DEPARTMENT. 5TH FLOOR• COUNTY ADMINISTRATION BUILDING. BIDS ARE REQUIRED FOR THE ENTIRE WORK DESCRIBED HEREIN• AND NEITHER PARTIAL NOR CONTINGENT BIDS WILL BE CONSIDERED• A PROPOSAL GUARANTY IN THE AMOUNT OF TEN (10) PERCENT OF AMOUNT BID SHALL ACCOMPANY THE PROPOSAL, THE PROPOSAL GUARANTY MAY BE IN THE FORM OF A CASHIER'S CHECK+ CERTIFIED CHECK OR BIDDER'S BOND. MADE PAYABLE TO THE ORDER OF 'THE COUNTY OF CONTRA COSTA• ' THE ABOVE—MENTIONED SECURITY SHALL BE GIVEN AS A GUARANTEE THAT THE BIDDER WILL ENTER INTO A CONTRACT IF AWARDED THE WORK* AND WILL BE FORFEITED BY THE BIDDER AND RETAINED BY THE COUNTY IF THE SUCCESSFUL BIDDER REFUSES• NEGLECTS OR FAILS TO ENTER INTO SAID CONTRACT OR TO FURNISH THE NECESSARY BONDS AFTER BEING REQUESTED TO DO SO BY THE BOARD OF SUPERVISCRS 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• ON OR BEFORE THE 25TH DAY OF AUGUST# 1977. AT 2 O'CLOCK P.M# AND WILL 9E OPENED IN PUBLIC AND AT THE TIME DUE# IN THE CONFERENCE ROOM CF THE PUBLIC WORKS DEPARTMENT# 6TH FLOOR# ADMINISTRATION BLDG•# MARTINEZ# CALIFORNIA, AND THERE READ AND RECORDED# ANY 810 PROPOSALS RECEIVED AFTER THE TIME SPECIFIED IN THIS NOTICE WILL BE RETURNED UNOPENED, 00074.1 N — 2 •NOTI•CE TO CONTRACTORS (CONT.) THE SUCCESSFUL BIDDER WILL BE REQUIRED TO FURNISH A LABOR AND MATERIALS BOND IN AN AMOUNT EQUAL TO FIFTY PERCENT OF THE CONTRACT PRICE AND A FAITHFUL PERFORMANCE 80NO IN AN AMOUNT EQUAL TO ONE HUMORED PERCENT OF THE CONTRACT PRICE# SAID BONDS TO BE SECURED FROM A SURETY COMPANY AUTHORIZED TO DO BUSINESS IN THE STATE OF CALIFORNIA• BIDDERS ARE HEREBY NOTIFIED THAT PURSUANT TO SECTION 1773 OF THE LABOR CODE OF THE STATE OF CALIFORNIA# OR LOCAL LAW APPLICABLE THERETO, THE SAID BOARD HAS ASCERTAINED THE GENERAL PREVAILING RATE OF PER DIEM WAGES AND RATES FOR LEGAL HOLIDAYS AND OVERTIME WORK IN THE LOCALITY IN WHICH THIS WORK IS TO BE PERFORMED FOR EACH TYPE OF WORKMAN OR MECHANIC REQUIRED TO EXECUTE THE CONTRACT WHICH WILL BE AWARDED TO THE SUCCESSFUL BIDDER• THE PREVAILING RATE OF PER DIEM WAGES IS ON FILE WITH THE CLERK OF THE BOARD OF SUPERVISORS* AND IS INCORPORATED HEREIN BY REFERENCE THERETO# THE SAME AS IF SET FORTH IN FULL HEREIN. FOR ANY CLASSIFICATION NOT INCLUDED IN THE LIST# THE MINIMUM WAGE SHALL BE THE GENERAL PREVAILING RATE FOR THE COUNTY• THE SAID BOARD RESERVES THE RIGHT TO REJECT ANY AND ALL 8105 OR ANY PORTION OF ANY BID AND/OR WAIVE ANY IRREGULARITY IN ANY BID RECEIVED. BY ORDER OF THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY J•R• OLSSON COUNTY CLERK AND EX-OFFICIO CLERK OF THE BOARD OF SUPERVISORS BY DEPUTY DATED- JUL 2 6 1977 PUBLICATION DATES- -- 00075 N - 3 PARK AVENUE PROJECT N0. 1065-4413-665-77 8I05 DUE AUGUST 25v 1977 AT 2 OOCLOCK P#M• 6TH, FLOOR, COUNTY ADMINISTRATION BUILDING• 651 PINE STREETS MARTINEZ• CALIFORNIA 94553 TO THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY MARTINEZo CALIFORNIA P R O P O S A L F 0 R PARK AVENUE BRIDGE IMPROVEMENTS NAME OF BIDDER BUSINESS ADDRESS PLACE OF RESIDENCE -N--N-�----------MMNMN TO THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY - THE UNDERSIGNED. AS BIDDER, DECLARES THAT THE ONLY PERSONS OR PARTIES INTERESTED IN THIS PROPOSAL AS PRINCIPALS ARE THOSE NAMED HEREIN- THAT THIS PROPOSAL IS MADE WITHOUT COLLUSION WITH ANY OTHER PERSONS FIRM OR CORPORATION{- THAT HE HAS CAREFULLY EXAMINED THE LOCATION OF THE PRO- POSED WORKS PLANS AND SPECIFICATIONS- AND HE PROPOSES AND AGREES+ IF THIS PROPOSAL IS ACCEPTED9 THAT HE WILL CONTRACT WITH THE COUNTY OF CONTRA COSTA TO PROVIDE ALL NECESSARY MACHINERY• TOOLS• APPARATUS AND OTHER MEANS OF CONSTRUCTION• AND TO DO ALL THE WORK AND FURNISH ALL THE MATERIALS SPECIFIED IN THE CONTRACT• IN THE MANNER AND TIME PRESCRIBED. AND ACCORD- ING TO THE REQUIREMENTS OF THE ENGINEER AS THEREIN SET FORTHP AND THAT HE WILL TAKE IN FULL PAYMENT THEREFOR AN AMOUNT BASED ON THE UNIT PRICES SPECIi=IED HEREINBELOW FOR THE VARIOUS ITEMS OF WORK• THE TOTAL VALUE OF SAID WORK AS ESTIMATED HEREIN BEING S tINSERT TOTAL) AND THE FOLLOWING BEING THE UNIT PRICES BIDS TO WIT- Murotilmed with bo*K ft P 1 PROP05AL (CONT. ) (PRICE NOT TO EXCEED THREE (3) DECIMALS) -------------------N__-.�_ ITEM TOTAL ITEC) ESTIMATED UNIT OF PRICE(IN (IN N0. QUANTITY MEASURE ITEM FIGURES) FIGURES) ----------------_ 1 LS SIGNING AND TRAFFIC CONTROL 2 LS ROADWAY CONSTRUCTION 3 FA CONCRETE REPAIR $1 ,000.00 ---------- _�..__N__�-_NN., N�_ 4 LS BRIDGE REPAIR --------------------------- 5 17 CY CLASS A CONCRETE 6 4 EA PRESTRESSED9 PRECAST CONCRETE SLABS• F TYPE SII-48 7 LS TIMBER WALKWAY AND RAILING -------------------N_-_N _MMM - ----- ------ --------- 8 58 LF METAL BEAM GUARD RAILING -------------------------- YM--- NOTE-PLEASE SHOW TOTAL ON PAGE P-1 TOTAL --------------------------------- --------- 00077 ----000 7 P - 2 v. , ,,,OPCSAL (CONT.) ---------------- IN' %ASE OF A DISCREPANCY BETWEEN UNIT PRICES AND TOTALS+ THE UNIT PRICES SHALL PREVAIL• IT IS UNDERSTOOD AND AGREED THAT THE QUANTITIES OF WORK UNDER EACH ITEM ARE APPROXIMATE ONLY, BEING GIVEN FOR A BASIS OF COMPARISON OF PROPOSAL• AND THE RIGHT 15 RESERVED TO THE COUNTY TO INCREASE OR DE- CREASE THE AMOUNT OF WORK UNDER ANY ITEM AS MAY BE REQUIRED, :N ACCORD- ANCE WITH PROVISIONS SET FORTH IN THE SPECIFICATIONS FOR THIS PROJECT. IT IS FURTHER UNDERSTOOD AND AGREED THAT THE TOTAL AMOUNT OF MONEY SET FORTH FOR EACH ITEM OF WORK OR AS THE TOTAL AMOUNT BID FOR THE PROJECT, .DOES NOT CONSTITUTE AN AGREEMENT TO PAY A LUMP SUM FOR THE WORK UNLESS IT SPECIFICALLY SO STATES. IT IS HEREBY AGREED THAT THE UNDERSIGNED• AS BIDDER, SHALL FURNISH A LABOR AND MATERIALS BOND IN AN AMOUNT EQUAL TO FIFTY PERCENT OF THE TOTAL AMOUNT OF THIS PROPOSAL AND A FAITHFUL PERFORMANCE BOND TO BE ONE HUNDRED PERCENT OF THE TOTAL AMOUNT OF THIS PROPOSAL, TO THE COUNTY OF CONTRA COSTA AND AT NO EXPENSE TO SAID COUNTY, EXECUTED BY A RESPONS- IBLE SURETY ACCEPTABLE TO SAID COUNTY, IN THE EVENT THAT THIS PROPOSAL IS ACCEPTED BY SAID COUNTY OF CONTRA COSTA. IF THIS PROPOSAL SHALL BE ACCEPTED AND THE UNDERSIGNED SHALL FAIL TO CONTRACT AS AFORESAID AND TO GIVE THE TWO BONDS IN THE SUMS TO BE DETERMINED AS AFORESAID, WITH SURETY SATISFACTORY TO THE BOARD OF SUPERVISORS• WITHIN SEVEN (7) DAYS+ NOT INCLUDING SUNDAYS, AFTER THE BIDDER HAS RECEIVED NOTICE FROM THE BOARD OF SUPERVISORS THAT THE CON- TRACT IS READY FOR SIGNATURE, THE BOARD OF SUPERVISORS MAY, AT ITS OPTION• DETERMINE THAT THE BIDDER HAS ABANDONED THE CONTRACT, AND THEREUPON THIS PROPOSAL AND THE ACCEPTANCE THEREOF SHALL BE NULL AND VOID AND THE FORFEITURE OF SUCH SECURITY ACCOMPANYING THIS PROPOSAL SHALL OPERATE AND THE SAME SHALL BE THE PROPERTY OF THE COUNTY OF CONTRA COSTA. SUBCONTRACTS THE CONTRACTOR AGREES+ BY SUBMISSION OF THIS PROPOSAL, TO CON- FORM TO THE REQUIREMENTS OF SECTION 4100 THROUGH 4113 OF THE GOVERNMENT CODE PERTAINING TO SUBCONTRACTORS• EXCEPT AS PROVIDED UNDER SECTION 4100.5+ THE SAME AS IF INCORPORATED HEREIN. FOR ALL TRAFFIC SIGNAL AND STREET LIGHTING WORK, A COMPLETE LIST OF SUBCONTRACTORS IS REQUIRED AND THE BIDDER MILL BE EXPECTED TO PERFORM WITH HIS OWN FORCES ALL ITEMS OF WORK FOR WHICH NO SUBCONTRACTOR IS LISTED. THE FOLLOWING IS A COMPLETE LIST OF ITEMS INVOLVING TRAFFIC SIGNAL AND STREET LIGHTING WORK TO BE SUBCONTRACTED ON THIS PROJECT. IF A PORTION OF ANY ITEM OF WORK IS DONE BY A SUBCONTRACTOR, THE VALUE OF THE WORK SUBCONTRACTED 'mILL BE BASED ON THE ESTIMATED COST OF SUCH PORTION OF THE CONTRACT ITEM, DETERMINED FROM INFCRMATION SUBMITTED BY THE CON- TRACTOR. SUB.:ECT TO APPROVAL BY THE EnGINEER. THE UNDERSIGNED. AS BIDDER, DECLARES THAT HE HAS NOT ACCEPTED ANY BID FROM ANY SUBCCNTRACTOR OR MATERIALMAN THROUGH ANY BID DEPOSITORY, THE EY-LAWS, RULES OR REGULATIONS OF NHICH PROHIBIT OR PREVENT THE CON- TRACTOR FROM CONSIDERING ANY BID FROM ANY SUBCONTRACTOR OR MATERIALMAN, WH:CH IS NUT PROCESSED THROUGH SAID BID DEPOSITORY, OR WHICH PREVENT ANY SUBCONTRACTOR OR MATERIALMAN FROM BIDDING TO ANY CONTRACTOR WHO DOES NOT USE THE FACILITIES OF OR ACCEPT BIDS FROM OR THROUGH SUCH BID nDEEPpOSITORY• P - 3 0001r70 � I k+ PROPOSAL (CONT. ) NO* ITEM SUBCONTRACTOR ADDRESS ---- ----------------- _Nw-Mr- ---- ----------------r-------- ---- ------------------------ NM--_-_---N-------- -------N--.--M_N-- ---- ------------------------ -------------------- -------------------- ACCOMPANYING THIS PROPOSAL IS A PROPOSAL. GUARANTY IN THE AMOUNT OF TEN (10) PERCENT OF AMOUNT 810 (CASHIER'S CHECKS CERTIFIED CHECK OR BIDDER'S BOND ACCEPTABLE) THE NAMES OF ALL PERSONS INTERESTED IN THE FOREGOING PROPOSAL AS PRINCIPALS ARE AS FOLLOWS— IMPORTANT NOTICE IF THE BIDDER OR OTHER INTERESTED PERSON IS A CORPORATIONS STATE LEGAL NAME OF CORPORATION, ALSO NAMES OF PRESIDENTS SECRETARY• TREASURERS AND MANAGER THEREOF. IF A COPARTNERSHIPs STATE TRUE NAME OF FIRM. IF BIDDER OR OTHER INTERESTED PERSON IS AN INDIVIDUALS STATE FIRST AND LAST NAME IN FULL* ------------ --------------MM-------------------- LICENSED TO DO OR SUBCONTRACT ALL CLASSES OF WORK INVOLVED IN THE PROJECT* IN ACCORDANCE WITH AN ACT PROVIDING FOR THE REGISTRA— TION OF CONTRACTORS, LICENSE NOa (CLASS— ). --NN-M---M-- YN--_--- ------------------------------------- (SIGNATURE OF BIDDER) BUSINESS ADDRESS PLACE OF RESIDENCE -------------------------------N---N N-M N_-N-- DATE 19 00079 I pp t~I PARK AVENUE BRIDGE IMPROVEMENTS Project 91065-4413-665-77 For Pre-Bid Information, Contact: Road Design Division Phone (415)372-2131 x= �P 'l 4 i t - k! d f SPEC I AL`- PROV�I S IONSz 66 z 'FOR CONSTRUCTION ON COUNTY HIGHWAY 1 nr PARK AVENUE BRIDGE IMPROVEMENTS { ZV L x _ ✓c t t F ' r , County Road No' 1065 4 � 4 F-11 E 'D iii at, 1977 J. R.O SSON ' CLERK BOARD OF SUPERVISORS r COSTA CO. fat 'VERN0 '�L: �CL1NE, PUBL1C .WORKS D1REC70R`,, 000,80 CONTRA COSTA COUNTY -_PUBL.IC WORKS DEPARTMENT MARTINEZ, CALIFORNIA July 26,, 1977 Miaofilr►med with board order PARK AVENUE BRIDGE IMPROVEMENT Project No. 1065-4413-665-77 I 'N D E X SECTION A DESCRIPTION OF PROJECT _PAGE 1. Location A-1, 2. Description of Work A-1 3. Contract Documents A-1 4. Beginning of Work, Time of Completion E 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-4 7. Control of Materials B-4 8. Legal Relations and Responsibility B-4 9. Prosecution and Progress B-9 10. Meadurement and Payment B-11 SECTION C - FORCE ACCOUNT AND EQUIPMENT RENTAL 1. Definition C-1 2. Labor C-1 3. Equipment Rental C-1 SECTION D - CONSTRUCTION DETAILS 1 . Intent of Project D-1 2. Order of Stork D-1 3. Fish and Wildlife Protection D-1 4. Lines and Grades D-3 5. Materials D-4 6. Public Convenience, Public Safety and Signing D-4 6. 1 Detour D-4 6.2 Signing D-5 7. Cooperation 0-7 S. Obstructions D-8 9. Measurement and Payment D-8 10. Roadway Construction D-8 10. 1 Roadway Excavation 0-8 10.2 Aggregate Base 0-8 10.3 Asphalt Concrete D-9 0(1(181 I N D E X Page-.2 SECTION D - .CONSTRUCTION DETAILS PAGE 10.4 Remove Bridge and Guard 'Rails" D-10 10.5 Payment D-10 11. Concrete Repair D-11' 12. Bridge Repair D-ll 12.1 Cable Tie-Backs D-1'1 12.2 Sacked Concrete Toe Protection .0-12 12.3 Concrete Toe Protection 0-12 12.4 Payment D-12 13. Reinforced Concrete Structures 0-12 13. 1 Prestressed, Precast Concrete Slab' D-12 13.2 Bridge Abutment and Barrier Walls D-13 13.2. 1 Reinforcement D-14 13.3 Payment D-14 14. Timber Structures 0-14' 15. Metal Beam Guard Railing D-15 ATTACHMENTS COUNTY STANDARD PLANS CC 302 3040 STATE XS-12-48 A77-D2W k 00082 i SECTION A - DESCRIPTION OF PROJECT 1 . LOCATION The project is located on Park Avenue, at Wildcat Creek in the Richmond area. 2. DESCRIPTION OF WORK The work consists of furnishing and placing a precast, prestressed concrete slab over the existing bridge, constructing new concrete traffic barriers and one timber walkway and railing, doing concrete and bridge repairs and constructing a short section of detour road, 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, " PARK AVENUE BRIDGE. IMPROVEMENTS," the Standard Specifications of the State of California, Business and ' Transportation Agency, Department of Transportation, dated January, 1975, insofar as the same may apply, these special provisions, the Notice to Contractors, the Proposal , the Contract, the two contract bonds required herein, any supplemental agreements amending or extending the work, working drawings or sketches clarifying or enlarging upon the work specified herein, and to pertinent portions of other documents included by reference thereto in these special provisions. 4. BEGINNING OF WORK, TIME OF COMPLETION E LIQUIDATED DAMAGES Attention is directed to the provisions in Section 8-1 .03, "Beginning of Work," Section 8-1 .06, "Time of Completion," and Section 8-1 .07, "Liquidated Damages," of the Standard Specifi- cations and these special provisions. The Contractor shall commence work upon receipt of directions to proceed as stated in the "Notice to Proceed" issued by the Public Works Department and shall complete the work within the allotted time of: 30 WORKING DAYS counting from and including the day stated as the starting date in the "Notice to Proceed." The Contractor shalt pay to the County of Contra Costa the sum of $75.00 per day for each and every CALENDAR day of delay in finishing A - 1 00083 I ------------ 4. BEGINNING OF WORK, TIME OF COMPLETION E LIQUIDATED DAMAGES (cont'd) the work in excess of the number of working days prescribed above, and authorized extension thereof. 5. PERMITS Grading - The Contractorshallcomply-with the appli- cable 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. Flood Control - The Contractor shall comply with the applicable provisions of the County Ordinance (Division 1010-Title 10) in the process of doing any work involving existing storm drain facilities, creek beds, channels, drainage ways, and water' courses. Sewer - The Contractor shall contact the San Pablo Sanitary District forty-eight (48) hours prior to commencing, work on any existing sewer facility (including removal of castings during grading operations). At that time a no. fee permit shall be obtained by the Contractor and inspection procedures established. Full compensation for conforming to Permit;,, requirements shall be considered as included in the price paid: for the items in which the permits are requ'ired,. 1 ' a A 2 � c mom Revised 2-18-77 SECTION B - GENERAL PROVISIONS 1. DEFINITIONS AND TERAS 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 11orks Director (Road , Commissioner-Surveyor; ex officio Chief Engineer), or his authorized agent acting ` within the scope of his authority, who is the Agency's representative for administra- tion of this contract. d. STANDARD SPECIFICATIONS (S.S.) means the Standard Specifications of the State of Caliirornia,Busines—soman raf asportation 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 agenc7, office or officer shall be interpreted to refer to the Agency, or its corresponding agency, office or officer acting under this contract. e. EQUIPMENT RENTAL RATES AND GENERAL PREVAILING NAGE RATES means the latest edition of the Equipment Renta Rates and General Prevailing Hage Rates of the State of California, Business and Transportation Agency, Department of Transportation, adopted annually by the Board of Supervisors of Contra Costa County, and on file in the office of the Clerk of the Board of Supervisors. f. OTHER PERTINENT DEFINITIONS - See S.S. Section 1. 2. GENERAL a. State Contract Act. Unless otherwise specified in Section A of these special provisions, orelsewhere by special order, the provisions of the State Contract Act (Government Code Section 14250 et seq.) shall not apply to this contract, and reference thereto in S.S. Sec. 1-1.40 is hereby waived. b. Standard Specifications. The Standard Specifications (S.S.) referred to above are by reference fully incorporated herein, except to the extent that they are modified herein. 3. PROPOSAL (8I0) REQUIREMENTS AND CONDITIONS The provisions of S.S. Sec. 2 shall apply, except as modified herein. a. Examination of Plans, Specifications. Contract and Site of Work S.S. 2-1.03 00084 x 8 - 1 { F lgS SECTION B - GENERAL PROVISIONS 3. PROPOSAL (BID) REQUIREMENTS A.110 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 office of the Public Vorks Director, at the address indicated on the Special Provisions; no others will be accepted. (3) The requirements of the second paragraph in S.S. Sec. 2-1.05 are superseded by the following: All proposals (bids) shall set Forth for each item of work, in clearly legible figures, an item price and a total for the item in the respec- tive spaces provided, and shall be signed by the bidder, who shall fill out all blanks in the proposal (bid) form as therein required. (4) The requirements of the last two paragraphs of S.S. Sec. 2-1.05 shall not apply. c. Proposal (Bid) Guaranty (S.S. 2-1.07) The requirements of S.S. Sec. 2-1.07 are superseded by the follow- ing: (1) All proposals (bids) shall be presented under sealed cover. (2) Each proposal (bid) must be accompanied by a Proposal Guar- anty in an amount equal to at least 10 percent of the amount bid. Guaranty may be in the form of cash, certified check, cashier's check, or bidder's bond payable to the specific Agency. d. Competency of Bidders (S.S. 2-1.11) The requirements of S.S. Sec. 2-1.11 shall not apply. Attention is directed to S.S. Sec. 7-1.01E and the requirements of law referred to therein relating to the licensing of Contractors. All bidders must be Ccntractors holding a valid license to perform the required work as provided by the Business and Professions Code, and may be required to submit evidence to the Agency as to their ability, financial respon- sibility, and experience, in order to be eligible fer consideration of their proposal. r br 40)085 SECTION B - GENERAL PROVISIONS 4. AWARD AND EXECUTION OF THE CONTRACT (S.S. 3) The provisions of S.S. Sec. 3 shall apply, except as modified herein. a. Award of Contract (S.S. 3-1.01) As used in S.S. Sec_ 3-1.01 "Director of Public Works" means the Board of Supervisors. b. Contract Bonds (S.S. 3-1.02) The successful bidder shall furnish a Faithful Performance Bond in the amount of the total bid and a Labor and Materials Bond in an. amount of at least fifty percent (50wa) of the total bid, each in the form approved by the Agency. c. Execution of Contract (S.S. 3-1.03) Within seven (7) days after its submission to him, the successful bidder shall sign the contract and return it, together with (1) the contract bonds, and either (2-a) a certificate of consent to self-insure issued by the Director of Industrial Relations, or (2-b) a certificate of Workmen's Compensation Insurance issued by an admitted insurer, or (2-c) an exact copy or duplicate thereof certified by the Director or the insurer. A sample copy of the Agreement (Contract) to be executed by the Contractor can be obtained from the County Public Works Department, at the address indicated on the Special Provisions. 5. SCOPE OF WORK (S.S. 4) The provisions of S.S. Sec. 4 shall apply, except as modified herein. In lieu of the provisions in the third paragraph in Section 4-1.038, "Increased or Decreased Quantities," of the Standard Specifications, the following shall apply: If the total pay quantity of any major item of work required under the contract varies from the quantity shown on the Proposal by more than 25 percent, in the absence of an executed contract change order specifying the compensation to be paid, the compensation payable to the Contractor will be determined in accordance with Sections 4-1.036(1), 4-1.038(2), or 4-1.O3B(3), as the case may be. A major item of work shall be construed to be any item, the total cost of which is equal to or greater than 10 percent of the total contract amount, computed on the basis of the Proposal quantity and the contract unit price. 6. CONTROL OF WORK (S.S. 5) The provisions of S.S. Sec. 5 shall apply. O( 086 B - 3 SECTION B - GENERAL'PROVISIONS i 7. CONTROL OF MATERIALS (S.S. 6) The provisions of S.S. Sec 6 shall apply. 8. LEGAL RELATIONS AND RESPONSIBILITY (S.S. 7) - The provisions of S.S. Sec. 7, except as modified by the agreement (Contract) or these special provisions, apply to this project. a. Insurance (1) The Contractor, before performing any work under the agreement, shall, at no expense to the Agency, obtain and maintain in force the following insurance: (a) aith respect to the Contractor's operations: The Contractor shall provide a policy or policies of comprehensive liability insurance, including coverage for owned and non-owned automobiles, naming the County and its officers and employees as additional insureds, with a minimum com- bined single limit coverage of $500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. (b) With respect to Subcontractors' operations, Contractor shall procure or cause to be procured in their own behalf: A policy or policies of comprehensive liability insurance, including coverage for owned and non-owned automobiles, naming the County and its officers and employees as additional insureds, with a minimum combined single limit coverage of $500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. (c) Without limitation as to generality of the foregoing subdivisions (a) and (b), a policy or policies of Public Liability and Property Damage Insurance in an amount not less than 5500,000, insuring the contractual liability of Contractor under the provisions of this Section as hereinafter stated. THE POLICY OR POLICIES, OR RIDER ATTACHED THERETO, SHALL NAME THE SPECIFIC AGENCY AS A NAMED INSURED. (2) Form, Term, Certificates (a) The insurance hereinabove specified shall be in form and placed with an insurance company or companies satisfactory to the County, and shall be kept in full force and effect until completion to the satisfaction of and acceptance by Agency of all work to be performed by Contractor under the agreement. (b) The Contractor shall furnish, or cause to be furnished, to the Agency certificate(s) of insurance or certified copies of the policies of insurance hereinbefore specified. Said certificate(s) shall provide for notice of cancellation to the Agency at least thirty (30) days prior to cancellation of the policy. 000161 F 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 0 - "Public Convenience, Public Safety and Signing" of these special provisions. Maintenance of all project signing, portable delineators, flashing lights, and other safety devices, shall be the responsibility of the Contractor at all times. The Contractor shall respond promptly, when contacted by the Engineer, or other public agencies, to correct improper conditions or inoperative devices. Failure to frequently inspect and maintain lights and barricades in proper operating condition when in use on the roadway, or failure to respond promptly to notification of improperly operating equipment, will be sufficient cause for suspen- sion of the contract until such defects are corrected. All expenses incurred by the Agency because of emergency "call-outs," for correcting improper conditions or for resetting or supplementing the Contractor's barricades or warning devices, will be charged to the Contractor and may be deducted from any monies due him. c. Preservation of Property The provisions of Section 7-1.11 of the Standard Specifications shall apply to all improvements, facilities, trees or shrubbery within or adjacent to the construction area that are not to be removed. The last two sentences of paragraph 2 of Section 7-1.11 of the Standard Specifications are superseded by the following: If the Contractor fails to make the necessary repairs to damaged drainage or highway facilities in the vicinity of the construction area or to other damaged facilities or property within the rights-of-way or easements shown on the plans, the Engineer may make or cause to be made such repairs as are necessary to restore the damaged facilities or property to a condition as good as when the Contractor entered on the work. The cost of such repairs shall be borne by the Con- tractor and may be aeducted from any monies due or to become due the Contractor under the Contract. d. Rights-of-flay and Easements The rights-of-way, easements, rights-of-entry, fill pernits and other pernits acquired by or on behalf of the Agency are, as far as can be determined, adequate for the performance of the work under this contract. Any additional rights- of-May, easements, or permits which the Contractor determines are necessary or conven- ient for the performance of the work shall be obtained by the Contractot his expense. No B - 5 SECTION B - GENERAL PROVISIONS 8. 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 Wave or Earthquake Subparagraphs A, C, E and F of Section 7-1.165, "Damage by Storm, Flood, Tidal Wave or Earthquake," of the Standard Specifications are amended to read: 1. Occurrence--"Occurrence" shall include tidal waves, earthquakes in excess of a magnitude of 3.5 on the Richter Scale, and storms and floods as to which the Governor has proclaimed a state of emergency when the damaged work is located within the territorial limits to which such proclamation is applicable or, which were, in the opinion of the Engineer, of a magnitude at the site of the work sufficient to have caused such a proclamation had they occurred in a populated area or in an area in which such a proclamation was not already in effect. 2. Protecting the Work from Damage--Nothing in this section shall be construed to relieve the Contractor of his responsibility to protect the work from damage. The Contractor shall bear the entire cost of repairing damage to the work caused by the occurrence which the Engineer determines was due to the failure of the Contractor to comply with the requirements of the Plans and Specifications, take reasonable and adequate measures to protect the work or exercise sound engineering and construction practices in the conduct of the work, and such repair costs shall be excluded from consider- ation under the provisions of this section. 3. Determination of Costs--Unless otherwise agreed between the Engineer and the Contractor, the cost of the work performed pursuant to this Section 7-1.165 will be determined in accordance with the provisions in Section 9- 1.03, "Force Account Payment," except that there shall be no markup allow- ance pursuant to Section 9-1.03A, "Work Performed by Contractor," unless the occurrence that caused the damage was a tidal wave or earthquake. The cost of emergency work, which the Engineer determines would have been part of the repair work if it had not previously been performed, will be determined in the same manner as the authorized repair work. The cost of repairing damaged work which was not in compliance with the requirements of the plans and specifications shall be borne solely by the Contractor, and such costs shall not be considered in determining the cost of repair under this Subsection E. 00081.9 6 - � SECTION 8 - GENERAL PROVISIONS 8. LEGAL RELATIONS AND RESPONSIBILITY (S.S. 7) (Cont.) 4. Payment for Repair Work--When the occurrence that caused the damage was a tidal wave or earthquake, the County will pay the cost of repair, deter- mined as provided in Subsection E,' that exceeds 5 percent of the amount of the Contractor's bid for bid comparison purposes. When the occurrence that caused the damage was a storm or f1c-ad, 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 $2,000,000, the County will pay 90 percent of the cost of repair that exceeds $100,000. 9. PROSECUTION AND PROGRESS The provisions of S.S. Sec. 8 shall apply, except as modified herein. a. Subcontracting (S.S. 8-1.01) The items of work in the Engineer's Estimate preceded by the letters (S) or (S-F) are designated as "Specialty Items." b. Assignment (S.S. 8-1.02) Neither the contract, nor any monies due or to become due under the contract, may be assigned by the Contractor without the prior consent and approval of the Board of Supervisors, nor in any event without the consent of the Contractor's surety or sureties, unless such surety or sureties have waived their right to notice of assignment. c. Beginning of Work (S.S. 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 date in the "Notice to Proceed." The Contractor shall not start work prior to the date stated in the "Notice to Proceed" unless a change to an earlier date is authorized in writing by the Engineer. d. Progress Schedule (S.S. 8-1.04) The Contractor shall submit to the Engineer a practicable progress schedule before starting any work on the project and, if requested by the Engineer, supplementary progress schedules shall be submitted within five (5) working days of the Engineer's written request. 00090 8 - 7 a - 7 x 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 flay, 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 asa general legal holiday by proclamation of the Governor of California or the President of the United States. If any of the foregoing holidays falls on a Sunday, the following Monday shall be considered to be a holiday. 10. MEASUREMENT AND PAYMENT (S.S. 9) The provisions of S.S. Sec. 9 shall apply, except as modified herein. a. Determination of Rights (S.S. 9-1.045) , The provisions of S.S. Sec. 9-1.045 shall not apply. b. Partial Payments (S.S. 9-1.06) In lieu of conflicting provisions of the third paragraph of S.S. Sec. 9-1.06 and the fourth paragraph of S.S. Sec. 11-1.02, the Agency will withhold 10 percent from any estimated amount due the Contractor. c. Payment of Withheld Funds (S.S. 9-1.065) The provisions of S.S. Sec. 9-1.065 shall not apply. d. Final Payment (S.S. Sec. 9-1.07) (1) Upon satisfactory completion of the entire work, the Engineer shall recommend the acceptance of the work to the Board of Supervisors. If the Board accepts the completed work, it shall cause a Notice of Completion to be recorded-with the County Recorder. (2) Thirty-five (35) days after the filing of the Notice of Completion, the Contractor shall be entitled to the balance due for the completion and acceptance of the work, if he certifies by a sworn written statement that all claims for labor and materials have been paid, and that no claims have been filed with the Agency based upon acts or omissions of the Contractor, and that no liens or withhold notices have been filed against said work or the property on which the work was done. Payment of the balance due will be made on the day following the regular day for payment of County bills by the County Auditor. w 00091 3 - 3 r�. SECTION B - GENERAL PROVISIONS 10. MEASUREMENT AND PAYMENT (S.S. 9) (Cont.) e. Adiustment of Overhead Costs (S":S. Sec. -9=1;08) = k 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. 4 } 1:. °:`_7`.c r !'_.,.'"roes.. .S3'St �`-. :E ,rE 4- 05 L - i,s 71 i;f rv-. „ r TMs. ♦.3YY { k-t'�'rxnC 2" 7�.�1ria- � "fC>n#"�i ZL B _ 9 (Revised 5/16/77*) SECTION C - FORCE ACCOUNT AND EQUIPMENT RENTAL (S.S. 9-1.03) The provisions of S.S. Sec. 9-1.03 shall apply, except as modified herein. 1. DEFINITION. As used here, "force account" 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 paid for on a force account basis, compensation will be determined in accordance with the provisions of S.S. Sec. 9-1.03 as modified herein. 2. LABOR. a. The actual wages to be paid, as defined in S.S. Sec. 9-1.03A(la), will be considered to be the prevailing rates in effect at the time the labor is performed, and no revision of payment for labor already performed will be made for any retro- active increases or decreases in such rates. b. Premium wage rates will not be paid for any labor employed on force account work unless ;uch 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 9-1.03A(lb), "Labor Surcharge," of the Standard Specificatiins is amended to read: To the actual wages, as defined in Section 9-1.03A(la), will be added a labor surcharge set forth in the Department of Transportation publication entitled Equipment Rental Rates and General Prevailing Wage Rates, which is in effect on the date upon which the work is accomplished and which is a part of the contract. Said labor surcharge shall constitute full compensation for all payments imposed by State and Federal laws and for all other payments made to, or on behalf of, the worknen, other than actual wages as defined in Section 9-1.03A(la) and subsistence and travel allowance as specified in Section 9-1.93A(lc). 3. EQUIPMENT RENTAL. The provisions of S.S. Sec. 9-1.03A(3) shall apply, except as modified herein. a. No payment will be made for idle tine due to breakdown, lack of operator, weather conditions prohibiting work, or other circumstances beyond the control of the Agency. b. Equipment shall be delivered to the extra work site equipped as ordered. c. Idle tine waiting for the arrival of transporting equipment to move the rented, equipment will not be paid for. 000.93 SECTION D - CONSTRUCTION DETAILS 1 . INTENT OF PROJECT The intent of the project is to preserve the existing bridge in its present natural setting. The structural soundness of the existing bridge is uncertain, therefore the Contractor shall : a. Not place construction equipment on the bridge during or after excavating for the new bridge slabs. b. Install shoring under the existing arch when constructing the concrete bridge barriers. C. Not place construction equipment immediately adjacent to the wingwalls when excavating for the wingwall restraint. The Contractor shall also take care when removing branches or other vegetation in the vicinity of the bridge. Only those branches and vegetations that interfere unreasonably with the work may be cut and remoyed. 2. ORDER OF WORK Order of work shall conform to the provisions in Section 5-1 .05, 'Order of Work," of the Standard Specifications and these special provisions. Attention is directed to the sections under "Fish and Wildlife Protection" and "Maintaining Traffic" of these special provisions and to the detour construction work shown on the plans. Detour shall be constructed and opened to traffic before the bridge is closed. The silt catchment basin shall be constructed before commencing any work affecting the water in Wildcat Creek. Before any work in the new bridge abutments is begun, the crown of the existing bridge arch shall be excavated and its elevation, relative to the abutment seats, determined. 3. FISH AND WILDLIFE PROTECTION The Contractor shall comply with the recommendations of the State of California Department of Fish and Game and the Contra Costa County Public Works Department regarding work within the creekbeds. Following is the list of recommendations. 1 . All work in or near the stream shall be confined to the period May 1 , 1977 to October 1 , 1977. 2. Item No. 8 shall be placed 'before any construction or disturbance of streambed. Shall be constructed of washed rock minimum size 3" and shall bg�sqq}) `: _ three feet above seasonal flow. �df!) D - 1 e 3. FISH AND WILDLIFE PROTECTION (cont'd) 3. Department of Fish and Game is to be notified 30 days prior to start of construction. 4. Rock, riprap, or other erosion protection shall be placed in areas where vegetation. cannot reasonably be expected to become reestablished. 5. An adequate fish passage facility must be incorporated into any barrier that obstructs fish passage. 6. Any dam (any artificial obstruction) constructed shall only be built from material such as clean washed gravel which will cause little or no siltation. 7. When work in a flowing stream is unavoidable, the entire streamfiow shall be diverted around the work area by a barrier, temporary culvert, and/or a new channel capable of permitting upstream and down- stream fish movement. Construction of the barrier and/or the new channel shall normally begin in the downstream area and continue in an upstream direc- tion and the flow shall be diverted only when con- struction of the diversion is completed. 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 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 down- stream in an upstream direction. 8. 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. 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. 9. Structures and associated materials not designed to withstand high seasonal flows shall be removed to areas above the high water mark before such flows occur. 10. No debris, soil , silt, sand, bark, slash, sawdust, rubbish, cement or concrete or washings thereof, oil or petroleum products or other organic or earthern 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 ,,.. . D - 2 00095 I 3. FISH AND WILDLIFE PROTECTION (cont'd) 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 of any stream or lake. Full compensation for conforming to these recommenda- tions shall be considered as included in the prices paid for the various contract items of work and no separate payment will be allowed therefor. b. LINES AND GRADES One complete set of stakes for each of the following items will be set by the Engineer after notification by the Con- tractor as specified in Section 5-1 .07: a. One set of final alignment and grade control stakes for use by the Contractor to control the basement material and subbase, base and surfacing. No additional stakes or marks for alignment or grade control will be set by the Engineer. The Contractor shall provide such separate grade controls for the basement material and the subbase, base and surfacing as are necessary to secure con- formance with the plans and final stakes. b. Lines, elevations and points required for con- struction of the new bridge deck, including but not limited to abutment locations, footing elevations, and railing alignment. 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. D - 3 5. MATERIALS Certificates of compliance will be required for cement, reinforcing steel , timber, wood preservative, guard rail , and precast concrete slabs. The asphalt concrete and portland cement concrete mix designs shall be designated by the Contractor subject to the approval of the Engineer. The Contractor shall provide the Engineer a minimum mix design review period of four working days for a design from an "Approved" commercial plant and five continuous working days for a design from a "non-approved" commercial plant. For "non-approved" plants the Contractor shall be responsible for obtaining the necessary aggregate samples. Refer to Section "Asphalt Concrete" and "Concrete Structures" of these Special Provisions. The Contractor shall give the Engineer not less than four (k) working days advance notice to permit adequate testing and plant inspections of materials for asphalt concrete, aggregate base and portland cement concrete from recognized commercial plants and any other material from other than the usual commercial sources. The relative compaction of soils and aggregates will be determined by comparison with the maximum density as determined by Test Method No. Calif. 216, or Test Method No. CCC 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 The Contractor shall notify local authorities of his intent to begin work at least five (5) days before work is begun. The Contractor shall cooperate with local authorities relative to handling traffic through the area and shall make his own arrange- ments relative to keeping the working area clear of parked vehicles. When entering or leaving roadways carrying public traffic, the Contractor's equipment, whether empty or loaded, shall in all cases yield to public traffic. The provisions in this section may be modified or altered if, in the opinion of the Engineer, public traffic will be better served and work expedited. Said modifications or alterations shall not be adopted until approved in writing by the Engineer. 6. 1 DETQUR A detour shall be constructed as shown on the plans. It shall be maintained and remain in operation until the completion and opening of the new roadway and bridge facilities to public traffic. The full width of the detour shall be open for use by public traffic at all times. 0 - 4 00097 6. 1 DETOUR (cont'd) The three-post wood barrier, that existed before the beginning of construction, shall be replaced in its original location. The barrier's original dimensions, material sizes, quality, and appearance shall be reproduced in the new barrier as closely as possible. Materials and timber for the new barrier shall conform to the requirements of Sections 57-1 .02A,"Structural Timber and Lumber," 57-1 .02 C, "Hardware," 57-1 .03, "Galvanizing," and 57-3.03, "Surface Treatment of Timber," of the Standard Specifications. When the new bridge improvements are completed and open to public traffic, the detour shall be closed to traffic by installing the three-post barrier, reconstructing the A.G. dike and covering the aggregate base portion of the detour with earth. The earth cover over the aggregate base shall be spread and compacted so that no aggregate base remains visible. 6.2 SIGNING 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 require- ments set forth in the current "Manual of Warning Signs, Lights and Devices for Use in Performance of Work Upon County Highways," issued by the Public Works Department, Contra Costa County, California. Through traffic will be routed around the work over other roads during the time that bridge improvement operations interfere with the unobstructed passage of through traffic. In lieu of the conflicting provisions in Section 7-1 .08, "Public Convenience," and 7-1 .09, "Public Safety," of the Standard Specifications, the Contractor shall bear the entire cost of furnishing, (except those signs shown on the plans to be County- furnished) installing, maintaining and removing all signs (including County-furnished signs) , lights, flares, barricades and -other warning and safety devices. Signs shown on the plans to be furnished by the County, together with 4" X 4" wood posts, galvanized carriage bolts and brackets for assenbly 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) workina 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. D - 5 0 l / yA - 6.2 SIGNING 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. Timber for the construction of barricades shall be good, sound material satisfactory for the purpose intended. Hardware obtained from commercial sources will be acceptable. Barricades, except for rails, shall be painted with two (2) coats of commercial quality white enamel . At the Contractor's option, markings for barricade rails shall be either alternate orange and white, or black and white stripes six (6) inches in width sloping downward at an angle of 45 degrees. Whichever system of marking is chosen, it shall be throughout the project to the exclusion of the other system. The entire area of orange and white stripes shall be reflectorized so as to be visible under normal atmospheric conditions from a minimum distance of 1 ,000 feet when illuminated by the low beams of standard automobile headlights. If black and white markings are used, the entire area of white stripes shall be reflectorized so as to be visible under normal atmospheric conditions from a minimum distance of 1 ,000 feet when illuminated by the low beams of standard automobile headlights. Barricades damaged from any cause during the poogress of the work shall be replaced or repaired (including painting and reflectorized material) by the Contractor at his expense. Full compensation for conforming to the provisions of Section 7 of the Standard Specifications and these special provisions, including full compensation for furnishing all labor, including flag- men , materials, tools, equipment, and incidentals, and for installing, maintaining .and removing all signs, lights and barricades, including pickup, hauling and returning County-furnished signs and posts, and constructing the detour road complete in place, including clearing and grubbing, grading removing the cleared and excavated material , furnishing and placing aggregate base, removing and reconstructing the A.C. dike and three-post wood barrier, and furnishing and placing earth cover as shown on the plans, as specified herein, and as directed by the Engineer, shall be considered as included in the contract lump OWN,)99 0 - 6 6.2 SIGNING (cont'd) sum price paid for Signing and Traffic Control , and no additional compensation will be allowed therefor. The replacement cost of all County-furnished material lost or damaged between the time it is removed from and returned to the Shell Avenue Maintenance 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: Initial Increment - 60 percent of the lump sum price upon satisfactory completion of Installation of signs, lights, barricades, and constructing the detour road. Final Increment - Balance of the lump sum price upon replacement of the three-post wood barrier and satisfactory completion of removal and dismantling of signs, lights, barricades, posts and fram- Ing and delivery of County-furnished materials to the Shell Avenue Maintenance Yard Sign Shop. 7. COOPERATION It is anticipated that Pacific Gas and Electric Company, San Pablo Sanitary District, and the East Bay Municipal Utility District will be installing temporary by-pass lines prior to or concurrent with the bridge improvement operations. The Contractor shall coordinate his work with that of the utility companies and shall protect any such temporary by-pass lines from damage by his construction operations. The Contractor may be asked to install pipe hangers or straps in the new barrier wall to allow installation of the pipes belonging to the above-named companies or districts. Any such work shall be considered and paid for as extra work as provided in Section 4-1 .03D "Extra work;" of the Standard Specifications. The Contractor shall give the utility companies two (2) working days advance notice before work may start. Notification of several utility companies may be accomplished by calling Under- ground Service Alert (USA) toll free number 800-642-0123. In lieu of the compensation provisions in Section 7, "legal Relations and Responsibility," and Section 8, "Prosecution and Progress," or the Standard Specifications, full compensation for conforming to the requirements of this special provisions shall be D - 7 00100 F, 7. COOPERATION (cont'd) 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 and overhead utilities in the construction area. 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, 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. ROADWAY CONSTRUCTION Roadway construction shall conform to the provisions of Section 16 "Clearing and Grubbing," of Section 19, "Earthwork," Section 26, "Aggregate Bases," and Section 39, "Asphalt Concrete," of the Standard Specifications and these special provisions. 10. 1 ROADWAY EXCAVATION Roadway excavation shall be performed as necessary- for the installation of the precast slabs and the construction of the road at the bridge conforms. The road pavement and base materials shall be removed to the full depth of the new road section as shown on the plans and disposed of. It is anticipated that there will be approximately 50 cubic yards of paving and base material to be disposed of. This material may be deposited on private property on Park Avenue. The Contractor shall make his own arrangements with the owner, Sharon May, 6029 Park Avenue, phone: 233-3977. 10.2 AGGREGATE BASE Aggregate base for the new road section and detour road shall be Class 2. At the option of the Contractor, the grading for either the 1-1/2 inch maximum or 3/4 inch maximum aggregate shall be used, D - 8 001 CA 10.2 AGGREGATE BASE (cont'd) except that once a grading is selected it shall not be changed without written approval by the Engineer. 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. 10.3 ASPHALT CONCRETE Asphalt concrete shall be Type B. Unless otherwise directed by the Engineer, asphalt binder to be mixed with the mineral aggregate shall be steam-refined paving asphalt having and 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 shall .be liquid asphalt, Type SC-70. Paint binder shall be asphaltic emulsion, Type RSI . Asphalt concrete shall be spread in two (2) layers, each of 0. 15-- foot thickness. Prior to placing the surface course the finished surface of the previous layer shall not vary at any point more than 0.05-foot above or below the grade established by the Engineer. All trimming of the surface shall be completed while the temperature of the mix is above 200°F. 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 r. Qt31�2 0 - 9 I 10.3 ASPHALT CONCRETE (cont'd) operations are cancelled because of predicted rain or fog, a non-working day will be charged regardless of actual working conditions. Asphalt concrete sha 11 not be placed on any surface which contains ponded water or excessive moisture. 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. Asphalt concrete surface courses shall be spread one (1), layer at a time over the entire project. The sequence of paving shall be such as to avoid paving a lane width with a cold joint on both sides. Conforms between existing pavement and newly constructed pavement shall be made by cutting the existing pavement to a neat, smooth line at the conform line and constructing a vertical-face butt joint. The provisions in the last paragraph in Section 39-6.02, "Spreading," of the Standard Specifications, are superseded by the following: Asphalt concrete may be spread with a spreader box. The spreader box shall be self-supported on the grade by wheels or tracks and shall have a screed that will produce a completed surfac- ing of uniform smoothness and texture conforming to the provisions in Section 39-6.03, "Compacting." The spreader box may be drawn by the asphalt material supply vehicle. 10.4 REMOVE BRIDGE AND GUARD RAILS The existing metal beam guard rails and the wooden bridge rail (northerly side) shall be removed and disposed of as provided in Section 7-1 . 13 "Disposal of Material Outside the Highway Right of Way," of the Standard Specifications. The metal [-beam bridge rail (southerly side) shall be removed and salvaged. The salvaged bridge rail shall be deposited near the road for easy pickup by the County. 10.5 PAYMENT The contract lump sum price paid for "Roadway Construction" shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all the work involved D - 10 00103 10.5 PAYMENT (cont`d) in clearing and grubbing at and in the vicinity of the bridge, excavating for the precast slabs and the road section adjacent to the bridge, furnishing and placing asphalt concrete, prime coat and paint binder, including construction of the conforms, and aggregate base for the road on or adjacent to the bridge, and removal of cleared and excavated materials, including bridge and guard rails, and salvaging bridge rail , as shown on the plans, as specified in the Standard Specifications and these special provisions and as directed by the Engineer. li . CONCRETE REPAIR Concrete repairs shall conform to the provisions of Section 65-1 .06A, "Cement Mortar.," Section 90, "Portland Cement Concrete," and Section 95 "Epoxy," of the Standard Specifications and these special provisions. Concrete repairs shall consist of patching holes and cracks in the existing wingwalls and bridge walls and arch with mortar, and filling the openings between wingwalls and bridge with Class B concrete. The areas to be patched and filled shall be cleaned by means of sandblasting. Immediately after the sandblasting operation the areas shall be painted with concrete epoxy and the mortar or concrete applied. After some amount of curing time has elapsed, the filled areas shall be rubbed with sacking material to result in a smooth but rough-grained appearance. Full compensation for this item of work shall be made in accordance with the provisions of Section 9-1.03, "Force Account Payment," of the Standard Specifications. 12. BRIDGE REPAIR Bridge repair shall conform to .the provisions of Section 19-3, "Structure Excavation and Backfill ," Section 72-3, "Sacked Concrete Slope Protection," Section 75, "Miscellaneous Metal ," and Section 90, "Portland Cement Concrete," of the Standard Specifications and these special provisions. Bridge repair shall consist of constructing "cable to deadman" tie-backs to keep the existing bridge wingwalls in place, placing a small amount of sacked concrete slope protection, and placing concrete toe protection at the toes of two wingwalls. 12. 1 CABLE TIE-BACKS The wingwalls on the upstream side of the bridge shall be restrained by means of cables tied to concrete "deadmen" anchors buried in the road. Swaged fittings, studs, steel plates, cables and all other necessary steel hardware shall conform to the 00104 ` . 0 - 11 12. 1 CABLE TIE-BACKS (cont'd) requirements of Section 75, "Miscellaneous Metal ," and as far as it applies to the swaged fitting assembly, Section 83-1 .026,"Metal Beam Guard Railing," of the Standard Specifications. All cables and fittings in contact with the ground shall be painted with coal tar of good commercial quality. The concrete for the "deadmen" shall be Class B. The backfill required to fill over and around the deadmen and cables may be native material . 12.2 SACKED CONCRETE TOE PROTECTION Before any sacked concrete is placed, the area immediately behind and above the existing sacked concrete shall be cleaned of all rubble and debris. 12.3 CONCRETE TOE PROTECTION The concrete for the toe protection shall be Class B. If large existing boulders in the creek bed encroach upon the proposed dimensions of the toe protection, such boulders shall be incorporated in the concrete pour. 12.4 PAYMENT The contract lump sum price paid for "Bridge Repair," 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 cable tie backs, complete in place, including concrete deadmen and all required excavation and backfill , and furnishing and placing sacked concrete slope protection, includ- ing necessary earthwork and cleanup, and furnishing concrete and contracting the concrete toe protection, complete in place, as shown on the plans, as specified in the Standard Specifications and these special provisions and as directed by the Engineer. 13. REINFORCED CONCRETE STRUCTURES Reinforced concrete structures shall conform to Section 19, "Earthwork," Section 50, "Prestressing Concrete," Section 51 , "Concrete Structures," and Section 52, "Reinforcement," of the Standard Specifications and these special provisions. 13. 1 PRESTRESSED, PRECAST CONCRETE SLAB The first paragraph in Section 50-1 .02, "Drawings," of the Standard Specifications is amended to read: The Contractor shall submit to the •Contra Costa County Public works Department, Administration Building, 651 Pine Street, Martinez, CA 94553 for approval in D - 12 00105 13. 1 PRESTRESSED, PRECAST CONCRETE SLAB (cont'd) accordance with the provisions in Section 5-1 :02, "Plans and Working Drawings," working drawings of the prestress- ing system proposed for use. For initial review,' 3 sets of such drawings shall be submitted. After review, between 6 and 12 sets, as requested by the Engineer, shall be sub- mitted for final approval and for use during construction. Concrete for the slabs shall contain a minimum of 658 pounds of portland cement per cubic yard. . The SII-48 slab members shall be designed for HS 20-44 loading. When placing the prestressed slabs, some trimming of tree branches overhanging the site may have to be done. Only branches that are in actual interference with slab placement operations may be cut. No separate payment will be made for prestressing precast concrete members. The Contract unit price per each paid for "Prestressed, Precast Concrete Slab, Type SII-48," shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals including working drawings and microfilms, and for doing all the work, including tree -trimming, involved in furnishing and placing the prestressed, precast Type SI1-48 slabs complete in place, including bearing pads, as shown on the plans, as specified in the Standard Specifications and these special provisions and as directed by the Engineer. 13.2 BRIDGE ABUTMENT AND BARRIER WALLS Bridge abutment and barrier walls shall be constructed with Class A concrete. The existing concrete railing wails between the existing bridge arch and the road shall be removed and disposed of in accordance with the provisions of Section 7-1 . 13, "Disposal of Material Outside the Highway Right of Way," of the Standard Specifications. The area on the existing bridge arch on which concrete for the barrier walls is to be poured shall be cleaned before concrete is placed. The Contractor shall construct all necessary shoring under the existing bridge arch to prevent damage to the arch when the new barrier walls are constructed. Any damage that does result to the existing arch due to insufficient shoring or the Contractor' s operations, shall be repaired to the state existing prior to the damage or better, and the costs of such repairs shall be the Contractor's. Concrete for vertical walls shall not be placed until three (3) days after the abutment footing slabs have been poured, unless otherwise authorized by the Engineer. No concrete shall be placed until the Engineer has approved the subgrade, forms, reinforcing steel and other facilities in place. 0 - 13 001% 13.2 BRIDGE ABUTMENT AND BARRIER WALLS (cont`d) No concrete shall be placed except in the presence of the Engineer or his representative and the Contractor shall give reasonable notice of his intention to place concrete. Fresh concrete in the structure walls shall be deposited in horizontal layers not exceeding twenty-four (24) inches in thickness, unless otherwise authorized. Each layer should be soft when a new layer is placed upon it, and the work shall be a continuous operation until the placing of each course, section, panel or monolith is completed between vertical expansion, or construction joints. Except as provided for in Section 51-1 .17, "Finishing Bridge- Decks," of the Standard Specifications, the visible portion of all Class A Concrete shall receive a Class l surface finish. All other surfaces of Class A Concrete shall receive an Ordinary Surface Finish. Curing shall conform to Section 90-7, "Curing Concrete," of the Standard Specifications except that curing compound shall con- form to ASTM Designation C-309 "Liquid Membrane-Forming Compounds for Curing Concrete." The compound shall be clear or translucent type and shall contain a fugitive dye to assist in securing uniform coverage. 13.2.1 REINFORCEMENT All bar reinforcement -steel shall be. grade 60. The bar reinforcement steel to be placed in the precast concrete slab to support the barrier wall shall be considered as included in the contract unit price per cubic yard paid for "Class A Concrete," and no additional payment will be made therefor. 13.3 PAYMENT The contract unit price per cubic yard paid for "Class A concrete," shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in furnishing and placing Class A concrete and steel bar reinforcement for the construction of bridge abutment and barrier walls, including supports for the walkway, and any required excavation and Backfill , removal of material , and all shoring, as shown on the plans as specified in the Standard Specifications and these special provisions and as directed by the Engineer. 14. TIMBER STRUCTURES Timber structures shall conform to the provisions of Section 57, "Timber Structures;" and Section 75, "Miscellaneous Metal ;" of the Standard Specifications and these special provisions. All wood used for the timber waikway,walkway railings, and barrier wall railings shall be Douglas Fir, Strucrilnt lect, Grade ^1600. illi (( D - 14 14. TIMBER STRUCTURES (cont'd) All wood parts in the sidewalk and railings shall be painted before installation with a clear pentachlorophenol wood preservative. The floor beams of the walkway in contact with the ground shall be painted with creosote in conformance with the provisions of Section 58-1 .04, ."Wood Preservative for Brush Treat- ment," of the Standard Specifications. The shop fabricated steel fittings for the rail posts and horizontal rails are dimensioned to result in a "snug" fit for posts and rails. Any fittings which are unreasonably "loose" shall be rejected. All nails required to hold posts and rails in place shall be galvanized. The contract lump sum price paid for "Timber Walkway and Railing," shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in furnishing and installing lumber and miscellaneous metal to construct the timber walkway, walkway railing and barrier railings complete in place, including any required excavation and backfill and wood preservative treatment, as shown on the plans, as specified in the Standard Specifications and these special provisions and as directed by the Engineer. 15. METAL BEAM GUARD RAILING Metal beam guard railing shall conform to the provisions in Section 83-1 , "Railings," of the Standard Specifications. 0 15 ��1�R a a:s1 gill ' o a•a! �E:EI a{ ia, -a'iyoj i X� a4-�� � ��� 'f�, $ �: _ �: i a .r 8 8'8.a a ai Ilk,_ i7;1: i a n� A a'1°1='r. *;:Ss�i ,�, x �^• �� - �} xa, E�io E''+ ! L;a: SE E kX :�• 1 � 1��3 zR 's=' u a :_. a �x s- a= 3•g i x �u* --� +' ���o` .1 gat ea: E: Ems! -+-. ^'"----•-•, r s sae., -st: , �, Esc. . "+ s T ,'-'j ,va :8 tzsi6o-w.;8.1ol.._'J ai Y z-s��i; 'a-� a l •s ; s MQ? _ r � sp •'. z at MO = oil 1.2 s r AM01 �+-1 C rn n 7D s y fs 4 C 8 (� o C sp40 In { z� < i1 $ rn o> r � M p r mM 30 M 1p Mz PA < 0 ra i Z2 -n M rn M N r' G cn f � N .. r r' rs cmi �. N r p 55 .-[ O omz or�i � m 2 � y 0 � Z tM n .z.�rs , Zo °3o ZO rwm � M N = ff S n cn = <an Z vmi -c _r nx+ rn a p P -n z �+ � Q++ � yz 0 � i �m Z0 ^Y a -i r -,rn z S ecus C Moo TZR Z C? D rn -i n >� mn CA M CA Tr 31 Z g O D rrnl> x .-A r -� rn N� y2 Wp � Z � M rn � z o G > '; am 0 »'' "C a z i N z r 00110 4 Q m.< �+ I itAl En ~ � t ! � Olele,.e Y. .ae\IVIeY♦ ,�OYe VIIrY Z'.1..r4rVQ� Y• v71,1�`%%% `��.el�.. CAn C o t &2tiilddiSo ���'� ��8�8 � 1� ��� �8`�=`• o 4� 2 I-- :}..- aa:Yc; c!;1; a:a,==o,�. m c*W �! d�E;L'��d.�dd25o2SQ2S (2SdtSdCd'��tS.3�� pise of N m �t r (. i it jugent 1( �111 o' I it fat zs-oz =.61 `r—W -lVAN` W NOISM dNV 9NINNbId 30QIHS 6i v-la4 Al '-IOA OS r ZC Cb n i 1 19 • ' > s • :� � is Si i � ,�. �i i +� rr. _ °- er `yG7%r, it J v i =ef ,ti• wi• L as •i .-�}T �f � ," •fir T yr�i � � L �� ;� � �* •� j, a-^w �= :a f�: ��P a r� +,sem j� •i5. tz 0011 Lu D ti's S • IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Hatter of Completion ) RESOLUTION No.JMP9 of improvements, Subdivision ) HS 140-70, Pacheco Area. ) The Public Works-Director-has notified•this Board,that'improvements,.have been completed in Subdivision HS 140-70, . Pacheco area, as provided in the agreement heretofore approved by this Board; NOW, THEREFORE, BE IT RESOLVED that the improvements in Subdivision HS 140-70 have been completed. Frontage Improvement/ Date of Agreemeht Road Improvement Agreement October,20, 1972 (United Pacific Insurance Co. - U-74 84 38) PASSED by the Board on July 26, 1977. r _ r } Leh r YL k _ k V Originating Department: Public works; Land Development Division. cc: Public Works Director Planning Director r'r Security Owners Corporation 930 Estudillo Street Hartinez, CA 94553 RESOLUTION No 77/589 0013 In the Board of Supervisors of Contra Costa County, State of California August 19 . 19 ,715 In the Matter of Action Against Bond, fUnor Subdivision 140-70, Pacheco Area. The Public Works Director having reported that the agree- ment for Minor Subdivision 140-70, Pacheco area, expired July 1, 1973; that the developer was notified by a letter dated March 24, 1975 to complete the work as required by the Frontage Improvement/ Road Improvement Agreement; and that no further work has been accomplished since issuance of the notification; and The Public Works Director having recommended that the Board authorize his department to perform corrective work by contract or -purchase order, and authorize County Counsel to recover any cost from the developer and/or United Pacific Insur- ance Company, the bonding company which issued Surety Bond No. U-74 84 38 in the amount of $4,200; and The Public t•7orks Director having further reported.that the total cost of corrective work is presently estimated 'to• be ' $4,000 plus the cost of preparing plans, specifications, solicita- tion of bids, and any cost involved in recovering monies from the surety; IT IS BY THE BOARD ORDERED that the recommendations of the Public Works Director are APPROVED. PASSED by the Board on August 19, 1975. 1 hereby certify that the foregoing h a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: Public j:orks Director Witness ray hand and the Seal of the Board of County Counsel Supervisors affixed this ?4th day of 4u._- . , 19 79 Al / J. R. OLSSON, Clerk By. Al_-L. C 1'4• . Deputy Clerk Helen C. Narshall Microfilmed with board order 00114 M 214 6/15 10M 2UL•LIV VOR:S DEPARTMENT 4th Floor AdminisCration F,--ildinv,, 21artinez, California 94553 Phone 228-3000, EXL. 2116 FRON''TAG£ n-21R04;-2-'SZ/ROAD IMPROVENL'`rT AGREEMENT O1-4.4eY: NAME .. - l anaEs J. .b't�s8s� PPorx ADDRESS REPRESMI'TED BY: ;LUE .9� PHONE'2-L,r--.S P 7 2- (As (As Agent) ADDRESS �_- ENGINEER ARCHITECT CONTRACTOR�_ OTHER BUILDING PERMIT APPLICATION NO. ENCROACH.M.''T PERMIT. NO. ASSESSOR'S 11AP PARCEL NO. XOff TYPE OF DEVELOPtiET ,�cS•c7'e�y7iyL RIGHT 0•: WAY REQUIRED RIGH OF+NAY NOT REQUIRED I. 017NER RESPONSIBILITY A. Improvements ' Owner agrees to install at no expense to the County the following frontage improvements: 1. Approximately 3SU linear feet of curb and gutter.M 2, .j 5y -linear feet of sidewalk. O -6 feet wide. 3:,, Approximately 72PP square feet of street paving. 4. Any and all necessary longitudinal drainage facilities and appurtenances. 5. Street lighting facilities. 6. Other incidental work specified in the current frontage improvement policy of the Board of Supervisors of Contra Costa County. Jee0 AqcGa¢e -W7q A07" Owtt�-Ih�ee,of F ins O2�`F' B. Relocation of Utilities Any necessary relocation of utility facilities shall•be the responsibility of the undersigned owner, or his agent. C. Surety Bond - Owner agrees to deposit as security with the County a cash boq?.,or an acceptable corporate surety bond, in the amount of $_ 420D guaranteeing_ his faithful performance of this agreemen . D. Right of Way 4 s AeW7 'PcZ/RN�The owner agrees to dedicate to the County about .- -- square feet of owner's property for wideaiug of , a County :mad. B. Improvement Plans If the owner is unable or unwilling to wait for preparation of the frontage Improvement plans by the County, owner agrees to have the plans prepared by a Registered Civil Engineer for review and approval by the County. Five sets of the final approved plan shall be submitted to the County for filing and distribution. II. COUNTY'S RESPONSIBILITY f iwlerc A ttiwi scow■« a. _--- ------ �. -w -'v= c•c a Couatq road. o Cnj*nt,3Zt,,411 square reet or s r avinS.* C. The County will prepare the right of way deed/offer of dedication for signature by owner. CdK.+T2�77UR/ PG/FdJ3� D. County-furnished engiaeer!rG will consist of r=eii- --r7 •- d 9900 4442mens - - o--'. �ia-g- and one staking ofcurb ' '� line and grade. Any replacement o: curb stakes will be at the expense of the owner. III. LuJiTATION's The owner understands and ACrces that the provisions of Section II are subject to the following limitations: A.._The approval o: this agrc-:.Lent by the Deputy Public Works Director. 1%7 HP-55 (Sheet •1) Microfilmed with board o r X115 B. The Authorization by the 2Taard of Supervisors of the expa.Rdlture of funds for t U- work. C. Zany necessary engineering by County will be done according. to chronological order or receipt of this and simildr agreements. IV. LOSS OF JURISDICTION w The formation of an assessment district covering the proposed work, or loss of jurisdiction by the County due to incorporation of or annexation to, a city, shall terminate.the County's responsibility for cost. of construction and engineering (surveys and inspection) under this agieecernt_ V. ISSUMICE OF BUILDIING PEDT17L Upon e.:ecution of this agreement and receipt of the Deed/Offer of Dedication and Title Reports if required, the Public W:..ks Director will notify the Building Inspector that the building permit may be issued. VI. TME IMIT FOR CMITLETION The work specified in this agreement, and the Enc o cchment Permit issued therefor, shall be completed prior to k laz VII. FINAL APPROVAL OF MORK Approval of the completed work will be given after the applicant has complied with all conditions of the approved frontage improvement plans, this agreement and the Encroachment Permit issued pursuant to this agreement. This agreement is made and entere4 into, by, and between, the parties herein pursuant to the Current Frontage Improvement Policy of the Board of Supervisors and is made a part of the Ep<04chmeot Permit referred to above. RECO&UNDED UNDERSTOOD FOP. APPROVAL AGREED TO my A Z7012��) (Highway Planning Division) ._ (Owner`s Agent) (Cross one out) �i APPROVED //� ACCEPTEDBYAND DATE V. L. Cline-- Deputy lineDeputy Public [forks Director Distribution; File Applicant Ot-aer Construction Division HP-55 (7-71) (Sheet 2) ryltaoiiimeu witn board order 00116 I � Bond PTo. U -74 84 38 • IMPROVEMENT SECURITY BOND Premium: $63.00 MINOR SUBDIVISION-PUBLIC IMPROVEMENTS I (Faithful Performance AND Labor & Materials) (County Ordinance Code 58494.10;Contra Costa County Standard Form) 1. O9LIGATION. Princioal JAMS J. BUSBY as.Principal, and (Surety) Lffiii PACIFIC INSURANCE CO. a corporation organized and existing under the lass of the State of WASHINGTON and authorized to transact surety business in California, as Surety, hereby jointly and severally 4ind ourselves, our heirs, executors, administrators, successors and assigns to the County of Contra Costa, California, to pay it: (A - Faithful Performance) FORTY TWO FUNDRID AND NO/100- ---Dollars ($4,200.00 ) for itself or any City- assignee under the below-cited subdivision contract, plus (8 - Labor & Materials) FORTY TWO HUNDRED AND N01100 Dollars ($4.200.00 ) for the benefit of persons protected under Car. Bus. & Prof. Code $11612. 2. RECITALS. The Principal contracted with the County on OCTOBER 17. 1972 to install and pay for street, drainage, and other improvements in Minor Subdivision Na. M. S. lh0-7O , as per parcel map now being filed with the County's Recorder, and to complete said work within one year from said date, all in accordance with State and local laws, rulings thereunder and the subdivision contract. 3. CONDITION. If the Principal faithfully performs all things required of him according to the terms and conditions of said contract and improvement plan and improvements agreed on by him and the County, then this obligation as to Section 1-(A) above shall become null and void, and if he fully pays the contractors, subcontractors, and persons renting equipment or furnishing labor or materials to them for said work and improvement, and protects the premises from claims of such liens, then this obligation as to Section 1-(8) above shall become null and void; otherwise this obligation remains in full force and effect. No alteration of said contract or any plans or specifications of said work agreed to by the Principal and the County shall relieve any Surety from liability on this bond; and consent is hereby given to make such alterations without further notice to or consent by Surety; and the Surety hereby waives the provisions of Calif. Civil Code 92819, and holds itself bound without regard to and independently of any action against Principal whenever taken, and agrees that if County sues on this bond Surety will pay reasonable attorney fees fixed by court to be taxed as costs and included in the judgment. SIGNED AND SEALED on October IT. 1972 PRINCIPAL SURETY c � JAMES J. BUSBY UNITED PACIFIC INSURAQ MPANY ,y By ���� i /i• William R. eget, Attorney in Pact + • a • + • a • a • • • a a a • a • ♦ • • ♦ • • • • ♦ • ♦ • ♦ ♦ ♦ • • ♦ ♦ a ♦ ♦ ♦ x � State of California ) ss. County of ) (ACKNOWLEDGMENT BY SURETY) On the oerson(s) whose name(s) is/are signed above for Surety and who is known to me to be the Attorneys)-in-Fact .'nr this Corporate Surety, personally �ppe3red before me and acknowledged to me that he/they signed the name of the Corporation s 3eirety and his/their own name(s) as its Attorneys)-in-Fact. Notary Public for said County and State Imp. Sec. Minor Subdivision Bond, CC Std. Form) (HP-33; 3/17/71) (100) 0011'7 MiaefUrned with board order f ISE m u i. Y st C _ L. $3mo m •'�, ' O G Q �' •` .Q 0 � w Vi' ai ,c 3 � SWc' o ` ci Z� 0 b Y a uV, CL QE E = ; m $ ' 2t W a `mo u v E S 0 �Id cZ d O 40t17 � `u w mJul < �Icam Ea CC j c < +_ Kms': 3 a v� E r u ? 'Cf _ �ate :f< LL ca �Z ri j V s. M a , m 43 S. O •3 m �i x V lb Q:.ii w r E ei mt �m a O ��D „ �• 3 CL 4a CL so V O HZ I- -INI ■ " T. C■ t pp� g oLLYo . j Ap o• E ca C7 0 a Q 002 t 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 Resolution of Intention to Consider ) RESOLUTION NO. 77/590 the Establishment of Drainage Area ) 300, to Institute Drainage Plans ) Therefor, Call for a Maximum ) (Water Code App. Tax Rate Increase Election Therein ) §63-12.2 -§63-12.5) Oakley Area. ) ) 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 RESOLVES THAT: The Contra Costa County Flood Control and Water Conservation District Act, hereinafter referred to as Act, provides authority for the board to establish drainage areas, institute drainage plans therefor, enact drainage fee ordinances and to proclaim its intent to levy ad valorem taxes upon property contained in said drainage areas. This Board has before it for consideration a request from the property owner of that real property as described in Appendix A, attached hereto and incorporated herein by reference, for the formation of Drainage Area 300. A plan entitled 'Drainage Area 300 Boundary Map" dated June 1977, showing the general location of such area is on file with, and may be examined at the office of the Clerk of the Board of Supervisors, Administration Building, Martinez, California. It is proposed that Drainage Area 300 be formed at this time without the adoption of a Drainage Plan. It is also proposed at this time that the necessary steps be taken to establish a maximum ad valorem tax rate of $0.50 per one hundred dollars assessed value, of land and improvements, to allow the levying of a tax at a future date when a Drainage Plan is adopted. At 10:45 a.m. on August 16, 1977, in the Chambers of the Board of Super- visors, Administration Building, Martinez, California, this Board will conduct a public hearing on the proposed formation of said Drainage Area, the proposed maximum tax rate election and the Negative Declaration filed for said Drainage Area. At said hearing, this Board will hear and pass upon any and all written or oral objections to the formation of the Drainage Area, the proposed maximum tax rate election and the Negative Declaration. Upon conclusion of the hearing the Board may abandon the proposed drainage area and maximum tax rate election, or proceed with the same. The Board will also pass on the adequacy of the Negative Declaration. The Clerk of this Board is directed to publish this Notice and Resolution once a week for two (2) successive weeks prior to the hearing in the "Antioch Daily Ledger", a newspaper of general circulation, circulated in the area proposed to be formed into said Drainage Area. The publications shall be separated by at least five (5) days and the first and second publishings shall preceed the hearing date by at least twenty (20) and seven (7) days respectively. Pursuant to Revenue and Taxation Code 662265 and 2286(B), a maximum tax rate election is hereby called for Drainage Area 300. The election shall be by mailed ballot and shall determine whether or not the present maximum tax rate -for Drainage Area 300 will be increased from $0.00 per $100 of assessed valuation (including improvements) to a maximum tax rate of $0.50 per $100 assessed valuation (including improvements) until changed as provided by law. Any tax race levied shall be levied only within said Drainage area and only after the adoption of a drainage plan by the Board. XWOLUTION NO. 771590 00118 > . .- rs rom the • Inasmuch [s this cat Board has received in Drainage Areae300faad from owners lrthe registereds in real property e Area 300.which waives. said owner's and..voter's voters residing within-Drainag Impartial issue rights to.notice, publication: time ballot.asgumeats aad imP attached labeled Appendix "B"'and uCn� analysis for this .election (see y thisssreference.) and because.the public hereto.and incorporated herein by refer wire the expeditious development health and housing needs of this County 4. of residential Property and said owners cannot proceed with theax ir development . until the said maximum tax rate is approved, the maximum is set for Tuesday, August 23, 1977, four weeks from today The County Clerk is Authorized and'Directed to take all steps necessary.. tsx rate election. to conduct said maximum ; _ . . PASSID ON July 26, 1977, unanimouslY by. the.Supervis.. . . went. :: `.. -. . .. - . . ., .. :,::,.. . . . . . ...:. :::' -..-. . .. . . s° . .. ..... . .. . .. - ..,....:.-. ... ... .. ..v.. .. ...._... ._... ...'<.' '!-Y,. ,i: .:..,:,:.,.3:� .. .. ... .........: .. .. ...., .. .- .r... . .. ,. ....._, .. ...... ,. - ...... . .. ..... .. .., .._ ,.. .. ... .,_ .. ..,. .. ...' r .:..., .. ..r.... .�. :: • < a..... .::-.._.: :-. :;sn .,,..,..., - .. ....- :..:.. - - .. .. -''..s'' _ - ::.Vii.:.:; .... ,..., ........ - _ ...... ..,w.. - _ ... ... .,:.:..... ........•: .. .,....,,: .r ..::,� ...:........o;. :....:..... ..n.:...... .. ...a,,.- i"Ar:, ....::- t� :yC°,'sr-II.t''Y:�. 'i4i`F-"i• s"4W. S:ft' .. .. ... ........:.. �' . ... ,.. ., ...:.._. '.i.a ir,. .... ..... . .--.,.............. :.: a... 4.,r y w t ':i: .:1'Y''�.",tlz' - w:3finbh'.f::.a,:eN:'::, '..,'Y......... ...:..• ..:..:-.. :.ice i. .:d'" .»h., .. .....r:. x.., .. :. _ .. ....:..:- �� ._. ... : , ...:...R....... .. .. .. .:... .:. _ . :.., ...._.. s:.:::'..r: .:i":' .p s,:• tel_. .::,,P.,' ,'.A:�: -•.?3`l. _ ...,:,:,,T <., :,.�. ..,. .. ,..... , .. ,. _ - .. .,.. ,.r..:.. ..:... -: .: ............� ..... ..::� .. .... <.. r..x ♦ r r...1.1<0 e - .:;r,.. :::.ti's:'..":`:�:.'w. .. .. , .; '.r:.'', .. .. .. ...,..: .....r ,.v.,,..,.,. :i`::--,- ... .. ... .. .. t....-.-..� - , ... ... .... ....:<.�:.... ..t.. .. ..r.. .. .._:.. .. :::•.. - . ... .,.: - •C "zj , ,.. . .. ..'.;-, ....�.... .. ,:Y . ..... . ,... . - ., .,W... _ tc, .. - ...... .... ...♦ ..a.i. .::�1.. 4. . . .:. ... , 't . ..,,',... '7 . :j" .w .:.'i. .....:. :r.:'- - .r .. ....,. ... .._.._ ..... :....,. ... .. . ......-. . ., ..« .,. .. ".,�. .. ... _ .... :... .J. e. . ... ... 7 ... ,....-. ._ ... .....,. .. .. .. .,...,_.. r;.... r,... ;..,:. ,.. is "-'�? ...ry ;.< .4..... ,..... .. ...... .... .... .......... . _..k .. ::.. ='�'�;i� ;:tom;: - : .x.- ill;: ?i'w' 3:e:` ��?•';E•`%r` . 1-1 .. .. ..:..;,....v.-......!. '. ji41* F.Y.. _ 7. . x,.., ... .,...,:-,.:�:-...: .:: , .,. ,n. ,!,.:.., 4. '� nR''''S"''Ji+.�S .... ., ....:_.....I.x, ..e.. ..-I:.,-..... w." ,.,.., rR ?�3'i -g rv'::-1"..`r s:;'::j.":::i,'•::�'•.,. .... L:. ,�.,` r.w :': }� �i , ..... .. 4 .c ••.:..-v.. aP:^::.^i� Y:S�= rl+ . , �<'V�r'.�'3 .:y:': .._ ......,..r.".1... r,..V.::..«:..-,,..,;;.: .,,:..., , t v-,: : .'v, :.tt::` .n. iiia'.�."-.�. ....,.:r::;... ..,.T. e... .. . :.: , ,...:.,...:.r.r<., r, •" n. :ir✓ t .. � .. < r r. .:.:....... :i^i•.is ....,,.. .. ...ry... •. ... : , '77 e>.:;Y r .. .... ...... .. -_......,< .:r:,' .... ..:.'.: ., ..-. . - o w' % % .. . ..:... ..... ........:.--... .:: ,.. . . :" ' . . .. .. r . ......:..:. .%...:. .. .. . .. ......:._ .. ..:'.'. .;: .. . :-.; . . .. .. : . .. .. ....... ..:. . . _....,.. .... .. .. . . .. .. .. .. : .. ... .. - .. .... LD .. rtmen t• ).'. at De P a in ing . Ori 8 . , >r8:; - n.:Underwood. :. t Lo ,..,,. ....'.. ,;: cc. Elec do P art�n . ... ..._ . 1 ":': : ` ood Co. .:: ._ F1 : . n Department "' planning r _ 0 0 1 1 ec t Tax C . "�' % Ton .Cu tino . ..--:;::;+;, Y ., .,,..::. P. O. Box 5 . CA 94561 Oakley, . .. . . .. . . . :.RESOLUTION N0 ':'77/5Sp ;`.-:: . .. rv'. :.. 1 `�.✓� :,� :�.. I. . . . . . . - ..; yi .: a` . t. . . .. ... .. .. . . UU1�9 . . . ... F No P; &VO- -- WMW ._.___.._-_..._...__�__--._-- . _..-. - ,.."'... ..... ...: .. ... ...... .. ... . .... .............I......................-.................... .�I.:.:.-,. ..—_................. : ..._.. — . .. .. . ... ........ . . , .. . - .. DESCRIPTION-APPENDIVA" PROPOSED DRAINAGE AREA BOUNDARY That parcel of land in the unincorporated area of the County of. Contra .Costa, State of California, described as follows: Portion of the South 1/2 of the Southwest 1/4 of Section 30, Township 2 North, Range 3 East, Mount Diablo Base and Meridian, described as follows: Beginning at the southwestern corner of said Section 30, being on the center line of Almond Avenue; thence from said point of beginning North 1" 35' 22" East along said center line, 1324.98 feet to the western extension of the southern line of "Parcel D" as said parcel is delineated on the record of survey filed in Book 34 L.S.M., at page 40; thence along said extension, and the southerly line of "Parcel D", South R90 30' 26" East, 503.52 feet to the westerly line of the parcel of land described in the Deed to Contra Costa County Flood Control and Water Conservation District, recorded November 6, 1964 in Book 4738 of Official Records, at page 556; thence along said westerly line South 24' 42' 51" East, 273.58 feet; thence along the arc of a curve concave to the Northeast having a radius of 557.00 feet, through a central angle of 53' 49' 49", an arc distance of 523.31 feet; thence South 78' 32' 40" East, 120.42 feet; thence along the arc of a curve concave to the Southwest having a radius of 243.00 feet, through a central angle of 530 02' 39", an, arc distance of 224.97 feet; thence South 250 30' 01" East, 687.44 feet to the most Northern line as delineated oh the record of survey filed in Book 39 L.S.M., at page 23, thence North 89".19' 17" Hest, 1635.15 feet to the point ' of BegiAnin Said parcel containing 33.91 acres, more or less. 00120 Public Works Department Contra R.D.srwtzh Deputy-Susiness and Services Costa �} (415)372-2105 Co l� 6th Floor.Administration Building Mark L.Kermit h1artinaz,California 94553 Deputy Transportation (4151372-2102 County (415)3722102 R.M.Ryyh Vernon L.Cline Deputy.3ui7Cings and Grounds pubf.c works Director Room 115.Courthouse (415)372-2214 J.E.Taylor J.Michael Walford Deputy-operations Chief Deputy &Flood Conxol 255 Glacier orivs (415)3724170 July 14, 1977 Board of Supervisors County of Contra Costa County Administration Building Martinez, CA 94553 Dear Sirs: The undersigned declare that they are all of the owners of the real property located within the boundaries of proposed Contra Costa County Drainage Area 300. The undersigned also declare that they desire the Board of Supervisors to call a maximum tax rate election by bail ballot for said drainage area so that condition 12 of the Conditions of Approval for Subdivision 4922 can be complied with and the final map recorded. In order to allow this election to be conducted as soon as possible the undersigned hereby waive all rights they may now have under §§2285 et seq. of the Revenue and Taxation Code and all provisions of the Election Code to notice, publication, time, pro and con arguments and impartial analysis of issues in said election. The undersigned make this waiver on the condition that they will be provided with a ballot for said election prior to 'the date set for it by the Board of Super— visors, and request that said ballot be mailed to Tony Cutino, Lois Cutino, Jesse Dwight Meadows and Carla A. Meadows, P.O. Box 5, Oakley Caliiornia 94561. The undersigned promise that they will jointly cast a ballot in this election. Tony Cu#o Lois Cutino a �a J suit Meadows Carla A. Ileadows 00121 APPENDIX "B" July 1%,'1977 Board of Supervisors County of Contra Costa County Administration Building Haetinex, Ca 94553 Dear Sirs: The undersigned declare that they are all of the registered voters residing within the boundaries of proposed Contra Costa Drainage Area 300. In order to allow the tax rate election for Drainage Area 300 to be conducted as soon as possible the undersigned hereby waive all rights they may now have under SS2285 at seq. of the Revenue and Taxation Code and all provisions of the Election Code to notice, publication, time, pro and con arguments and impartial analysis of issues in said election. The undersigned make this waiver on the condition that they _ wi11 be provided with ballots for said election prior to the date set for it by the Board of Supervisors and request that said ballot be -ailed to Mike Ambrosin, Lucille A. Ambrosin, and Diana L. Ambrosino, Rt. 2, Box 16, Oakley, Cali al )rniaa 994561. � Mike Ambrosin lciille A. Ambrosin Diana L. Amabr sino. pOMIX IVI 00122 IN THE BARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFCRNIA 1n the Matter of Approval of ) RESOLUTION N0. 77/591 the Final Map of Subdivision 4767, ) Ei Sobrante Area. ) The approval of Subdivision 4767 was prematurely presented to and approved by the Beard on June 2r, 1977. The Public Works Director has notified this Board that improvemerits have been completed in Subdivision 4767, EI Sobrante Area. The following documents have been presented for Board approval: The Final Map of Subdivision 4767, property located in the El Sobrante area, said map having been certified by the proper officials; A subdivision agreement with Marion Burgess Allard aka Marion S. Allard, subdivider, wherein said subdivider agrees to guaranteed improvements as required in said subdivision agreement within one year from the date of said agreement; Said documents were accompanied by the following: Security to guarantee the performance of road and street improvements as required by Title 9 of the County Ordinance Code, as follows: a. Cash Bond (Auditor's Deposit Permit Detail No. 147317 dated June 6, 1977) in the amount of $420 for Faithful Performance and $1400 for Labor and Materials; Letter from the County Tax Collector stating that there are no unpaid County taxes heretofore levied on the property included in said map, and that the 1976-77 tax lien has been paid in full, and the 1977-78 tax lien, which became a lien on the first day of March 1977, is estimated to be $15,000.00; Security to guarantee the payment of taxes as required by Title 9 of the County Ordinance Code, as follows: a. Cash Bond (Auditor's Deposit Permit No. 146847, dated May 18, 1977) in the amount of $15,000.00 guaranteeing the payment of the estimated 1977-78 tax; NOW THEREFORE, BE IT RESOLVED that Resolution 77/493 dated June 21, 1977 is RESCINDED. BE IT FURTHER RESOLVED that the improvements in Subdivision 4767 have been completed for the purpose of establishing a terminal period for filing of liens in case of action under said Subdivision Agreement. BE IT FURTHER RESOLVED that said Final Map is APPROVED and this Board does not accept or reject on behalf of the public any of the streets, paths, or easements shown thereon as dedicated to public use. BE IT FURTHER RESOLVED that said subdivision agreement is also APPROVED. PASSED BY THE BOARD on July 26, 1977. Originating Department; Public Works Land Development Division cc: Public 17orks Director-LD Director of Planning Marion Allard 11231 Arroyo Avenue Santa Ana, CA 92705 Tax Collector RESOLUTION 110. 77/591 00123 �. ... .. : n y'•yYt"" is r II! THE BOARD OF SUPERVISORS OF CO,VTRA COSTA COUNTY, STATE OF CALIFORNIA AS EX OFFICIO THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT Resolution of Intent to Consider Adoption of Amendment No. 3 to the RESOLUTION NO. 77/_,592 Zone 38 Adopted Project ) Project No. 8288-2520-76 ) Central County Area ) 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 RESOLVES THAT: The Contra Costa County Flood Control and Water Conservation District Act, hereinafter referred to as Act, provides authority for the Board of Supervisors to adopt projects for the zones formed in accordance with the Act. The Board of Supervisors has herein considered the amendment of the project adopted for Zone 3B on December 16, 1954 and amended on February 23, 1960 as set forth in the Engineer's Report dated July 19, 1977 on file with the Clerk of the Board. The Engineer's Report contained: (a) A general description of the proposed amendment. ... •(b) A general description of the facilities to be deleted.from the adoptdd project. (c) A general description of the lands, rights of way, easements, and property to be taken, acquired, or injured in carrying out the work involved in the amendment. (d) An estimate, in the amount of $5,590,000 dollars, as the cost of the amendment including an estimate of the costs of the lands, rights of way, easements, and property proposed to be taken, acquired, or injured in carrying out the work proposed in the amendment, and other cost likely to be incurred in connection therewith; which such report is hereby referred to for further particulars. It is anticipated that Zone 3B will bear $5,300,000 of the esti- mated cost of this amendment. Amendment No. 3 deals with the San Ramon Watershed which is the southerly portion of Zone 38, more specifically, San Ramon, Green Valley, and Sycamore Creeks. The proposed zone plan amendment would construct four detention basins and minor channel improvements at eight sites in lieu of the earth lined trapezoidal channels specified in the present zone plan. Additionally, the proposed amendment would allow the development of a disposal site for excess excavation material and would allow channel maintenance in the unimproved creeks to retain present creek capacities. The 1977 Engineer's estimate of cost to implement the portion of the zone plan proposed to be deleted is $16,900,000. The maps in connection with the proposed amendment are designated as D-2706 through D-2708 and are on file with the Clerk of the Board,•where such maps are available for inspection by any interested person. At 10:50 a.m. on Tuesday, September 6, 1977 in the chambers of the Board of Supervisors, Administration Building, Martinez, California, this Board will conduct a public h2aring on the proposed amendment and the Environmental Impact Report prepared fcr said amendment. At sal-; hearing, this Board will hear and pass upon any and all written or oral objections to the amendment and the Environmentai Ir.pact Report. Upon conclusion of the hearing the Board may abandon the proposed amend- ment or proceed with the same. The Board will also pass on the adequacy of the Environnental. Impact Report and make a determination as to the significant impacts on the environment. RESOLUTION 110. 77/592 00124 The Clerk of the Board of Supervisors is directed to publish this Notice • and Resolution once a week for two (2) successive weeks in the "Contra Costa Tines" a newspaper of general circulation, circulated in Zone 3B. The publications shall be- separated by at least five (5) days and the first and second publishings shall precede the hearing date by at least twenty (20) and seven (7) days respectively. The-Clerk of the Board of Supervisors is further directed to forward copies of this Notice and Resolution to the Cities of Concord, Lafayette, Martinez, Pleasant Hill and Walnut Creek, at least twenty (20) days prio r to,the date of the hearing. PASSED AND ADOPTED on July 26 1977, by the Board of Supervisors of Contra Costa County as ex,officio the,Board of Supervisors of the Contra Costa County Flood Control and Water Conservatimn.Dis.trict. z c � {' r s Originating Department: Public Works Flood�.Control . = ` -'ociCities ��' Planning Department Public Works, Director County Administrator County,Counsel' County Auditor-Controller � Y k k 7 Af 4f d rf f t d h � t t J J x;11.25 RESOLUTION NO. 77/ 592 CONTRA:COSTA COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT ENGINEER'S REPORT FOR 'PROJECT AMENDMENT NO. 3 TO ZONE 3B PROJECT. (WALNUT CREEK WATERSHED) = F- 1 JUL - 1977 IRCjcx aux BOAR[)Or SUPtiRVL9= RA COSTA CO. Vernon L. Cline; ex officio Chief Engineer Flood Control and Water Conservation District July 19, 1977 0 .1.20 Microfilmed with board order. i 1. INTRODUCTION The San Ramon Watershed is the southerly portion of Flood Control Zone 3B, which was established on December 16, 1954. The major creeks in this watershed are: San Ramon Creek; Green Valley Creek; and Sycamore Creek. The Zone Plan authorized at that time was based on the design criteria to provide protection for the 50-year storm event. The design water surface was normally a-minimum of two feet below the top of bank. This proposed Zone Plan Amendment is based on the San Ramon Watershed Study Report dated January 1977, revised insofar as was practicable to reflect public opinion as expressed in many public meetings and in correspondence. The improvements proposed in this amendment will as a minimum afford con- tainment of the 100-year storm event. This level of protection is recommended because the County chose to participate in the National Flood Insurance Program administered by the United States Department of Housing and Urban Development (HUD), wherein the 100-year protection level is utilized for determining flood hazard areas. For the channels where no improvements are proposed it is intended that the natural creek-vegetation wilt be preserved at its present. level. This vegetation will retard the flaw velocities; consequently, we do not anticipate additional serious erosion problems. We have therefor eliminated several.-concrete drop structures originally proposed-for the major channels. If erosion problems intensify in the future and it is found.desirable to initiate an erosion control program then-a further amendment to the Zone Plan would be necessary. Amendments No. 1 and 2 of the Zone Plan were adopted on February 23, 1960- 2. GENERAL DESCRIPTION OF AMENDED PROJECT A. San Ramon Creek Site 1) Reconstruct Drop Structure No. 3 to increase the weir length, Alamo area. -1- 00127 Now A. San Ramon Creek (Cont.) Site 2) Raise the west access road in the vicinity of Cedar ,Lane, Alamo area. Site 3) Construct a detention basin on a ten acre parcel now owned by the San Ramon unified School District south of Paraiso Drive, Danville area. Site 4) Resculpture the east creek bank and mound the west creek bank near Greenbrook Drive, Danville area. Site 5) Replace a pipe culvert with a reinforced concrete box culvert crossing San Ramon Valley. Boulevard, San Ramon area. B. Green-Valley Creek Site 6) Excavate, widen and landscape the existing creek between 1-680 and Diablo Road and raise the north creek bank at the Danville Grange. Site 7) Construct a detention basin, about 10 to 12 acres in area across from Green Valley School. Site 8) Construct an extension of the box culvert crossing Green Valley Road to bypass the Green Valley Recreation and Park property. Site 9) Raise the north creek bank in the vicinity of Fairway Drive. Site 10) Construct a detention basin, about'15 acres in area across from Mt. Diablo Scenic-Boulevard. Site-U) Construct a detention basin about one-half mile north of Stone Valley Road on the Bryan property, about )5 acres in area. C. Sycamore Creek Site 12) Construct minor improvements to the channel in the vicinity of Old Orchard Drive. D. Disposal Site Site )3) Place basin excavation material and future sedimentation removal in prepared canyon site. E. Creek Capacity Maintenance Obtain maintenance easements or rights of entry, as needed for required -2- Ot11.28 _7­7-7792.0"';';i-_'f - I G rr. t- rapariry Maintenance (Cont-) E. Creek Capacity Maintenance (Cont.) clearing of creek vegetation to prevent flooding if the property owner does not wish to do the maintenance himself. Property and existing channel facilities owned by the District will be maintained. 3. GENERAL DESCRIPTION OF THE WORK TO BE DELETED FROM THE CURRENT PLAN Existing Zone-Plan improvements for the-San Ramon Watershed consist-of earth trapezoidal channel of varying size with grade control structures. The following portions of the existing Zone Plan are proposed to be deleted: San Ramon Creek upstream of Entrada Verde to the end of the major channel; Green Valley Creek in its entirety; Sycamore Creek from San Ramon Creek upstream to -the Sycamore Valley Road crossing. 4. GENERAL PLANS AND SPECIFICATIONS • The proposed improvements will be constructed in accordance with the applicable provisions of the Standard Specifications of the State of California, Business and Transportation Agency, Department of Transportation, with such modifications as may be necessary to meet special conditions which may exist. The general plan, profile and cross section are as shown on drawings 0-2706 through D-2708. 5. GENERAL DESCRIPTION OF RIGHTS OF WAY. A general description of the lands, easements and rights of way known to be required in carrying out the improvements is shown on drawings D-2706 through D-2708. It is assumed that no new right of way will be required where the proposed improvements lie within an existing right of way or public road or drainage ease- ment. Some existing underground utilities will have to be relocated wherever such utilities conflict with the flood control improvements. 6. COST ESTIMATE A. 1954 Zone Plan Cost The present-day cost for the portion of the project authorized in 1 4, 129 - " 11 3- . A. 195+ Zone Plan Cost (Cont.) which is being replaced by this proposed project is $16,900,000. B. Proposed Project Cost A detailed cost estimate is attached as Appendix A. A summary follows: Lands, easements and rights of way $1,120,000 Construction 3,850,000 Engineering, inspection, clerical and legal620,000 TOTAL $5,590,000 7. RECOMMENDATION It is recommended that this amendment No. 3..be adopted. je i k- Ta' f t J . OU1.30 -4- y ;: �.� A P P E N D I X A COST ESTIMATE Engineering Construction Right of Way s Legal Total San Ramon Creek Site 1 Drop No. 3 40,000 0 10,000 50,000 Site 2 Cedar Lane 20,000 0 10,000 30,000 Site 3 Upper San Ramo (Detention Basin) 370,000 180,000 50,000 600,000 Site 4 Greenbrook Drive 20,000 0 10,000 30;000 Site 5 San Ramon Valley Blvd. 200,000 0 40,000 240,000 Green Valley Creek Site 6_, .. 1-680 to Diablo Rd. 120,000 10,000 30,OQ.I 160,000 Site 7 Lower Green Valley (Detention Basin) 610,000 260,000 100,000 970,000 .Site' 8 Green Valley Road to Site 9 Fairway Drive _ 170,000 10,000 40,000 220,000 Site 10 Green Valley- East Branch (Detention Basin) 1,300,000 250,000 160,000 1,710,000 Site 11 Upper Green Valley 920,000 260,000 150,000 1,330,000 (Detention Basin) Sycamore Creek- Site 12 Old Orchard Drive 30,000, 0 10,000 _ 40,000. Site 13 Disposal Site 50,000 150,000 10,000 210,000 TOTALS 3,85o,000 1,120,000 620,000 5,590,000 00131 -5- July 8,1977 25 Saxton Court Walnut Creek, Co. Mr. Jerome Cramer 001.32 Chairman-Zone 3 B Advisory Board 539 Slave jo Place . Danville, Co. 94526 This letter is as per your.instruction, during our recent conversation regarding my wish to file a minority report on the San Ramon Zone Plan kmendment approved June 21 by the board, and•I understand a copy of this letter will accompany the Pesolution when it is forwarded to the Super- visors. Reasons for my dissenting vote are as follows: 1. I em net entirely convinced it is .neccesery or economically feasible to plenrfor a 100 year storm, and wonder if basins would be smaller or some-of the projects eliminated if we planned for a 50 year storm. 2. David Church of .Tudor Engineering of San Francisco is doing a study of flood plain elevations to set rates for flood insurance- preliminer report should be ready in larch 1978. It might be cheaper for the homeowner to take out flood insurance than to have taxes raised to pay for the proposed imnrozements. 3. There ere two problems with the Lower 'Green Valley site that worry rye. (1) 'rhe site is across the street from a school & to. be excavated 12-18 feet below the present ground .level- to date no multi-use has been proposed & tnere could be a safety concern. (2) This seems to be an area where there is underground water- wits- wells close to the surface which would be destroyed. I was talc any excess :rater would be pumped out.- I :believe natural resourc should be preserved and this is the wrong site for a basin. vie should at least wait for the report of the .consulting firm whic was hired June 21. 4. Another concern is the amount of land used for the basins which will ,-be=taken-off--the -tex- roles. 5. b dreinege fee c_•dinance .should be esteolished, so •cevelopers pay a feir shere- to offset the edged runoff they create. 6. Residents living on creeks should do adequate maintenance to melee sure weer flow is not restricted, by tresh L overgrowth._ 7. Criteria should be developed for these basins- rmlti-use, cost of meintenecce & vhcss 13ph13lt-, etc.T_ -ere seem to be :r{xed feelings- some went o.en spece end others do not wF:_t privacy inreded. A_ nother -concern is the cost to the texpeserz- cad. it be sceled down to give edequate crotec:ion from flooding end yet be fair to smount needed in other perts of zone. _ 9. Sore saconder: work is more ar gently naaded. Respectfully, Microfilmed wither �w?c.k �f�'tt F ,a,,�,` board order dlen Ver.snY (� .Ltri�ti� 7C,-A73 B ht Sr 1'l July 14, 1977 Contra Costa County Flood Control and Water Conservation District, 233 Glacier Drive, ;.'artinez, CA 94553. Attention: ICs. J. Z. Taylor, Deputy Chief Engineer Dear Joe, Will you kindly see that the enclosed letter from Mrs. Helen Verzani accon-manies the Resolution by the- cone 3B Advisory Board recommendinz the amnendment of the Zone Plan, when you present the Resolution to the Board of Supervisors. :.ill Sou also mane a copy of the letter for each member of the .advisory Board and mail it to the member as soon as convenient. Tank you for attending to this request. Very truly yours, Jerome P. Cramer Chair.-an, Citizens Advisory Board, Flood Control Zone 3B cc: Ids_ Helen Verzsni RECEIVED EL JUL -1-2-1977 J. R. O1S"M CMRX eOARO OF SUDcRVW2S Br...•�✓JWM ^CO. Microfilmed with hoard order WA33 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA Abandoning the Drainage Easement ) RESOLUTION 11O. 77/593 on Lots 82 and 83, Subdivision 3833 ) Date: July 26, 1977, Orindawoods, In the Orinda Area ) Resolution & Notice of Intention- To Abandon County Drainage Easement (Gov. Code 9950438, 50440, 50441) The Board of Supervisors of Contra Costa County RESOLVES that: Pursuant to the Government Code it declares its intention to abandon the hereinafter described County drainage easement. It fixes Tuesday, September 6, 1977 at 10:30 a.m. (or as continued) in its Chambers, Administration Building, 651 Pine Street, Martinez, California, as the time and place for hearing evidence offered by any interested party as to whether this drainage easement is unnecessary for present or prospective public use. A map showing the location of the drainage easement is' on file in the Office of the Clerk of this Board. This matter is referred to the Planning Commission for report before the hearing. The County Clerk shall have notice of this matter (1) published in the Orinda Sun, a newspaper of general circulation published in this County.which is designated as the newspaper most likely to give notice to persons interested in the proposed abandonment, for at bast two successive weeks before the hearing and (2) posted conspicuously along the line of this drainage easement at least two weeks before the hearing with at least three notices so posted. DESCRIPTION: See Exhibit "A" attached hereto and incorporated herein by this reference. PASSED unanimously by Supervisors present July 26, 1977. o Originating Department: PW (LD) cc: Director of Planning Public Works Director Draftsman (4) Mr. Donald L. Doughty Project Manager P.O. Box 291 Orinda. CA 94563 Contra Costa County Water District Stege Sanitary District of C.C.C. East Bay Municipal Utility District V San Pablo Sanitary District Oakley County Water District Pacific Gas & Electric Company, Oakland Pacific Telephone Company, Oakland RESOLUTION NO. 77/593 E7®IBIT "A" A11 of the 10 feet in width drainage,easement_lying in Lots'82�and 88:. as shown on the map entitled "Subdivision 3833,rOrinda-Woods," filed March 8, 1973 in Book 155 of Maps at Page 1, Records of Contra Costa County, California. The centerline of said 10 feet in width drainage easement (155 M 1) being described as follows: ,t Beginning on the southerly line of said Lot 82 distant thereon N 70"27'00" W. 181.64 feet from the easterly terminus of the course designated as "N 70'27100" W, 559.64 feet" as shown on said map (155 M 1); thence, from said point of beginning, N 19"33'00" E, 27.85 feet and N 30°29149" W. 218.58 feet. Bearings and distances used in the above description are based on the California Coordinate System Zone III. To obtain ground distance multiply distances used by 1.0000921. 411r i� 3 J _ 4 Y r I t'Y x r r' Qt113�` 'N� N ry 91 / t F V-4 w�� �_ •n Y I Wil AN VA ij�► "r:='. '�.� :.•r fir.. � `����4J a : 47 ♦v a► co cn m m � " cfl V QW d g p a -r, V 4t O Wit, a a waa av ohca 3 ` �a is '� 004• ti Ai I IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Hatter of Approval of ) RESOLUTION No. 77/544 Subdivision HS 122-76, ) Oakley Area. )' The following documents were presented for Board approval this date: - A subdivision agreement with Frank Favaloro, et al,. subdivider, wherein said subdivider agrees to,complete all improvements as required in said subdivision agreement for Subdivision MS 122-76 within one year from the date of said agreement; Said documents were accompanied by the,following:. Security to guaranteethecompletion of road and street improvements as required by Title 9 of the County Ordinance Code, as follows: a. Surety Bond (No. 7SH 170-274) issued by American Motorists Insurance Company with Frank Favaloro, et al as principal, in the amount of $2S,900.00 for Faithful Performance and $29,400.00 for Labor and Haterials; b. Cash deposit (Auditor's Deposit Permit Detail No. 00401, dated July 18, 1977), in the amount of $500.00, deposited by: Diablo Engineers and Planners, Inc. _. , "NOW THEREFORE BE IT RESOLVED that said subdivision`agreement'-Is,APPROVED. PASSED BY THE BOARD on July 26, 1977. Originating Department: Public Works Land Development Division cc: Public Works Director-LD Director of Planning .Frank Favaloro 1605 Aster Drive Antioch, CA RESOLUTION NO. 77/594 00137 t SUBDIVISION AGREFm",ir (§1) Subdivision: Fts 122-7A (§1) Subdivider: FRANK V. FAVALORO• BARBARA A. (Government Code §§66462 FAVALORO, WILLIAM H. SNELSON, JOYCE G. SNELSON and §§66463) (§1) Effective Date: - (§1) Completion Period: 1. PARTIES 6 DATE. Effective on the above date, the. County of Contra Costa, California, hereinafter called "County", and the above named Subdivider, mutually promise . and agree as follows, concerningt�iis subdivision: 2. IMPROVEMENTS. Subdivider shall construct, install and complete road and street improvements, tract drainage, street signs, fire hydrants, and all improvements as required by the County Ordinance Code, especially Title 9, and including future ananc_nents, and all improvements required in the improvement plans of this subdivision as reviewed and on file in the County's Public Works Department. Subdivider shall complete this work and improvements (hereinafter called "work") within the above completion period from date hereof ai required by the California Sub- division Flap Act (Government Code §§66410 and following), in a good workmanlike manner, in accordance with accepted construction practices and in a manner equal or superior to the requirements of the County Ordinance Code and rulings made thereunder; and where there is a conflict between the improvement plans and the County Ordinance Code, the stricter requirements shall govern. 3. GUARANTEE. Subdivider guarantees that the work is and will be free from defects and will perform satisfactorily in accordance with Article 94-4.4 of the County Ordinance Code; and he shall so guarantee it for one year after its completion and acceptance against any defective workmanship or materials or any unsatisfactory performance. 4. IMPROM ENT SECURITY: Upon executing this agreement, Subdivider shall, pursuant to Government Code §§ 66499, 'deposit as security with the County: A. For Performance and Guarantee: ._ -_.$500,00 cash, plus additional security, in the amount of $ 7g_2nQ_0O which together total the estimated cost of the work. Such additional security is presented in the form of: ❑ Cash, certified check, or cashier's check ®Acceptable corporate surety bond Q Acceptable irrevocable letter of credit With this•security the Subdivider guarantees his performance of this agreement and of the work for one year after completion and acceptance thereof against any defective workman- ship or materials or any unsatisfactory -erformance. Upon completion of the work, _ Subdivider may request reduction of the amount of this bond in accordance with County Ordinance. B. For Payment: Security in the amount of $ 29'400 which is the estimated cost of the work. Such security is presented in the form of: ❑Cash, certified check, or cashier's check Q Acceptable corporate surety bond ❑Acceptable irrevocable letter of credit _ With this security the Subdivider guarantees paymenf to the contractor, to his subcon- tractors, and to persons renting equipment or furnishing labor or materials to them or to the Subdivider. 00138 -1- Microfilmed with board order S. ItiARRk.M. Subdivider warrants that said improvement plans are adequate to accompli4h this wor as promised in Section 2; and if, at any time before the County's r�solution .of.completion.for the subdivision, said:improvemeat plans prove to be inadequate ' in any respect, Subdivider shall make changes necessary to accomplish the work as promised. 6. No WAIVER BY COUNTY. Inspection of the work and/or materials, or approval tof work and/or materials inspected, or statement by any officer, agent or employee of ' the County indicating the work or any part thereof complies with the requirements of this Agreement, or acceptance of the whole or any part of said work and/or materials; or -pay- ments therefor, or any combination or all of these acts, shall not relieve the Subdivider of his obligation to fulfill this contract as prescribed; nor shall the County be thereby estopped from bringing any action for damages arising from the failure to comply with any of the terms and conditions hereof. 7. INDEINITY. Subdivider shall hold harmless and indemnify the indemnitees from the liabilitiT es as defined in this section: A. The indemnitees benefited and protected by this promise are the County, and its special districts, elective and appointive boards, commissions, officers, agents and employees. B. The liabilities protected against are any liability or claim for damage of any kind allegedly suffered, incurred or threatened because of actions defined below, and including personal injury, death, property damage, inverse condemnation, or any combi- nation of these..' and regardless of whether or not such liability, claim or damage was unforeseeable at any time before the County reviewed said improvement plahs• or accepted the work as completed, and including the defense of any suit(s), action(s) or other pro- ceeding(s) concerning these. C. The actions causing liability are any act or omission (negligent or non- negligent) in connection with the matters covered by this Agreement and attributable to the Subdivider, contractor, subcontractor or any officer, agent or employee of one or more of them. D. Non-conditions: The promise and agreement in this section is not conditioned or dependent_ on whether or not any Indemnitee has prepared, supplied, or reviewed any plari(s) or specification(s)- in connection-with this work or subdivision, or has insurance or other indemnification covering any of these matters, or that the alleged damage resulted partly from any negligent or willful misconduct of any Indemnitee. 8. ' COSTS.- Subdivider shall pay when due, all the costs of the work, including inspections thereof and relocating existing utilities required thereby. 9. SURVEYS, Subdivider shall set and establish survey monuments in accordance with the filed map and to the satisfaction of the County Road Commissioner-Surveyor. 10. NONPERFOMANCE AND COSTS. If Subdivider fails to complete the work within the time specified in this Agreement or extensions granted, County may proceed to complete them by contract or otherwise, and Subdivider shall pay the costs and charges therefor immediately upon demand. I£ County sues to compel performance of this Agreement or recover the cost of completing the work, Subdivider shall pay all reasonable attorneys, fees, costs of suit, and all other expenses of litigation incurred by County in connection therewith. 11. XSSIG..V-IENrr. If, before County accepts the work, the subdivision is annexed to a city, the County may assign to that city the County's rights under this Agreement and/or any deposit or bond securing them. -z- "<f I 12. RECORD MAP. In consideration hereof, County shall allow Subdivider to file and record the Final Map or Parcel flap for said Subdivision. CONTRA COSTA COUNTY SUBDIVI R: (see/gate bel9w) 16 Vernon L. Cline, Public W 'rector By �_ (G� 7L-` -. B �1eputy (Desig t official capacity in the buisiness) RECO,L`SE\DED FOR APPROVAL: tote to Subdivider; (1) Execute acknowledg- ment form below; and if a corporation, affix corporate seal. ' By Assista ublic Wo&d Director (CORPORATE SEAL) FORM APPROVED: JOHN B. CLAUSEN, County Counsel State of California ) (Acknowledgment by Corporation, Partnership, County of San Francisco )ss. or Individual) On July 18th, 1977 the person(s) whose name(s) Ware signed above for Subdivider a::1 who Ware knwon to me to be the individual(s) axtdck K(cfl XbLtxp�i��i4L��t�(" as stated above who signed this instrument, personally appeared before me and acknowledged to me that tY:ey executed it and that the o cxt:iaxxvrxVzovceoGbd4x named above executed it. individuals (NOTARIAL SEAL) OFFICIAL �Ytmtmnaauu/tm/unS /unmrw//f CLIL SEAL CAROL YN P. KLtESERT NOTARY PUBLIC-CALIFORNIA CITY ArO COURTY OF SM HL== = Carolyn P. Kliebert '•°'Z"" Notary Public for said County and State Ct11/Ut/t/1//t//t//N/-Uqq//ltt/////t//////Y W/1/It1 (Subdiv. Agrmt. CCC Std. Form) LD-9 (Rev 1/77) 001,40 ~ BOW N0. 75H 170 274 birect all correspondence to- AL BARKER, BONDS IMPROVEMENT SECURITY BOND The Hearst Building Market and Third FOR SUBDIVISION AGREEMENT San Francisco. Calif. 94102 (Performance, .Guarantee, and Payment) (Calif. Government Code 5§66499-66499.10) 1. OBLIGATION. Frank V. and Barbara A. Favaloro, William H. and Joyce G. Snelson, as Principal, and AMERTrAN MnTnRTSTs TNSIIRANrr MWANy_ - , a corporation organized and existing under the lags of the State of Galtfernia and authorized to transact surety business in California, as Surety, hereby Jointly and severally bind ourselves, our heirs, executors, administrators, successors, and assigns to the County of Contra Costa, California, to pay it: (A. Performance be Guarantee) Twenty eight thousand nine hundred and no/100 Dollars 28,900.00 for itsel or any city—assignee under the below—county subdivision agreement, plus (8. Payment) Twenty nine thousand four hundred and no/100 Dollars $ 29,400.00 to secure the claims to which reference is made in Title 15 (commencing with Section 3082) of Part 4 of Division 3 of the Civil Code of the State of Califor- nia. 2. RECITAL OF SUBDIVISION AGREEMENT. The Principal has executed an agreement with the County to install and pay for street, dr'hinage, .and other improvements in Subdivision Number MS 122-76 , as-specified in the, Subdivision Agreement, and to complete said work within the time specified for completion in the Subdivision Agreement, all in accordance with State and local laws and rulings thereunder in order to satisfy conditions for filing of the Final Map or Parcel Nap for said Subdivision. 3. CONDITION. A. The condition of this obligation as to Section 1.(A) above is such that if the above bounded principal, his or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and provisions in the said agreement and any alteration thereof made as therein provided, on his or its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the County of Contra Costa (or city assignee), its officers, agents and employees, as therein stipulated, then this obligation shall become null and void; otherwise it shall be and remain- in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specified therefor, there shall be included costs and reason- able expenses and fees, including reasonable attorney's fees, incurred by County (or city assignee) in successfully enforcing such obligation, all to be taxed as costs and included in any Judgment rendered. B. The condition of this obligation as to Section 1.(B) above is such that said Principal and the undersigned as corporate surety are held firmly bound unto the County of Conga Costa and all contractors, subcontractors, laborers, materiaimen and other persons employed in the performance of the aforesaid agreement and referred to in the aforesaid Civil Code for materials furnished or labor thereon of any kind, or for 00141 —1— Microfilmed with board order �x 4 ywlR p C' ��y. � p 6) 0 o m �' LG O✓ POO, p 0 m o� �� 4 Q n y a / d,asl x 10 U r O p ypl i as v d .Tut0 61 t 93 �e. o -C-. S 1 N ,t o •pG �,m y .. rs � .� p p {� n ct'S+' o v'd IE Gcc ra o :O - �1{caaari �I ifira{1aL U (��r w t <i i 0 f J •f \�t\' N vJ'rr 4� \t� U ►}�aoS3 s ` Lt .i•a "oa d 31 n e 3 �OssoC� •"'� pct 'CO�aJL z U. U d� aaa►a{sapiai► � tyy Z � , +► c1�� au i � S G u.{{{as{{tsaU .y�, i arx untz due under the Unemployment Insurance Act with rezoect to such i:or•: or la nr. that said surety rill pay the same in an amount not :,vicerJ!nf- V,e amount hereinabove het north, and also in case suit is brat:;::t upon this, bond-, ::ili ray. in addiL•ion to the face amount tihereof, coats and reasonable expenses and Tees, including reasonable attortie.-''s roes, Incurred by County (or city assirnee) in successfully enrorcinr such o:•ti;-ation, to tie attarded and fixed t.y the court, and to U!. taxed- as costs .and to be. included. in the. judgment .therein ren- tie red. It is her•e!-y exrres;,ly stipulated anti ar►reed that this bond shall Inure to the l,ene!'it o:' any and all persons, companies and corporations entitled to file clalms under Title 15 (commencing with Section 3082) • cf Part 4 or Divisicn 3 of the Civil Code, so as to Five a right of action to them or their assigns in any suit brought upon this bond. :should the ccndit1on of this :iond be fully performed then this o'•:lira.tian shall become nii.il and void, othertrise it shall be and remain �• In fall forc-c and effect. r C. Ito alteration or salt :ubdiviston agreement or any plan or specification of said work agreed to by the Principal and the • , . Count- shall relieve any Surety from liability on this bond; and con,-, sera lis hereby liven to make such alterations without fur£Pier •notice to or consent by Surety; and the Surety herbby u:aives the provisions of caiir. .^.iv:l Code ti7819, and holds itself bound without regard to and ind-, re nde:ntly or an. actlon a!ralnrt Principal whenever taken:. ::I WIEL. A.11) H.ALEU on July 18th, 1977 Ft'I': i SAI. 6110SU1tETY Si Zrr AMERII��CAN��//MOTORISyTS INSURANCE COMPANY % LI/Yl7If.A7t[t /1. a. x Anthony F. Angelicola, Attorney-in-Fact : ar art rr i irar a ti st,`e of California ) Ccunt y of San Francisco )ss• (ACKiIOYlI.EUCI4Gi1T BY SU1tEiY) On July-1 th. 1977 , the person(s) whose name(a) is/axe signed at-eve rot- Surety and wito is/=* known to me to be Attorney(x)-in-Fact fur Lids Crrrorate Surety, personally appeared before me and acknowledged to r..a gnat he strned the name of the Corporation as Surety and his/ fsx)ocr own name(x) as its Attorney(s)-in-Fact. (H(';'AFI A'. :FAL) Carolyn P. Kliebert tlotary. Pui:llc ror County and State t:c'i�:t•t:• -2- OrFICIAL�na'r:r'{aan{nrm:n{nn{m -%r-%L {t{ w ""Crof"Med With bOOrd order CAROLYN P. KUESERT' _ Oil142 •• -+ . a.�iA7•PUBLIC-CAU(001AM — W. Orm ISM �.a tm ate cw:fitr a stn{u•Ias� ----------- ......... {uau{u/{{a{tatl{NWt3 AMbRICAN MOTORISTS INSURANCE COMPANY -Home Office.long Grove.IL 60049 • tttsttAattrP t POWER OF ATTORNEY Know All Men By These Presents That the American Motorists Insurance Company, a corporation organized and existing under the laws of the State of Illinois, .and having its principal office in Long Grove, Illinois, does hereby appoint •••••••• Anthony Angelicola of San Francisco, California its true and lawful agent(s)and attorneys)-in-fad, to makes execute, seal, and deliver during the period begin- nins with the date of issuance of this power and ending December 31,1978 unless sooner revoked for and on its behalf as surety,and as its ad and deed: Any and all bonds incl undertakings provided the amount of no one bond or undertaking exceeds THRM H=RED THOUSAND DOL— LARS (6300,000.00) EXCEPTION:NO AUTHORITY is granted to make, execute, seal and deliver any bond or undertaking which guarantees the payment or collection of any promissory note, check, draft or letter of credit. This authority does not permit the same obligation to be split into two or more bonds in order to bring each such bond within the dollar limit of authority as set forth herein. This appointment may be revoked at any time by the American Motorists Insurance Company. The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said AmericanMotorists Insurance Com any as fully and amply to all intents and purposes,as if the same had been duty executed and acknowledged by its regularly elected officers at its principal office in Long Grove,Illinois. THIS APPOINTMENT SHALL CEASE AND TERMINATE WITHOUT NOTICE AS OF DECEMBER 31,1978. This Power of Attorney is executed by authority of a resolution adopted by the Board of Directors of said American Motorists Insurance Company onMay 15, 1939 at Chicago, Illinois, a true and accurate copy of which is hereinafter set forth and is hereby cert7i ed to by the undersigned Secretary or Assistant Secretary as being in full force and effect: "VOTED. That the President or any Vice President or Secretary or any Assistant Secretary shall have power and authority to ap- point agents and attorneys in tact, and to authorize them to execute on behalf of the company, and attach the seal of the company thereto,jtonds and undertakings• recognizances, contracts of indemnity and other writings obligatory in the nature thereof,and Ariy such officer of the company may appoint agents for acceptance of process." This Power of Attorney is signed, sealed and certified by facsimile under and by authority of thefollowing resolution adopted by the Board of Directors of the company at a meeting duly called and held on the 22nd ddy of May,1963: "VOTED, That the signature of the President, any Vice President,Secretary or Assistant Secretary, and the Seal of the Com- pany, and the certification by any Secretary or Asustant Secretary, may be affixed by facsimile on any power of attorney exeLule:a pursuant to:esolution adopted by the Board of Directors an%lay 16, 1962, and any such power so executed,sealed and certified with respect to any bond or undertaking to%hick it is attached,shall continue to be valid and binding upon the Company" In Testimony Whereof, the American Motorists Insurance Company has caused this instrument to be signed and its corporate seal to be affixed by its authorized officers, this 12th day of November 19Z Attested and Certified: AMERICAN MOTORISTS INSURANCE COMPANY BY G C.Swan,Secretary H.L Kennicou,Ir,Vice President STATE OF ILLINOIS COUNTY OF COOK)" 1, Jean Petzold, a .,.,Wary Public.do hereby certify that H. L Kennicott, Jr. and C. G. Swan personally known to me to be the same persons whose names are respectively as Vice President and Secretary of the American Motorists Insurance Company, a Corporation of the State of Illinois. subscribed to the foregoing instrument, appeared before me this day to person and severally acknowledged that they being thereunto duly authorized signed, sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary act for the rises-and purposes therein set forth .�tii..uJ U U My commission expires:April 29.1980 lean Petzold Notary Public CERTIFICATION 1,Sven L.Johanson,Secretary of the American Motorists Insurance Company, do hereby certify that the attached Power of Attorney dated November 12, 1976 on behalf of Anthony Ang_elicola of San Francisco, California ******is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate; and 1 do further certify that the said H.L Kennicott, Jr.and C.G.Swan who executed the Power of Attorney as Vice President and Secretary respectively %were on :he date of the execution of the attached Power of Attorney the duly elected Vice President and Secretary of the American Motorists Insurance Company. IN TESTIMONY WHEREOF. I have hereunto subscribed my name and Arixed the corporate seal of the American Motorists Insurance Company on this day of L 1 R%73 „79_ 40143 �? S.en L.lohanwn.Secretary This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein, and they have no authority to bind the Company except in the mwiner and to the extent herein swed. Microfilmed v:itlt heard crde' .. _....,.. . .... ..... . . .. VJIrH RF.Comn, RFlnuiii AT r_�f11ii.•t•T• hi.• n�r.•u TO CLE!aiC BOJUULD OF SUPERVISORS at o'clot}: _.._ _ .... 14- Contra Costa County Records • J. R. OLSSON, County Recorder - • Fee S Official BOARD OF SUPERVISORS, CONTRA COSTA COU2TTY, CALIFORNIA • In the Matter of Accepting and Giving RESOLUTION OF ACCEFTA?ICE Notice of Completion of Contract with dnd NOTICE OF COMPLETTIO11 Eagan & Paradi so (C.C. §§3086, 3P93) • 3- 5- RESOLUTION NO. 77/595 The Board of Supervisors of Contra Costa County RESOLVES THAT: ' She County of Contra Costa on March 1, 1977 contracted with Eagan & Paradiep rnnetrurtinn Co- gT9n 6 etrant�Aa lwnilf a1�f01'R1a • Name and Address of 'Contractor for The Motor Pool Garage Fuel Station, additional fuel tanks. 1215 Main Street. Martinez with: United Pacific Insurance Co., Tac `` -as surety, . rn Name of Bonding Company - for work to be performed on the grounds of the County; and M The Public :forks Director reports that said work has been inspected ¢ and complies with the approved plans, special provisions, and- standard- specifications, ndstandardspecifications, and recommends its acceptance as complete as of July 26, 1977 ; Therefore, said work is accepted as completed on said date, and the x Clerk shall file with the County Recorder a copy of this Resolution ° and Notice as a Notice of Completion for-said contract. PASSED AIM ADOPTED ON luLy 26: 1977 • CMTIFICATIO11 and VERIrICATI031 • I certify that the foregoing is a true and correct copy of a resolu- tion and acceptance duly adopted and entered on the ninutes of this Board's meeting on the above date. I declare under penalty of perjury that the foregoing is true and correct. Dated: *July 26. 1977 J. R. OLSSON, County Clerk & at Martinez, California ex officio, Clerk of the Zoard BY• duo epu y clerr. cc: xacors :Lid re turn Contractor Auditor • 00144 Public Works AdesAnit4ra4iow RF.SOLUTIOU NO. 77/595 N I W :2'Y' •�it:to :Prt%nn.,r, AT r.�rn;:.-�•z'Me r�.- .•., TO CLERK EOIJ D OF at •'• o'clock SU)IRRYISORS Contra Costa County :Records J. R. OLSSOJt, County }recorder Fee 8 Official - BOARD OF SUPERVISORS, CONTRA COSTA COU1'TY, CALIFOR2tIA _ AS EX-OFFICIO THE GOVERNING BOARD OF THE - CONTRA COSTA COUNTY FIRE PROTECTION DISTRICT In the Matte= of Accepting and Gibing RESOLUTION OF ACCBPiAJiCR Notice of Completion of Contract with dnd J:OTICE OF CO iPI,E IOti winch Paving Co— Inc_ (C.C. §3§3086, 3093) (9n?snn-71nn-47881 RESOLUTIO:: i.O. 77/596 . The Board of Supervisors of Contra Costa County RESOLVES-TITAT: The County of Contra Costa on January 10, 1977 contracted with Antioch paying Co. Inc.. P.O. Box 612, Route 1, Antioch, California • Name and Address of •Contractor - for Fire College Site Improvements, Phases V & VI, 2955 Treat.Boulevard, • . Concord, California Stith United Pacific Insurance Company, Tacoma, Washington as surety, 2Jame of Bonging-Company) - rnfor work to be performed on 'the grounds of the County; and The Public Works Director reports that said work has been inspected and complies with the approved plans, special provisions, and c-3. standard- specifications, and recommends its acceptance as complete `s as of July 26, 1977 ; ' - Therefore, said work is accepted as completed on said date, and the ° Clerk. shall file with the Coc..Lty Recorder a copy of this Resolution 0. and Notice as a Notice of Completion for -said contract. . o A time extension of 103 days is granted to allow for delays in delivery of manu- factured items and for inclement weather. PASSED A 1D ATOPTED ON i1s1 y26. 1877 • CERTIFICATIOJi and VERIFICATION • I certify that the foregoing is a true and correct copy of a resolu- tion and acceptance duly adopted and entered on the minutes of this Board's meeting on the above date. I declare under penalty of perjury that the foregoing is true and correct. Dated: • July 26, 1977 J. R. OLSSOI , County Clerk at Martinez, Caliiorzia ex officio Clerk. of the Board BY • �putyClerk. cc: uccora =;id return Contractor 00145 Auditor Public t:orks PF.SOLUT7O11 NO. 77/596 . A BOARD OF SUPERVISORS COSTA COUNTY,- CALIFORNIA AS GOVERNING BOARD OF THE CONTRA COSTA COUNTY,FIRE PROTECTION .DISTRICT, :. . i In the Matter of-Transferring ) RESOLUTION-NO. 77/ 597- Title of Contra Costa County ) Fire Protection District ) (H.&S. Code 13852) " property to Riverview Fire ) (Govt.C. Sec. 56470) Protection District ) (Former Ambrose Station No. 7) • ) N W.0.5478-927 ) The Board of Supervisors of Contra Costa County RESOLVES-.:THAT: On November 19, 1974 the Board of Supervisors adopted._ . Resolution No. 74/982 for the formation of the new Riverview Fire Protection District described_,.in, tha._Certi.ficate_..of ..Filing recorded December 17, 1974 in Book 7389, page 448 of the Official Records of Contra Costa County, and for the reorgani- . zation to detach a portion of the Contra Costa County Fire Protection District; Pursuant to paragraph (3) of said reorganization resolution, "The new fire protection district shall succeed to the Contra Costa County Fire Protection District West Pittsburg- .Firehouse." The Board hereby DETEW1INES AND FINDS that such conveyance of said property is in accordance with said terms and conditions of said resolution and hereby APPROVES the conveyance of said property described in the deed from Shell Chemical Corporation to County of Contra Costa, recorded January 15, 1947, in �— Book 968, Official Records, page 410, and the Chairman of this Board is AUTHORIZED to execute a quitclaim deed on behalf of the Contra Costa County Fire Protection District to the Riverview Fire Protection District of Contra Costa County. PASSED on July 26, 1977, unanimously by Supervisors present. Originator: Public I:orks Department Real Property Division PJL:s cc: County Administrator Recorded with Deed (via R/P) Contra Costa County Fire Protection District (via R/P) Riverview Fire Protection District (via R/P) PWD Building & Grounds (via R/P) RESOLUTION 110. 77/597 0014q I Recor-jed at the request of. Riverview Fire Protection District of Contra Costa County Return to: Contra Costa County Real Property Division 6th Floor, Administration Bldg. M rtinez. CA 94553 Attn: G. T. Derana Riverview Fire Station No. 6 Assessor's Parcel 0098-240-004 tNtl Box me Dt3MVE USE of RtoOADER QUITCLAIM DEED ORDER ro ror value received CONTRA COSTA COUNTY, a political subdivision of the State of California, for and on behalf of Contra Costa County Fire Protection District, as successors in interest to the former Mt. Diablo Fire Protection District, QUI?CLAM fo RIVERVIEW FIRE PROTECTION DISTRICT of CONTRA COSTA COUNTY all chat real property situate in the county or Contra Costa .State of California.described as follows: That portion of the southwest 1/4 of the southwest 1/4 of Section 11, Township 2 North, Range 1 West, Mount Diablo Base and Meridian, containing 0.5165 of an acre, more or less, described as follows: Commencing in the center line of the State Highway from Willow Pass to Pittsburg at the corner common to Sections 10, 11, 14, and 15, Township 2 North, Range 1 West; thence from said point of commencement, north 89058' east along the center line of said highway, 814.43 feet; thence leaving said center line, north 0028' east, 30 feet to the north line of said highway and the actual point of beginning of the herein described parcel of land; thence from said point of beginning, north 89`58' east along said north line, 150 feet; thence north 0028' east 150 feet; thence south 80058' west, 150 feet; thence south 0028' west, 150 feet to the point of beginning, for the period of thirty (30) months from the date hereof and thereafter so long as the Grantee shall maintain a fire house on the above described parcel of land and use the same for Grantee's purposes; and if Grantee, at any time after the end of the first thirty (30) months of the period hereof, discontinues such use for a period of one hundred and eighty (180) consecutive days, then Grantor may, at its option terminate this grant by giving fifteen (15) days' written notice to Grantee. Being all that real property described in the deed from Shell Chemical Corporation to County of Contra Costa, recorded January 15, 1947, in Book 968 of Official Records, page 410. v030mset xxxx nkat 4maak xmx Dated: JUL 2 G 1977 COUCTTY 0 ONTRA CO Y G /��i��'C C�h•�j�Boc7ctes5 Chairman, Board 4£`S pervisors ATTEST: - STATE OF B J. R. Olsson, County Clerk k_ u ellttlDRMM S ,Kttttotat2Dc�c ' COMMA COSTA totdtnt t' p:.c tu�iutt.1150 r y Deputy /9 before me, wet..oa---.I—t+ y W. N. $des s rrry and state. personaUp appeared , .M"t-ad this ham.-t ,rn--aty fa... b ... --d I— to ..b a,Ow--dVW et%w of DO Abs"..md pow WPM aim er w6tiad s,1Mw aiu-M La stab d CA".r fa-l-ll of" bed to the within instrument.and aclnowkdged to me that-he-executed P.M,Lod,, a-d "/." s-r-3-en,aVosnd Woo w bdsF WA ae• kp",,d:.d t-ma Un sad M,hk bads-.vw tern d-awt. nrr" L R. OtSIOtt, CO-*ask Z t»Miri-cwt d 56"A$Ramon WLjw �� � ��►r A t.-dirfw h aNarwr tis-r wim-a..a d.errr p b sr e/'-- r ,Votary Public rCLAIM DEED 00147 THE BOARD OF SUPERVISORS OF x COIi'1'RA COSii1:COU;ITY, STATE' OF. 'CALIFOIL'4IA AS THE BOARD OF DIRECTORS' OF THE RIVERVIEW' FIRE PROTECTION DISTRICT. OF `CONTRA COSTA COUNTY in the Matter of Accepting )RESOLUTION NO. 774598,- Deeds for Real Property from ) Contra Costa County Fire Protection ) (H.&S. Code 13852) District and the City of Pittsburg ) to Riverview Fire Protection District ) for Fire Stations No. 4, 5, and 6. ) 1I0 5478-927 ) The Board of Supervisors of the County of Contra Costa as the Board of Directors of the Riverview Fire Protection District RESOLVES THAT: On November 19, 1974, the County Board of Supervisors adopted Resolution No. 74/982 for the succession of certain fire houses, including land and buildings by the new Riverview Fire Protection District. On recommendation of the County Public Works Director, this Board hereby ACCEPTS the following deeds on behalf of the. District: 1. Quitclaim Deed from City of Pittsburg, dated June 7, 1977, for Fire Station No. 4 located at 200 East Sixth Street and for Fire:Station No. 5 located at 2555 Harbor Street, both in the City of„Pittsburg. 2. Quitclaim Deed from Contra Costa County;Fire Protection District, dated July 26, 1977, for Fire Station No. 6 located at 3000 willow Pass Road in West Pittsburg. This Board further DIRECTS the Clerk of this Board to cause said deeds to the Riverview Fire Protection District of Contra Costa County to be recorded in the office of the County Recorder of this County together with a certified copy of this resolution. PASSED on July 26, 1977 unanimously by the Supervisors present. Originator: Public Works Department Real Propertv Division cc: City of Pittsburg (c/o-R/P) Riverview Fire District (c/o-R/P) Recorder (c/o-R/P) CCCFPD (c/o-R/P) County Administrator 0014 REsoLuTiOH 1,10 ' 774j98&' BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA Re: Delegate to Board's Clerk ) RESOLUTION NO. 77/ 603 approval of city subdivision ) maps & tax security ) (Gov.C. SS66464, 66492, 66493) The Board of Supervisors of Contra Costa County RESOLVES THAT: The Clerk of this Board, pursuant to Government Code Section 66464(c) , is hereby directed to certify and transmit to the County Recorder all parcel or subdivision maps of land wholly within incor-: porated areas of this County at such time as all appropriate certifi- cates and tax security, which may be required by law (Gov.C. S566492 & 66493, and the County's Subdivision Ordinance) , have been filed and deposited with the Clerk and the security has been approved by the County Treasuer-Tax Collector, all in accordance with the following procedure: STEP 1. The city clerk and subdivider file with the Clerk of the Bye following items: (1) The city-approved final or parcel map of a sub- division, (2) A certificate from the County Treasurer-Tax Collector showing that there are no due and unpaid tax liens on the property, and estimating the amount of taxes and assessments which have become a lien on the property but not yet payable, and (3) Security for any such unpaid taxes which are a lien against the property covered by the final map but which are not yet payable. STEP 2. The Clerk of the Board shall determine whether the certi . cafe filed by the Treasurer-Tax Collector and other required certificates are in proper form. The security for unpaid taxes shall be forwarded to the Treasurer-Tax Collector for his determination as to whether the security is sufficient in amount and form. When necessary, the Treasurer-Tax Collector shall consult with the County Counsel's Office concerning the sufficiency of the security. STEP 3. If the Treasuer-Tax Collector finds the security to be sufficae t, he shall indicate his approval and send it back to the Clerk of the Board for approval and fili^g. STEP 4. After the Tax Security and required certificates have been approved by the Clerk of the Board, pursuant to Gov.C. 566464(c) , the Clerk shall certify that the certificates have been filed and the security deposited, and transmit the final map to the County Recorder. PASSED on July 26 , 1977, unanimously by the Supervisors present. CC: County Treasurer-Tax Collector County Administrator County Counsel VJW:s 00149 RESOLUTION NO. 77/603 or In the Board-of Supervisors of Contra Costa County, State of California AS EX OFFICIO TN.E GOVERNING RnA.RD OF CONTRA COSTA CnI MY SANITATION DISTRICT NO. 15 In the Matter of Approving Plans and Specifications for Construction of a Sewage Collection RESOLUTION NO 77/604 System and Interim Treatment Facilities Work Order 5400-927 WHEREAS Plans and Specifications for the construction of a sewage collection system and interum treatmentfacilitieshave been filed with the Board by the Public Works Director as Engineer ex officio-of the District; - 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 KHEREAS the Board previously certified that the Environmental Impact Report on the project had been completed in compliance with the California Environmental Quality Act. IT IS BY THE BOARD RESOLVED that said Plans and Specifications are hereby APPROVED. Bids for this work will be received on September 1, 1977 at 2 V.m., and the Clerk of the Board is directed to publish Notice to Contractors inviting bids for said work,- said notice to be published in BRENTWOOD NEWS. PASSED by the Board on July 26, -1977. ORIGINATOR: Public Works Department Envirc,zmental-Control cc: Public Works Director Environmental Control County Auditor-Controller Couary Counsel Q��15V County Administrator t V H .24 W71'11M RESOLUTION' tt0. 77/604 INVITATION FOR BIDS CONTRA COSTA COUNTY SANITATION DISTRICT NO. 15 CONTRA COSTA COUNTY, CALIFORNIA COLLECTION SYSTEM AND WASTEWATER TREATMENT FACILITIES (BETHEL ISLAND AND PORTIONS OF HOTCHKISS AND HOLLAND TRACT) Sealed bids or proposals for construction of the Collection System and Wastewater Treatmene Facilities will be received by the Public Works Department at the office of the Director, 6th Floor, County Administration Building at Pine and Escobar Streets, Martinez, California until 2:00 P.M. Thursday, September 1, 1977, and at that time the bids will be publicly opened and read aloud in the Conference Room of the Public Works Depart- ment, 6th Floor of the same building. The work to be done consists of furnishing all labor, material, and equip- ment, which are necessary and required to construct and complete the work in accordance with Plans and Specifications for the construction of: Unit 1: Collection System - this shall include all trenching, dewatering, installation of pipe, backfilling, grading, and restoring surfaces to their original condition for the entire sewer collection system including pumping stations, force mains and manholes. Unit 2: Wastewater Treatment Facilities - this shall include all earthwork, backfilling, and grading to modify the existing aerated lagoon and storage pond and add chlorination and effluent pumping. Each proposal must be accompanied by a certified check, a cashier's check, or a bidder's bond made payable to Contra Costa County Sanitation District No. 15, California, in the sum of ten percent (10°16) of the aggregate of the Proposal, such guarantee to be forfeited should the bidder to whom the Contract is awarded fail to contract. Each bidder shall be licensed in accordance with the Provisions of Chapter 9, Division 3 of the Business and Professional Code, and shall be skilled and regularly engaged in the general class or type of work called for. Bids must be submitted in sealed envelopes bearing on the outside the name of the bidder, his address, and the name of the project for which the bid is submitted, and the date and time of opening. If forwarded by mail, the sealed envelope containing the bid, and marked as directed above, must be enclosed in another envelope properly addressed. The complete Contract Documents, including Drawings, Specifications, Proposal, and the Contract may be obtained from the office of CDM, Inc., 710 South Broadway, Walnut Creek, California 94596, upon the receipt of Fifty Dollars ($50.00). The money deposited will be refunded upon return 00 157 -I- Microfilmed with board order .. ,.4;Jf yPS yy yrs of the Drawings and Specifications in good condition within twenty (20) days after the date of opening bids. The two low bidders on each unit may retain their documents until ten (10) days after award of the Contract after which time the $50.00 deposit shall be forfeited to the Owner. - The Contract for each unit will be awarded to the lowest responsible bidder for that unit. Any such award will be made within forty-five (45) calendar days after opening of the Proposal. Contra Costa County Sanitation District No. 15, however, reserves the right to reject any or all bids, and to waive any informality in the bids received. The Contractor shall"bid on the schedules included in the Proposal. No award will be made on individual bid items. The Owner will return the bid bonds to all bidders except the three lowest bids on each unit within ten (10) days following the bid opening date. The succesful bidder must furnish a 100 percent Performance Bond and a 100 percent Labor and Materials Bond from a surety company satisfactory to the Owner. "Application has been or may be made to the Environmental Protection Agency (EPA), State Water Quality Control Board (SWQCB), for financial assistance in the work proposed under this solicitation. EPA, in implemen- tation of Executive Order 11246 as amended (Equal Employment Opportunity), of September 24, 1965, requires its constituent offices which provide finan- cial assistance for construction, to conduct Equal Employment Opportunity compliance reviews prior to award bf contracts. Accordingly, the apparent low bidder under this solicitation should be prepared to attend a meeting that will be scheduled by EPA, State Water Quality Control Board, after opening of bids but before award, where he will be requested to specify what affirmative action he has taken or proposes to take to assure equal employment opportunity on the project. Award of Contract will not be autho- rized until a determination has been made by the Environmental Protection Agency, State Water Quality Control Board, that a satisfactory compliance position exists on the part of the prospective contractor, and the determina- tion has been confirmed by the Office for Equal Opportunity, EPA." Minimum wage rates for workmen employed to execute the Contract shall be in accordance with the determination of the Secretary of Labor. The latest wage rate shall be applicable. The Contractor will be advised of any revisions to the wage rate. The current wage rate is included. Complete instructions for filing bids are included in the Information for Bidders. BY ORDER OF THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY Date: JUL 2 6 1977 J. R. OLSSON COMITY CLERK AND EX-OFFICIO CLERK OF THE BOARD OF SUPERVISORS PUBLICATION DATES: CONTRA COSTA COUNTY, CALIFORNIA BY r i J r CONTRA,COSTA rCOUNTrY y b "'SA NITATION,41,04S 'RIOT. CONTRA+.COSTA' COUNTY, CALIFORNIA contracttdocuments and specifications /�o��F ,ri�trt /� �xY for t;bnstructi{'/��' l t �' 4 1 17� l '1'S f 7 �• J ! .,1 1 i k !t L , .',t ',`.�' +r� s�t�', tl{ tY r � r"`�S atfi �t�ry,r w +`r'�f, « al �, i !a �' y,. i t + s: S f }; c { ; t �}IS• � �' ll� ''l fil. 7fl•''�t7 r :+ ,?`_ry,�'� � �y. l �F T+ Vit: ��. yl � ..r• � +�2�i�i�'�5,,#,. � fl f l' may. , hf T'�, 5 2 i..(�i I� �. �® k r1 9N ���'t,?��. �''.'E. S Le4r STl�.i n spy L:�'�.fl��, � 9,' _ :`b'•3<.> �i,� ?,. .;f:',.SI 5 "�'k.>6 h "#'t 2--`,f h � ,� '�VS�GG� �".ltt�, . ti nil r bb R . FC n�s5µyY�,' MQ '•� $-+j •��{,_�f .S .q r .... _ -�� f r(.- fa 'F - +i 1 �t 1 1�jJ _ RJ, �r`"� rA �' ! y! ib..r GA Z 4�r� 7e i•�t4`��' f § r> ,'.f... AZT ��t,:...��Tis -.,�T .E t ..art r t 1.- � T °.��.'' F j'..,� 1..x t'P f itr 7�'��;•...tt.. 1- Ky�,_ _ �x t y, f. li t_r -�._'t ,•F �S - �. _ �' -�r��r �.:�r{.j� �'*_r� �Y� d '+r k7^ � h S. AcYrS yr s ti ! 9r }tlr f1 tS lr, Lfe_ { .i:{+ qtr l �.', ;e `• t t.. �i �s���#,r t�,.. FK' ��- i ®I �9 7Ttk }� � � z �a.11_r ! �.Y. p �`y `��{" +i`'ti, ��1i S;�'t t�e l*.i�> y y.f%7 xa'��,..��+ti.'."'� f�"�k'. F3 2•-�.a �P� ,�(; Y' r,; 5f t' �, { !iy. S S't r �r5r t,� ' •4_ � " p tt � �gq, f{ r k f; jn5 fit, tt 1 ' ��kk'di.4 �` r: F.�f ..,:* � . .� � r +�'� .�._��t 4 e ,f�$ .,�+ +r i t � �j ;. �._. 5 � 2n n.J t �6 f � • 1— _4 s d , � n t Yzl r;, rug>.0 yafT�z'1�n� ,�• tri l �� 9� F �� 6 W3 d;> yr ' 4' 's t} - aT'.��.^ r t 6 - . � A 3,t�y aY, "'� q a ti � asxi'•.3 v� s r i 5 d �- s t�'?lt'. s 515 ` ttF S y:f :•t,� y -}, -�✓�T y.• 0. 1 i t i - 1 i y 1 5 �� 5r#lir` �.r tr gt ➢ tV,,r rq, & er .' - r _3• 4::.i'a s. ',; r ,rtJUL�, - r:4 t r`lr{'}ti57 y�-�r 't r' J.? + ', r �•`� OISSbN-.:� vr `k -t�. d i',.3� 171, - 1 r tl.• + xf-1 a t p' ' l.� s'� 1 �'f+ 1 rtfaFRK:80l�p/�. C1• t ' •. - �1 1 yj 1��� +, l ��}i.-Y Q t�, ^r+ 1 1 5 1 tt 1 ,St ! �� �.i� i V1•".yy�DV'CI'1.t„�"\ �"�' '�'� L i �' � �� f f 1.;� 4 l�l +�.�#hrr•'V.(� � i��+��11��_�'�`#°l�h t 1 :�a�� � -,i, fF a,�, a _L 1 1 �.i ori !• d�,�pQ� �1-...4��1� �v g_ C flya tt �yf���4W r e, .rl; fi' '��: i.� tr, ?° 1 i r:.. e + '` + v t1 c 'r �°�+�P.��r ski �y, y •M..dt� ��� i F Hi l }4ii f^. •r; s't '..i� •'tr rl's", °�'+( :'�� �>Z 5 �_ -� t { t s t r 1 t [�' '.• i+a, +�� z r•,.� � �{�,,. p ?�� '�'}-"'`tl • �� vitz sR4 �aaLtHY N - l�ih S f� 3 t s PROPOSAL .1.0 CONTRA COSTA COUNTY SANITATION DISTRICT NO. 15 CONTRA COSTA COUNTY, CALIFORNIA FOR COLLECTION SYSTEM AND WASTEWATER TREATMENT VACILITtES The undersigned declares that the only persona or parties interested in this Proposal are as stated; that the Proposal is ntade without any culiusioii with other persons, firms, or corporations; that he has carefully examined the Informations for Bidders, Contract, Specifications , Contract Drawings , all as prepared by CDM Inc. , Consulting Engineers, 710 South Broadway. Walnut Creek, California 94596; that he has informed himself fully it) regard to all conditions pertaining to the work and the place whera it Is to he dune, and from them the undersigned makes this Proposal. These prices shall cover all expenses incurred in performing the work required under the Contract Documents, of which this Proposal is a part. If written notice of the acceptance of this bid Is mailed, telegrapher!, or delivered to the undersigned within forty-five (45) days after uponiog this Proposal, the undersigned will within ten days after the date of such nmli- fication, execute and deliver a Contract in the form attached hereto together with the prescribed Guaranty Bonds furnished by a company satisfactory to the Owner. The undersigned further agrees that the bid security atmot►t- panying this Proposal shall become the property of the Owner, if the Bidder fails to execute the Contract as stated above. The undersigned hereby agrees to commence work under this Contract within ten days of the execution of the Contract and to fully complete the project within the time limit stated herein and further agrees that, from the com- pensation otherwise to be paid, the Owner may retain a sum of two hundred fifty dollars ($250.00) for each day thereafter that the work remains un- completed, which sum is agreed upon as the proper measure of ligttidrtt ed damages which the Owner will sustain per diem by the failure of the under- signed to complete the work at the time stipulated, and this sum is not to be construed as in any sense a penalty. The undersigned acknowledges receipt of addenda numbered; In accordance with the above understanding, the undersigned proposes to do all of the work, furnish all of the materials, and complete the work iu its Ty; entirety in the manr er and under the conditions required at the prices listed on the following Bid Sheets. r..y [ A a 1 w PREFACE TO BID SCHEDULES The contractors may bid on Unit l and/or on Unit 2. llowc•vc-t•, lllc bidder of Unit l must bid on all schedules including Schedule A, Schedule 11 and Schedule C. otherwise his bid may be disqualified for Unit 1 . The low bidder for Unit 1 shall be selects-d based on any combination of schedules that the Owner elects. The contractor shall have no recourse whatsoever, the Owner shall be the sole judge of the Bchedule-scluctlon. Supplementary drawing will be supplied to the contractor for any changes that may be needed to the as-bid plans. t: Va y�,�. � ;d i � x i P ;'' � ; fir',. "` ,• s �jr .yz I 1 t {•1 i Y l§ 9 2 { X ' . 1 i s 01 55 i < 2 4s1ZA x t ? 4 s a.e�s'ir ='" } ' 4- ��s+�Y ?' t ^t� M. s 6f.2ft` f # N�{ �! ,P � t ,3Rn, ¢ I BIDDING SCHEDULE UNIT 1; COLLECTION SYSTEM SCHEDULE A Description of Work Lump Sum Furnish and install 613 LF 10-inch gravity sewer pipe, 0 to 6 ft. depth, complete in place at $ per linear foot, for a total price of .... .... .. ... . .. •. . e. s...• •.s. • . • $ 2. Furnish and install 305 LF 10-inch gravity sewer pipe, b to 8 ft, depth, complete in place at $ per linear foot, for a total price of . .... ....• • .. ... . . ..• .s. .. .... .• • $ 3. Furnish and install 270 LF 10-inch gravity sewer pipe, 8 to 10 ft. depth, complete in place at $ per linear foot,,for a total price of .. ... ..... ... • •. • . . . . . . , ,: ..,,... $ 4. Furnish and install 498 LF 10-inch gravity sewer pipe, 10 to 12 ft. depth, complete in place at $ per linear foot, for a total price of . . . . . ... •.... ..a..... . . . • . .. . ... . $ 5. Furnish and install 150 LF 10-inch gravity sewer pipe, 12 to 14 ft. depth, complete in place at $ per linear foot, for a total price of . . . . . . . . . ......... ... ... .. . . . ... . $ 6. Furnish and install 14,470 LF 8-inch gravity sewer pipe, 0 to 6 ft. depth, complete in place at $ each for a total price of ,.... ... . $ 7. Furnish and install 19,171 LF 8-inch gravity sewer pipe, 6 to 8 ft. depth. complete in place at $ per linear foot, for a total price of . .... ..... .a. . • . . . . .. . .. .. .. . .... $ 8. Furnish and install 16,888 LF 8-inch gravity sewer pipe, 8 to 10 ft. depth, complete in place at $ per linear foot, for a total price cf . . . .. .. . .......... ... . . . . . ... ... ♦ $ 9. Furnish and ii,staii 15,328 LF 8-inch gravity sewer pipe, 1 ) to 12 ft. depth. complete in place at $ linear foot, for a total price of . . . . . .. .. . .. . . ... .........s. .. . . . . $ tx i, UNIT 1: COLLECTION SYSTEM (Continued) Descrit)tion of Work Lump Seim 10. Furnish and install 6,023 LF 8-inch gravity sewer pipe, 12 to 14 ft. depth, complete in place at $ per linear foot, for a total price of . . . . . . . . . . . .. . . . . . . 0 -0 . 0. . . . . . . . $ 11. Furnish and install 1 ,362 LF 8-inch gravity sewer pipe, 14 to 16 ft. depth, complete in place at $ per linear foot, for a total price of ..... .t... . .. r.... s.. . t. .. ..• t. . . $ 12. Furnish and install 65 LF 8-inch gravity sewer pipe, 16 to 16 ft. depth, complete, in place at $ per linear foot, for a total price of ... .. • .... . .1 . . . . . . . . .1 . .. . . 1 . • . . $ 13. Construct 238, 4-ft. diameter precast concrete ` . manholes at $ each, for a total price of . . . . . . . . . . . . . . . . . . r . . . . . . . . . . . . . . . . $ 14. Construct 3 drop manhole connections, at $ each, for a total price of . . . . . . . . . $ 15. Construct 5 flow meters in metering manholes, at $ each, for a total price of .. .. . . $ 16. Furnish and install 1 ,168 lateral s ewer connections, complete in place at $ each, for a total price of... . .. .. .. . ... .. .. . . .. . . . .. . . . . . . . $ 17. Furnish and Install 2,370 LF underground 8-Inch force main, from Main Pump Station to Interim Treatment Facilities, complete in place at per linear foot, for a total price of . . . $ 18. Furnish and install 8-inch force main across Bethel Island Road Bridge, complete in place for a lump sum price of . . . . . . . . . . . . . . . . .. . .. . .. . $ lg. Furnish and install 2,815 LF 6-inch force main, complete in place at $ per linear foot, for a total price of .. .. ... . .. ... .. ... ... .... $ 20. Furnish and install 20,345 LF 4-inch force main, complete In place at $ per linear foot, for a total price of .. .. . .. . .. ... .. ... ... .. . . $ 21. Furnish, install, and remove, except where other- wise directed, 100,000 square feet of sheeting and bracing on trenchwork over 5 feet deep at $ per square foot, for a total price of. .. . . . . . . .. . .. . . $ 1 ^• #. P-4- d�)15'1 ,}.�^:����'.�'„��k{ +'�p� `,�$�•�. ftt�'•,,. t� . r y't� '�-t,.,��'4�,�}}r .lyweys w�}�:`tiYtiS i � �` �."'' � Y t ��� UNIT is COLLECTION SYSTEM (Continued) Description of Work Lump Sum 22. Furnish and install one (1) air relvast- and vacuum valve at $ each . . . .. .. . . . ... ... . . . . $ 23. Provide audio-video tape of project situ as specified, for the lump sum pricy of . . . . . .. . . . . . . . $ 24. Perform closed circuit television Inspection of gravity sewers and provide vidt-o tapes as specified, for the lump sum price of .. . . . .. .... . .. $ 25. Furnish and install 10,000 square yards, temporary pavement, i-inch thick, at $ per square yard, for a total price of .. .. . 0 . . ... .. .... $ 26. Furnish and install 38,000 square yards, permanent asphalt concrete pavement, 0. 15-ft. thick, at $ per square yard, for a total price of . . . . . . . . ... . . . . .. .. . . .. ... .. . . $ 27. Restore 500 square yards of driveways, 1-inch thick asphalt concrete pavement or equivalent of existing driveway, whichever is better, at $ per square yard, for a total price of . . . ... .. . .. . . . . . .. $ 28. Provide 15 cubic yard concrete encasement as specified, at $ _ per cubic yard, for a total price o� . . . , . . . . . . .. ... . r, • . . . . .. ... ,♦ $ 29. Construct Pump Station W-4, with a rated capacity of g0 gpm, complete with all appurtenances, equip- ment and controls, Including plug valve and box, at a lump sum price of . . . . . . . . . .. ... .. . . • . .. . . . . $ 30. Construct Pump Station T-7, with a rated capacity of 90 gpm, completes with all appurtenances, equip- ment and controls, including; plug valve and box, at a lump sum price of . . . . . . . . . . . . .. .. . .. .. . ... . $ 31. Construct Pump Station S-8, with a rated capacity of 124 gpm, complete with all appurtenances, equip- ment and controls, inclticling; plug; valve and box, at a lump sum price of • . . • • . • . . • • ... .. . . . •. . . . , • $ 32. Construct Pump Station HW-1 2, with a rated capacity of gg gpm, complete with all appurtenances, equip- ment and controls, including plug valve and box, t" at a lump sum price of , ,, . , . , .• . • , • . . .. ,. , r. ... . $ . P-5 UNIT 1; COLLECTION SYSTEM (Cuntinued) Description of Work Lump 511111 33. Construct hump Station U-13, with a rated capacity of 90 gpm, complete with all appurtenances, equip- ment and controls, including plug valve and box, at a lump sum price of . . . . . . . 6 . . .. . . . . . . . . .. . . . . $� 39. Construct Pump Station SM-15, with a rated capacity of 90 gpm, complete with all appurtenances, equip- ment and controls, including plug valve and box, at a lump sum price of .. . . . . . . . .. . . . . . . .. ... . .. . $ 35. Construct Pump Station SM-16, with a rated capacity of 90 gpm, complete with all appurtenances, equip- ment and controls, Including plug valve and box, at a lump sum price of . . . . . . . . . .. . . . .. . .. . .. . . . . $ 36. Construct Pump Station G-2, with a rated capacity of 164 gpm, complete with all appurtenances , equip- ment and controls. including plug valve and box, at a lump sum price of . . . . . . .. . .. . . . . . . . . . :. . .. . $ 37. Construct Pump Station GW-3, with a rated capacity ` of 159 gpm, complete with all appurtenances, equip ment and controls, including plug valve and box, at a lump sum price of . . . . . . . . . . . . . . . . . . . .. . . .. . $ 38. Construct Pump Station T-5, with a rated capacity of 137 gpm, complete with all appurtenances , equip- ment and controls, including plug valve and box, at a lump sum price of . . . . . . . . . .. . . . . . .. . ... . • . . $ 39. Construct Pump Station T-6, with a rated capacity of 113 gpm, complete with all appurtenances, equip- ment and controls, including plug valve and box, at a lump sum price of . .. . . . . . . . . . .. ... . . . .. . . . . $ 40. Construct Pump Station S-9, with a rated capacity of 90 gpm, complete with all appurtenances, equip- ment and controls, including plug valve and box, at a lump sum price of . . . . . . . . . .. . . . .. . . . . .. . . . . $ 41. Construct Pump Station P-10, with a rated capacity of 112 gpm, complete with all appurtenances, equip- ment and controls, including plug valve and box, at a lump sum price of . .. . ... .. I. . I . . . . . . . . . . . . . $ 42. Construct Pump Station W-11 , with a rated capacity of 107 gpm, complete with all appurtenances , equip- ment and controls, including plug valve and box, at a lump sum price of . . . . . . ..... ... . . . . . . .. .. . . $ P-6 01)79 i 1 UNIT 1: COLLECTION SYSTEM (Continued) Description of Work bump Sum 43. Construct Main Pump Station, with a rated capacity of 644 gpm, complete with all appurtvisances, equip- ment and controls, including plug valve and box, at a lump sum price of . . . . . a .a.. ... . . . . .. ... . . . . $ 44. Construct Pump Station G-1 , with a rated capacity of 283 gpm, complete with all appurtenances, equip- ment and controls, including plug valve and box. Q at a lump sum price of . .. . .. .. . .. . .. .. . .. ..s... . $` 45. Construct Pump Station WEB-14, with a rated capacity of 319 gpm, complete with all appurtenances, eruip- ment and controls, including plug valve and box, at a lump sum price of . ... .. ..... . .. . . . . . ... . . . . $ 46. Install radio alarm system as specified, for a lump sum price of .. .. ........ . .. . .. .. . .... . . . . . $ 47. Miscellaneous work and cleanup, at a lump s-um price of .. . ... .. . . . . . . . . . . . ... ... .. . .. ... .. . . . . $ 48. Extra Work Contingency Allowance . .. .. ...... .. . . $ 50,000 TOTAL BID, UNIT i - Schedule A (Items 1 to 48) in figures . . . . .. . .. . TOTAL DID, UNIT i - Schedule A in words; SCHEDULE B 1. The additional cost of furnishing and installing 150 LF 15-inch diameter sewer pipe in place of 10-inch on Bethel Island Road between Main Pump Station and Manhole B-2, at $ per linear foot, for a total price of . . . . . . . . . . . . . . . $ 2. The additional cost of furnishing and installing 2,500 LF 12-inch diameter sewe-r pipe in place of 8-inch on line 2-t;, at $ per linear foot for a total price of . . . .. . . . . . . .. .. . ... . $ 3. The additional cost of furnishing; and installing 1.695 LF of 12-inch diameter sewer }pipe in place of 10-inch on line 2-B. at $ per linear foot, for a'total price of .. . ... . • •. ..•• $ t i 1) 7 00,160; SCHEDULE B (Continued) 4. The additional cost of furnishing and installing 3,080 LF of 10-inch diameter sewer pipe in place of 8-inch on line 2-P, at $ per linear foot, for a total price of . . . ... . . . .. . . . . $ 5. The additional cost of furnishing and installing 2,370 LF of 10-inch force main in place of 8-inch from Main Pump Station to Interim Treatment Facilities, at $ per linear foot, for a total price of . .. . . . . . . .. . ... $ 6. The additional cost of furnishing and installing 10-inch force main in place of 8-inch across Bethel Island Road i3ridge, at $ per linear foot, for a total price of . .. .. . . . . .. .. . . $ 7. The additional cost of furnishing and installing 2,730 LF of 8-inch force main in place of 6-Inch, at $ per linear foot, for a total price of . . $ 8. The additional cost of furnishing and installing 12,405 LF of 6-inch force main in place of 4-inch, at $ per linear foot, for a total price of .. $ 9. The additional cost of constructing Pump Station T-7, with a rated capacity of 230 gpm instead of 90 gpm, at a lump sum price of . . . . .. . . . . . . . . . .. . . . . . . . . . $ 10. The additional cost of constructing Pump Station S-8, with a rated capacity of 215 gpm instead of 124 gpm, at a lump sum price of . . . . . .... .. . .. ... .. . .. . . .. $ 11. The additional cost of constructing Pump Station HW-12, with a rated capacity of 175 gpm instead of 99 gpm, at a lump sum price of . . .. . . .. . . .. . . . $ 12. The additional cost of constructing Pump Station D-13, with a rated capacity of 185 gpm instead of 90 gpm, at a lump sum price of . .. . . . . . . .. . .. . $ 13. The additional cost of constructing Pump Station G-2, with a rated capacity of 200 gpm instead of 164 gpm, at a lump sum price of . .. . . . . . .. . .. . $ 14. The additional cost of constructing Pump Station GW-3, with a rated capacity of 175 gpm instead <F' of 159 gpm, at a lump sum price of ... .. . . . .. . . . . $ .fR 15. The additional cost of constructing Pump Station T-5, with a rated capacity of 310 gpm instead of 137 gpm, at a lump sum price of ... .. .. . ... . . . $ P-s 00161 j.., 3' p a WR" S` S'yc 4` 16. The additional cost of constructing Pump Station T-0 with a rated capacity of 217 gpm instead of 113 gpm, at a lump sum price of . . . . , . . • .. .,. ..., $ 17. The additional cost of constructing Pump Station S-9 with a rated capacity of 210 gpm instead of 90 gpm. at a lump Aum price! of . . . . .. . . . .. .. . . .. . 16. The additional cast of constructing Dump Station P-10 with a rated capacity of 260 gpm instead of 112 gpm, at a lump sum price of ..... .. . ..... .. . . $ 19. The additional cost of constructing Pump Station W-11 with a rated capacity of 230 gpm instead of 107 gpm, at a lump sum price of .. ... .. . .. ..... .. $ 20. The additional cost of constructing the Main Pump Station with a rated capacity of 990 gpm instead of 644 gpm, at a lump sum price of ..... . .. r. ... ... s 21. The additional cost of constructing Pump Station G-I with a rated capacity of 430 gpm instead of 283 gpm, at a lump sum price of . .. .. ... .. ...... . $ 22. The additional cost of constructing Pump Station WEB-14 with a rated capacity of 500 gpm instead of 319 gpm, at a lump sum price of .. . . . 6 . . ... . . . $ TOTAL BID, UNIT 1 - Schedule B (Items I to 22), in figures . , . . ....... $ TOTAL BID, UNIT I - Schedule B, in words: SCHEDULE C 1. 500 cubic yards bank run gravel as specified herein, furuishcd and placed, at a unit price of $ per cubic yard, for a total price of . .. 0. 0 .. 4 . 0 .. . . $ 2. 200 cubic yards screened gravel as specified herein, furnished and placed, at a emit price of $ per cubic yard, for a total price of . . , , ,. , . $ t3. 500 vertical linear feet test pits, six (6) inches in diameter, (Suction IB, page 21 constructed at a unit cost of $ per vertical linear foot, { for a total price of $ Vi (W 00 P 9 # rF..�k«:"'" ,:?.?' �,•' £ ar'i`a-.aw '"� Y"`�titui s. 4 � �, V ;J 'm' a •p �A{fi 'fs 't s �. I a 4. Furnishing and installin on house laterals for Indi idualh diam,al.,. w ers i,11,, � a Propt•l'ly owners at _ Por linear foot, for a total price of TOTAL 1311), UNIT I - Schedule C (Itell's I to .11 In figurl.x . . . . . . . . . . $ TOTAL 1311), UNIT 1 - Schedule C, in words; 7_777 -_ Am v . s a —p— # i 44 ,y 1 WQ A9Yth 34 i. v '' 'c a '3 'f�-4 1 "q'} � $� 2' �; y+ •d ' e...� ' 3 � f f' Nh. a c ��. Y i }Y }Q i f t Map- v� i 1F fi tY'` ,v t X $ k I � by bi i x,�bltt 1y t. �f t 41 f , QOQ 3 !y iii # ,:y z r i t O'n KA Zola t{.:2� tlo t atom � it , x Y F ' 1 Plot oil -tetfi �t,f�1 '' =4K" UNIT 2: WASTEWATER TREATMENT FACILITIES Description of Work Lump Sum 1. Earthwork and riprap, complete In place at a lump sum price of .. .. . . . . .... . .. .. . . .+ .. . .. . . . . $ 2. 14-inch influent pipe, 125 LF with supports, slabs and appurtenances, at $ per linear foot, for a total price of . . . . • . • . • . . • . . • $ 3. Furnish and install 425 LF 16-inch transfer pipe, complete in place at $ per linear foot, for a total price of . .. .•. .. . .. .. . . $ 4. Furnish and install 485 LF plant effluent 4-Inch force main, complete in place, at $ per linear foot, for a total price of • • • •• . . .. . . . . . . . . .. . .. . .. .. . .. +++ . ••. •r + +$ 5. Transfer box, weir slide gate and associated piping, complete in place, for a lump sum price of . . . . .. . $ ._- 6. Baffles, complete in place, at a lump sum price of • . . ... . . . . • . . • • • . .• • . • • + ♦ • • • • • +.+ .• . •.• $ 7. Furnish and install mechanical aerator and appurtenances, complete in place, for a lump sum price of . . . . . . • • . . . .. . . . . . . . . . • •. • . • • •+.+ • . $ 8. Construct effluent pump station, complete with all appurtenances, equipment and controls, including gravity influent line, for a lump sum price of .... . . + + ... . ... .. . . . • . . . • . . . . * . . . . . $ 9. Furnish and install chlorination system and appurtenances, complete in place, for a lump sum price of . . . .. . . . .• . . . . . . . • . . . . . . .. .. . . $ 10. Furnish and install two (2) flow samplers and appurtenances, including concrete slab, complete in place, at $ each, for a total price of . . . • • . . . . + • • • . . . . • . . . + . ♦ .. . . • • $ 11. Influent structure with flow measuring equip- mcnt installed, complete in place, at a lump sum price of . . ........ . + + . + + +• +++ ++ ++. •+ + + $ Y 12. Furnish and install all electrical work required t to supply power to all equipment on site, .; fly, complete in place, fur a lump sum price of .,.. . . . . $ I ' uNl1 E: WAS7•isWA•I'1':It TREATMI:N'1• I'ACll.l'I I1: J)r'sc rlption of tiVurk 13. Miscellanwus work and cleanup1.um�a l) sum price of . . , . . . . P• at a lump 14• Extra Work Contingency Allowance . . . . . . .. .. . . . . . TOTAI, DID, UNIT 2 $ 5 0()(J(Items 1 to 14) in figurus TOTAL BID, UNIT 2 in words; � f y,t t r , • k { N 5 N dA. rU � 1 J Y A t .fit+ V.,, ry 3 4 i 1A ` `p 12 a d' h1S The undersigned declares he understands that the quantities shown are approximate only and are subject to either increase or decrease and that should the quantities of any of the items of work be increased the under- signed proposes to do the additional work at the unit prices set forth herein, and should the quantities be decreased, he also understands that payment will be made on actual quantities installed at the unit bid price and the undersigned will make no claims for anticipated profits fur any decrease in quantities. Actual quantities will be determined upon com- pletion of the job. The undersigned also agrees that extra work, if any, performed in accor- dance with Article 15 of the General Conditions, is to be paid for in accordance with the provisions of that article. The undersigned has ( ) has not ( ) previously performed work subject to the President's Executive Order No. 11246. which relates to nondis- crimination. The undersigned agrees to complete the work of this Contract in 550 working days, following the date the Contract is executed. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any information in the bidding. Amounts are to be shown in both words and figures. In case of discrepancy the amount shown in words will govern. The above prices shall include all labor, materials, dewatering, shoring, removal, overhead, profit. insurance, etc. to cover the finished work of the sevcral•kinds called for. The names and residences of all persons and parties interested in the fore- going bid as principals are as follows: (Give first and last names in full. In the case of a corporation, give name of president, treasurer and manager, and in the case of a partnership, give names and adresses of members.) C� P 13 ��� oe L a - �s�s a S �,�YiF �. t�trd*nSJ^S.tA'iiEiCt is,-,"SN1;i�"a.t':•i:'��r''xv"Sf,��,+mp`h(4°'-xt`2 � •c,y,a �- ' The undersigned hereby certifies that hr is able to furnish labor that call work in harmony with all other elements of labor employed or to be employed on the work. Notice of acceptance should be mailed, telegraphed, or delivL-red to tilt- undersigned Bidder at the following; address: Name of Bidder By Title Business Address'- City and State Date ., Note; xIf'the' Bidder is a corpo'ration,'indicate state of incorporation=_ tinder signature, and affix corporate seal; if a partnership,-giveJull names and residential addresses, If different from business address. If the Bidder to whom the;Contract is awarded is i corporation, an affadavit giving the principal the right to sign the`Contract must accom- ., pany the executed Contract. ,,. 001�'�` i s AFFIPMATiVE ACTION CERTIFICATION Bidders' Certification. A bidder will not be i-ligible for award of a contract un er t is Invitation for Bids unless such bidder has submitted as a part of,its bid the following certification, which will by deemed a part of the resulting contract: BIDDERS' CERTIFICATION certifies that: (Bidder) 1. It intends to employ the following listed construction trades in its work under the Contract and 2. (a) As to those trades set forth in the preceding paragraph one hereof for which it is eligible under Part 1 of these Bid Conditions for participation ® in the Contra Costa Plan, it will comply with the Contra Costa Plan on this and all future construction work in Contra Costa County within the scope of coverage of that Plan, those trades beings and or (b) As to those trades for which it is required by these Bid Conditions to comply with Part 1 I of these Bid Conditions, it adopts the minimtim minority manpower utilization goalb and the specific affirmative action steps contained In said Part 11 on this and all future construction work in Contra Costa Cuunty, subject to theme Bid Conditions, those trades heinh: and 3. It will obtain from each of its subcontractors and submit to the contract- ing or administering agency prior to the award of any subcontract under this Contract the subcontractor certification required by these Bid Conditions. (Signature of authorized representative of Bidder) k >•.' . V" ` WN, � '#ab ar " '�` 4',r x � _idt4!45 1.'i a tr.. i AFFIRMATIVE ACTION CERTIFICATION (Continued) Subcontractors' Certification. Prior to the award of any subcontract under this Invitation for Bids, regardless of-tier, the prospective subcontractor must execute and submit to the Prime, Contractor the following certification, which will be deemed a part of the resulting subcontract; SUBCONTRACTORS' CERTIFICATION certifies that: (Subcontractor) 1. It intends to employ the following listed construction trades in its work under the subcontract 2. (a) As to those trades set forth in the preceding paragraph one hereof for which it is eligible under Part 1 of these Hid Conditions for participation in the Contra Costa Plan, it will comply with the Contra Costa Plan on this and all future construction work in Contra Costa County, subject to these Hid Conditions, those trades being; and/or (b) As to those trades for which it is required by these Bid Conditions to comply with Part l l of then a Bid Cunditions, it adopts the minimum minority manpower utilization goals and the specific affirmative action steps contained in said Part 11 on thth and all future construction work in Contra Costa County, subject to these Bid Conditions, those trades beings and 3. It will obtain from each of its subcontractors prior to the award of any subcontract under this subcontract the subcontractor certification required by these Bid Conditions. (Signature of authorized representative of Hidden) { 00169 p I6 �. .fi �i^ 4 ar:i. � sek�•.'�,",.'lkytlz° "Lt ..;"5Y3rr:�;,s}.."a,`RkiuY.�..� tie . CONTRA COSTA COUNTY ® SANITATION DISTRICT No. 15 CONTRA COSTA COUNTY, CALIFORNIA contract documents and specifications for construction of: r COLLECTION SYSTEM AND WASTEWATER TREATMENT FACILITIES (BETHEL ISLAND AND PORTIONS OF HOTCHKISS AND HOLLAND TRACT) JULY, 1977 ' CDM Inc. Envirpwn+nM/Enpinotrs wo/nu/ crook,co/ilornb �a �ti , { INVITATION FOR BIDS CONTRA COSTA COUNTY SANITATION DISTRICT NO. 15 CONTRA COS'T'A COUN'T'Y, CALIFORNIA COLLECTION SYSTEM AND WASTEWATER TREATME. T FACILITIES (BETHEL ISLAND AND PORTIONS OF HOTCHKISS AND HOLLAND 'r Il ACT) Sealed bids or proposals for construction of the Collection System and Wastewater Treatment Facilities will be received by the Public Warks Department at the office of the Director, 6th Floor, County Administration Building at Pine and Escobar Streets, Martinez, California until 2100 P.M. Thursday, September 1 , 1977, and at that time the bids will be publicly opened and read aloud in the Conference Room of the Public Works Depart- ment, 6th Floor of the same building. The work to be done consists of furnishing all labor, material, and equip- ment, which are necessary and required to construct and complete the work in accordance with Plans and Specifications for the construction of: Unit 1: Collection System - this shall include all trenching, dewatering, installation of pipe, backfilling, grading, and restoring surfaces to their original condition for the entire sewer collection system including pumping stations, forcer mains and manholes. Unit 2: Wastewater Treatment Facilities - this shall include all earthwork, backfilling, and grading to modify Me existing aerated lagoon and storage pond and add chlorination and effluent pumping. Each proposal must be accompanied by a certified check, a cashier's check, or a bidder's bond made payable to Contra Costa County Sanitation District No. 15. California, in the sum of ten percent (10%) of the aggregate of the Proposal, such guarantee to be forfeited should the bidder to whom the Contract is awarded fail to contract, Each bidder shall be licensed in accordance with the Provisions of Ghapter 9, Division 3 of the t3usinvss and Professional Code, and shall be skilled and regularly engaged in the general class or type of work called for. Bids must be submitted in sealed enve•lupes bearing on the outside the name of the bidder, his address, and the names of the project for which thv hid is submitted, and the date and time• of i)penmg. If forwarded by mail, tho sealed envelope containing the bid, and marked as directed above, must bo enclosed in another envelope properly addressed. The complete Contract Documents, including Drawings, Specifications, Proposal, and the Contract may be obtained from the office of CUM, Inc. , 710 South Broadway, Walnut Creek, California 9451)6, upon the receipt of Fifty Dollars ($50.00). The money deposited will be refunded upon return 0017 . i , y k.v.K-A� .x`rvl:K.,hx"'�3er.kzl, k t .1 a of the Drawings and Specifications in good condition within twenty (20) days after the date of opening bids. The two low bidders on each unit may retain their documents until ten (10) days after award of the Contract after which time the $50.00 deposit shall be forfeited to the Owner. The Contract for each unit will be awarded to the lowest responsible bidder for that unit. Any such award will be made within forty-five (45) calendar days after opening of the Proposal. Contra Costa County Sanitation District No. 15, however, reserves the right to reject any or all bids, and to waive any informality in the bids received. The Contractor shall bid on the , schedules included in the Proposal. No award will be made on individual bid items. The Owner will return the bid bonds to all bidders except the three lowest bids on each unit within ten (10) days following the bid opening date. The succesful bidder must furnish a 100 percent Performance Bond and a 100 percent Labor and Materials Bond from a surety company satisfactory to the Owner. "Application has been or may be made to the Environmental Protection Agency (EPA), State Water Quality Control Board (SWQCB), for financial assistance in the work proposed under this solicitation. EPA, in implemen- tation of Executive Order 11246 as amended (Equal Employment Opportunity), of September 24, 1965, requires its constituent offices which provide finan- cial assistance for construction, to conduct Equal Employment Opportunity compliance reviews prior to award of contracts. Accordingly, the apparent low bidder under this solicitation should be prepared to attend a meeting , that will be scheduled by EPA, State Water Quality Control Board, after opening of bids but before award, where he will be requested to specify what affirmative action he has taken or proposes to take to assure equal employment opportunity on the project. Award of Contract will not be autho- rized until a determination has been made by the Environmental Protection Agency, State Water Quality Control Board, that a satisfactory compliance position exists on the part of the prospective contractor, and the determina- tion has been confirmed by the Office for Equal Opportunity, EPA." Minimum wage rates for workmen employed to execute the Contract shall be in accordance with the determination of the Secretary of Labor. The latest wage rate shall be applicable. The Contractor will be advised of any revisions to the wage rate. The current wage rate is included. Complete instructions for filing bids are included in the Information for Bidders. Date , Chairman, Governing Board, CCGSD Nu. Contra Costa County, California wt 00172 3 G, 2- .4 .�AI . . TABLE OF CONTENTS Sub ect page BIDDING REQUIREMENTS Information for Bidders 1-1 to I-b Form for General Bid (Proposal) P-1 to P-16 CONTRACT FORMS Contract C-1 to C-3 Performance Bond B-I to B-2 Labor and Materials Bond B-3 to B-4 GENERAL CONDITIONS GC-1 to GC-21 SUPPLEMENTAL GENERAL CONDITIONS,. SGC-1 to SGC-14 SPECIFICATIONS DIVISION 1 - GENERAL REQUIREMENTS IA Scope of Work 1A-1 1B Control of Work 1B-1 to 1B-5 IC Control of Materials IC-1 to IC-2 1D Temporary Facilities 1D-1 to ID-2 IE Special Provisions IE-1 to IE-7 1F Measurement and Payment 1F-1 to 1F-11 DIVISION 2 - SITE WORK AND PIPELINES ZA Clearing, Grubbing, and Stripping 2A-1 to 2A-2 ZB Earth Excavation and Backfill ZB-I to 2B-5 2C Excavation Below Normal Grade and " Gravel Refill ZC-I to 2C-2 ZD Bank-Run and Screened Gravel 2D-I to ZD-2 2E Dewatering and Drainage 2E-1 to 2E-3 2F Lumber Left in Place 2F-1 to ZF-2 2G Pavement Replacement 2G-1 to 2G-3 2H Policing 2H-1 21 Service Connections 2I-1 2J Loaming and Seeding ZJ-1 to 2J-3 2K Vitrified Clay Pipe 2K-1 to 2K-4 2L Ductile Iron Pipe and Fittings ZL-1 to 2L-9 2M Cast Iron Pipe and Fittings 2M-1 to ZM-9 2N Plastic Pipe and Fittings2N-1 to 2N-5 20 Slough Crossing 20-1 to 20-5 2P Dikes 2P-1 to 2P-2 ZQ Miscellaneous Work and Cleanup 20-1 to 2Q-3 001'73 TABLE OF CONTENTS (Continued) Subject Page DIVISION 3 - CONCRETE 3A Concrete 3A-1 to 3A-13 3B Concrete Reinforcement 313-1 to 313-3 , 3C Joints 3C-1 3D Precast Concrete Manholes 3D-1 to 3D-4 DIVISION 4 - (None this Contract) , DIVISION 5 - METALS 5A Miscellaneous Metals .5A-1 to 5A-2 5B Slide Gates 513-1 to 513-4 DIVISION 6 - (None this Contract) DIVISION 7 - (None this Contract) DIVISION 8 - (None this Contract) , DIVISION 9 - FINISHES , 9A Painting 9A-1 to 9A-6 DIVISION 10 - (None this Contract) DIVISION 11 - (None this Contract) DIVISION 12 - (None this Contract) , DIVISION 13 - (None this Contract) , DIVISION 14 - (None this Contract) DIVISION 15 - MECHANICAL , 15A Raw Wastewater Pumping Stations 15A-1 to 15A-8 15B Valves and Appurtenances 1513-1 to 1513-4 , 15C Pipe Hangers and Supports 15C-1 to 15C-2 15D Mechanical Surface Aeration Equipment 15D-1 to 15D-6 15E Chlorination Equipment 15E-1 to 15E-4 , 15F Palmer Bowles Flume 15F-1 15G Radio Alarm System 150-1 to 15G-3 15H Flow Measuring and Sampling Equipment 15H-1 to 151.1-3 , 001" }- ..R`�tM. TABLE OF CONTENTS (continued) Pa e Subject ---g— DIVISION 16 - ELECTRICAL 16A General Provisions 16A-1 to 16A-3 16B Raceways and Fittings 16B-1 to 16B-2 16C Wires and Cables 16C-1 16D Miscellaneous Equipment 16D-1 to 16D-2 16E Panelboards 16E-1 to 16E-3 16F Grounding System 16F-1 to 16F-2. APPENDIX Federal and State Wage Rates 23 pages Labor Standards 4 pages Affirmative Action Requirements 30 pages Payment Retention Clause 1 page Federal Interest Exclusion Clause 1 page Non-segregated Facilities - Notice to oiceto on tractors 2 pages C-2 19 pages Procurement (40 CFR 35.936) 3 pages Construction Contracts of Grantees (40 CFR 35.938) 3pages Protests (40 CFR 35.939) 50 pages California Labor Code Cultural Resources Specification 1 pages Project Sign I page Guarantee Form e Standard Form of Certification by Manufacturer I page 't y X111 �J a r r . r r r - . r r L � i f j r 4 1 T f r :y � 4 •' tr r 001A3 w r 4 R i 1 CONTRA COSTA COUNTY SANITATION DISTRICT NO. 15 COLLECTION SYSTEM AND WASTEWATER TREATMENT FACILITIES INFORMATION FOR BIDDERS RECEIPT or BIDS Sealed kids or proposals for the construction of the Collection System and Wastewater Treatment Facilities will be received by the Public Works Department at the office of the Director, 6th Floor, County'AdministraLion Building at Pine and Escobar Streets, Martinez, California until 2:00 P.M. Thursday, September 1 , 1977, and at that time the bids will be publicly opened and read aloud in the Conference Room of the Public Works Depart- ment, 6th Floor of the same building. The Owner may consider any bid informal if not prepared and submitted in accordance with the provisions hereof and may waive any informality in or reject any and all bids. Any bidder may withdraw his proposal, either per- sonally or by a telegraphic or written request at any time prior to the above scheduled closing time for receipt of bids. Any bid received after the time and date specified shall not be considered. No person, firm, or corporation shall be allowed to make or file, or be interested In more than one bid for the same work, unless alternate bids are called for. A person. firm, or corporation who has submitted a subproposal to a bidder, or who has quoted prices on materials to a bidder, is not hereby disqualified from submitting a subproposal or quoting prices to other bidders. PREPARATION OF IIID Proposals to receive consideration shall be made in accordance with the following instructions; 1. The proposal shall be made upon the form provided therefor, and with all items filled out, amounts to be stated in both words and figures, and the signatures of all persons signing shall be in writing. These completed forms shall be without interlineations, alterations, or erasures, and shall be delivered to the Owner. 2. Proposals shall contain only the quotation for which the form is prepared. 3. One copy of the proposal form shall be submitted. The other copy of the proposal form is for the bidder's use. 4. Each bid must be submitted in sealed envelopes bearing on the out- side the name of bidder, his address , and the name of the project for which the bid is submitted and the date and time of opening. (If forwarded by mail, preferably by registered mail, the scaled envelope containing the proposal and marked as described above must be enclosed in another envelope addressed as specified above, and must be received prior to the time of public opening as specified above.) WORK TO BE DONE The work to be done under this Contract is described in the General Require- ments of the Specifications and shall be done in accordance with the Contract Drawings and Specifications prepared by CDM Inc. , 710 South Broadway, Walnut Creek, California 94596. QUALIFICATIONS OF BIDDER Each bidder shall submit with his proposal a statement setting forth his experience and business standing. It is the intention of the Owner to award the Contract only to a bidder who furnishes satisfactory evidence that he has the requisite experience and ability in this class of work, and that he has the sufficient capital, facilities, and plant to enable him to prosecute it successfully and promptly and to complete it within the time named in the Contract. In determining the degree of responsibility to be credited to the bidder, the Owner will weigh any definite evidence that the bidder has satisfactorily performed other contracts of like nature and magnitude at similar rates of progress. Bidders must submit such evidence with their proposal. The amount of other work to which the bidder is committed will also be a consideration in establishing that a Contractor is a "responsible and eligible bidder' in conformity with the requirements of the Contract. The Owner reserves the right to reject any or all bids if it would be in the public interest to do so. A proposal which includes for any item a bid that is abnormally low or high may be rejected as unbalanced. BIDDER'S KNOWLEDGE Each bidder shall satisfy himself, by personal examination of the location , of the proposed work, and by such other means as he may prefer, as to tine requirements of the work to enable him to make up his bid intelligently and to advantage. The bidder shall make himself familiar with all of the Draw- ings, Specifications, General Conditions, and other instructions before sub. mitting his proposal (bid), in order that no misunderstanding shall exist in regard to the nature and character of the work to be done. No allowance will be made for any claim that the bid is based upon incomplete information as to the nature and character of the site or the work involved. Conditional bids will not be accepted. BID SECURITY b; Each bid must be accompanied by cash, bid bond, or a certified check on, or a treasurer's or cashier's check issued by, a responsible bank or trust company, payable to the Owner. The bid security shall be in the amount , s stated in the Invitation to Bids. All bid securities except those of the tltrct, lowest respunsible and eligible bidders will be returned within ten (10) days, after bid opening date. The remaining bid securities will be returned within fifteen (15) days after the execution of the Contract, or if no award is made, within sixty (60) days following bid opening date unless forfeited under the conditions herein stipulated. In case a party to whom a Contract is awarded shall fail or neglect to execute the Contract and furnish the satisfactory bonds within the time specified. the Owner may determine that the bidder has abandoned the Contract, and thereupon the proposal and acceptance shall be null and void, and the bid security accompanying the proposal shall be forfeited to the Owner as liquidated damages for such failure or neglect and to indemnify said Owner for any loss which may be sustained by failure of the bidder to execute the Contract and furnish the bunds as aforesaid, provided that, in case of death, disability, or other unforeseen circumstances affecting the bidder, such bid security may be returned to him. After execution of the Contract and acceptance of the bonds by the Owner, the bid security accompanying the proposal of the successful bidder will be returned within fifteen (15) days. NOTICE TO PROCEED Within 10 days after the execution of the Contract, a written notice to pro- ceed will be given by the Engineer. Notwithstanding any other provisions of the Contract, the Owner shall not be obligated to accept or to pay for any work furnished by the Contractor prior to delivery of the Notice to Proceed whether or not the Owner has knowledge of the furnishing of such work. TIME OF COMPLETION The bidder must agree to commence work within ten (10) days of the date of Notice to Proceed and to fully complete the project within the time limit stated in the specifications. ADDENDA AND INTERPRETATIONS All questions by prospective bidders as to the interpretations of tilt: Informa- tion for Bidders, Forms of Proposal, Form of Contract, Drawings, Specifi- cations, or Bonds must be submitted in writing to the Consulting Engineers, CDM Inc. , 710 South Broadway, Walnut Creek, California 94596, at least eight (8) days before the date herein set for the opening of bids. The person submitting the request will be responsible for its prompt delivery. An inter- pretation of all questions so raised which, in the Engineer's opinion require interpretation, will be mailed by certified mail with return receipt requested to prospective bidders at the addresses given by them not later than five (5) days before the date of opening bids. Failure of any bidder to receive any such addendum or interpretation shall not relieve such bidder from any obli- gation under his bid as submitted. All addenda so issued shall become part of the Contract Documents. Acknowledgment of addenda or bulletins, as provided in the addendum or bulletin, shall be submitted with each proposal, The Owner will not be responsible for any other explanation or interpretations of the proposed documents unless the Owner sees fit to issue an addendum. 1-3 rr ;J ii. !-' ,:K..',:n..�.,it.«,��at'§h�L.R'rs��`.'+'�i.S.�iw�'*'�'.�3:<s.,'�k't:�.trev,e`vl�F.:,+'4��kr i'`;S}s�'[a '�}•,``�,s;.�� i �?ht,,�s.�`,,3,x•91,}4�Pi �'r`..1�au svx''d-7 .Me�:�.tu;..i.kle2 x'!nk,: PERFORMANCE AND LABOR-MATERIAL BONDS , The Contractor shall furnish two bonds, each in the amount of 100 percent of the Contract price. One as security for the faithful performance of the , work, and the other as security for the faithful payment and satisfaction of all persons furnishing materials and performing labor on the work. Thv bonds shall be issued by a corporation duly and legally licensed to transact , surety business in the State of California. Such bonds shall remain in force throughout the period required to complete the work and thereafter for a period of 35 days after final acceptance of work. These bonds will be required at the execution of the Contract on the forms attached to these documents, unless a different format for the bonds is accepted by the Owner. , Tile bondsmen shall have familiarized themselves with all of the conditions and provisions of the Contract, and they waive the right of special modiflca- , tions of any change or modifications of this Contract or of extension of time or of decreased or increased work, or of any other act or acts by the Owner or their authorized agents under the terms of this Contract; and failure to so notify bondsmen of changes shall in no way relieve the bondsmen of their , obligation under this Contract. POWER OF ATTORNEY , Attorneys-in-fact who sign contract bonds must file with each bond a certified and effectively dated copy of their power of attorney. , LAWS AND REGULATIONS The bidder's attention is directed to the fact that all applicable state laws, , municipal ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the Contract throughout, and they will be deemed to be included in the Contract the same as though herein written out in full. AWARD OF CONTRACT , The Contract will be awarded to the lowest responsible and eligible bidder within forty-five (45) days of bid opening for each project unit. Such a bidder shall possess the skill, ability, and integrity necessary for the , faithful performance of the work. The term 'lowest responsible and eligible bidder," as used herein, shall mean the bidder whose bid is the lowest of those bidders possessing the skill, ability, and integrity necessary to the , faithful performance of the work. In the event there is any discrepancy between any unit or lump sum price in words, in figures, and the extended totals, the unit or lump sum price , in words shall govern, and the extended total in each case will be corrected accordingly. No bid will be accepted which does not contain a unit price or lump sum as indicated.for each item contained in the proposal. , If the bidder places his bid on equipment other than that specified, he shall submit with his bid proposal detailed information which will allow the ((�� , I-4 00180 180 FA+ R.. r Engineer to evaluate the equipment included in the bid. Such information shall include manufacturer's catalog data, specifications, control diagrams, a list of materials, comparative catalog numbers between the specified item and the substitution, and a list of installations, if available. In the event that the information submitted by the bidder with his bid does not allow the Engineer to evaluate the equipment, the Engineer shall notify the bidder immediately that additional information is required. The bidder shall provide the information requested within seven (7) days from the date of notification. If the Engineer does not receive the additional acceptable data requested within seven (7) days from the date of notification, the Engineer shall reject the proposed substitution and the bidder's lowest bid on that item shall be assumed to be based on the specified equipment and not as written in the Proposal. If no bids other than that on the rejected substitution were submitted, the entire bid proposal may be rejected. If no information regarding proposed substitutions of equals is received with the bid proposal, it will be assumed that the bidder based his bid on the equipment specified at no extra cost to the Owner. Substitutions after award of the Contract will be allowed if, in the judgement of the Engineer. they are in the best interest of the Owner. EXECUTION OF CONTRACT rThe successful bidder or bidders will be allowed ten (10) days after being notified that the Contract is awarded to him within which to deliver to the Owner the Contract with his signature affixed thereto, together with the prescribed Guaranty Bonds. No proposal shall be considered binding upon the Owner until the execution of the Contract. Failure to execute a Contract and file the prescribed bonds within the specified time will be just cause for the annulment of the award and the forfeiture of the proposal guaranty. CONTRACT DRAWINGS The Contract Drawings have been prepared by CDM Inc., Environmental Engineers, and are enumerated in Article i of the Supplemental General Conditions. BORINGS AND SOUNDINGS The borings and soundings have been taken at the approximate locations shown in the Soils Report. The soils report, including the boring logs and data on soil samples is available for inspection at CDM Inc, , 710 South Broadway, Walnut Creek, California 94596, telephone; (415) 933-2900. This information is offered without express or implied representation, assurance, or guarantee that it is complete or correct or that it represents a true or approximately true picture of the subsurface conditions to be encountered. These soils investigations were carried out for design and are not part of the Contract. The bidder shall make his own deductions and conclusions as to the nature of the materials to be excavated, the diffi- culties of making and maintaining the required excavations, the difficulties which may arise from subsurface conditions, and of doing any other work affected by the subsurface conditions and shall accept full responsibility 4 , therefor. 001811-5 i No extra payment will be made over and above the Contract price and no performance by the Contractor will be excused on account of any difference between the information relating to soil conditions provided by these , documents and the conditions disclosed at the site of the work during the progress of the Contract. U.S. GOVERNMENT REQUIREMENTS , This Contract is federally assisted. The Contractor must comply with the Davis-Bacon Act, the Anti-Kickback Act, and the Contract Work Hours and Safety Standards Act, Title VI of the Civil Rights Act of 1964 and Executive Order 11246. NONDISCRIMINATION IN EMPLOYMENT , Contracts for work under this Proposal will obligate the Contractor and sub- contractors not to discriminate in employment practices. , Bidders for the General Contract must submit with their initial bid a signed statement as to whether they have previously performed work subject to the , President's Executive Order No. 11246, or any preceding similar Executive �e Order. Bidders must, if requested, submit a list of all subcontractors who will , perform work on the project and written signed statements from authorized agents of the labor pools with which they will or may deal for employees on the work, together with supporting information to the effect that said labor , pools' practices and policies are in conformity with Executive Order No. 11246, and that said labor pools will affirmatively cooperate in. or offer no hindrance to, the recruitment, employment, and equal treatment of , employees seeking employment and performing work under the Contract, or a certification as to what efforts have been made to secure such state- ments when such agents or labor pools have failed or refused to furnish same prior to the award of the Contract. Successful bidders must be prepared to comply in all respects with the Con- tract Provisions regarding nondiscrimination, which are contained on Page 3 of the U.S. Environmental Protection Agency Labor Standards form entitled: "Labor Standards Provisions for Federally Assisted Construction Contracts," a copy of which is included in the Appendix of these documents. SUPPLEMENTAL PROGRAM , The Contractor shall comply with all of the requirements of the Anti-Discri- mination and Affirmative Action Program including the certifications attached thereto. A copy of these requirements and the certification forms are in- cluded in the Appendix to these documents. , MATERIALS TO BE FURNISHED All materials and equipment required under this Contract shall be furnished , by the Contractor. 0010 I-6 , r r Y `t _ t� •F I. { F f 117 � C J LV i 1 � 2 t t A t a i a i ➢ v t i i a �rJ� _���4 a��;� J n 3 q t J � t t z - `�� 00183 r; r ,I ♦ '+ y� �iti�yl � t � � S�:` r ����� 5 � •�:;�c� °fir ._Y n'�a i PROPOSAL '1'O CONTRA COSTA COUNTY SANITATION DISTRICT NO. I5 CONTRA COSTA COUNTY, CALIFORNIA FOR COLLECTION SYSTEM AND WASTEWATER TREATMENT FACILITIES The undersigned declares that the only persons or parties interested in this Proposal are as stated; that the Proposal is made without any collusion with other persons, firms, or corporations; that he has carefully examined the Informations for Bidders, Contract. Specifications, Contract Drawings. all as prepared by CDM Inc. , Consulting Engineers, 710 South Broadway, Walnut Creek, California 94596; that he has informed himself fully in regard to all conditions pertaining to the work and the place where It Is to he :lune, and from them the undersigned makes this Proposal. These prices shall cover all expenses incurred in performing the work required under the Contract Documents, of which this Proposal is it part. If written notice of the acceptance of this bid is mailed, telegraphed, or delivered to the undersigned within forty-five (45) days after opening this Proposal, the undersigned will within ten days after the date of such noti- fication, execute and deliver a Contract in the form attached hereto together with the prescribed Guaranty Bonds furnished by a company satisfactory to the Owner. The undersigned further agrees that the bid security accom- panying this Proposal shall become the property of the Owner, if the Bidder fails to execute the Contract as stated above. The undersigned hereby agrees to commence work under this Contract within ten days of the execution of the Contract and to fully complete the project within the time limit stated herein and further agrees that, from the com- pensation otherwise to be paid, the Owner may retain a sum of two hundred fifty dollars ($250.00) for each day thereafter that the work remains un- completed, which sum is agreed upon as the proper measure of liquidated damages which the Owner will sustain per diem by the failure of the %twler- signed to complete the work at the time stipulated, and this sum is not to be construed as in any sense a penalty. The undersigned acknowledges receipt of addenda numbered: i In accordance with the above understanding, the undersigned propose:: to do all of the work, furnish all of the materials, and complete the work in its entirety in the manner and under the conditions required at the prices listed <F on the following Bid Sheets. (U • P-1 001 I ,7 a PREFACE TO BID SCHEDULES The contractors may bid on Unit 1 and/or on Unit 2, l-lowc.vur, the biclder• , of Unit 1 must bid on all schedules including Schedule A, Schedule 11 and Schedule C, otherwisehis bid may be disqualified for Unit I . , The low bidder for Unit 1 shall be selected based on any combination of schedules that the Owner elects. The contractor shall have no recourse whatsoever, the Owner shall be the sole Judge of the schedule selection, Supplementary drawing will be supplied to the contractor for any changes that may be needed to the as-bid plans. , � t J Z t /' :a t i t N t} 1 4 F a e; i J 5 P OU18a i BIDDING SCHEDULE UNIT 1; COLLECTION SYSTEM SCHEDULE A Description of Work Lump Sum I. Furnish and install 613 LF 10-inch gravity sewer pipe, 0 to 6 ft. depth, complete In place at $ per linear foot, for a total price of r . . . . 0 . . . .. , 0 0 0 0 .. . .. .. . .. . . . . . . . $- 2. Furnish and install 305 LF 10-inch gravity sewer pipe, 6 to 8 ft. depth, complete In place at $ per linear foot, for a total price of . ... . .. . . . . . . . .. .0 ... .. . .. ..0..0 4 $ 3. Furnish and install 270 LF 10-inch gravity sewer pipe, 8 to 10 ft, depth, complete in place at $ per linear foot, for a total price of .. ... ..... . 0.. . . . 0 0 .. .. 0 .. . .. .. . . $ 4. Furnish and install 498 LF 10-inch gravity sewer pipe, 10 to 12 ft. depth, complete in place at $ per linear foot, for a total price of ........ .. . .. ... .. ... . . . . . . 0 0 0 . . . $ 5. Furnish and install 150 LF 10-Inch gravity sewer pipe, 12 to 14 ft. depth, complete in place at $ per linear foot, for a total price of • .... ....0. ....... 0....... ...0 . .. $ 6. Furnish and install 14,470 LF 8-inch gravity sewer pipe, 0 to 6 it. depth, complete in place at $ each for a total price of . . . $ 7. Furnish and install 19,171 LF 8-inch gravity sewer pipe, 6 to 8 ft. depth, complete in place at $ per linear foot, for a total price of • ...0.... . .. . .. . . . . .. . . . .♦ • . . .. . $ 8. Furnish and install 16,888 LF 8-inch gravity sewer pipe, 8 to 10 ft. depth, complete in place at $ per linear foot, for a total price c • . ......... .0. ... .. . a . . 0 ... .. . . $ 9. Furnish and bistall 15,328 LF 8-inch gravity sewer pipe, i ) to 12 ft, depth, complete in place at $ linear foot, for a total price of . ... . .... ... .. . ..... .. ...... .. . .. . $ 00 i # h P-3 } UNIT 1; COLLECTION SYSTEM (Continued) , Description of Work Lump Sum 10. Furnish and install 6,023 LF 8-inch gravity , sewer pipe, 12 to 14 ft, depth, complete in place at $ per linear foot, for a total price of 000 .. .. . ..0 0.. .. 0 . . 6 0 . . . 6 . . . . 0 . . . $ 11. Furnish and install 1 ,362 LF 8-inch gravity , sewer pipe, 14 to 16 ft. depth, complete in place at $ per linear foot, for a total price of .. . .. ..... . .. . ... . ... ... 6 . . .• .. 6 . $ 12. Furnish and install 65 LF 8-inch gravity , sewer pipe, 16 to 18 ft. depth, complete in place at $ per linear foot, for a total price of ....# 0. . 6 . 6 .. .. • 0 0 0 0 a .. . a. ..6 . 6• s $ 13. Construct 238, 4-ft. diameter precast concrete manholes at $ each, for a total price of . .. . . . * ..... .......00 . . . . . . . . . . 0000 $ 14. Construct 3 drop manhole connections, at , $ each, for a total price of .. ... . ... $ 15. Construct 5 flow meters in metering manholes, at $ each, for a total price of .. . .. . $ r 16. Furnish and install 1,168 lateral sewer connections, complete in place at $ each, for a total price of... .... . ..... . .. . .. . . 0 . . ..0 ..... 6. $ 17. Furnish and install 2,370 LF underground 8-inch , force main, from Main Pump Station to Interim Treatment Facilities, complete in place at $ per linear foot, for a total price of . . . $ 18. Furnish and install 8-inch force main across Bethel Island Road Bridge, complete in place for a lump sum price of ... 4 . . . . . . . ..... .. ... ... . $ 19. Furnish and install 2,815 LF 6-inch force main, complete in place at $ per linear foot, for a total price of .... ... . . . . . . .. . .. . .. 0000 $ 20. Furnish and install 20,345 LF 4-inch farce main, complete in place at $ perlinear foot, for a total price of .. . . . . . . ' . • • •0 , . . $ 21. Furnish, install, and remove, except where other- , wise directed, 100,000 square feet of sheeting and bracing on trenchwork over 5 feet deep at $ per square foot, for a total price of. $ P-4 01tt �t7,(� p�j S UNIT 1; COLLECTION SYSTEM (Continued) Description of Work Lump Sum 22. Furnish and install one (1) air release and vacuum valve at $ each . . . . . . . . . . . . . . . . . . . . $ 23. Provide audio-video tape of project site as specified, for the lump sum price of . . . . . . . . . . . . . . $ 29. Perform closed circuit television inspection of gravity sewers and provide video tapes as specified, for the lump sum price of . . . . . .. . . . . . . . $ 25. Furnish and install 10,000 square yards, temporary pavement, 1-inch thick, at $ per square yard, for a total price of •. . . . . . . . . . . . . . . . $ 26. Furnish and install 38,000 square yards, permanent asphalt concrete pavement, 0. 15-ft. thick, at $ per square yard, for a total price of .. .. .. ..0 . . . . .. .0.0. ... .s....t $ 27. Restore 500 square yards of driveways , 1-inch thick asphalt concrete pavement or equivalent of existing driveway, whichever is better. at $ per square yard, for a total price of . . . . . .. .. . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . $ 28. Provide 15 cubic yard concrete encasement as specified, at $ _ _ per cubic yard, for a total price of.. . . . .. . . . . . . . . .... . . ..... .. .. $ 29. Construct Pump Station W-4, with a rated capacity of 90 gpm, complete with all appurtenances, equip- ment and controls, including; plug valve and box, at a lump sum price of . . . . . . . . . . . ... 0 . . . . . .. ..• . $ 30. Construct Pump Station T-7, with a rated capacity of 90 gpm, complete with all appurtenances, equip- ment and controls, including plug valve and box, at a lump sum price of . . . . . . . . . . . . . . . . . . . .. . .. . . $ 31. Construct Punip Station S-8, with a rated capacity of 121 gpm, complete with all appurtenances, equip- ment and cont ols, including, plug valve and box, at a lump sum price (if . . . . .. . ... . . . . . . . . . .. . . .. . $ 32. Construct Punip Station HW-12, with a rated capacity of 99 gpm, complete with all appurtenances, equip- ment and controls, including plug valve and box, r at a lump sum price of . ». . . . . . . . .. . .» . . . .. .. . . $ t 001C7J Sp P-5 � t.:w i UNIT 1; COLLECTION SYSTEM (Continued) , Description of Work Lump Simi 33. Construct hump Station D-13, with a rated capacity , of 90 gpm, complete with all appurtenances, equip- ment and controls, including plug valve and box, , at a lump sum price of . . . . . . . . . . . . . . . . . . . . . . . . . . $_ 34. Construct Pump Station SM-15, with a rated capacity , of 90 gpm, complete with all appurtenances, equip- ment and controls, including plug valve and box, at a lump sum price of . . . . . . . . . . . . . . . . . .. ... . . . . $ 35. Construct Pump Station SM-16, with a rated capacity , of 90 gpm, complete with all appurtenances, equip- ment and controls, including plug valve and box, , at a lump sum price of . . . . .. .. . .. . . . . . . . . ... .. . . $ 36. Construct Pump Station G-2, with a rated capacity of 164 gpm, complete with all appurtenances, equip- , ment and controls, including plug valve and box, at a lump sum price of . . . . .. . . . . . . . . . . . . . . .. . .. . $ 37. Construct Pump Station GW-3, with a rated capacity , of 159 gpm, complete with all appurtenances, equip- ment and controls, including plug valve and box, , at a lump sum price of . . . . . . . . . . . . . . . . . . . . . . . . . . $ 38. Construct Pump Station T-5, with a rated capacity of 137 gpm, complete with all appurtenances, equip- , ment and controls, including plug valve and box, at a lump sum price of . . . . . . . . . . . . .. . . . . . . .. .. . . $ 39. Construct Pump Station T-6, with a rated capacity , of 113 gpm, complete with all appurtenances, equip- ment and controls, including plug valve and box, at a lump sum price of . . . . . . . .. . . . . . . . . . . . . . . . . . $ , 40. Construct Pump Station S-9, with a rated capacity of 90 gpm, complete with all appurtenances, equip- , ment and controls, including plug valve and box, at a lump sum price of . . . . . . . . . .. . . . . . . . . . . . . . . . $ 41. Construct Pump Station P-10, with a rated capacity , of 112 gpm, complete with all appurtenances , equip- ment and controls, including plug valve and box, at a lump sum price of . .. . .. . . . .. . . . . . . . . . . . . . . . $ , 42. Construct Pump Station W-11 , with a rated capacity of 107 gpm, complete with all appurtenances , equip- , ment and controls, including plug valve and box, at a lump sum price of . . . . . . . .. . .. . . . . .. . . . . $ n tit t P_6 00189 UNIT 1; COLLECTION SYSTEM (Continued) Description of Work Lump Sum 43. Construct Main Pump Station, with a rated capacity of 644 gpm, complete with all appurtviiances, equip- ment and controls, including plug valve and box, at a lump sum price of . . . ........ .. . . . . . . . . . . . . . $ 44. Construct Pump Station G-1 , with a rated capacity of 283 gpm, complete with all appurtenances, equip- ment and controls, including plug valve and box, at a lump sum price of . .. ... ... . . ... .. . . . ... ... . $w r45. Construct Pump Station WEB-14, with a rated capacity of 319 gpm, complete with all appurtenances, equip- ment and controls, including plug valve and box, at a lump sum price of . .. . .. . . . ............. ... . $ 46. install radio alarm system as specified, for a lump sum price of ............ ... ... .. . .6 . .. . . . . $ 47. Miscellaneous work and cleanup, at a lump sum price of ...... . • . . .. . . . . . . ....... .. . .. ... .. . . . . $ 48. Extra Work Contingency Allowance . .. ........ .. .. $ 50,000 TOTAL BID, UNIT 1 - Schedule A (Items i to 48) in figures . . . . .. . . . . $ TOTAL BID, UNIT I - Schedule A in words; SCHEDULE B I. The additional cost of furnishing and installing 150 LF 15-inch diameter sewer pipe in place of 10-inch on Bethel Island Road between Main Pump Station and Manhole B-Z, at $ per linear foot, for a total price of .. . . . . . . . . . . . . . $ 2. The additional cost of furnishing and installing 2,500 LF 12-inch diameter sewer pipe in place of 8-Inch on line 2-C,, at $ per linear foot for a total price of . . . . . . . . .. . .. ....... $ 3. The additional cost of furnishing; and installing 1,695 LF of 12-inch diameter sewer pipe in place of 10-inch on line 2-13, at $ per linear fout, for a total price of .. . . . . . . . . . . .. . $ FI-7 00190 S f F SCHEDULE B (Continued) 4. The additional cost of furnishing and installing , 3,080 LF of 10-inch diameter sewer pipe in place of 8-inch on line 2-P, at $ per linear foot, for a total price of . ....0...... . $ , 5. The additional cost of furnishing and installing 2,370 LF of 10-inch force main in place of 8-inch from Main Pump Station to Interim , Treatment Facilities, at $ per linear foot, for a total price of ... ... .. ....... $ 6. The additional cost of furnishing and installing 10-inch force main in place of 8-inch across Bethel Island Road Bridge, at $ , per linear foot, for a total price of . •. ..• 0000. ...• $ 7. The additional cost of furnishing and installing 2,730 LF of 8-inch force main in place of 6-inch, at , $ per linear foot, for a total price of . . $ 8. The additional cost of furnishing and installing 12,405 LF of 6-inch force main in place of 4-inch, at $ per linear foot, for a total price of .. $ 9. The additional cost of constructing Pump Station T-7, , with a rated capacity of 230 gpm instead of 90 gpm, at a lump sum price of . . . ....... ....... .0 ... .• . . $ , 10. The additional cost of constructing Pump Station S-8, with a rated capacity of 215 gpm instead of 12.1 gpm, at a lump sum price of . 0 .. . . ... 0. . .. ... .. ... .. .. $ , 11. The additional cost of constructing Pump Station HW-12, with a rated capacity of 175 gpm instead of 99 gpm, at a lump sum price of ....0..0 0 ... 0. . $ , 12. The additional cost of constructing Pump Station D-13, with a rated capacity of 185 gpm instead of 90 gpm, at a lump sum price of . ... .. ... ..... . $ 13. The additional cost of constructing Pump Station , G-2, with a rated capacity of 200 gpm instead of 164 gpm, at a lump sum price of 0.. .. . .. ... . . . $ 14. The additional cast of constructing Pump Station , GW-3, with a rated capacity of 175 gpm instead of 159 gpm, at a lump sum price of .............. $ 15. The additional cast of constructing Pump Station , T-5, with a rated capacity of 310 gpm instead of 137 gpm, at a lump sum price of ... .. . . . . ... . . $ , nn 00191 P-8 16. The additional cost of constructing Pump Station T-6 with a rated capacity of 217 gpm instead of 113 gpm, at a lump sum price of . . ... .. ... ...... . $ 17. The additional cost of constructing Pump Station S-9 with a rated capacity of 210 gpm instead of 90 gpm, at a lump sum pricey of . .. . .. . . . . . . 0 . .. . 0 $ 18. The additional cost of constructing Pump Station P-10 with a rated capacity of 260 gpm instead of 112 gpm, at a lump sum price of . . . . . .. . ..... ... . $ 19. The additional cost of constructing Pump Station W-11 with a rated capacity of 230 gpm instead of 107 gpm, at a lump sum price of .. . .. ... .. . . . . . . . $ 20. The additional cost of constructing the Main Pump Station with a rated capacity of 990 gpm instead of 644 gpm, at a lump sum price of . . . . . ... ... .. .... $ 21. The additional cost of constructing Pump Station G-1 with a rated capacity of 430 gpm Instead of 283 gpm, at a lump sum price of . .... •.. s. .., . . . • $ 22. The additional cost of constructing Pump Station WEB-14 with a rated capacity of 500 gpm instead of 319 Spm, at a lump sum price of , . . .. a .. . ,. .. . $ TOTAL BID, UNIT 1 - Schedule B (Items I to 22), in figures ... .,. .. . .. $ TOTAL BID, UNIT 1 - Schedule B, in words; SCHEDULE C 1. 500 cubic yards bank run gravel as specified herein, furnished and placed, at a unit price of $ per cubic yard. for a total price of . .. .. . .. .. . ... . $ 2. 200 cubic yards screened gravel as specified herein, furnished and placed, at a %snit price of $ per cubic yard, for a total pricer. of . ... .... ... . . . . $ 3. 500 vertical linear feet test pits, six (6) inches in diameter, (Suction 1B, page 3) constructed at a unit cost of $ per �•erticai linear foot, for a total price of . .. . . . . . . . . ... ... . . . $ .; 00192 h•9 t, 4. Furnishing and installing 4-inch diameter sc-wer pipe. , on house laterals for individual property uwnt-rs, at $ per linear foot, for a total price of . . . $ , TOTALlilll,(1Nl?' 1 - Schedule C, (Items 1 to 4), in figures . . . . .. . . . . $ TOTAL IIID, UNIT 1 - Schedule C, in words: t F" r. 1 S r.l iti � F t} 4()193 r 3 { UNIT 2: WASTEWATER TREATMENT FACILITIES Description of Work Lump Sum 1. Earthwork and riprap, complete in place at a lump sum price of to ... . ... . ... ..... I .... ... . .. . $ Z. 14-inch influent pipe, 125 LF with supports, slabs and appurtenances, at $ per linear foot, for a total price of . . . . . . . . .. . . .. . $ 3. Furnish and install 425 LF 16-inch transfer pipe, complete in place at $ per linear foot, for a total price of . .. ... . . . .. .. . . $ 4. Furnish and install 485 LF plant effluent 4-inch force main, complete in place, at $ per linear foot, for a total price of . .. . . • . .. . . . . . ... •• . ..... .....•r• ..... . $ 5. Transfer box, weir slide gate and associated piping, complete in place, for a lump sum price of ... ... .. . . ......... .•. ... ... •... . . . r .. . $ 6. Baffles. complete in place, at a lump sum price of . . . . .. . • . . . . . . . . . • . r .. ... . . ... .•. .. . •. . $ 7. Furnish and install mechanical aerator and appurtenances, complete in place, for a lump sum price of . . .. ...... .. .. . ..... . . . . . . . • . . . . . . • $ 8. Construct effluent pump station, complete with all appurtenances, equipment and controls, including gravity influent line, for a lump sum price of .. .. . . • • •• . . • .. . . . . . • . . . . . • . • .• •. • . $ 9. Furnish and install chlorination system and appurtenances, complete in place, for a lump sum price of ... .. ... .. ..... . s.. . ...... ... . $ 10. Furnish and install two (2) flow samplers and appurtenances, Including concrete slab, complete in place, at $ each, for a total price of .s . ' . • • . . .++... . .+ • . • + . . + . • • $ 11. influent structure with flow measuring equip- ment installed, complete in place, at a lump sum price of . • . . . . . + • . . • . .. . e ... .. ++• .r + + 12. Furnish and isistall all electrical work required to supply powi+r to all equipment on site, complete in place-, fur a lump sum price of $ f P-11 00194 11iVl'I L: WAS'1EWA'1 Elt ,rREA,rm1!,NT FACILITIES (Continued) , Description of Work Lump Sum , 13. Miscellaneous work and cleanup, at a lump sum price of . ... . . . . 6.. . . . $ , 14. Extra Work Contingency Allowance . . . . . . .. . .. . . . . $ 5,000 TOTAL DID, UNIT 2 (Items 1 to 14) in tigures . . . . .. . . . . $ TOTAL BID, UNIT 2 in words: , 1{ F 4Fa 4 i z p FN r 4 fi td� 3 , tfiY 1 M R T- T °.`.t� e �'a M s s - K s s gra W n rf ft 1f"13� 3 h,t i �d $t JT I1 4 f T 'Z Y, i s , oo�s� faNWr' t- t tt+ t >< '1' `` �'i 4-�,�.'k..�ys, �,�,u;•sh.'vk r;° �,'."s'`�<'�iTvt ti.., t�k:,�` The undersigned declares he understands that the quantities shown are approximate only and are subject to either increase or decrease and that should the quantities of any of the items of work be increased the under- signed proposes to do the additional work at the unit prices act forth herein, and should the quantities be decreased, he also understands that payment will be made on actual quantities installed at the unit bid price and the undersigned will make no claims for anticipated profits for any decrease in quantities. Actual quantities will be determined upon com- pletion of the job. The undersigned also agrees that extra work, if any, performed in accor- dance with Article 15 of the General Conditions, is to be paid for in accordance with the provisions of that article. The undersigned has ( ) has not ( ) previously performed work subject to the President's Executive Order No. 11246, which relates to nondis- crimination. The undersigned agrees to complete the work of this Contract in 550 working days, following the date the Contract is executed. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any information in the bidding. Amounts are to be shown in both words and figures. In case of discrepancy the amount shown in words will govern. The above prices shall include all labor, materials, dewatering, shoring, removal, overhead, profit, insurance, etc. to cover the finished work of the several kinds called for. The names and residences of all persons and parties interested in the fore- going bid as principals are as follows; (Give first and last names in full. In the case of a corporation, give name of president, treasurer and manager, and in the case of a partnership, give names and adresses of members.) 74 M ..tc,�%t ^.3. i i The undersigned hereby certifies that ht! is able Lu furnish labor that can work in harmony with all other elements-of labor employed or to I)e employed on the work. Notice of acceptance should be mailed, telegraphed, or delivered Lu the undersigned Bidder at the following addriesss Name of Bidder i By � , Tit e i s Address dd ess C .. ity and State tate " Note: If the Bidder Ina corporation, indicate stale of incorporation under signature, and affix corporate seal; if a partnership, give.full , names and residential addresses,. If different from bus iness.address .. '. . If the Bidder to whom the Contract I.a awarded is a corporation, an affidavit giving the principal the' right.to sign the Contract must - , accom- pany the executed Contract. . : i ' t , J:. : a �.•t ea i ...': < ....:.. _+. a .: .... .tf.,.i;..n r'.•:......:..:'��,'. .l: - �. (1.19 1 't 1. yy ` t! 4, �. x d. i { h .. ..:. ix :.i. M.- l! Qy f 5 ate. ... .. b`1. . .'' �^ ) _••T. t;. .��•�. '.F 4. .y AFFIRMATIVE ACTION CERTIFICATION Bidders' Certification. A bidder will not be eligible for award of a contract under this Invitation for Bids unless such bidder has submitted as apart of its bid the following certification, which will he deemed a part of the resulting contract: R BIDDERS' CERTIFICATION certifies that: (Bidder) 1. It intends to employ the following listed construction trades in its work under the Contract and 2. (a) As to those trades set forth in the preceding paragraph one hereof for which it is eligible under Part 1 of these Bid Conditions for participation in the Contra Costa Plan, it will comply with the Contra Costa Plan on this and all future construction work in Contra Costa County within the scope of coverage of that Plan, those trades being: and/7r— (b) nd or(b) As to those trades for which it is required by these Bid Conditions to comply with Part 11 of these Bid Conditions, it adopts the minimum minority manpower utilization goalt- and the specific affirmative action steps contained in said Part 11 on this and all future construction work in Contra Costa County, subject to these Bid Conditions, those trades being: and 3. It will obtain from each of its subcontractors and submit to the contract- ing or administering agency prior to the award of any subcontract under this Contract the subcontractor certification required by these Bid Conditions. (Signature of authorized representative of Bidder) AYa (�VV/� i � � � P'1'5 193 pts t r..} �s S�` A acb r.,s r .,.. ,�-.,...•qt hliRr,"X..a..wi� AFFIRMATIVE ACTION CERTIFICATION (Continued) Subcontractors' Certification. Prior to the award of any subcontract under this Invitation for Bids, regardless of tier, the prospective subcontractor must execute and submit to the Prime Contractor the following certification, which will be deemed a part of the resulting subcontract: SUBCONTRACTORS' CERTIFICATION , certifies that: (Subcontractor) 1. It intends to employ the following listed construction trades in its work under the subcontract 4 2. (a) As to those trades set forth in the preceding paragraph one hereof for which it is eligible under Part i of these Bid Conditions for participation in the Contra Costa Plan, it will comply with the Contra Costa Plan on this and all future construction work in Contra Costa County, subject to these Bid Conditions, those trades being: _' andor (b) As to those trades for which it is required by these Bid Conditions to comply with Part 11 of these Bid C..nditions, it adopts the minimum minority manpower utilization goals wid the specific affirmative action steps contained in said Part 11 on th:r and all future construction work in Contra Costa County. subject to these Bid Conditions, those trades being; ; and 3. It will obtain from each of its subcontractors prior to the award of any , subcontract under this subcontract the subcontractor certification required by these laid Conditions. (Signature of authorized representative of Bidder) , P-16.. 00199 � i i rl y, r r r r � a - i v- st � t�� ��y 9t 3 fir" v?A to - T a 3 * ��t7 w r k r� r i5 r 4Z s a, k k � t zt { *#req! ;� (�r`tf� i + 1 4J`k Y v J? t,d�C,Sy ks J ( Gk F { ���i x h. u 3 h• a � a st �r t .f t s 1 `� rggai je - F r'�,�`",, � k 1 11 Oat ye�r'1'j a t �[2 1,r ,1 e`-�i�3r�-•e IN _ r ✓ �.r f - r 1` .f-i ¢y,'�a �.L- J;��si�rc ti.� 1- - -_ S: r ^ l r 4 yt, ?r C :E• t t l l - 1 { t la n t t �{a .r yr'i5 7 wD t r �r CONTRACT CONTRA COSTA COUNTY SANITATION DISTRICT NO. I5 CONTRA COSTA COUNTY, CALIFORNIA CONSTRUCTION OF COLLECTION SYSTEM AND WASTEWATER TREATMENT FACILITIES THIS AGREEMENT, made and entered into this day of, in the Year One Thousand Nine Hundred and Seventy-Seven, by and between Contra Costa County Sanitation District No. 15, Contra Costa County, California, a body politic, as party of the first part, hereinafter called "Owner" and as party of the second part, with legal address and principal place of busi- ness at hereinafter called "Contractor . WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the Owner, the Con- tractor hereby agrees with the Owner to commence and complete the Construction of the Collection System and Wastewater Treatment Facilities hereinafter called the project, for the consideration set forth in the Proposal and all extra work in connection therewith, under the terms as stated in the General, and Supplemental General Conditions of the Contract; and at his own proper cost and expense to furnish all the materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the said project in accordance with the conditions and prices stated in the Proposal, the General Conditions, the Supplemental General Conditions, and the required EPA Provisions of the Contract, the Plans, which include all maps, plans, prints, and other drawings and printed or written explanatory matter thereof, the Specifications and Contract Documents therefor as prepared by CDM, Inc. , Environmental Engineers, herein entitled the Engineer, and as enumerated in Article I of the Supplemental General Conditions, all of which are made a part hereof and collectively evidence and constitute the Contract. The Contractor hereby agrees to commence work under this Contract on or before the time specified in the Proposal and to fully complete the project within the time stated therein - 550 working days. The Contractor further agrees to pay, as liquidated damages, the sum of Two Hundred and Fifty Dollars ($250.00) for each consecutive calendar day of delay in completing the Contract as hereinafter provided in the General Conditions. The Owner agrees to pay the Contractor for the performance of the Contract, subject to additions and deductions, as provided in the General Conditions of the Contract, and to make payments on account thereof as provided in Article 22, "Payments to Contractor", of the General Conditions. :f 00201 C-1 - (�E!; :. vac»yr'a"�.i'�'•�" : 1 +§. l�'i'"�''� ,a OWNER'S RIGHT TO TERMINATION OF CONTRACT , The Contra Costa County Sanitation District No. 15 has entered into an , agreement with the State Water Resources Control Board which provides the certain amounts of federal and state grants in aid for the construction of the facilities to be built by Contractor under the terms of this Contract. A condition of the agreement between the District and the State grants the , State the right to terminate that agreement if funds are not available. In the event that the State elects to exercise that provision and reduces the grant funds committed to the District, the District may then at its sole , option terminate this agreement with the Contractor. In the event this agreement is so terminated, the Contractor shall be paid for all work completed, and materials purchased to the date of termination which are , unique to this project and delivered to job site and an additional amount for demobilizing the project. This latter amount to be negotiated with the District at the time of termination notice, or in.the event a cost is not agreed upon, then in accordance with Article 15 of the General Conditions. , The Contractor shall not be entitled to a claim for lost profits or other business foregone. IN WITNESS WHEREOF, This Contract being executed in triplicate and the parties to this agreement having caused their names to be signed by authority of their duly authorized office, this day of 1977 A.D. Party of the First Part, THE CONTRA COSTA COUNTY SANITATION DISTRICT NO. 15, CONTRA COSTA COUNTY, CALIFORNIA , Owner By; , Chairman, Governing Board, CCCSD No. .15, Contra Costa County , , Attest; District Clerk, CCCSD.No. 15 Party of the Second Part, Contractor By; Title• , Attest: a Ca 00202 1 j .:„° � ➢�����t�•t+ c r'".#��,,��5�..:�g��c�,.3,+t �,'°FA r�' �i=� ��in}c .��.z•";r'e'�;�2'�.�F,�N�i �'�� 5 r� .�2�y. k�' �j t... ;. {� The foregoing Contract is hereby approved as to form this 1977. day of By* CCCSD No. 15 District Attorney, iont an Note: If the bidder p the right whom the contract ht to sign the Contract must accompany affadavit giving the principal t 6 the executed Contract. ( 3 t 4 F r T� < J ^ E 4 2 i t14, ks f �r�,44,a',A,�%2g,'- ��i'��,3 7e1`1'' eL �-+' q, i �s�"3.a' �,azfi '.c PERFORMANCE BOND (100% of the Contract Price) KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, The Contra Costa County Sanitation District No. 15, Contra Costa County, California, by Resolution No. passed 1977, has awarded to hereinafter designated as the Principa , a contract for construction of the Collection System, and Wastewater Treat- ment Facilities as detailed in the accompanying Drawings and Specifications, and, WHEREAS, said Principal is required under the terms of said Contract to furnish a bond for the faithful performance of said Contract, NOW, THEREFORE, we the Principal, and as Surety, are held firmly bound unto the Contra Costa County Sanitation District No. 15, Contra Costa County, California, hereinafter called the Obligee in the penal sum of Dollars ($ ), lawful money of the United States, for the payment of which sum well and truly 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 bounded Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and 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 Obligee, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise, it shall be and remain in full force and virtue. And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the Contract or to the work to be performed thereunder or the Specifications 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 r Specifications. i f i �• B 1 s t, iv'^s, IN WITNESS WHEREOF two (2) identical counterparts of this instrument, i each of which shall for all purposes be deemed an original thereof, have been duly executed by the Principal and Surety names , on the day of 1977, , Principal , By: , Surety By: • f lr ,� rl vi;t L,C.�� t1 '� � ' G#�, 7i �" � •rT. y p ,i _ f� ., - r_, i.2�T. G �•'Yir 5 t �.�ti�! -� i 4..;���`]Tl��l.`'1 r;7 �. Cd 'a f, r •�! ,ijlft Y ckoi :Yi'� �� :��- ti� - a ,-5�� i B ? 002(15 \' I` 1 i j LABOR AND MATERIALS BOND (1 0016 of the Contract Price) KNOW ALL MEN BY THESE PRESENTS: That we as Principal, and as Surety, are held and firmly bound unto the Contra Costa County Sanitation District No. 15, Contra Costa County, California, (hereinafter called the "Obligee") in the penal sum of Dollars ($ �� lawful money of the United States, for the payment of whic sum well and truly to be made, we bind ourselves, our heirs, personal representatives, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, said Principal has entered into a certain contract with said Obligee, dated , 1977, (hereinafter called the "Contract") for which contract shall be deemed a part hereof as fully as if set out herein, NOW THEREFORE, the condition of this obligation is such that, if said Principal and all subcontractors to whom any portion of the work provided for in said Contract is sublet and all assignees of said Principal and of such subcontractors shall promptly make payment to all labor performed and services rendered and materials furnished in the prosecution of the work provided for in said Contract, or in any amendment or extension of or addition to said Contract, then the above obligation shall be void; otherwise, to remain in full force and effect. PROVIDED HOWEVER, that this bond is subject to the following conditions and limitations: a. All persons who have performed labor or rendered services or furnished materials as aforesaid shall have a direct right of action against the Principal and Surety on this Bond, which right of action shall be asserted in proceedings instituted in the State in which labor was performed or ser- vices rendered or materials furnished (or where labor has been performed or services rendered or materials furnished under said Contract in more than one State, then in any such State). Insofar as permitted by the laws of such State, such right of action shall be asserted in a proceeding instituted in the name of the Obligee to the use and benefit of the person having a claim hereunder shall have the right to be made a part to such proceedings (but not later than six months and ninety days after the complete performance of said contract and final settlement thereof) and to have such claim adjucated in said action and judgement rendered thereon. K b. The Surety shall not be liable hereunder for any damages or com- pensation recoverable undex any workmen's compensation or employer's # , liability statute. { B-3 00406 c. In no event shall the Surety be liable for a greater sum than the , penalty of this bond, or subject to any suit, action, or proceeding thereon that is instituted later than nine months after the complete performance of said Contract and final settlement thereof, and the alteration or addition to the terms of the Contract, or to the work to be performed thereunder or the Specifications accompanying the same shall in any wise affect its obli- gations of 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 the work or to the Specifications. SIGNED, SEALED, AND DELIVERED IN IDENTICAL COUNTERPARTS This day of 1977. Principal By; , Surety By: , a iy. " a ?t e t r s �.�� 07e 8 t l► : � c �"'`l'S'R.,+c4.k�$e''ta`'�y�'�S �'xtr.p ys '„ti° 'fit� t.(�. 'ssttt�'�i,�3�•xPc Yr+ � � � n} � "x{, rl i i e f' fi 7 i d� ��'fi3� n5' r a h;, ,Sa d �s{SK} i;i t s s .�s ��r��e��' �� t<� ,+��.c>• xaer � �7 t� !�' '� n-=' ratc�r 'F``2oe} `' ,:O '+1t{ x " Yx7��'{x *a i t g2�a+;ys a k to 2 �d, 3 Edi �r�+.'s ts� +1 Ss'$u;47.`"'$,#"F``7 13 � �»r`i t.'kt`�`•Z nt r 'i�tas�3 „� p` # g,*'a � St}'* 4 �15�}.�.yy t"4 � ldx y`��b $"Qi+ 5 ^'T }Ha,re, ,�'•,k-r �*a � V 3 ��`d`3�. .€ r�� �v* � tsM,'Yy b a '' 'zr. n,*xg. zsi t ..# t�s4 d .'Y f`�-` ttti t 1-3- s` Hgi-^urze y a 1 x3.1 i- p zr e :ism.: > - fit? i'�p 4 `z"hj C5 t k s��?•�" i'i w42�x' �f° F�.a tit { i 4 a��r`� 'yrs i)�'.,�'�,>°s. �x �t ��.�4 yas„li --� r o- rk€r iZ �ujxu " k � s d '+hr's Y a,,,E`ap.t., 3 �. � Y'Y,�S 4YT �, z? * y'�`tri` '� r4 x )t1 r# ' r�3 � i 3 xy-•z, ! wrd r c s t.r r ka. J t" 'F r �xaitr{ '����-� � la-� S� �: #s�5�si "r S;�t,' S•"iF t'*#i��°x� sti i i s z b ✓ t E.asr�,j ?�; „^L fL.st*S. } r# FSy" "'S�ee^ C' t1�4 ar `' t�,cs td 'ysix3a i 4 � ,,� C-� ? h t r�.c d 4 ri f'4' t "tt'` uT t+u" fi i r v L k 1 GENERAL CONDITIONS' I. Contract and Contract Documents 2. Definitions 3. Shop and Working Drawings 4. Samples 5. Materials, Services, and Facilities 6. Contractor's Title to Materials 7. Inspection and Testing 8. Manufacturers Specified 9. Surveys, Permits, and Regulations 10. Contractor's Obligations 11. Weather Conditions 12, Protection of Work and Property - Emergency 13. Reports, Records, and Data 14. Superintendence by Contractor 15. Extra Work 16. Time for Completion 17. Defective Work 18. Unexpected Underground Structures 19. Claims for Extra Costa 20. Rights of Owner to Terminate Contract 21. Construction Schedule 22. Payments to Contractor 23. Certificate of Completion 24. Final Payment 25. Final Payment to Terminate Liability of Owner 26. Money to be Retained 27. General Guaranty 28. Money for Repairs 29. Insurance 30. Contract Security 31. Not to Sublet or Assign 32. Responsibility for Work 33. Engineer's Authority 34. Care and Protection of Property . 35. Quantities of Estimate 36. Rights-of-Way 37, No Damages for Certain Delays 38. Required Provisions Deemed Inserted 39. Protection of Lives and Health 40. Wage Rates 41. Employment of Labor 42. Laws and Regulations 43. Sanitary Precautions 44. Extension of Time: No Waiver x 45. Waiver 46, Legal Address of Contractor 4 s GC 1 t $ t GENERAL CONDITIONS 1. CONTRACT AND CONTRACT DOCUMENTS , The Plans, Information for Bidders, Proposal, Specifications, and Addenda, hereinafter enumerated in Article i of the Supplemental General Conditions, shall form part of this Contract and the pruvisions thereof shall be as binding upon the parties hereto as If they were herein fully set forth. The Table of Contents, titles, and headings contained herein and in said documents are , solely to facilitate reference to various provisions of the Contract Documents and in no way affect, limit, or cast light on the interpretation of the provi- sions to which they refer. 2. DEFINITIONS The word "Owner" shall mean the authority named in the Supplemental Gen- eral Conditions, either acting directly or through properly authorized agents, such agents acting within the scope of the particular duties entrusted to them and for whom the work herein described is to be done. The word "Engineer" shall mean CDM Inc. , Environmental Engineers, acting either directly or through properly authorized persons, who have been specifically appointed to prepare Drawings and Specifications for, and have advisory supervision of, construction of the work herein described. The word "Contractor" shall mean the party entering into this Contract for , the performance of the work required, or the legal representative of said party. or the agency appointed to act for said party in the performance of the work. The word "subcontractor" shall mean a person, firm, or corporation supply- , ing labor and materials or only labor for work at the site of the project for, and under separate contract or agreement with, the Contractor. 3. SHOP AND WORKING DRAWINGS The Contractor shall furnish six (6) copies of manufacturers' shop drawings , for specific design data as required in the detailed Specifications, and tech- nical literature covering all equipment and fabricated materials which he proposes to furnish under this Contract in sufficient detail to indicate full , compliance with the Specifications. Shop drawings shall indicate the method of installing, the exact layout dimensions of the equipment or materials, Including the locations, sizes, and details of valves, pipe connections, etc. Equipment manufacturers' shop drawings shall represent this specific project , Installation. A general description of the equipment will not be acceptable. t :ter 4#.4. No equipment or materials shall be shipped until the manufacturer's shop , drawings and specifications or other identifying data, assuring compliance with these Specifications, are reviewed by the Engineer. 00210 A i. ''a'`•k,.i.sa.,..,iyi rhi.+..c._rtin x .r...pk tyi �' ,alk`�su�A,xf§.r�.5's�t.?+...e,... The Contractor shall check and verify all field measurements and shall be responsible for the prompt submission of all shop and working drawings so that there shall be no delay in the work. Regardless of corrections made in, or approval given to, such drawings by the Engineer, the Contractor will nevertheless be responsible for the accu- racy of such drawings and for their conformity to the Pians and Specifica- tions, unless he notifies the Engineer in writing of any deviations at the time he furnishes such drawings. Approval by the Owner of any deviation in material, workmanship, or equip- ment proposed subsequent to approval of the shop drawings or design data shall be requested in writing by the Contractor. All shop drawings submitted by subcontractors for approval shall be sent directly to the General Contractor for preliminary checking. The General Contractor shall be responsible for their submission at the proper time so as to prevent delays in delivery of materials. The General Contractor shall check all subcontractors' shop drawings re- garding measurements, size of members, materials, and details to satisfy himself that they conform to the intent of the Contract Drawings and Speci- fications. Drawings found to be inaccurate or otherwise in error shall be returned to the subcontractors for correction before submission thereof. All details on shop drawings submitted for review shall show clearly the re- lations of the various parts of the main members and lines of the structure, and where correct fabrication of the work depends upon field measurements, such measurements shall be made and noted on the drawings before being submitted for approval. 4. SAMPLES The Contractor shall furnish for approval all samples required by the de- tailed Specifications or as directed by the Engineer. The work shall be in accordance with approved samples. S. MATERIALS, SERVICE, AND FACILITIES It is understood that except as otherwise specifically stated in the Contract Documents, the Contractor shall provide and pay for all materials, labor, tools, equipment, water, light, power, transportation, superintendence, temporary-construction of every nature, and all other services and facilities of every nature whatsoever necessary to execute, complete, and deliver the work within the time stated in the Proposal. Any work necessary to be performed after regular working hours, on Sun- days, or Legal Holidays shall be performed without additional expense to the Owner. However, the Contractor shall obtain prior approval for off-hour work from the Engineer so that proper inspection can be provided. 6. CONTRACTOR'S TITLE TO MATERIALS 3 No materials or supplies for the work shall be purchased by the Contractor or by any subcontractor subject to any chattel mortgage or under a n nal GC-3 ,s sale contract or other agreement by which an interest is retained by the seller. The Contractor warrants that he has clear title to all materials and supplies used by him in the work, free from all liens, claims, or encum- brances. 7. INSPECTION AND TESTING All materials and workmanship shall be subject to inspection, examination, and testing by the Engineer or representatives of the Owner at any and all times during construction. The Contractor shall conduct such tests as are described in the detailed Specifications. Rejected material shall be removed from the site of the work. Work that is unsatisfactory, or fails to comply with the Specifications in the opinion of the Engineer, shall be corrected by , the Contractor at his own expense to the satisfaction of, and within the time limits set by the Engineer. Without limiting in any way the generality of the Owner's right to cancel under Article 20 of these General Conditions, any failure to correct work in the manner prescribed by the Engineer shall , be a violation of this Contract of sufficient magnitude to justify termination by the Owner under said Article 20. Without additional charge, the Contractor shall furnish promptly all reason- able facilities, labor, and materials necessary to make tests to determine the acceptability of materials or the quality of workmanship. 8. MANUFACTURERS SPECIFIED An item equal to that named or described in the Specifications of the Con- tract may be furnished by the Contractor, and the naming of any commercial name, trademark, or other identification shall not be construed to exclude any item or manufacturer not mentioned by name or as limiting competition, , but shall establish a standard of equality only. An item shall be considered equal to the item so named or described if (1) it is at least equal in quality, durability, appearance, strength, and design, (2) it will perform at least equally the specific function imposed by the general design for the work being contracted for or the material being purchased, and (3) it conforms substan- tially, even with deviations, to the detailed requirements for the item in the Specifications. The name and identification of all materials other than one specifically named shall be submitted to the Engineer in writing for approval, prior to purchase, use, or fabrication of such items. Subject to the provi- sions of any applicable laws, approval shall be at the sole discretion of the Engineer, shall be in writing to be"effective, and the decision of the Engineer shall be final. The Engineer may require tests of all materials so submitted to establish quality standards at the Contractor's expense. All directions, specifications, and recommendations by manufacturers for installation, , handling, storing, adjustment, and operation of their equipment shall be complied with; responsibility for proper performance shall continue to rest with the Contractor. For the use of material other than one specified, the Contractor shall assume the cost of, and responsibility for, satisfactorily accomplishing all changes (including engineering costs or redesign by the Engineer), in the work as , shown. If no manufacturer is named, the Contractor shall submit the pro- duct he intends to use for approval of the Engineer. GC-4 0o'%19 Except as otherwise provided for by the provisions of any applicable laws, the Contractor shall not have any right of appeal to the decision of the Engineer condemning any materials submitted if the Contractor fails to obtain the approval for substitution under this Article. Any additional cost incurred by an approved substitution shall be at the Contractor's expense. 9. SURVEYS, PERMITS AND REGULATIONS Unless otherwise expressly provided for in the Supplemental General Condi- tions, the Owner will furnish to the Contractor all surveys necessary for the execution of the work. The location of the work will be laid out by the Owner in advance of construction. The Contractor shall provide all labor and materials required for construction layouts including a man or men to assist the owner on all layout and measurement work. All lines and grades so established shall be carefully preserved and protected. The Contractor shall produce and pay for all permits, licenses, and appro- vals necessary for the execution of his Contract. The Contractor shall comply with all laws, ordinances, rules, orders, and regulations relating to the performance of the work, the protection of adja- cent property, and the maintenance of passageways, guard fences, or other protective facilities. 10. CONTRACTOR'S OBLIGATIONS The Contractor shall and will, In good workmanlike manner, do and perform all work and furnish and pay for all supplies and materials, machinery, equipment, facilities and means, except as herein otherwise expressly Speci- fied, necessary or proper to perform and complete all the work required by this Contract within the time stated in the Proposal in accordance with the Plans and Drawings covered by this Contract, and any and all supplemental Plans and Drawings, in accordance with the directions of the Engineer, as given from time to time during the progress of the work, whether or not he considers the directions In accordance with the terms of the Contract. He shall furnish, erect, maintain, and remove such construction plant and such temporary works as may be required. The Contractor shall observe, comply with, and be subject to all terms, conditions, requirements, and limitations of the Contract Documents, and shall do, carry on, and complete the entire work to the satisfaction of the Engineer and Owner. 11. WEATHER CONDITIONS In the event of temporary suspension of work, or during Inclement weather, or whenever the Engineer shall direct, the Contractor will, and will cause his subcontractors to protect carefully his and their work and materials against damage or injury from the weather. If, in the opinion of the Engineer, any work or materials shall have been damaged or injured by reason of failure on the part of the Contractor or any of his subcontractors to so protect his work, such materials shall be removed and replaced at the expense of the Contractor. GC-5 00213 12. PROTECTION OF WORK AND PROPERTY - EMERGENCY The Contractor shall at all times safely guard the Owner's property from injury or loss in connection with this Contract. He shall at all times safely guard and protect his own work, and that of adjacent property, from damage. The Contractor shall replace or make good any such damage, loss or injury unless such be caused directly by errors contained in the Contract, or by the Owner, or his duly authorized representatives. The Contractor shall take all necessary precautions for the safety of employ- ees on the work and shall comply with all applicable provisions of federal, state, and municipal safety laws and building codes to prevent accidents or Injury to persons on, about, or adjacent to the premises where the work is being performed. He shall erect and properly maintain at all times, as re- quired by the conditions and progress of the work, all necessary safeguards for the protection of workmen and the public and shall post danger signs warning against the hazards created by such features of construction as protruding nails, hoists, well holes, elevator hatchways, scaffolding, window openings, stairways, trenches and other excavations, and falling materials, and he shall designate a responsible member of his organization on the work, whose duty shall be the prevention of accidents. The name and position of any person so designated shall be reported to the Engineer by the Contractor. The person so designated shall be available by phone during nonworking hours. In case of emergency which threatens loss or injury of property and/or safety of life, the Contractor will be allowed to act, without previous in- , structions from the Engineer, in a diligent manner. He shall notify the Engineer immediately thereafter. Any claim for compensation by the Contractor due to such extra work shall be promptly submitted in writing to the Engineer for approval. Where the Contractor has not taken action but has notified the Engineer of an emergency threatening injury to persons or damage to the work or any adjoining property, he shall act as instructed or authorized by the Engineer. The amount of reimbursement claimed by the Contractor on account of any , emergency action shall be determined in the manner provided in Article 15 of the General Conditions. —� 13. REPORTS, RECORDS, AND DATA The Contractor shall submit to the Engineer such schedules of quantities and costs, progress schedules, payrolls, reports, estimates, records, and other data as may be requested concerning work performed or to be performed under this Contract. At least ten (10) days prior to preparation of the first estimate for payment, the Contractor shall provide a complete breakdown of the cost of lump sum Items in the Proposal in such a manner that the breakdown may be used as , a basis for estimating the value of work completed to the end of any month. The extent and basis of the breakdown shall meet the Engineer's approval. c GC 00214 14. SUPERINTENDENCE BY CONTRACTOR At the site of the work, the Contractor shall employ a construction super- intendent or foreman who shall have full authority to act for the Contractor. It is understood that such representative shall be acceptable to the Engineer and shall be one who can be continued in that capacity for the particular job involved unless he ceases to be on the Contractor's payroll. All directions given to such representative in the Contractor's absence shall be as binding as if given to the Contractor. 15. EXTRA WORK The Engineer and Owner may at any time by written order and without notice to the sureties require the performance of such extra work or changes in the work as may be found necessary or desirable. The amount of compen- sation to be paid to the Contractor for any extra work so ordered shall be made in accordance with whichever of the following plans the Engineer elects: (1) a price agreed upon between the parties and stipulated in the order for the extra work; (2) a price based on the unit prices of the contract; (3) a price determined by adding IS percent to the "reasonable cost" of the extra work performed, such "reasonable cost" to be determined by the Engineer in accordance with the following paragraph. In arriving at the "reasonable cost" for the purposes of (3) above, the Engi- neer shall Include the reasonable cost to the Contractor of all materials used, of all labor, common and skilled, of foremen, trucks, and the fair- market rental rate for all machinery and equipment for the period employed directly on the work. The reasonable cost for extra work shall include the cost to the Contractor of any additional insurance that may be required covering public liability for injury to persons and property, the cost of Workmen's Compensation Insurance, Federal Social Security, and any other costs based on payrolls, and required by law. The cost of extra work shall not include any cost or rental of small tools, buildings, or any portion of the time of the Contractor, his project supervisor or his superintendent, or any allowance for use of capital or the premium on the bonds assessed upon the amount of extra work, these items being considered covered by the 15 percent added to the reasonable cost. In the case of extra work which is done by subcontractors, whether these are under the specific contract items provided herein, or otherwise if so approved by the Engineer, the 15 percent added to the reasonable cost of the work will be allowed only to the subcontractor. On such work, an additional 5 percent of the reasonable cost (before addition of the 15 per- cent) will be paid to the Contractor for his work in directing the operations of the subcontractor and for any overhead involved. A subcontractor of a subcontractor will not be entitled to 150/6 mark up. 16. TIME FOR COMPLETION It is hereby understood and mutually agreed by and between the Contractor and the Owner that the date of beginning and the time for completion, as stated in the Specifications for the work to be done hereunder are ESSENTIAL CONDITIONS of this Contract; and it is further mutually understood and agreed that the work embraced in this Contract shall be commenced and completed in accordance with these Specifications. GC00215 -7 The Contractor agrees that said work shall be prosecuted regularly, dili- gently, and uninterruptedly at such rate of progress as will insure full completion thereof within the time stated in the Proposal. It is expressly understood and agreed, by and between the Contractor and the Owner, , that the time for completion of the work described herein is a reasonable time for the completion of the same, taking into consideration the average climatic range and usual industrial conditions prevailing in this locality. 17. DEFECTIVE WORK The inspection of the work shall not relieve the Contractor of any of his obli. gations to fulfill his Contract as herein prescribed, and defective work shall be made good, and unsuitable materials may be rejected, notwithstanding , that such work and materials have been previously overlooked by the Engi- neer and accepted or estimated for payment or paid for. If the work or any part thereof shall be found defective at any time before the final acceptance of the whole work, or the final payment therefor, the Contractor shall forth- , with make good such defect in a manner satisfactory to the Engineer, and if any material brought upon the ground for use in the work, or selected for the same, shall be condemned by the Engineer as unsuitable, the Contractor , shall forthwith remove such materials from the vicinity of the work and shall replace, at his own expense, damaged or unsuitable materials with the new material of satisfactory quality. Neither the foregoing, nor any provision of these Contract Documents, nor any special guarantee time limit shall be held to limit the Contractor's lia- bility for defects to less than the legal limit of liability in accordance with , the law of the place of construction. The Contractor shall pay the Owner all expenses, losses, and damages as , determined by the Engineer incurred in consequence of any defect, omis- sion, or mistake of the Contractor, or his employees, or the making good thereof. 18. UNEXPECTED UNDERGROUND STRUCTURES Should the Contractor encounter underground structures at the site materially , differing from those shown on the Plans or indicated in the Specifications, he shall immediately give notice to the Engineer of such conditions before they are disturbed. The Engineer will thereupon promptly investigate the condi- , tions, and if in his opinion they materially differ from those shown on the Plans or indicated in the Specifications, he may order such changes in the Plans and/or Specifications as he may find necessary. If, in the opinion of the Engineer, an increase in cost results from such changes the Contractor's bid price will be adjusted as provided for in Article 15 of the General Conditions. Information on the Plans and any statements in the Contract Documents re- , ferring to the condition under which the work is to be performed or the exis- tence of utilities or other underground structures are not guaranteed to be correct or to be complete representations of all existing data with reference to conditions affecting the work. Every effort has been made, however, to make this information complete and accurate on the basis of all data and in- formation which could be procured by the Engineer. The Contractor shall GC-8 O0210 tmake his own examination and shall draw his own conclusions as to the under- ground facilities which will be encountered, and he shall have no claim for damages of any kind on account of any errors, inaccuracies or omission that may be found. If, in the opinion of the Engineer, permanent relocation of a utility not otherwise provided for is required, he shall direct the Contractor, in writing, to perform the work. Work so ordered shall be paid for under Article 15 of the General Conditions. Protection and temporary removal and replacement of existing utilities and structures shall be part of this Contract and all costs in connection therewith shall be included in the prices established in the Proposal. 19. CLAIMS FOR EXTRA COST Should the Contractor disagree with any terms or conditions set forth in a change order that has not been fully executed (signed) yet, he shall submit a written protest to the Engineer within 10 days after the receipt of such a change order. Should the Contractor disagree with the Engineer on the amount or classi- fication of a particular item of work, he shall submit a written protest to the Engineer within 10 days to protect his right to claim for extra cost. No claim for extra work or cost shall be allowed unless the same was done in pursuance of this article and the claim presented prior to the issuance of the final payment. The Contractor shall furnish satisfactory bilis, payrolls, and vouchers covering all items of cost, and when requested by the Engineer, give the Engineer access to accounts relating thereto. 20. RIGHTS OF OWNER TO TERMINATE CONTRACT If the Contractor or any of his subcontractors shall be adjudged bankrupt, or if he shall make a general assignment for the benefit of his creditors, or if a receiver shall be appointed of his property, or if the work to be done under this Contract shall be abandoned, or if this Contract or any part thereof shall be sublet, without the previous written consent of the Owner, or if the Con- tract or any claim thereunder shall be assigned by the Contractor otherwise than as herein specified, or at any time the Engineer shall certify in writing to the Owner that the rate of progress of the work or any part thereof is un- satisfactory or that the work or any part thereof is unnecessarily or unrea- sonably delayed, or that the Contractor has violated any of the provisions of this Contract, or if the Contractor shall fail to carry out any order of the Engineer, the Owner may, by serving written notice upon the Contractor and the Surety, immediately terminate the Contract. The Surety shall have the right to take over and perform the Contract, provided, however, that if the Surety does not commence performance thereof within ten (10) days from the date of the mailing to such Surety of notice of termination, the Owner may take over the work and prosecute the same to completion by contract or by force account for the account and at the expense of the Contractor, and the Contractor and his Surety shall be liable to the Owner for any excess cost occasioned the Owner thereby, and in such event the Owner may take possession of and utilize in completing the work, such materials, machinery, GC-9 0021.7 1 appliances, and plant as may be on the site of the work and necessary there- for. The Contractor, by signing this Contract, gives to the Owner in the event of default, the right to use such aforesaid articles to the full extent which they could be used by the Contractor. The Owner shall not be liable to the Contractor for trespass or conversion. All expenses charged under this article shall be deducted and paid for by the Owner out of any money then due or to become due the Contractor under this Contract or any part thereof, and in such account the Owner shall not be held to obtain the lowest figures for the work of completing the Contract , or any part thereof or for insuring its proper completion, but all sums actu- ally paid thereafter shall be charged to the Contractor and his Surety. In case the expenses so charged are less than the sum which would have been payable under this Contract if the same had been completed by the Contractor, the Contractor shall be entitled to receive the difference; and in case such expense shall exceed the said sum, the Contractor and his Surety shall pay the amount of the excess to the Owner upon completion of the work without further demand being made therefor. 21. CONSTRUCTION SCHEDULE Before any work is begun, the Contractor shall discuss fully with the Engi- neer the order and manner of doing the work, and the operating procedures shall at all times comply with the requirements of the Engineer. Before the first partial payment is made, the Contractor shall deliver to the Engineer an estimated construction progress schedule in form satisfactory to the Engineer, showing the proposed dates of commencement and completion , of each of the various subdivisions of work: required under the Contract Documents. The plan and schedule of operations may be submitted in the form of a bar , graph or may be tabulated in report form and shall show the Contractor's plan or layout and schedule for performing the proposed work in accordance with the Drawings and Specifications. The Contractor shall also submit with his plan and schedule of operations complete information as to when, by whom, and in what manner the component parts of the proposed work are to be inspected in behalf of the Contractor. , The general program for the construction of all the features and their appur- tenances proposed to be constructed under this Contract shall conform to the Contractor's plan, subject to review by the Engineer, for performing the proposed work; which plan shall be submitted in accordance with the above requirements. All existing treatment facilities and processes shall remain in operation during the execution of the work. Bypassing of untreated or partially treated wastewater during construction will not be permitted and the Con- tractor shall take all necessary precautions to prevent their occurrence. The plant superintendent shall be notified at least seven (7) days in advance of any construction operations that may affect the normal flow of sewage through the treatment process. The Engineer's approval is required for any construction operation that could affect the quality of plant effluent. GC-10 002:1.8 6 22. PAYMENTS TO THE CONTRACTOR The Owner will once each month make a progress payment to the Contractor on the basis of an estimate of the total amount of work done to the time of such estimate and the value thereof as prepared by the Engineer. The Owner shall retain ten percent (10%) of the amount of such estimated value until final completion and acceptance of all work as part security for the fulfill- ment of the Contract by the Contractor. The amount of the progress payments shall be the balance not retained as aforesaid, after deducting therefrom all previous payments and all other sums to be kept or retained under the provisions of this Contract. The Contractor shall have no right to either terminate the Contract or to claim damages if he considers partial payments Inadequate. The Contractor agrees that he will indemnify and save the Owner harmless from all claims growing out of the lawful demands of subcontractors, laborers, workmen, mechanics, materialmen, and furnishers of machinery and parts thereof, equipment, power tools, and all supplies, Including commissary, incurred in the furtherance of the performance of this Contract. The Con- tractor shall, at the Owner's request, furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged, or waived. If the Contractor fails to do so, then the Owner may, after having served written notice on the said Contractor either pay unpaid bills, of which the Owner has written notice, direct, or withhold from the Contractor's unpaid compensation a sum of money deemed reasonably sufficient to pay any and all such lawful claims until satisfactory evidence is furnished that all liabilities have been fully discharged whereupon payment to the Contractor shall be resumed, in accordance with the terms of this Contract, but in no event shall the provisions of this sentence be construed to impose any obliga- tions upon the Owner to either the Contractor or his Surety. In paying any unpaid bills of the Contractor, the Owner shall be deemed the agent of the Contractor, and any payment so made by the Owner shall be considered as payment made under the Contract by the Owner to the Contractor and the Owner shall not be liable to the Contractor for any such payment made in good faith. 23. CERTIFICATE OF COMPLETION Upon the completion of all required work, the Engineer shall file a written certificate with the Owner and with the Contractor as to the entire amount of work performed and compensation earned by the Contractor including Extra Work and compensation therefor, and including the date of completion. 24. FINAL PAYMENT Within the time limit established in the Supplemental General Conditions, after the filing of the Certificate of Completion, the Owner shall pay to the Contractor the amount therein stated, less all prior payments and advances whatsoever, to or for the account of the Contractor. All prior estimates and payments including those relating to Extra Work shall be subject to correction by this payment which is throughout this Contract called Final Payment. ` s*� z GC-11' 00219 . sso�#(' 25. FINAL PAYMENT TO TERMINATE LIABILITY OF OWNER No person or corporation, other than the signer of this Contract as Contrac- tor, has any interest hereunder. No claim shall be made or be valid, and neither the Owner, nor any officer or agent thereof shall be liable for, or be held to pay any money except as provided in Articles 15, 19, 22, and 24. The acceptance by the Contractor of the last payment made as aforesaid under the provisions of Article 24 shall operate as and shall be a release to the Owner, its officers, or agents from all claims and liability to the Contractor for anything done or furnished for, relating to, or for any act or neglect of the Owner or of any persons relating to or affecting the work, except the claim against the Owner for the remainder, if any there be, of the amounts kept or retained as provided in Articles 22, 24, 26, and 28 of these General Conditions. Said acceptance shall also operate as a general release by the Contractor to the Engineer. 26. MONEY TO BE RETAINED The Owner may keep any monies which would otherwise be payable at any time hereunder and apply the same, or so much as may be necessary therefor, to the payment of any expenses, losses, or damages incurred by the Owner and determined as herein provided and may retain until all claims are settled, so much of such monies as in the opinion of the Owner will be required to settle all claims against the Owner and its officers and agents specified in Article 32, and all claims for labor and materials used or employed in the work and all appliances and equipment employed in the work, filed in accor- dance with state and local laws, or the Owner may make such settlements and apply thereto any monies retained under this Contract. Should the Contractor neglect to pay any undisputed claims, made in writing to the Owner within thirty (30) days after completion of the work but continuing unsatisfied for a period of ninety (90) days, the Owner may pay such claim and deduct the amount thereof from the balance due the Contractor. The Owner may also, without the written consent of the Contractor, use any monies retained, due, or to become due under this Contract for the purpose of paying for both labor and materials for the work for which claims have not been filed. The Owner may also retain a reasonable amount for the work that the Contractor is directed to do by the Engineer but fails to do. Security is provided both by the payment bond and the power of the Owner to retain any monies for claims, but payment by one shall in no way impair or discharge the liability of the other. Any and all liens for work and materials may be paid off by the Owner within a reasonable time after filing a notice of such liens in accordance with state and local laws. Where the claim on which the lien is filed is being litigated by the Contractor, the Owner may pay the amount of any final judgement or decree or any such claim within a reasonable time after such final judgement or decree shall be rendered. All monies paid by the Owner in settlement of liens other than of the Contractor as aforesaid with the costs and expenses incurred by the Owner in connection therewith, shall be charged to the Contractor, shall bear interest at the rate of three percentage points above the rediscount rate then charged by the Federal Reserve Bank, and shall be deducted from the next payment due the Contractor under the terms of this Contract. 00220 GC-12 f 27. GENERAL GUARANTY Neither the Certificate of Completion nor any provision in the Contract Documents nor partial or entire occupancy of the premises by the Owner shall constitute an acceptance of work not done in accordance with the Con- tract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects in the work and pay for any damage to other work resulting therefrom, which shall appear within a period of one year from the date upon which the certificate of completion is filed with the Owner by the Engineer. Neither the foregoing nos -,!ly provision of these Contract Documents, nor any special guaranty time limits, shall be held to limit the Contractor's liability for defects, to less than the legal limits of liability in accordance with the law of the place of construction. It is hereby, however, specifically agreed and understood that this guaranty shall not include any repairs made necessary by any cause or causes other than defective work or materials. The Contractor shall at all times within said period of guaranty keep the surface of the ground over this work or adjacent thereto, in the position and condition required by this Contract and refill any settlement or any erosion in ground surface over or adjacent to this work or any erosion in the backfilling or any surface graded by him due to any cause whatsoever, when so directed by the Engineer. Should he fail to do so, the Owner may have the said work done. 28. MONEY FOR REPAIRS. The Owner shall retain out of the monies payable to the Contractor under this Contract the sum of two percent (276) of the amount thereof and may expend the same in the manner hereinafter provided for in making such repairs to said work as the Engineer may deem expedient. If. at any time within the said period of guaranty, any part of the work constructed under the terms of this Contract shall, in the opinion of the Engineer, require repairing, the Engineer may notify the Contractor in writing to make the required repairs. If the Contractor shall neglect to make such repairs to the satisfaction of the Engineer within three (3) days from the date of giving or mailing such notice, then the Engineer may employ other persons to make the same. The Owner shall pay the expenses of the same out of the sum retained. Upon the expiration of the said period of guaranty, provided that the work at the time shall be in good order, the Contractor shall be entitled to receive the whole or such part of the sum last aforesaid as may remain after the expense of making said repairs, in the manner aforesaid, shall have been paid therefrom. It is, however, agreed that the Owner may apply or keep the sum retained to or for payment of other claims arising and made payable by the Contractor under provisions of this Contract but remaining unsatisfied. 0022: GC-13 1 3. 29. INSURANCE Workmen's Compensation Insurance: The Contractor shall maintain adequate Workmen's Compensation Insurance under the laws of the State of California for all labor employed by him, or by any subcontractor under him, who may come within the protection of such Workmen's Compensation laws of the State of California, and shall provide, where practicable, Employer's Gen- eral Liability Insurance for the benefit of his employees and the employees of any subcontractor under him not protected by such compensation laws; and proof of such insurance satisfactory to the Owner shall be given by filing certificates of such insurance with the Engineer of work in form satisfactory to the Owner. If such insurance is underwritten by any agency other than the State Compensation Fund, such agency shall be a company authorized to do business in the State of California. Public Liability, Property Damage, and Vehicle Liability: The Contractor sEall furnish satisfactory proof, by certificate or otherwise, as may be required, that he has taken out Public Liability, Property Damage, and Vehicle Liability Insurance with an insurance company complying with the requirements hereinabove set forth and satisfactory to the Owner, and such form shall satisfactorily protect both the Contractor and the Owner, its officers, or agents against loss from liability for damage on account of bodily injury, including death resulting therefrom, suffered or alleged to have been suffered by any person or persons, resulting directly or indirectly from the performance or execution of this Contract or any subcontract there- under, and also to protect said Contractor and the Owner, its officers, em- ployees, or agents against loss from liability imposed by law or damage to any property, caused directly or indirectly by the performance or execution of this Contract or any subcontract thereunder. Said public liability and property damage insurance shall be maintained by the Contractor in full force and effect during the entire period of performance under this Contract in the amounts of not less than the following: a. Limit of Liability for Injury or Accidental Death: , One person: $ 500,000.00 One accident: $2,500,000.00 b. Limit of Liability for Property Damage (coverage for explosion, , collapse, and underground property damage shall be included): One accident: $ 100,000.00 Aggregate Liability for Loss: $ 300,000.00 Builder's Risk "All-Risk" Insurance: Before commencement of the work, the Contractor shall submit written evidence that he has obtained for the period of the Contract Builder's Risk "All-Risk" completed Value Insurance coverage upon the entire project which is the subject of this Contract, and , including completed work and work in progress. Such insurance may have a deductible clause, but not to exceed $250.00. GC-14 00222 � The Contractor shall furnish for approval two (2) copies of each of the exe- cuted policies required by above paragraphs. The certification on such copies shall guarantee that the policy will not be amended, modified, or cancelled insofar as the coverage contemplated thereunder is concerned, without at least fifteen (15) days' notice mailed by registered mail to CDM Inc. , 710 South Broadway, Walnut Creek, California 94596. The insurance herein required shall be obtained by the successful bidder and the certified copies of the policies furnished as herein provided, within ten (10) days of the date of receipt of notice of award of said Contract. No construction shall be allowed in absence of insurance as required herein. The Comprehensive General Liability insurance will include as Additional Named Insureds- the Owner, the Architect, the Engineer and his consultants, and each of their officers, agents, and employees. 30. CONTRACT SECURITY The Contractor shall furnish security for faithful performance of the Con- tract and for the payment of all labor and materials used or employed in the carrying out of the Contract. Such security shall be in the form of two (2) bonds as described In the Information for Bidders. The bonds shall be in accordance with all state and local laws. 31. NOT TO SUBLET OR ASSIGN The Contractor shall give his attention constantly to the faithful prosecution of the work, shall keep the same under his personal control, and shall not sublet the work or any part thereof without previous written consent of the Owner, and shall not either legally or equitably assign any of the monies payable under this Contract or his claim thereto unless by and with the written consent of the Owner. In case the Contractor assigns all or any part of any monies due or to become due under this Contract, the Instrument of assignment shall contain a clause substantially to the effect that it is agreed that the right of the assignee in and to any monies due or to become due to the Contractor shall be subject to prior claims of all persons, firms and corporations for services rendered or materials supplied for the per- formance of the work called for in this Contract. 32. RESPONSIBILITY FOR WORK The Contractor shall take all responsibility for the work and take all precautions for preventing injuries to persons and property in or about the work, shall bear all losses resulting to him on account of the amount or character of the work, or because the nature of the land in or on which the work is done is different from what was estimated or expected, or because unexpected underground obstructions or structures are encountered, or on account of the weather, elements, or other cause. The Contractor shall pay all debts for labor and materials contracted for by him on account of the work herein contemplated. The Contractor shall assume the defense of, and indemnify and save harmless, the Owner and its officers and agents from all claims relating to labor and materials furnished for the work; to infringement or alleged infringement of inventions, patents, U() 2 GC-15 and patent rights used in or in connection with the work or however originating from any of the work under this Contract or from conditions created thereby; to injuries to any persons or corporation or to damages to any property or any person or corporation caused by the acts or negligence of the Contractor or any of his agents or employees, or of any subcontractor or any agents or employees of any subcontractor, in doing the work or in consequence of any improper materials, implements or labor used therein; and shall fully re- imburse and repay to the Owner all outlay and expense which the Owner may incur by reason of his failure to do so. The Contractor shall satisfy all suits and claims against the Owner arising from the violation of any law, ordinance, regulation, order, or decree on the part of the Contractor or any of his agents or employees, or any subcontractor, or agent or employees of any subcontractor; shall fully indemnify and save harmless the Owner against and from all cost, loss, and damage which the Owner may suffer by reason of his failure so to do; and shall fully reimburse and repay to the Owner all outlay and expense which the Owner may incur in making good any such default. The Contractor shall fully complete the work required to be done under this Contract, free from all liens and claims of any kind whatso- ever, and in all other particulars shall faithfully and fully perform the Contract on his part according to all the provisions, terms, covenants, and conditions hereof and within the time specified herein. The work shall be entirely at the Contractor's risk until the same is fully completed and accepted, and he will be held liable to any amount not less than the Owner's interest in the same as shown by payments on account. All the provisions, terms, and covenants and conditions of the Contract are to be interpreted according to the laws of the state in which the work is situated 33. ENGINEER'S AUTHORITY The Engineer shall determine the amount, quality, acceptability, and fitness of the several kinds of work and materials which are to be paid for under this Contract and shall decide all questions which may arise in relation to said work and the construction thereof. The Engineer's estimates and decisions shall be final and conclusive except as herein otherwise expressly provided. In case any question shall arise between the parties hereto relative to said Contract or Specifications, the determination or decision of the Engineer shall be a condition precedent to the right of the Contractor to receive any money or payment for work under this Contract affected in any manner or to any extent by such question. The Engineer shall decide the meaning and intent of any portion of the Specifications and of any Plans or Drawings where the same may be found obscure or be in dispute. Any differences or conflicts in regard to their work which may arise between the Contractor under this Contract and other contractors performing work for the Owner shall be adjusted and determined = by the Engineer. GC-16 r 34. CARE AND PROTECTION OF PROPERTY The Contractor expressly undertakes at his own expense: ' To assume full responsibility for the preservation of all public and private property, and use every precaution necessary to prevent damage thereto. If any direct or indirect damage is done to public or private property by or on account of any act, omission, neglect, or misconduct in the execution of the work on the part of the Contractor, such property shall be restored by the Contractor, at his expense, to a condition similar or equal to that existing before the damage was done, or he shall make good the damage in another manner acceptable to the Engineer. No representations are made concerning the conditions, location, or state of repair of existing sewers, drains, water mains, and other underground structures; To store his apparatus, materials, supplies, and equipment in such orderly fashion at the site of the work as will not unduly interfere with the progress of his work or the work of any other contractor; To provide suitable storage facilities for all materials which are liable to Injury by exposure to weather, theft, breakage, or otherwise; To place upon the work or any part thereof only such loads as are consistent with the safety of that portion of the work; To clean up frequently all refuse, rubbish, scrap materials, and debris caused by his operations, to the end that at all times the site of the work shall present a neat, orderly, and workmanlike appearance; To remove all surplus material, false-work, temporary structures, includ- Ing foundations thereof, plant of any description, and debris of every nature resulting from his operations, and to put the site in a neat, orderly condition before final payment; To effect all cutting, fitting or patching of his work required to make the same to conform to the Plans and Specifications and, except with the consent of the Engineer, not to cut or otherwise alter the work of any other contractor. The Contractor shall not, except after written consent from proper parties, enter or occupy with men, tools, materials or equipment, any privately- owned land except on easements provided herein. 35. QUANTITIES OF ESTIMATE Wherever the estimated quantities of work to be done and materials to be furnished under this Contract are shown in any of the documents, including the Proposal, and they are given for use in comparing bids; and the right is especially reserved, except as herein otherwise specifically limited, to in. crease or diminish them as may be deemed reasonably necessary or desir- able by the Owner to complete the work contemplated by this Contract; and ti¢ such increase or reduction shall in no way invalidate this Contract, nor shall >> any such increase of diminution give cause for claims or liability for damage. GC-17 0t 422J � t z } 36. RIGHTS-OF-WAY The Owner will make available to the Contractor land and rights-of-way neces- sary for the carrying out of this Contract and the completion of the work herein contemplated and will use due diligence in acquiring said land and rights-of-way as speedily as possible. But it is possible that all lands and rights-of-way may not be obtained as herein contemplated before construction begins, in which event the Contractor shall begin his work upon such land and rights-of-way as the Owner may have previously acquired and no claim for damages whatsoever will be allowed by reason of the delay in obtaining the remaining lands and rights-of-way. Should the Owner be prevented or enjoined from proceeding with the work, or from authorizing its prosecution, either before or after the commencement, by reason of any litigation, or by reason of its inability to procure any lands or rights-of-way for the said work, the Contractor shall not be entitled to make or assert claim for damage by reason of said delay, or to withdraw from the Contract except by consent of the Owner; but time for completion of the work will be extended to such time as the Owner deter- mines will compensate for the time lost by such delay, such determination to be set forth in writing. 37. NO DAMAGES FOR CERTAIN DELAYS , The Engineer may delay the commencement of the work, or any part thereof, if the Engineer shall deem it for the best interest of the Owner so to do. The Contractor shall have no claim for damages on account of such delay, or on account of any delay on the part of the Owner in performing any work or furnishing any materials to the Contractor, or due to extra work required, but he shall be entitled to so much additional time in which to complete the whole or any portion of the work required under this Contract as the Engineer shall certify in writing to be just. The Engineer shall forthwith notify the Contractor in writing of such determination. Stich additional time shall be the sole and exclusive remedy for any delay caused by the Owner. The Contractor shall have no claim for damages on account of any delay on the part of another contractor. 38. REQUIRED PROVISIONS DEEMED INSERTED Each and every provision of law and clause required by law to be inserted , in this Contract shall be deemed to be inserted herein, and the Contract shall be read and enforced as though it were included herein, and if through mistake or otherwise, any such provision is not inserted, or if not correctly inserted, then upon the application of either party, the Contract shall forth- with be physically amended to make such insertion. 39. PROTECTION OF LIVES AND HEALTH In order to protect the lives and health of his employees under the Contract, the Contractor shall comply with all pertinent provisions of the "Manual of , Accident Prevention in Construction" issued by the Associated General Con- tractors of America, Inc. , and shall maintain an accurate record of all cases ti- of death, occupational disease, and injury requiring medical attention or , x causing loss of time from work, arising out of and in the course of employ- ment on work under the Contract. GC-18 0( 2Z) The Contractor alone shall be responsible for the safety, efficiency, and adequacy of his plant, appliances, and methods, and for any injury or damage which may result from their failure or their improper construction, mainte- nance, or operation. 40. WAGE RATES The attention of the bidder is called to the requirements and provisions of all applicable laws and any amendments thereof or additions thereto as to the employment of labor, and to the schedule of minimum wage rates established in compliance with such laws. A copy of the wage schedule is included in the Appendix of these documents. If, after the award of the Contract, it becomes necessary to employ any person in a trade or occupation not classi- fied in the wage determinations, such person shall be paid at not less than such rate as shall be determined by the officials administrating the laws mentioned above. Such approved minimum rate shall be retroactive to the time of the initial employment of such person in such trade or occupation. The Contractor shall notify the Owner of his intention to employ persons in trades or occupations not classified in sufficient time for the Owner to obtain approved rates for such trades or occupations. The schedule of wages referred to above are minimum rates only, and the Owner will not consider any claims for additional compensation made by the Contractor because of payment by the Contractor of any wage rate in excess of the applicable rate contained in this Contract. All disputes in regard to the payment of wages in excess of those specified in this Contract shall be adjusted by the Contractor. The said schedule of wages shall continue to be the minimum rates to be paid during the life of this Contract and a legible copy of said schedule shall be kept posted in a conspicuous place at the site of tha work during the life of this Contract. This Contract is subject to the applicable provisions of the Contract Work Hours Standards Act, Public Law 87-581, 87th Congress. No contractor or subcontractor contracting for any part of the contract work shall require or permit any laborer or mechanic to be employed on such work in excess of eight hours in any calendar day or in excess of forty hours in any work week unless such laborer or mechanic receives compensation at a rate not less than one and one-half times his basic rate of pay for all hours worked in ex- cess of eight hours in any calendar day or in excess of forty hours in such work week, as the case may be. Except as may be otherwise required by law, all claims and disputes per- taining to the classification of labor employed on the project under this Contract shall be decided by the Owner's governing body or other duly designated official. 41. EMPLOYMENT OF LABOR The Contractor and each of his subcontractors shall, insofar as practicable, give preference in the hiring of workers for the project to qualified local 00;2 OC-l9 i� residents with first preference being given to citizens of the United States who have served in the armed forces of the United States and have been honorably discharged therefrom or released from active duty therein. The Contractor shall employ only competent men to do the work, and when- t ever the Engineer shall notify the Contractor in writing that any man on the work is, in his opinion, incompetent, unfaithful, disorderly, or otherwise unsatisfactory, such man shall be discharged from the work and shall not again be employed on it except with the Consent of the Engineer. 42. LAWS AND REGULATIONS The Contractor shall keep himself fully informed of all state and national laws and municipal ordinances and regulations in any manner affecting those engaged or employed in the work or the materials used in the work or in any way affecting the conduct of the work, and of all such orders and decrees of bodies or tribunals having any jurisdiction or authority over the same. If any discrepancy or inconsistency is discovered in the Plans, Drawings, Specifi- cations, or Contract for the work in relation to any such laws, ordinances, regulations, orders, or decrees, he shall forthwith report the same to the Engineer in writing. He shall at all times himself observe and comply with all such laws, ordinances, regulations, orders, and decrees and shall pro- tect and indemnify the Owner and its officers and agents and servants against any claim or liability arising from or based on the violation of any such laws, ordinances, regulations, orders, or decrees whether by himself or by his employees or subcontractors. 43. SANITARY PRECAUTIONS Sanitary conveniences for the use of all persons employed on the work, properly screened from public observation, shall be provided in sufficient numbers in such manner and at such points as shall be approved. The contents shall be removed and disposed of in a satisfactory manner as the occasion requires. The Contractor shall rigorously prohibit the committance of nuisance within, on, or about the work. Any employees found violating these provisions shall be discharged and not again employed on the work without the written consent of the Engineer. The Contractor shall supply sufficient drinking water from approved sources to all of his employees. The sanitary conveniences specified above shall be the obligation and respon- sibility of the General Contractor until the completion of the work. The faci- lities shall be made available to all other contractors and subcontractors. 44. EXTENSION OF TIME: NO WAIVER If the Contractor shall be delayed in the completion of his work by reason of unforeseeable causes beyond his control and without his fault or negligence, including, but not restricted to, acts of God or of the public enemy, acts or neglect of the Owner, acts or neglect of any other contractor, fires, floods, 8 r GC-20 0022 i epidemics, quarantine restrictions, strikes, riots, civil commotions or freight embargoes, the time of completion of his work shall be extended by such time as shall be fixed by the Owner. No such extension of time shall be deemed a waiver by the Owner of his right to terminate the Contract for abandonment or delay by the Contractor as herein provided or relieve the Contractor from full responsibility for per- formance of his obligations hereunder. 45. WAIVER Neither the inspection of the Owner or Engineer or any of their employees, nor any act or thing done by the Owner other than as express waiver shall operate as a waiver of any provif ion of this Contract, nor shall any waiver of any breach of this Contract bei'held to be a waiver of any other or subse- quent breach. Any remedy, provided in this Contract shall be taken and construed as cumulative, that is, in addition to each and every other remedy herein provided. 46. LEGAL ADDRESS OF CONTRACTOR Both the address given in the Proposal upon which this Contract is founded, and the Contractor's office at or near the site of the work, are hereby desig- nated as places to either of which notices, letters, and other communications to the Contractor shall be certified, mailed, or delivered. The delivering at the above-named place, or depositing in a postpaid wrapper directed to the first-named place, in any post office box regularly maintained by the post office department of any notice, letter, or other communication to the Con- tractor shall be deemed sufficient service thereof upon the Contractor; and ' the date of said service shall be the date of such delivery or mailing. The first-named address may be changed at any time by an instrument in writing, executed and acknowledged by the Contractor, and delivered to the Engineer. Nothing herein contained shall be deemed to preclude or render inoperative the service of any notice, letter, or other communication upon the Contractor personally. a GC-21 00229 1 i { p � l st a tr� S r t� y t l ) i l f riv➢ �t 1 i d SUPPLEMENTAL GENERAL CONDITIONS INDEX TO ARTICLES PART I: AMENDMENTS TO GENERAL CONDITIONS 1. Contract and Contract Documents 2. Definitions 3. Shop and Working Drawings 9. Surveys, Permits and Regulations 11. Weather Conditions 16. Time for Completion 21. Construction Schedule 22. Payments to the Contractor 24. Final Payment 28. Monies for Repairs 33. Engineer's Authority 39. Protection of Lives and Health 40. Wage Rates 41. Employment of Labor s PART 11: ADDITIONS TO GENERAL CONDITIONS 47. Liquidated Damages 48. Cash Allowance -' 49. Video Tape of Project Site ' 50. Mutual Responsibility of Contractors 51. Access to Work s " ` 52. Preconstruction Conference 53. Right to Operate 54. Arbitration 55. EPA Contract Provisions 56. Decrease in the Scope of Work ' 57. Detour Plan and Construction Coordination 58. As Constructed Work 59. Review of Contractor's Information` 60. Satisfactory Operation 61. Acceptance of Partially Completed Work' 62. Acceptance of Work 63. Qualification of Equipment 64. Conformity with Plans and Allowable Deviation 65. Lines and Grades ., ,. 0031 SCCA i SUPPLEMENTAL GENERAL CONDITIONS PART I; AMENDMENTS TO GENERAL CONDITIONS The following articles of the General Conditions of this Contract are amended or supplemented as stated herein below. Any provisions of such articles not specifically amended or supplemented shall remain in effect. 1. CONTRACT AND CONTRACT DOCUMENTS The Project Plans, the Specifications, the Change Orders, Shop Drawings, and the Addenda are all part of this Contract as set forth in Article 1 of the General Conditions. DRAWINGS OR PROJECT PLANS The Construction Drawings for the work are entitled "Collection System and Wastewater Treatment Facilities" prepared by CDM Inc., Environmental Engineers, bearing the numbers 0.0 through 70, inclusive and dated April, 1977. In the event any discrepancy between any drawing and the figures written thereon, the figures shall be taken as correct. Detail drawings shall pre- vail over general drawings. SPECIFICATIONS The Construction Specifications for the work are contained in Divisions 1 , through 16 of these documents (see Table of Contents). COORDINATION AND INTERPRETATION OF PLANS AND SPECIFICATIONS These Specifications, the Project Plans, the Change Orders, the Shop Drawings and all supplementary documents are essential parts of the Contract, and a requirement occurring in one is as binding as though occurring in all. They are intended to be complementary, and to describe and provide for a complete work. Project Plans shall govern over any standard plan or practice. In the event of a conflict between the Project Plans and the Specifications, the Contractor shall bring it to the Engineer's attention in writing for such interpretation or explanation as may be necessary and the Contractor shall comply with Engineer's interpretation as a part of the Contract. Should it appear that the work to be done or any matter relative thereto are not sufficiently detailed or explained in the Specifications or on the Plans, the Contractor shall apply to the Engineer for such further explana- tion as may be necessary. The Engineer may issue additional drawing or explanation for clarification and the Contractor shall conform to them as part of the work. 43 � SGC-2 CHANGE ORDERS The Change Orders are normal and a necessary part of the construction contract. The Change Orders are used to modify the scope of work origi- nally contemplated by Plans and Specifications. The Change Orders are to be substantiated with backup data and are to be in writing. ADDENDA The addenda for these documents issued prior to bid opening will be mailed to prospective bidders and shall be acknowledged by the bidders as a part of this Contract. 2. DEFINITIONS The word "Owner" shall mean Contra Costa County Sanitation District No. 15 acting through its Public Works Department. The word "Site" shall mean the specific area adjacent to and including the area upon which the construction work is performed. 3. SHOP AND WORKING DRAWINGS Delete the whole article and replace with the following; SHOP OR MANUFACTURER'S DRAWINGS The Contractor shall submit six (6) copies of the shop or manufacturer's drawings. The Contractors shall furnish such shop drawings, setting drawing and other descriptive material as are necessary to adequately describe items proposed to be furnished for execution of work in the shop and in the field and to demonstrate their compliance with the Specifications and with the design and arrangement shown on the Contract Drawings. The Contractor shall check and verify all field measurements and shall submit as a part of shop drawings with such promptness as to cause no delay in his own work or in that of any other contractor. The submittals shall include sufficient detail to demonstrate relationship of these items to other equipment, piping, structures and supports, etc. to allow the Engineer evaluation that the equipment will operate properly. A general description of the equipment will not be acceptable. Field erection drawings shall be required for non-shop fabrication or ins tallation. These shall cover, but not be limited to all mechanical and electrical equipment, reinforcing steel, fabricated items, and piping details. Six copies of such submittals shall be furnished by the Contractor, three of which will be returned with reviewed stamp and necessary comments. Catalog data for equipment shall be checked by the General Contractor and compared with the Plans and Specifications prior to submittal to the Engi- neer. Where equipment requiring different arrangement of connections from those shown is reviewed, it shall be the responsibility of the Contractor SGC-3 00233 to install the equipment to operate properly, and in harmony with the intent of the Plans and Specifications, and tomakeall changes in the work re- quired by the different arrangement of the connections. No equipment or material shall be shipped until manufacturer's shop drawings have been reviewed by the Engineer. Any deviation from the Project Plans and Specifications shall be requested in writing by the Contractor. After the Contractor has selected the equip- ment which is proposed to be supplied, it shall be Contractor's responsibility to verify with the suppliers that the equipment is compatible with the piping, other equipment, structures and wiring, etc. Should there be any problem in adapting that equipment it shall be Contractor's responsibility to bring it to the Engineer's attention in writing. The Contractor is responsible to cooperate In the review process and try to avoid any problems that could have been avoided through shop drawing review. The Engineer shall pass upon the shop drawings with reasonable prompt- ness marking desired corrections, including all necessary corrections relating to artistic effect. The Contractor shall make any c-rr-=tions required by the Engineer, return the corrected copies, and furnish such other as may be needed. The Contractor shall allow enough time in his construction schedule to make sure that submittal and resubmittal time space is covered. The Contractor shall have no claim against the Owner and/or the Engineer for delay in completion of the review process. The Engineer may take as much as 30 days to review the shop drawings if suffi- cient details are shown. If the data submitted is incomplete or several resubmittals are involved or there are other problems, the Engineer may take as much time as needed to protect Owner's interest. The Contractor shall not have any claim for extra money or additional time to complete the Project. Regardless of corrections made In, or no acceptions taken to such drawings by the Engineer, the Contractor will nevertheless be responsible for the accuracy of such drawings and for their conformity to the Plans and Speci- fications, unless he notifies the Engineer in writing of any deviations at the time he furnishes such drawings. All shop drawings submitted by subcontractors for review shall be sent directly to the General Contractor for preliminary checking. The General Contractor shall be responsible for their submission at the proper time so as to prevent delays in delivery of materials. The General Contractor shall be responsible for making plans and specifications available to the suppliers. The General Contractor shall check all subcontractors' shop drawings regarding measurements, size of members, materials, and details to satisfy himself that they conform to the intent of the Contract Drawings and Specifications. Drawings found to be inaccurate or otherwise in error shall be returned to the subcontractors for correction before submission thereof. 9. SURVEY, PERMITS AND REGULATIONS The Owner will provide offset stakes and cutsheets for horizontal and SGC-4 00234 ivertical alignment. The Owner will provide only one set of stakes. It is recommended that the Contractor ask for only those areas to be staked where he plans to work immediately after and not ask for enormous advance staking. The Contractor shall request at least 48 hours in advance so that the survey work can be properly scheduled. The Contractor shall verify the stakes, the cutsheets and compare with actual ground grades. The Contractor shall have no claim in case there is a delay in staking scheduling for some reason or the other. The Contractor shall secure all necessary permits and will comply with the requirements of the various jurisdictions. 11. WEATHER CONDITIONS In the event suspension of work is directed by the Engineer due to inclement weather, the Contractor shall have no claim for extra costs. 16. TIME FOR COMPLETION The Contractor shall have 550 working days in which to complete the work under this contract in its entirety. A working day shall be as defined in the Standard Specifications, Caltrans, January 1975. 21. CONSTRUCTION SCHEDULE The Contractor shall, within thirty (30) days after award of Contract, provide and submit to the Engineer for approval, the Schedule he plans to maintain in order to successfully construct the work within the time allotted. The Schedule shall account for all subcontracts in addition to the work of the Contractor. In addition to all reasonably important construction activities, the Schedule shall provide for the proper sequence of construction consider- ing the various crafts, purchasing time, shop drawing approval, material delivery, equipment fabrication and similar time consuming factors. The Schedule shall show as a minimum, the earliest starting, earliest com- pletion, latest starting and latest completion dates, and free and total float for each task or item. The Contractor shall update the Schedule at least monthly and shall submit it to the Engineer in arrow diagram, in duplicate, at the same time the pay estimate is prepared. He shall allow sufficient time for satisfactory operation at the end of the job. 22. PAYMENTS TO THE CONTRACTOR In making monthly estimates of the value of work done, the Engineer may include in the estimate, prior to subtracting the retainage, the delivered cost of certain equipment and nonperishable material which have been delivered to the site and which are properly stored and protected from damage. The Contractor shall furnish the Engineer receipted invoices as evidence that the Contractor is unconditional owner of the equipment or material. Such invoices shall be furnished at least ten (10) days in advance of the date of preparation of monthly estimates established by the Engineer. y; The type of equipment and material eligible for payment prior to being incor- porated in the work will be at the Engineer's discretion. In general, larger !y 1 _ 233 SGC-5 ©0 -' I items of materials and equipment, material and equipment made specifically for the subject job, and material and equipment requiring extensive time to be manufactured or obtained will be eligible for payment. Items such as copper tubing or soil pipe and items which are readily available for purchase will not be considered eligible. If, in the opinion of the Engineer, satisfactory progress is being made at any time after fifty percent (50%) of the work has been completed, he may make recommendation to the Owner to reduce the retention, for remaining progress payments. 24. FINAL PAYMENT As provided in the General Conditions, the Owner will pay the Contractor within sixty-five (65) days after the filing of certificate of completion. 28. MONIES FOR REPAIRS Delete entire article. 33. ENGINEER'S AUTHORITY The Engineer is the representative of the Owner and is employed to act as advisor and consultant to the Owner in engineering matter relating to the Contract. The Owner at signing of the Contract has delegated his authority to the Engineer to determine the amount, quality, acceptability, and fitness of the several kinds of work, material, and equipment which are to be paid for under the Contract; to determine all questions relative to the true con- struction, meaning, and intent of the Contract documents; to decide all questions relative to the classification and measurements of quantities and materials and the fulfillment of this Contract; and to reject or condemn all work or material which does not conform to the terms of this Contract. The Engineer's decision in all matters so decided is binding upon the Con- tractor and the Owner. Any reference to authority of the Engineer is applicable only if the Engineer has been specifically designated in writing by the Owner and is exercising full-time inspection of construction, otherwise, such authority shall be the authority of the Owner who shall be fully responsible for the results of his decisions. 39. PROTECTION OF LIVES AND HEALTH The Contractor shall comply with the Department of Labor, Safety and Health Regulations for construction promulgated under the Occupational Safety and Health Act of 1970 (PL-91-596) and under Section 107 of the Contract Work Hours and Safety Standards Act (PL 91-54). The Contractor shall have a competent person or persons as required under the Occupational Safety and Health Act on the Site to inspect the work and to supervise the conformance of the Contractor's operations with the regulations of the Act. 4 rs SGC-6 0031 This project is subject to all of the Safety and Health Regulations (CFR 29, Part 1926 and all subsequent amendments) as promulgated by the U.S. Department of Labor on June 24, 1974. Contractors are urged to become familiar with the requirements of these regulations. 40. WAGE RATES Both federal and state schedule of minimum wage rates are shown in the Appendix. Where rates differ, the higher rate shall be used as a minimum. The latest wage rates shall be applicable in case the wage rates are revised subsequent to award of contract. 41. EMPLOYMENT OF LABOR The Contractor and all subcontractors shall pay to all laborers and mechanics employed for the construction covered by this Contract the minimum rates of pay as determined by the Secretary of Labor in accordance with the Act of March 3, 1931, as amended, known as the Davis-Bacon Act (40-U.S.C. 276a through 276a-5). Furthermore, the Contractor and subcontractors shall adhere to the stipulations and provisions published by the Secretary of Health, Education, and Welfare in "Labor Standards (Federal Water Pollution Control Act)." The Wage Rate Schedule, as prepared by the Secretary of Labor, and the "Labor Standards" are part of this Contract and are appended to these documents. The Contractor and all subcontractors shall comply with the Regulations of the Secretary of Labor made pursuant to the Anti-Kickback Act of June 30, 1940 (40 U.S.C. 276c) and all amendments or modifications thereto. The Contractor and all subcontractors shall furnish the Owner with weekly State- ments of Compliance. In case of subcontracts, the Contractor shall cause appropriate provision to be inserted in all subcontracts for the work which he may let to insure compliance with said Anti-Kickback Act by all subcon- tractors and subject thereto, and the Contractor shall be responsible for the submission of all Statements of Compliance required of subcontractors by said Anti-Kickback Act except as the Secretary of Labor may specifically provide for reasonable limitations, variations, and exemptions from the requirements thereof. These Regulations are part of this Contract and are included in these Documents. PART II: ADDITIONS TO GENERAL CONDITIONS 47. LIQUIDATED DAMAGES If the said Contractor shall neglect, fail, or refuse to complete the work within the time stated in the Proposal, or any proper extension thereof granted by the Owner, then the Contractor does hereby agree, as part con- sideration for the awarding of this Contract, to pay the Owner the amount specified in the Contract, not as a penalty but as liquidated damages for such breach of contract as hereinafter set forth, for each and every calendar day that the Contractor shall be in default after the time stipulated in the Proposal, or any extension thereof approved by the Engineer, for completing the work. SGC-7 The said amount is hereby agreed upon and is fixed and determined by the parties hereto as the actual damages that the Owner will suffer by reason of said delay and not as penalty; and the Owner shall and may deduct and retain the amount of such liquidated damages out of any monies which may be due or may become due from current periodic estimates. Such liquidated damages are for extra payment for engineering and inspection services, wages of clerks, general expenses, etc. , incurred by the Owner beyond the date of completion, some of which are indefinite and not susceptible of accurate allocation. Should any dispute arise as to the Owner's right to deduct and retain any monies hereunder, or as to the amount thereof, such dispute shall be submitted to the Engineer, and his decision shall be final and conclusive on both parties as heretofore provided. It is further agreed that time is of the essence of each and every portion of this Contract and of the Specifications wherein a definite and certain length of time is fixed for the performance of any act whatsoever; and where under the Contract an additional time is allowed for the completion of any work, the new time limit fixed by such extension shall be of the essence of this Contract. Provided, that the Contractor shall not be charged with liquidated damages or any excess cost when the delay in completion of the work is due; a. To any preference, priority, or allocation order duly issued by the Government; �® b. To unforeseeable cause beyond the control and without the fault or negligence of the Contractor, including, but not restricted to, acts of God, or of the public enemy, acts or neglect of the Owner, acts of another Contractor in the performance of a contract with the Owner, fires, floods, epidemics, quarantine, restrictions, strikes, riots, civil commotions, freight embargoes, and unusually severe weather; and c. To any delays of subcontractors or suppliers occasioned by any of the causes specified in subsections a. and b. of this article; , Provided further, that the Contractor shall, within ten (10) days from the beginning of such delay, unless the Owner shall grant a further period of time prior to the date of final settlement of the Contract, notify the Owner in writing, of the causes of the delay, who shall ascertain the facts and extent of the delay and notify the Contractor within a reasonable time of its decision in the matter. 48. CASH ALLOWANCE The Contractor shall include in the bid the required cash allowances. This cash allowance will serve as a contingency for possible change orders and for the purpose of purchasing tools, or other equipment as determined by the Owner. No money for cash allowance shall be expended without written authorization of the Owner and the Owner reserves the right to authorize expenditures in whole or in part. " 00438 � SGC-8 The Owner reserves the right to select the firms from which purchases are to be made, directing the Contractor to make such purchases. Any un- expended monies shall remain with the Owner. Should the Owner authorize expenditures exceeding the allowance, the excess will be added to the Base Bid. Any adjustment in contract price shall be made on the basis of the purchase price without additional charges for overhead, profit, insurance, or any other incidental expense. Where the Contractor is directed to purchase furnishings and tools or other movable equipment, he shall be reimbursed only to the extent of the full purchase price of such materials. For change orders, the Contractor will be reimbursed as provided for under Article 15 of the General Conditions. 49. VIDEO TAPE OF PROJECT SITE The Contractor shall provide a video tape made of the entire project align- ment and adjacent areas which might be effected by the construction. This work shall be performed before the start of construction by a qualified, established, commercial audio visual production s ervice and it will repre- sent an official record of the condition of both private and public property in the area. A copy of this tape shall be given to the Owner and the original tape shall be kept by the audio visual production service in a secure place to be used as evidence if any lawsuit occurs. The Owner, Engineer, and Contractor will all have access to viewing a copy of this tape. This work will include, but not be limited to, all houses, driveways, fences, mailboxes, trees, shrubs, flowers, yards, etc. , as directed by the Engineer. The tape shall have a sound track which will contain a narration of the video tape. The narration will include such infor- mation as street names, house addresses, and a general description of the ground surface in front of each house, especially where house sewers will be provided. 50. MUTUAL RESPONSIBILITY OF CONTRACTORS If, through acts of neglect on the part of the Contractor, any contractor or any subcontractor shall suffer loss or damage on the work, the Contractor agrees to settle with such other contractor or subcontractor by agreement or arbitration if such other contractor or subcontractor will so settle. If such other contractor or subcontractor shall assert any claim against the Owner on such account of any damage alleged to have been sustained, the Owner shall notify the Contractor who shall indemnify and save harmless the Owner against any such claim. 51. ACCESS TO WORK The Contractor shall provide proper facilities for access and inspection of the work whenever it is requested by representatives of the U.S. Environ. mental Protection Agency or any of the federal, state, or local agencies having a direct interest in the work. 00239 SGC-9 i 52. PRECONSTRUCT10N CONFERENCE A preeonstruction conference will be held between the Contractor, the Engineer, the funding agencies, and the Owner to review the Contractor's proposed methods of complying with the requirements of the Drawings and Specifications and the regulations as applicable to the project. 53. RIGHT TO OPERATE As soon as any portion of structures and equipment are ready for use, the Owner shall have the right to operate such portion upon written notice to the Contractor by the Owner. The Owner shall also issue a certificate of com- pletion for that portion of the work. Guarantee period on portion of work will begin upon issuance of certificate of completion for that portion. Testing of equipment and appurtenances and training of Owner's personnel as specified hereinafter shall not constitute operation. The execution of the bonds shall be understood to demonstrate the consent of the surety. The insurance carrier shall provide an endorsement permitting occupancy of the structures and use of equipment during the remaining period of construction. 54. ARBITRATION Any controversy or claim arising out of or relating to this Contract, or the breach thereof, except for claims which have been waived by the acceptance of final payment as provided in Article 25 of the General Conditions, which cannot be resolved by mutual agreement, shall be settled by arbitration in accordance with the Construction Industry Aribtration Rules of the American Arbitration Association and judgment upon the award rendered by the Arbi- trators may be entered in any Court having jursidiction thereof. The Contractor shall carry on the work and maintain the progress schedule , during the arbitration proceedings, unless otherwise agreed by him and the Owner in writing. 55. EPA CONTRACT PROVISIONS See the Appendices for the U.S. Environmental Protection Agency 40 CFR Part 35 Subpart E Appendix C-2, Required Provisions Construction Contracts, Supplemental General Conditions. 56. DECREASE IN THE SCOPE OF WORK The Engineer and Owner may at any time by written order reduce the scope of work for a credit or reduction in cost to the Owner. The basis for determining the reduction in cost shall be as follows: Those items for which there is unit price in the bid proposal, it shall be , used as a basis. Those items for which there is a lump sum price in the bid proposal, it shall be used as a basis. Those items for which there is rjJ 91 SGC-10 no clearly defined separable price in the bid proposal, it shall be a nego- tiated basis. The credit or reduction in cost in the amount negotiated shall be reasonable amount as mutually agreed. The Engineer may require a detailed breakdown and backup data to justify the reasonableness of a deduction change order. 57. DETOUR PLAN AND CONSTRUCTION COORDINATION The Contractor shall submit a detour plan to the Engineer's for review prior to start of construction. The Owner will allow closing of some driveways and access ramps provided the Contractor submits an accept- able detour plan. The Engineer and the Owner may require changes to the detour plan to reduce inconvenience to the public and adjoining property owners. The Contractor shall make required changes without any addi- tional cost to the Owner. 58. AS CONSTRUCTED WORK Prior to the acceptance of the work, the Contractor shall provide the Engineer one neatly and legibly marked set of full size contract drawings showing any changes in the final location of piping, mechanical equipment, electrical conduits, outlet boxes, cables and equipment included in the work. Marking of the drawings shall be kept current and shall be done at the time the material and equipment is installed. These drawings shall be presented monthly to the Engineer for review. The construction work including all the change order work, etc. , shall be included in the as constructed drawing. Should there be sufficient substitutions of the equip- ment the Engineer may require showing of the equipment brand, model and serial number, etc. The Engineer may require a list of service rep- resentatives of all the equipment as constructed. Such list shall include the company name, equipment represented, the address and the telephone number of person to be contacted. 59. REVIEW OF CONTRACTOR'S INFORMATION Review stamp by the Engineer on any drawing, method of work, or any information regarding materials and equipment the Contractor proposes to furnish shall not relieve the Contractor of his responsibility for any error therein and shall not be regarded as an assumption of risks or liability by the Engineer or Owner, or any officer or employee thereof, and the Contractor shall have no claim under the Contract on account of the failure or partial failure or inefficiency or insufficiency of any plan or method of work or material and equipment so accepted. Such stamp shall be considered to mean merely that the Engineer has no objection to the Contractor using upon his own full responsibility, the plan or method of work proposed, or furnishing the materials and equipment proposed. 60. SATISFACTORY OPERATION As soon as the structures have been completed and all mechanical and electrical equipment has been installed and completed to the satisfaction of the Engineer the Project shall be considered ready for testing. 00241 SGC-11 a All mechanical and electrical equipment provided under this Contract shall be tested by the Contractor to the satisfaction of the Engineer before any facility is put into operation. Tests shall be as specified herein and shall be made to determine whether the equipment has been properly assembled, aligned, adjusted and connected. Any changes, adjustments or replace- ments required to make the equipment operate as specified shall be carried out by the Contractor as part of the work. It is recommended that the , Contractor retain enough leverage with the suppliers to get full compliance. At least 30 days before the time allowed in his construction schedule for commencing the testing and start-up procedures, the Contractor shall submit to the Engineer, details of the procedures he proposes to adopt for testing and start-up of all mechanical and electrical equipment. The Contractor shall arrange for the presence, as necessary, during the , succeeding thirty-day period, of representatives of the manufacturers of all of the various pieces of equipment and parts of the installation, or other qualified person, who shall instruct the Owner's operating personnel in the operation and care thereof. The Contractor shall superintend the operation of the equipment and be responsible for the proper operation thereof and he shall make no claim against the Owner for any damage to the equipment during such operation. The Contractor's testing and start-up procedures shall include detailed , descriptions of all preoperation electrical, mechanical and instrumentation testing work. Each control device, item of mechanical, electrical and instrumentation equipment, and all control circuits shall be considered , in the testing procedures, which shall be designed, in a step-wise, logical sequence to ensure that all equipment has been properly serviced, aligned, connected, calibrated and adjusted prior to operation. The Contractor is advised that failure to observe these precautions may place the accept- ability of the subject equipment in question and he either may be required to demonstrate that the equipment has not been damaged or replace it as determined by the Engineer. Testing procedures shall be designed to duplicate as nearly as possible, all conditions of operation and shall be carefully selected to ensure that the equipment is not damaged. Once the testing procedures have been accepted by the Engineer, the Contractor shall produce check-out alignment and adjustment and calibration sign-off forms for each item of equipment, which shall be used in the field by the Contractor and the Engineer jointly to ensure that each item of electrical, mechanical and instrumentation equipment has been properly installed and tested. Should there be sufficient failures of one equipment or several pieces of the equipment, the Engineer may extend the testing and start-up period as necessary to demonstrate that the facility is operable and will perform as intended by the design. The Contractor shall replace those pieces of equipment that are found unacceptable by the Engineer, regardless of the cost of the equipment. The Contractor shall have no claims whatsoever, when the Engineer has , to extend the time limit and/or require total replacement of some equip- ment. However, in such case where the time is extended the Contractor shall not be. charged liquidated damages for this extension of time should SGC-12 0121`#2 k I the Contractor overrun the time of completion. The waiver of liquidated damages shall apply only if the Contractor has demonstrated to the Engineer that he has put in diligent effort. 61. ACCEPTANCE OF PARTIALLY COMPLETED WORK The Owner, based on the Engineers recommendation, may accept partially completed work. The Owner may reduce the retention and/or hold back sufficient funds to complete the remainder of work as recommended by the Engineer. The Contractor shall have no right to insist on such partial acceptance of the completed work and shall have no right to insist on re- duction in retention, etc. , unless as specifically stated elsewhere. 62. ACCEPTANCE OF WORK After a successful testing, start-up and satisfactory operation as a unit of the completed facility, and after supplying the Engineer with satisfactory certificates and warranties, and after completing all punch list items, the Contractor shall notify the Engineer in writing of the completion of the work whereupon the Engineer will promptly, by personal inspection, satisfy himself as to the actual completion of the work in accordance with the terms of the Contract. The Engineer therepon will issue to the Owner a certificate stating that the Contractor has complied with the requirements of the Contract Documents, and the Engineer is satisfied. The Owner shall then immediately file a Notice of Completion and acceptance of work. 63. QUALIFICATION OF EQUIPMENT Any equipment proposed for installation by the Contractor shall meet the intent and provisions of the Specifications. All equipment shall be equal in performance to that specified. Performance shall mean equal in quality of construction and materials, efficiency, ease of maintenance, reliability and ability to meet the design parameters on which the Specifications are based. Service over the life of the equipment is another factor on which the Specification is based and the Contractor shall provide, if required by the Engineer, a written assurance that local service or manufacturer's representative is and shall be available and will provide service over the life of the equipment. It shall be the responsibility of the Contractor to make certain that any equipment included in his bid meets the above-listed requirements. The Contractor shall submit to the Engineer complete drawings, descriptive matter, and list of similar installations by the manufacturer to enable the Engineer to determine the compliance of all equipment with these Drawings and Specifications in regard to design, arrangement, and capacity. Copies of all drawings stamped by the Engineer shall be furnished to the Contractor for his files. 64. CONFORMITY WITH PLANS AND ALLOWABLE DEVIATION. A finished surface in all cases shall conform with the lines, grades, cross- sections, and dimensions shown on the approved plans. Deviations from the approved plans, as may be required by the exigencies of construction, will be determined by the Engineer and authorized in writing. SGC-13 00943 65. LINES AND GRADES All distances and measurements are given and will be made in a horizontal plane. Grades are given from the top of stakes or nails, unless otherwise , noted on the Plans. Three consecutive points shown on the same rate of slope must be used in , common in order to detect any variation from a straight grade, and in case any such discrepancy exists, it must be reported to the Engineer. If such discrepancy is not reported to the Engineer, the Contractor shall , be responsible for any error in the finished work. The Contractor shall give at least 24 hours' notice in writing when he will require the services of the Engineer for laying out any portion of the work. , The Contractor shall furnish the Engineer such facilities and labor neces- sary for marking and maintaining points and lines as he may require. Labor furnished by the Contractor for such purposes will be paid for as , extra work. The Contractor shall preserve all stakes and points set for lines, grades, , or measurements of the work in their proper places until authorized to remove them by the Engineer. All expenses incurred in replacing stakes that have been removed without proper authority shall be paid by the Contractor. The Engineer shall at all times have access to the work during construction and shall be furnished with every reasonable facility for ascertaining full knowledge respecting the progress, workmanship, and character of materials used and employed in the work. Whenever the Contractor varies the period during which work is carried on each day, he shall give due notice to the Engineer so that proper inspection may be provided. Any work done in the absence of the Inspector will be subject to rejection. The inspection of the work shall not relieve the Contractor of any of his obligations to fulfill the contract as prescribed. Defective work shall be made good, and unsuitable materials may be rejected, notwithstanding the fact that such defective work and unsuitable materials have been previously overlooked by the Engineer and accepted or estimated for payment. �, i}5` ` SGC-14 4 � f �r - E � S { M 4 } t r I , i f dib 1{iO.F • s 5 r � • s' SECTION IA SCOPE OF WORK PART 1: GENERAL 1.01 LOCATION OF WORK A The work of this Contract is located in Sanitary District No. 15, Contra Costa County, California, in the area and locations as shown on the Drawings. 1.02 WORK TO BE DONE A The Contractor shall furnish all materials, labor, equipment, and construct the sewers, pumping stations, force mains, and interim wastewater treatment facility complete, ready for use as shown on the Drawings, and as described in these Specifications. 1.03 ABBREVIATIONS AND REFERENCES AASHO - The American Association of State Highway Officials ACI - American Concrete Institute AGA - American Gas Association AGMA - American Gear Manufacturers Association AiEE - American Institute of Electrical Engineers AISI - American Iron and Steel Institute AISC - American Institute of Steel Construction ANSI* - American National Standards Institute API - American Petroleum Institute ASCE - American Society of Civil Engineers ASME - American Society of Mechanical Engineers ASTM - American Society of Testing Materials AWPA - American Wood Preservers Association AWS - American Welding Society AWWA - American Water works Association Fed. Spec. - Federal Specifications CIPRA - Cast Iron Pipe Research Association NCPI - National Clay Pipe Institute NEMA - National Electrical Manufacturers Association NFPA - National Fire Protection Association Where reference is made to a specification by one of the above-men- tioned or other associations, it is understood that the latest revisions thereof shall apply. *Formerly United States of America Standard ■ IA-1 0 /94 ■ SECTION IB CONTROL OF WORK PART 1. GENERAL 1.01 PLANT A The Contractor shall furnish plant and equipment which will be efficient, appropriate, and large enough to secure a satisfactory quality of work and a rate of progress which will insure the completion of the work within the time stipulated in the Proposal. If at any time such plant appears to the Engineer to be inefficient, inappropriate, or insufficient for securing the quality of work required or for producing the rate of pro- gress aforesaid, he may order the Contractor to increase the efficiency, change the character or increase the plant equipment, and the Contractor shall conform to such order. Failure of the Engineer to give such order shall in no way relieve the Contractor of his obligations to secure the quality of the work and rate of progress required. 1.02 PRIVATE LAND A The Contractor shall not enter or occupy private land outside of ease- ments, except by permission of the Owner. 1.03 PIPE LOCATIONS A Pipelines shall be located substantially as indicated on the Drawings, but the Engineer reserves the right to make such modifications in locations as may be found desirable to avoid interference with existing structures or for other reasons. Where fittings are noted on the Draw- ings, such notation is for the Contractor's convenience and does not relieve him from laying and ,jointing different or additional items where required. 1.04 OPEN EXCAVATIONS A All open excavations shall be adequately safeguarded by providing tem- porary barricades, reflectorized flashers, caution signs, lights, and other means to prevent accidents to persons and damage to property. The Contractor shall, at his own expense, provide suitable and safe bridges and other crossings for accommodating travel by pedestrians and workmen. Bridges provided for access to private property during construction shall be removed when no longer required. The length of open trench will be controlled by the particular surrounding conditions, but shall always be confined to the limits prescribed by the Engineer. If the excavation becomes a hazard, or if it excessively restricts traffic; at any point, the Engineer may require special construction procedures such as limiting the length of open trench, prohibiting stacking excavated material in the street, and requiring that the trench shall not remain F' open overnight. 1B-1 �V I r B It is recommended that the Contractor excavate trenches of length not more than what can be backfilled before end of the day. The Contrac- tor shall take precautions to prevent injury to the public due to open trenches. All trenches, excavated material, equipment, or other obstacles which could be dangerous to the public shall be well lighted at night. 1.05 TEST PITS , A Test pits for the purpose of locating underground pipeline or structures in advance of the construction shall be excavated and backfilled by the Contractor at the direction of the Engineer. Test pits shall be backfilled immediately after their purpose has been satisfied and the surface re- stored and maintained in a manner satisfactory to the Engineer. 1.06 MAINTENANCE OF TRAFFIC A Unless permission to close the street is received in writing from the r proper authority, all excavated material shall be placed so that vehicular and pedestrian traffic may be maintained at all times. If the Contractor's operations cause traffic hazards, he shall repair the road surface, provide temporary ways, erect wheel guards or fences, or take other measures for safety satisfactory to the Engineer. B Detours around construction will be subject to the approval of the Owner and the Engineer. Where detours are permitted, the Contractor shall provide all necessary barricades and signs as required to divert the flow of traffic. While traffic is detoured, the Contractor shall expedite construction operations. The periods when traffic is being detoured will be subject to review by the Engineer and the Owner. C Advance notice of at least 7 days must be given the County Department of Public Works before closing any roads and rerouting traffic along the levee roads. Otherwise, the Contractor shall give homeowners at least , 3 days notice prior to construction along their road. A no-fee encroach- ment will be issued by the County. D The Contractor shall take precautions to prevent injury to the public , due to open trenches. Night watchmen may be required where special hazards exist, or police protection provided for traffic while work is in progress. The Contractor shall be fully responsible for damage or , injuries whether or not police protection has been provided. 1.07 CARE AND PROTECTION OF PROPERTY , A The Contractor shall be responsible for the preservation of all public and private property, and shall use every precaution necessary to prevent damage thereto. If any direct or indirect damage is done to , public or private property by or on account of any act, omission, neglect, or misconduct in the execution of the work on the part of the Contractor, such property shall be restored by the Contractor, at his , expense, to a condition similar or equal to that existing before the damage was done, or he shall make good the damage in other manner acceptable to the Engineer. Q , 1B-2 0024J ® B All sidewalks which are disturbed by the Contractor's operations shall be restored to their original condition by the use of similar or compa- rable materials. All curbing shall be restored in a condition equal to the original construction and in accordance with the best modern practice. C Along the location of this work, all fences, walks, bushes, trees, shrub- bery, and other physical features shall be protected and restored in a thoroughly workmanlike manner. Fences and other features removed by the Contractor shall be replaced in the location indicated by the Engineer as soon as conditions permit. All grass areas beyond the limits of con- struction which have been damaged by the Contractor shall be regraded and seeded. D Trees close to the work shall be boxed or otherwise protected against injury. The Contractor shall trim all branches that are liable to damage because of his operations, but in no case shall any tree be cut or removed without prior notification of the proper authority. All injuries to bark, trunk, limbs, and roots of trees shall be repaired by dressing, cutting, or painting according to approved methods, using only approved tools and material. E The protection, removal, and replacement of existing physical features along the line of work shall be a part of the work under the Contract, and all costs in connection therewith shall be included in the unit and/or lump sum prices established under the items in the Proposal. F The Contractor shall be responsible for the premises. 1.08 PROTECTION AND RELOCATION OF EXISTING STRUCTURES AND UTILITIES A The Contractor shall assume full responsibility for the protection of all buildings, structures, and utilities, public or private, including poles, signs, services to buildings, utilities in the street, gas pipes, water pipes, hydrants, sewers, drains, and electric and telephone cables, whether or not they are shown on the Drawings. The Contractor shall carefully support and protect all such structures and utilities from injury of any kind. Any damage resulting from the Contractor's oper- ations shall be repaired by him at his expense. Field marking for some of the utilities may be obtained by calling U.S.A. (Underground Service Alert) at 800-642-0123. B Assistance will be given the Contractor in determining the location of existing house services. The Contractor, however, shall bear full responsibility for obtaining all locations of underground structures and utilities (including existing water services, drain lines, and sewers). Services to buildings shall be maintained, and all costs or charges resulting from damage thereto shall be paid by the Contractor. C Protection and temporary removal and replacement of existing utilities and structures as described in this section shall be a part of the work under the Contract and all costs in connection therewith shall be included in the overall bid. 1B-3 00249 �L * If, in the opinion of the Engineer, permanent relocation of a utility mood owned by the County is required, he may direct the Contractor, in writing, to perform the work. Work so ordered will be paid for at the Contract unit prices, it applicable, or as extra work under Article 15 of the General Conditions. If relocation of a privately owned utility is required, the County will notify the Utility to perform the work as expeditiously as possible. The Contractor shall fully cooperate with the County and Utility, and shall have no claim for delay due to such relocation. The Contractor shall notify public utility companies in writing at least 48 hours (excluding Saturdays, Sundays, and legal holidays) before excavating in any public way. * Repairs to damaged utilities will be made by the respective utility and the cost of such repairs charged to the Contractor. 1.09 WATER FOR CONSTRUCTION PURPOSES * The Contractor shall make all necessary arrangements for water for drinking, general, and construction uses and it shall be his responsi- bility to provide sufficient water of satisfactory quality for himself and his subcontractors. * Water from the drainage ditches or sloughs may be used only when its use is approved by the Engineer for a specific purpose. C The Contractor shall arrange with the local water companies to do whatever work is required to supply water for construction purposes. The express approval of the water company will be obtained before water is us cd. * Allcosts related to supplying and use of water shall be included in Item I of General Bid. 1.10 MAINTENANCE OF FLOW A The Contractor shall, at his own cost, provide for the flow of sewers, drains, and water courses interrupted during the progress of the work, and shall immediately cart away and remove all offensive matter. The entire procedure of maintaining existing flow shall be fully dis- cussed with the Engineer well in advance of the interruption of any flow. 1.11 COOPERATION WITHIN THIS CONTRACT A All firms or persons authorized to perform any work under this Contract shall cooperate with the General Contractor and his subcon- tractors or trades, and shall assist in incorporating the work of other trades where necessary or required. B Cutting and patching, drilling and fitting shall be carried out where required by the trade or subcontractor having jurisdiction, unless otherwise indicated herein or directed by the Engineer. 0095 1B-4 1.12 CLEANUP A During the course of the work, the Contractor shall keep the site of his operations as clean and neat as is possible. He shall dispose of all residue resulting from the construction work and, at the conclusion of the work, he shall remove and haul away any surplus excavation, broken pavement, lumber, equipment, temporary structures, and any other refuse remaining from the construction operations, and shall leave the entire site of the work in a neat and orderly condition. 1.13 PROTECTION OF CONSTRUCTION AND EQUIPMENT A All newly constructed work shall be carefully protected from injury. No wheeling or walking or placing of heavy loads on it shall be allowed and all portions injured shall be reconstructed by the Con- tractor at his own expense. B All structures shall be protected in a manner approved by the Engineer. Should any of the floors or other parts of the structures become heaved, cracked, or otherwise damaged, all such damaged portions of the work shall be completely repaired and made good by the Contractor at his own expense and to the satisfaction of the Engineer. If, in the final inspection of the work, any defects, faults or omissions are found, the Contractor shall cause the same to be repaired or removed and replaced by proper materials and workmanship without extra compensation for the materials and labor required. Further, the Contractor shall be fully responsible for the satisfactory maintenance and repair of the construction and other work undertaken herein, for at least the guarantee period described in the Contract. C Further, the Contractor shall take all necessary precautions to prevent damage to any structure due to water pressure during and after con- struction and until such structure is accepted and taken over by the Owner. 00251 F 1B-5 t t '� SECTION 1C CONTROL OF MATERIALS PART 1: GENERAL 1.01 APPROVAL OF MATERIALS A Only new materials and equipment shall be incorporated in the.work. All materials and equipment furnished by the Contractor shall be subject to the inspection and approval of the Engineer. No material shall be delivered to the work without prior approval of the Engineer. B As soon as possible after the Contract has been executed, the Contractor shall submit to the Engineer data relating to materials and equipment he proposes to furnish for the work. Such data shall be in sufficient detail to enable the Engineer to identify the particular product and to form an opinion as to its conformity to the Specifications. C Facilities and labor for handling and inspection of all materials and equipment shall be furnished by the Contractor. If the Engineer requires either prior to beginning or during the progress of the work, the Con- tractor shall submit samples of materials for such special tests as may be necessary to demonstrate that they conform to the Specifications. Such samples shall be furnished, stored, packed, and shipped as directed at the Contractor's expense. Except as otherwise noted, the Owner will make arrangements for and pay for the tests. D The Contractor shall submit data and samples sufficiently early to permit consideration and approval before materials are necessary for incorporation in the work. Any delay of approval resulting from the Contractor's failure to submit samples or data promptly shall not be used as a basis of a claim against the Owner or the Engineer. E In order to demonstrate the proficiency of workmen or to facilitate the choice among several textures, types, finishes, and surfaces, the Contractor shall provide such samples of workmanship or finish as may be required. F The materials and equipment used on the work shall correspond to the approved samples or other data. 1.02 HANDLING AND STORAGE OF MATERIALS A All materials to be incorporated in the work shall be handled and stored by the Contractor in a manner satisfactory to the Engineer. B All materials and equipment to be incorporated in the work shall be handled and stored by the Contractor before, during, and after shipment in a manner to prevent warping, twisting, bending, breaking,�chipping, 1C`1 Vjcf.02 N rusting, and any injury, theft, or damage of any kind whatsoever to the material or equipment. C Cement, sand, and lime shall be stored under a roof and off the ground and shall be kept completely dry at all times. All structural and mis- cellaneous steel, and reinforcing steel shall be stored off the ground or otherwise to prevent accumulations of dirt or grease, and in a posi- tion to prevent accumulations of standing water and to minimize rusting. Brick, block, and similar masonry products shall be handled and stored in a manner to reduce breakage, chipping, cracking, and spalling to a minimum. D All mechanical equipment subject to corrosive damage by the atmosphere if stored outdoors (even though covered by canvas) shall be stored in a building to prevent injury. The building may be a temporary structure on the site or elsewhere, but it must be satisfactory to the Engineer. E All materials which, in the opinion of the Engineer, have become so damaged as to be unfit for the use intended or specified, shall be promptly removed from the site of the work, and the Contractor shall receive no compensation for the damaged material or its removal. F All pipe and other materials delivered to the job shall be unloaded and placed in a manner which will not hamper the normal operation of the existing plant or interfere with the flow of necessary traffic. G Refer to Section IE of these Specifications for additional requirements for storage and handling of equipment on site. 1.03 INSPECTION AND TESTING A All materials furnished and work done by the Contractor shall be subject to inspection by the Engineer and rejected material shall be removed from the site of the work and defective work repaired as directed. B The Contractor shall furnish promptly all reasonable facilities, labor, and materials necessary to make tests to determine the acceptability of materials or the quality of workmanship. C All pipelines shall be tested for tightness after construction in the man- ner specified herein and if leaks are discovered, they shall be corrected to the satisfaction of the Engineer. 00120 '1C-2 SECTION 1D TEMPORARY FACILITIES PART 1: GENERAL 4 1.01 TEMPORARY OFFICES A A temporary office for Contractor's use shall be established on the job site where directed by the Engineer, adequately furnished, and maintained in a clean, orderly condition by the Contractor. The Contractor, or his authorized representative, shall be present in the field office at all times while work is in progress. Instructions received there from, the Engineer shall be considered as delivered to the Contractor. B The Contractor shall provide either a separate building or a partitioned space of at least 200 aq it of floor space in his building for the exclu- sive use of the Engineer throughout the period of construction. It shall be weathertight, have a tight floor at least 8 inches off the ground and shall be insulated all around with rigid insulation board not less than 1/2•inch thick and suitably ventilated. The office shall have at least three screened windows capable of being opened, a screen door, and a solid door provided with cylinder lock and three keys. The office shall be provided with janitor service, toilet facilities, heating and cooling, electrical wiring, outlets, drinking water and fixtures suitable to light the tables and desk adequately as directed. C The office shall have the following furniture and equipment: 1. One plan table, 3 it x 5 it and one stool 2. Desk about 3 it x 5 it with desk chair 3. Three additional chairs 4. Plan rack, as directed 5. Shelves, as directed b. Four-drawer, metal filing cabinet with lock 7. Coat rack and hooks 8. Air conditioner (12,000 BTU) D The Contractor shall supply all fuel for heating and pay all electrical bills. E An approved, suitably constructed and equipped trailer of proper size may be furnished for the Engineer's office. 1D-1 00251 1.02 TEMPORARY TELEPHONE , A Install in the Engineerts field office a private telephone for the Engi- neerts exclusive use. With the exception of charges for long distance and toll calls, the Contractor shall pay all bills charged against the Engineer's telephone, including installation charge and all monthly charges throughout the construction period. The telephone shall have a loud horn outside the building. 1.03 TEMPORARY LIGHT AND POWER A The Contractor shall furnish temporary light and power including 220- volt s ervice for welding, complete with wiring, lamps, and s imilar equipment as required to adequately light all work areas and with sufficient power capacity to meet the reasonable needs of all subcon- tractors. He shall make all necessary arrangements with the local electric company for temporary electric service, and shall pay all expenses in connection therewith. 1.04 TEMPORARY AIR, STEAM, AND WATER A The Contractor shall provide all air, steam, and water, including temporary piping and appurtenances required therefore, as may be required for the cleaning and testing of pipelines and equipment neves- sary for his and his subcontractors' work. Temporary piping and appurtenances shall be removed upon approval of equipment being tested. B Water use shall conform to the requirement specified in Section 1B. 1.05 PROJECT SIGN A Prior to start of construction, provide project sign as detailed in the Appendix. Sign shall be located where directed and removed from site and disposed of by the Contractor as directed. z SECTION 1E SPECIAL PROVISIONS PART 1: GENERAL 1.01 SERVICES OF MANUFACTURERS' REPRESENTATIVES AND OPERA- TING MANUALS A Bid prices for equipment furnished under Divisions 15 and 16 shall include the cost of a competent representative of the manufacturers of all equipment to supervise the installation, adjustment, and testing of the equipment and to instruct the Owner's operating personnel on opera- tion and maintenance. This supervision may be divided into two or more time periods as required by the installation program or as directed by the Engineer. B See the detailed Specifications for additional requirements for furnish- ing the services of manufacturers' representatives. C A certificate from the manufacturer stating that the installation of the equipment is satisfactory, that the unit has been satisfactorily tested, is ready for operation, and that the operating personnel have been suitably instructed in the operation, lubrication, and care of the unit shall be submitted to the Engineer. Manufacturer's standard form may be used provided it is comparable to the one in the Appendix. D A certification from the Owner's representative that his operating per- sonnel have been suitably instructed in the operation, lubrication, and care of the unit shall be submitted. E For equipment furnished under other Divisions, the Contractor, unless otherwise specified, shall furnish the services of accredited represen- tatives of the manufacturer only when some evident malfunction or over- heating makes such services necessary in the opinion of the Engineer. F In addition, four (4) complete sets of operation and maintenance in- structions covering all equipment furnished under Divisions 15 and 16 shall be delivered directly to the Walnut Creek office of the Consulting Engineers, CDM Inc. These instructions shall consist of clean, legible, reproducible manufacturer's manuals prepared by the manufacturer exclusively for the equipment furnished under this Contract and shall contain no irrelevant material. Instructions shall be written in a clear, concise, easily understandable manner to assist in training personnel and shall include operation procedures, maintenance schedules, lubri- cation schedules and parts list. These instructions shall include schematic and detail drawings and diagrams as necessary to clearly illustrate the written instructions. In addition to the above, a listing of the complete nameplate data for each piece of equipment shall be attached to these instructions. 1E-1 00256 t G These manufacturers' instructions shall be delivered to the Engineer within fifteen (15) days following the Engineer's review of the Shop Drawings and/or other specified submittals. Instruction material which is unsatisfactory will be returned and the manufacturer shall revise and , resubmit the instructions. 1.02 INSTALLATION OF EQUIPMENT , A Special care shall be taken to insure proper alignment of all equipment with particular reference to the pumps and electric drives. The Con- tractor shall be responsible for the exact alignment of equipment with , associated piping, and under no circumstances will "pipe springing" be allowed. B All materials necessary to properly align, level, and secure apparatus , in place shall be furnished by the Contractor. All parts intended to be plumb or level must be proven exactly so. Any grinding necessary to , bring parts to proper bearing after erection shall be done at the expense of the Contractor. 1.03 SLEEVES AND OPENINGS A The Contractor shall provide all openings, channels, chases, etc. , and install anchor bolts and other items to be embedded in concrete, as required to complete the work under this Contract. B Contractor shall also furnish all sleeves, inserts, hangers, anchor , bolts, etc. , required for the execution of his work. If the Contractor fails to carry out the directions given him, covering details and loca- tions of openings, etc. , he shall be responsible for any cutting and refinishing required to make the necessary corrections. In no case , shall any structural members be cut without the approval of the Engineer. 1.04 GREASE, OIL, AND FUEL , A All grease, oil, and fuel required for testing of equipment shall be fur- nished with the respective equipment. The Owner shall provide electric energy for testing. The Owner shall be furnished with a year's supply of required lubricants including grease and oil of the type recommended by the manufacturer with each item of equipment supplied under Divi- sions 15 and 16. 1.05 TOOLS A Any special tools (including grease guns or other lubricating devices) r which may be necessary for the adjustment, operation, and maintenance of any equipment shall be furnished with the respective equipment. 1.06 PROVISIONS FOR CONTROL OF EROSION , A Sufficient precautions shall be taken during construction to minimize the , runoff of polluting substances such as silt, clay, fuels, oils, bitumens, calcium chloride, or other polluting materials harmful to humans, fish, or other life, into the supplies and surface waters of the State. Control 1E,2 0025 7 E. d r I measures must be adequate to assure that turbidity in the receiving water must not exceed the limits established by the the State or other controlling body. Special precautions shall be taken in the use of con- struction equipment to prevent operations which promote erosion. 1.07 POWER SUPPLY A Unless otherwise specified, all motors 1/2 horsepower and larger shall be designed for a power supply of 480 volts, 3 phase, 60 Hertz, and all motors 113 horsepower and smaller shall be designed for a power supply of 120 volts, single phase, 60 Hertz. 1.08 PIPE MARKING A Pipe marking is included in Division 9 under Painting. In addition to marking it shall be the Contractor's responsibility to assist, as required by the Engineer, in identifying pipe contents, direction of flow, and all else required for proper identification of pipe. 1.09 VALVE INDICES A The Contractor shall be responsible for furnishing and installing tags for all valves required on the work. Tags shall be noncorrosive metal or plastic, 2 inches in diameter, 19 gauge thick. Submit to the Engineer for approval, two samples of each type of tag proposed and the manu- facturer's standard color chart and letter styles. Tags shall have stamped on them the information shown on the valve schedules to be furnished to the Contractor by the Owner. The Contractor shall submit to the Engineer for approval, no less than 120 days before startup, a valve schedule containing all valves required for his work. The schedule shall contain for each valve the location, type, a number, words to identify the valve's function, and the normal operating position. The information contained in the valve schedules shall be coded on the tags in a system provided by the Owner. Tags shall be furnished with noncorrosive metal wire for attachment thereof. 1.10 MAINTENANCE AND LUBRICATION A The Contractor's attention is directed to Article 3 of the General Con- ditions for all requirements relative to the submission of shop and working drawings for the mechanical equipment, piping, etc. For all mechanical and electrical equipment furnished, the Contractor shall provide a list including the equipment, name and address and telephone number of the manufacturer's representative and service company so that service and/or spare parts can be readily obtained. In addition, a maintenance and lubrication schedule for each piece of equipment shall be submitted along with Shap Drawings. Submission shall be in six copies. 1.11 STORAGE AND HANDLING OF EQUIPMENT ON SITE A Because of the long period allowed for construction, special attention shall be given to the storage and handling of equipment on site. As a minimum, the procedure outlined below shall be as follows: 1E-3 00258 1. Equipment shall not be shipped until approved by the Engineer. The intent of this requirement is to reduce on-site storage time prior to installation and/or operation. Under no circumstances shall equipment be delivered to the site more than one month prior to installation without written authorization from the Engineer. 2. All equipment having moving parts and instruments shall be stored in a temperature and humidity controlled building approved by the Engineer, until such time as the equipment is to be installed. 3. All equipment shall be stored fully lubricated with oil, grease, etc. unless otherwise instructed by the manufacturer. 4. Manufacturer's storage instructions shall be carefully studied by the Contractor and reviewed with the Engineer by him. These instructions shall be carefully followed and a written record of this kept by the Contractor. 5, Moving parts shall be rotated a minimum of once weekly to insure proper lubrication and to avoid metal-to-metal "welding." Upon Installation of the equipment, the Contractor shall start the equip- ment, at least half load, once weekly for an adequate period of time to insure that the equipment does not deteriorate from lack of use. 6. Lubricants shall be changed upon completion of installation and as frequently as required thereafter during the period between instal- lation and acceptance. 7. Prior to acceptance of the equipment, the Contractor shall have the manufacturer inspect the equipment and certify that its condition has not been detrimentally affected by the long storage period. Such certifications by the manufacturer shall be deemed to mean that the equipment is judged by the manufacturer to be in a condition equal to that of equipment that has been shipped, installed, tested, and accepted in a minimum time period. As such, the manufacturer will guarantee the equipment equally in both instances. If such a certifi- cation is not given, the equipment shall be judged to be defective. It shall be removed and replaced at the Contractor's expense. 1. 12 JURISDICTIONAL DISPUTES A It shall be the responsibility of the Contractor to pay all costs that may , be required to perform any of the work shown on the Drawings or speci- fied herein in order to avoid any work stoppages due to jurisdictional , disputes. The basis for subletting work in question, if any, shall con- form with precedent agreements and decisions of record as listed in the Building and Construction Trades Department Manual dated January, 1958, including any amendments thereto. 1. 13 INSTALLATION LISTS A All manufacturers or equipment suppliers who propose to furnish equip- , ment or products under Divisions 15 and 16 shall submit an installation list to the Engineer along with the required Shop Drawings. IE-4 m B The installation list shall include all installations where identical equip- ment has been installed and has been in operation for a period of at least one (1) year. 1.14 SPARE PARTS A Spare parts for certain equipment provided under Divisions 15 and 16 have been specified in the pertinent sections of the Specifications. The Contractor shall collect and store all spare parts so required in an area to be designated by the Engineer. In addition, the Contractor shall furnish to the Engineer an inventory listing all spare parts, the equip- ment they are associated with, the name and address of the supplier, and the delivered cost of each item. Copies of actual invoice for each item shall be furnished with the inventory to substantiate the delivered cost. 1.15 TELEVISION INSPECTION OF SEWERS A Completed sewers shall be visually inspected by means of closed circuit television. The inspection will be done in one section at a time, and the section being inspected shall be suitably isolated from the remainder of the sewer line as required. Closed circuit television inspection shall be performed only after sewer lines have been thor- oughly cleaned so that a clear, definitive picture of the interior of the pipe can be obtained. B The television camera used for inspection shall be one specifically designed and constructed for such inspections. It shall be operative in 100 percent humidity conditions. Lighting and camera quality shall be suitable to allow a clear, in-focus picture of a minimum of six (6) linear feet of the entire inside periphery of the sewer pipe. The camera shall have a minimum capability of 750 lines resolution. To insure peak picture quality throughout all conditions encountered during the survey, a variable intensity control of the camera lights and re- mote control adjustments for focus and iris shall be located at the monitoring station. Focal distance shall be adjustable through a range of from six (6) inches to infinity. Camera monitors shall be located within a temperature controlled studio which will allow seat- ing of two authorized viewing personnel in addition to the operating technician. Monitors shall have a resolution capability of no less than 650 lines. Continuously displayed on the monitors as part of the video presentation shall be the date of the survey, number designation of the manhole section being surveyed, and a continuous forward and reverse read-out of the camera distance from the manhole of reference. C A polaroid-type camera with proper lens and mountings to exactly frame the monitor shall be available for making still photos for re- production. Pictures which include less than the total screen or extend beyond the screen dimensions will not be accepted. Photos shall be taken at the request of the engineer or the discretion of the operating technician to record conditions of interest during the survey. In no case shall less than two acceptable photographs be taken per manhole section. These photos shall be of a quality and definition comparable to the monitor display. 1E-5 00260 The operating technician shall have control of the movement of the television camera at all times. This may be accomplished by means of remote control winches or by telephone or other suitable means of communications between the winches at either end of the manhole section being surveyed. The travel speed of the camera shall be uniform and shall not exceed 30 feet per minute. Any means of propelling the camera through the sewer which would exceed this rate of speed or produce nonuniform or jerky movements will not be acceptable. Generally speaking, only devices using relatively nonelastic towing cable will prove satisfactory in this regard. In no case will the hos a of a high-velocity water cleaning machine be allowed for use as a tow cable. At the Contractor's discretion or at the direction of the Engineer, the camera shall be stopped and/or backed up to view and analyze conditions that appear unusual or uncommon to a good sound sewer. The operating technician shall at all times be able to move the camera through the line in either direction without loss of quality in the video presentation on the monitor. The picture at all times shall be free of electrical interference and provide a clear, stable image of the resolutions specified. D Video tape recording of all sewer line inspections shall be made on magnetic tape which meet or exceed the following specifications; , 1/2-inch width, 1,200 feet in length, 5-1/8 inch reels, and enclosed in vinyl plastic boxes. The composite video and audio tape recordings of the sewer line inspections shall conform with E.I.A.J. , Type i Standards and be compatible for replay on helical scan tape recorders. The replay of the recorded video information, when reviewed on a monitor receiver, shall be free of electrical interference and provide a clear, stable image with horizontal resolution of 400 lines and a grey scale rendition of at least eight shades of grey. To ascertain that the equipment to be used in this survey meets the minimum re- quirements, a video tape of a suitable test pattern will be required prior to initiation of work and at intervals during the project. The audio portion of the composite signal shall be sufficiently free from electrical interference and background noise to provide complete intelligibility of the oral report. Audio reports shall be recorded by the operating technician on the video tapes as they are being produced and shall include the location of the sewer, the names or numbers of the manholes involved, a manhole-to-manhole direction of travel, and a descriptor of the conditions in the sewer line as they are encountered. In no case will dubbing of the audio portion be allowed after the survey. The video taping and the monitoring equipment shall have the capability to instantly review both video and audio quality of the video tape pro- ductions at all times during the television survey. The purpose of the video tape recording shall be to supply a permanent visual and audio record of the manhole section surveyed, and the video tapes shall become the property of the Owner upon completion of the project. y n yr61 { z lE-b ' '002 t E Printed location records shall be kept by the Contractor and will clearly show the exact location in relation to the adjacent manholes of each infiltration point, building sewer connections, all joints which are infiltrating or exhibit other unusual conditions, and collapsed sections of pipe. Measurement for location of defects shall be moni- tored at ground level by means of a meter device. Marking on cable or the like which will require interpolation for the depth of the man- hole will not be allowed. Measurement meters and all measurements will be accurate to two-tenths of one foot. F The Contractor shall then make all necessary replacements and re- pairs In order that the sewer meet the infiltration requirements. Once necessary repairs are completed, these sections shall be re- inspected. 1.16 AUDIO VIDEO INSPECTION OF SITE A Prior to start of construction, the Contractor shall inspect the working areas and record on audio video tape a detailed account of the existing conditions. B The inspection shall be recorded on 16 mm tape with sound. Sufficient equipment shall be supplied to give the capability of instant audio video replay of any area inspected. C Upon completion of the project, the tapes shall become the property of the Owner. 1.17 CONTRA COSTA COUNTY STANDARDS A A copy of the County Standards may be obtained at the Public Works Department office on the 6th Floor, County Administration Building at Pine and Escobar, Martinez, California 94553. r1. 18 CENTRAL CONTRA COSTA SANITARY DISTRICT STANDARDS A A copy may be purchased from the said District at 1250 Springbrook, Walnut Creek, California 94596. OCK62 g IE-7 3 ,Jr SECTION IF MEASUREMENT AND PAYMENT PART 1: GENERAL M1.01 GENERAL BID A The work of Unit I of the Proposal shall include the furnishing of all labor, materials, equipment, and incidentals by the Contractor re- quired to construct the Wastewater Collection System in its entirety but excluding the work of Unit 2 as shown on the Drawings and as specified in Divisions 1 through 16. B The work of Unit 2 of the Proposal shall include the furnishing of all labor, materials, equipment, and incidentals by the Contractor re- quired to construct the Interim Treatment Facilities in their entirety as shown on the Drawings and as specified in Divisions 1 through 16. UNIT 1 - SCHEDULE A -- FURNISH AND INSTALL 1.02 SEWER PIPE AND APPURTENANCES (Items 1 through 12 and 16) A Measurement 1. 12-inch, 10-inch, and 8-inch sewer pipe, when furnished and installed, excavated and backfilled, and tested and accepted will be measured for payment by the Engineer. Measurement for payment does not signify that the sewer line is accepted. Measure- ment for length will be along the center line of the pipe and will continue through manhole openings to the center of manholes. Measurement for depth shall be from the ground surface existing at the time of excavation for pipe installation, as determined by the Engineer, to the invert of the pipe. 2. The quantity of lateral sewer connections (Item 16) to be paid for will be the number actually installed and accepted by the Engineer. 3. Plugged stubs in manholes will be measured as 3.0 feet of pipe. B Payment 1. Payment for furnishing and installing the various sizes of sewer pipe, as outlined in the Proposal, will be made for the respective quantities, as determined above, at the applicable price per linear foot bid under Items 1 through 12 in the Proposal, which price and payment shall be full compensation for trench excavation, r, drainage, backfilling, restoring the trench surface to grade, for 00463 1 3 furnishing bedding, including screened gravel, laying, jointing, cleaning and testing the pipe and all incidental work including test pits, sheeting, bracing, loaming and seeding, and all else inci- dental thereto, for which separate payment is not provided under other items in the Proposal 2. Payment will be made for pipe only when it is installed in the ground and no proportional payment shall be made to the Contractor for pipe on the site, but not yet installed. 3. Payment for furnishing and installing lateral sewer connections, where directed by the Engineer, will be made for the quantity as above-determined at the respective unit price under Item 16 in the Proposal, which price and payment shall be full compensation , for furnishing and installing the fittings, plugs, concrete encase- ment, screened gravel base, cutting the sewer pipe, if necessary, and all else incidental thereto, for which separate payment is not provided under other items in the Proposal 1.03 MANHOLES (Item 13) A Measurement , 1. Precast concrete manholes with cast-in-place or precast bases , 4-ft. in diameter (Item 13) will be measured for payment as the actual number of manholes installed. B Payment 1. Payment for furnishing and installing precast concrete manholes complete in place will be made for the quantity as determined , above at the price bid per manhole for Item 13 in the Proposal, which price and payment shall be full compensation for all ex- cavation and backfill, sheeting, bracing, furnishing and installing precast sections, frames and covers, screened gravel subbase, concrete and masonry materials, including the cast-in-place base portion for the precast manholes, water stops as specified, and , all else incidental thereto for which separate payment is not provided under other items. 1.04 DROP MANHOLE CONNECTIONS (Item 14) A Measurement 1. Drop manhole connections (Item 14) will be measured as those , actually installed. Measurement will be the same regardless of size or type of structure the drop connection is attached to, B Payment 1. Payment for furnishing and installing drop manhole connections complete in place will be made for the quantity as above-deter- y mined at the unit price bid under Item 14 in the Proposal, which , s 00461 1F-2 ; i price and payment shall be full compensation for materials and labor required to complete the item including screened gravel base, concrete encasement, additional excavation and all else incidental thereto for which separate payment is not provided under other items. 1.05 FLOW METERS (Item 15) A Measurement 1. Concrete manholes with Palmer-Bowles flumes (Item 15) will be measured as those actually installed. Measurement will be the same regardless of throat width of flume. B Payment 1. Payment for furnishing and installing flow meters in manholes complete in place will be made for the quantity as above deter- mined at the unit price under Item 15 in the Proposal, which price and payment shall be full compensation for materials and labor required to complete the item as specified and shown on the Drawings. 1.06 FORCE MAINS AND APPURTENANCES (Items 17, 19, and 20) A Measurement 1. Force main of the size specified on the bid sheet (Items 17, 19, 20) will be measured in place, on a linear foot basis. Measure- ment will be along the main center line without deduction for fittings. Measurement for payment does not signify acceptance of the pipe line. 2. Fittings will not be measured as a separate item. B Payment 1. Payment for furnishing and installing pipe of the type and size specified on the bid sheet will be made for the quantities as measured in place on a linear foot basis for Items 17, 19, and 20. This price will be full compensation for furnishing and installing pipe and fittings, jointing, gravel bedding where re- quired, water handling, excavation, sheeting and bracing, back- filling, restoring the trench surface to grade, disposal of ex- cavated materials, loaming and seeding, and all work required for or incidental to the satisfactory completion of the items for which payment is not provided under other items, including furnishing and placing concrete thrust blocks and reinforcing steel. 2. Payment will be made for pipe only when it is installed in the ground, and no so-called proportional payment shall be made to the Contractor for pipe on the site but not yet installed. 1F-3 00265 y, 1.07 SLOUGH CROSSING (Items 18 and 22) , A Measurement 1. Measurement for payment for the Bethel Island Road Bridge Crossing (Items 18 and 22) shall be on a lump sum basis for the 8-inch welded steel pipe between the limits as shown and detailed on the Drawings and herein specified. This includes appurte- nances such as expansion joints, air release and vacuum valves, insulating joints, etc. B Payment 1. Payment of the lump sum price for the slough crossing (Items 18 , and 22) shall be full compensation for all labor, materials and equipment required to do all work to complete the slough crossing between the limits as shown and detailed on the Drawings and as specified under Section 20. Work shall include furnishing and installing the 8-inch welded steel pipe, fittings, supports and valves, restoring the banks of the river and any other areas dis- turbed, cleaning and testing of the pipes, cleaning the site of all , debris, and all else incidental thereto, for which separate payment is not provided under other items in the Proposal. 1.08 SHEETING AND BRACING (Item 21) A Measurement 1. Measurement for payment for sheeting and bracing will be on a square foot basis, with the depth measured from the ground surface. B Payment 1. Payment for sheeting and bracing (Item 21) shall be for the quantity as above determined, measured in square feet, at the price per square foot for Item 21 in the Proposal, which price and payment shall be full compensation for all labor and materials to furnish, Install and remove the sheeting and bracing as specified. 1.09 AUDIO-VIDEO TAPE OF PROJECT SITE (Item 23) A Measurement 1. Measurement for payment for the audio-video tape of the project site (Item 23) shall be on a lump sum basis. The tape shall be as detailed in the specifications. B Payment 1. Payment of the lump sum price for the audio-video tape of project site (Item 23) shall be full compensation for all labor, materials , and equipment required to do all work to complete the work as , r detailed in the specifications. > V. 1F-4 00266 j. t x 1.10 CLOSED CIRCUIT INSPECTION OF GRAVITY SEWERS (Item 24) A Measurement 1. Measurement for payment for the closed circuit inspection of gravity sewers (Item 24) shall be on a lump sum basis. The inspection shall be as detailed in the specifications. B Payment 1. Payment of the lump sum price for the closed circuit inspection of gravity sewers (Item 24) shall be full compensation for all labor, materials and equipment required to do all work to com- plete the work as detailed in the specifications. 1.11 PAVEMENT (Items 25 and 26) A Measurement 1. Temporary pavement replacement (Item 25) as detailed in Section 2G, measurement for payment shall be the actual number of square yards placed as directed by the Engineer. 2. Permanent pavement placement (Item 26) as detailed in Section 2G, measurement for payment shall be the actual number of square yards placed as directed by the Engineer. Item 26 will include the subbase, pavement itself and finishing. B Payment 1. Payment for temporary pavement replacement (Item 25), will be made for the quantity as above determined, measured in square yards, at the price per square yard bid for Item 25 in the Proposal, which price and payment shall be full compensation for cleaning and preparing the surface of the gravel base, furnishing, placing and maintaining the temporary pavement, including labor, mate- rials, and all else incidental thereto for which payment is not provided under other items. 2. If a greater or lesser thickness of temporary pavement is placed by order of the Engineer, payment shall be prorated on the basis of the thickness actually placed. 3. Payment for permanent pavement replacement (Item 26) will be made for the quantity as above determined, measured in square yards, at the price per square yard bid for Item 26 in the Proposal, which price and payment shall be full compensation for removing tempo- rary pavement, cutting and priming the edges of existing pavement, reforming gravel base, placing subbase for Items 25 and 26 fur- nishing, placing and compacting the bituminous concrete, resetting manhole frames and all other castings. and finishing as specified and all else incidental thereto for which payment is not provided under other items. ocr.<s 1 1F-5 1 .t �i 4. If permanent pavement greater or lesser than the thickness indi- cated in the Proposal is placed, by order of the Engineer, payment shall be prorated based on the thickness actually placed. 5. Payment under Items 25 and 26 shall include all costs of furnishing, storing, and applying calcium chloride as required for dust control. 1.12 DRIVEWAY REPLACEMENT (Item 27) A Measurement 1. Measurement for restorative work (Item 27) shall be the actual number of square yards placed. The work shall be to restore the site to at least equal its original condition. B Payment 1. Payment for the restorative work (Item 27) shall be made for the quantity as above determined, measured in square yards, at the price per square yard bid for Item 27 in the Proposal, which price and payment shall be full compensation for all labor, materials, and equipment required to do all the work to restore the site to equal or better than its original condition. 1.13 CONCRETE ENCASEMENT (Item 28) , A Measurement 1. Measurement of concrete placed as pipe encasement (Item 28) shall be the number of cubic yards actually placed. Placement shall be as shown on the Drawings and/or as directed by the Engineer. B Payment 1. Payment for concrete encasement (Item 28) shall be for the quantity as above determined, measured in cubic yards, at the price per cubic yard bid for Item 28 in the Proposal, which price and payment shall be full compensation for all labor and materials to furnish and install the concrete as specified. 1.14 CONSTRUCTION OF PUMP STATIONS (Items 29 through 45) A Measurement and Payment 1. Payment of the lump sums agreed on in the Proposal (Items 29 through 45) shall be full compensation for furnishing all labor, materials, equipment and incidentals required to complete the construction of each pumping station complete as specified above. Payment shall include compensation for all excavation, backfill, drainage and dewatering, fill and grading, complete including , plug valve and box and connection to force main and gravity sewers as shown on the Drawings. Work shall also include all other �a c , M 1F-6 004.00 =' appurtenances and related work which is not specified or shown but which is required to complete the work of Items 29 through 45 as shown on the Drawings and as specified herein. 2. Force main shall be paid for under items 17 through 20. 1.15 INSTALL RADIO ALARM SYSTEM (Item 46) A Measurement and Payment 1. Payment of the lump sum agreed on in the Proposal (Item 46) shall be full compensation for furnishing all labor, materials, equip- ment and incidentals required to complete the radio alarm system as specified in Section 15G. 1.16 MISCELLANEOUS WORK (Item 47) iA Measurement and Payment 1. Payment of the lump sum established in the Proposal (Item 47) shall be full compensation for all labor, materials, and equipment required to do all the work specified under Section 20 and as shown on the Drawings and any other miscellaneous work not specifically included for payment under any other item but obviously necessary to complete the Contract. Partial payments shall be based on the breakdown of the item as required in Section 20. 1.17 EXTRA WORK (Item 48) A Extra work, if any, will be performed in accordance with Article 15 of the General Conditions and will be paid for in accordance with the provisions of that article out of the extra work Contingency Allowance (Item 48). UNIT I - SCHEDULE B 1.18 SEWER PIPE ADDITIONAL COSTS (Item 1 through 4) A The Contractor shall supply unit prices (additional per lineal foot) of installing the increased sizes as listed in Schedule B over those shown on the plans and priced as per Schedule A. The Contractor's total price for installing the increased sewer pipe sizes shall be the sum of the prices shown in Schedule A and Schedule B. 1. 19 FORCE MAIN ADDITIONAL COSTS (Items 5 through 8) A The Contractor shall supply unit prices (additional per linear foot) of installing the increased sizes as listed in Schedule B and shown on the plans, over those listed in Schedule A. The Contractor's total price for installing the increased force main sizes shall be the sum of the prices shown in Schedule A and Schedule B. A list of the force mains requiring alternate bids based on increased sizes is as follows: 1F-7 000co 1. s i FOR CONTRACTOR'S GUIDANCE , Drawing No. Schedule A Schedule B & Drawings Length, ft. 1, 49, 63 8 10 2,370 and slough crossing 3, 4 6 8 2,730 , 16, 17 4 6 1,975 , 19, 20, 21 4 6 2,425 26, 27 4 6 1,235 28, 29, 30, 31 4 6 2,710 34, 35 4 6 1,590 , 40, 41 4 6 2,470 12,405 , UNIT 1 - SCHEDULE C 1.20 MISCELLANEOUS UNIT PRICES (Items 1 through 4) A The Contractor shall supply the required unit prices as a basis for payment for any additional work performed by the Contractor at the request of the Engineer during construction. UNIT 2 , 1.21 EARTHWORK AND RIPRAP (Item 1) , A Measurement and Payment 1. Payment of the lump sum agreed on in the Proposal (Item 1) shall , be full compensation for furnishing all labor, materials, equip- ment and incidentals required to complete the new dike, riprap, , and new fill and graded areas of the treatment facilities as speci- fied and shown on the Drawings. 1.22 INFLUENT PIPING AND APPURTENANCES (Item 2) A Measurement 1. Measurement for 14-inch influent piping (Item 2) shall be the , quantity actually installed, measured in linear feet. Placement shall be as shown on the Drawings. B Payment 1. Payment for the influent piping (Item 2) shall be made for the , quantity as above determined, measured in linear feet, at the price per linear foot bid for Item 2 in the Proposal, which price y and payment shall be full compensation for trenching, assembling , 1 1F-8 00270 pipe, backfilling and other incidental work including a discharge slab, necessary to install the pipe as shown on the Drawings. 1.23 TRANSFER PIPING (Item 3) A Measurement 1. Measurement for the 16-inch transfer piping (Item 3) shall be for the actual quantity installed, measured in linear feet. Placement and slope shall be as shown on the Drawings. B Payment 1. Payment for the transfer pipe (Item 3) shall be for the quantity as above determined, measured in linear feet, at the price per linear foot bid for Item 3 in the Proposal, which price and payment constitutes full compensation for trenching, assembling pipe, back- filling and slope restoration. 1.24 FURNISH AND INSTALL PLANT EFFLUENT FORCE MAIN (Item 4) A Measurement 1. Measurement for the effluent force main (Item 4) shall be for the quantity actually installed, measured in linear feet, and as shown on the Drawings. B Payment 1. Payment for the effluent force main shall be for the quantity as above determinedt measured in linear feet, at the price per linear foot bid for Item 4 in the Proposal, which price and payment constitute full compensation for trenching, assembling pipe, backfilling and restoration of site. 1.25 TRANSFER BOX, WEIR, SLIDE GATE AND ASSOCIATED PIPING (Item 5) A Measurement and Payment 1. Payment of lump sum agreed on in the Proposal (Item 5) shall be full compensation for furnishing all labor, materials, equipment and incidentals required to complete the transfer box, weir, slide gate and associated piping as specified herein and shown on the Drawings. 1.26 BAFFLES (Item 6) A Measurement and Payment i, Payment of lump sum agreed on in the Proposal (Item 6) shall be for full compensation for furnishing, all labor, materials, equip- ment and incidentals required to complete the baffles as shown on the Drawings. 77r Y. 1F-9 002t., 3 a 'w" 1.27 MECHANICAL AERATORS AND APPURTENANCES (Item 7) , A Measurement and Payment 1. Payment of lump sum agreed on in the Proposal (Item 7) shall be full compensation for furnishing all labor, materials, equipment and incidentals required to install the mechanical aerator as speci- fied herein and shown on the Drawings. 1.28 EFFLUENT PUMP STATION (Item 8) A Measurement and Payment , 1. Payment of lump sum agreed on in the Proposal (Item 8) shall be , full compensation for furnishing all labor, materials, equipment, and incidentals required to construct the effluent pump station, complete including earthwork structure, pumps, controls, inlet , piping, etc. as specified herein and shown on the Drawings. 1.29 CHLORINATION SYSTEM (Item 9) , A Measurement and Payment 1. Payment of lump sum agreed on in the Proposal (Item 9) shall be for full compensation for furnishing all labor, materials, equip- ment, and incidentals necessary to install the chlorination system as shown on the Drawings and specified herein. , 1.30 FLOW SAMPLING EQUIPMENT (Item 10) A Measurement , 1. Measurement for flow samplers shall be the actual number of samplers installed. , B Payment 1. Payment for the flow sampling equipment (Item 10) shall be for , the quantity as determined above, measured in units, at the price per unit bid for Item 10 in the Proposal, which price and payment constitutes full compensation for furnishing, assembling, and , installing the samplers as specified herein and shown on the Drawings. 1.31 INFLUENT STRUCTURE (Item 11) , A Measurement and Payment 1. Payment of lump sum agreed on in the Proposal (Item 11) shall be for full compensation for furnishing all labor, materials, equip- ment, and incidentals necessary to construct the influent structure, , including the flow measuring and receiving instruments, as shown on the Drawings. 002'72 1F-10 1.32 ELECTRICAL WORK (Item 12) A Measurement and Payment 1. Payment of lump sum agreed on in the Proposal, (Item 12) shall be for full compensation for furnishing all labor, materials, equip- ment, and incidentals necessary to complete the required electrical work so as to bring power to all of the newly installed equipment. 1.33 MISCELLANEOUS WORK AND CLEANUP (Item 13) A Measurement and Payment I. Payment of the lump sum established in the Proposal under Item 13 shall be full compensation for all labor, materials and equip- ment required to do all the work specified. under Section 20 and as shown on the Drawings and any other miscellaneous work not specifically included for payment under any other item but obviously necessary to complete the Contract. Partial payments shall be ebased on the breakdown of the item as required in Section 2Q. 1.34 EXTRA WORK (Item 14) A Extra work, if any, will be performed in accordance with Article 15 of the General Conditions and will be paid for in accordance with the provisions of that article out of the extra work Contingency Allowance (Item 14). Y SECTION 2A CLEARING, GRUBBING AND STRIPPING jPART 1; GENERAL 1.01 SCOPE OF WORK A The Contractor shall perform all clearing, grubbing and stripping, complete as specified herein. B The Contractor will be allowed to remove only the trees and bushes necessary for his construction operations. The Contractor shall obtain the permission of the Engineer before removing each tree and shall be expected to save as many trees as is possible. C Bidders are required to ascertain the extent of the clearing and grubbing by inspection of the site and reference to the contract documents. 1.02 SPECIFICATIONS A Unless otherwise specified, materials and workmanship requirements shall conform to the latest revision of the Standard Specifications as issued by the Central Contra Costa Sanitary District. 1.03 CLEARING AND GRUBBING A Except as otherwise directed, cut, grub, remove and dispose of paving, vegetation and any other objectionable material within the limits re- quired for construction. All vegetation including roots shall be grubbed and removed from areas to be occupied. B The Contractor shall protect the areas and trees designated by the Engineer. Trees designated to remain shall be protected from damage by construction operations by erecting suitable barriers. C Areas outside the limits of clearing, including public areas, shall be protected. No equipment or materials shall be stored or allowed to damage these areas. D Roots, trees, limbs, or other vegetation shall not be buried in any fills or backfills. 1.04 STRIPPING A In areas so designated, topsoil shall be stockpiled. Topsoil so stock- piled shall be protected until it is placed as specified. Any topsoil remaining after all work is in place shall be disposed of by the Contractor. '= V �_1 00274 8 JA 1.05 DISPOSAL OF MATERIALS , A If the land owners desire the timber or small trees, the Contractor shall cut and neatly pile it in 4-foot lengths for removal by the land owner; otherwise the Contractor shall dispose of it by hauling away from the project site. B All tree trunks, limbs, roots, stumps, brush, foliage and other vege- tation shall become the property of the Contractor and removed and disposed of by him off the project site. Burning or burying will not , be permitted. !c n F'' t F 1, � '� ■ w�. 0273 i SECTION 2B EARTH EXCAVATION AND BACKFILL PART 1: GENERAL 1.01 SCOPE OF WORK A Furnish all labor, materials, equipment, and incidentials necessary to perform all excavation, backfill, fill, compaction, grading and de- watering required to complete the work shown on the Drawings and/or specified here. B Excavation shall provide suitable room for installing pipe, structures and appurtenances. Pavement shall be cut with pneumatic chisels along straight lines before excavating. C The Contractor shall furnish and ;dace all sheeting, bracing, and sup- ports and shall remove from the excavation all materials which the Engineer may deem unsuitable for backfilling. The bottom of the excavation shall be firm and acceptably dry. The Contractor will deposit gravel for pipe bedding, or gravel refill for excavation below grade, directly on the bottom of the trench immediately after excavation has reached the proper depth and before the bottom of the trench has become softened or disturbed by any cause whatever. The length of open trench shall be related closely to the rate of pipe laying. All excavation shall be made in open trenches. 1.02 WORK IN OTHER SECTIONS ` A Excavation below normal grade and gravel refill is specified in Section 2C. B Bank-run and screened gravel is specified in Section 2D. C Dewatering and drainage is specified in Section 2E. D Pavement replacement is specified in Section 2G. E Loaming and seeding is specified in Section 2J. F Lumber left in place is specified in Section 2F. 1.03 SPECIFICATIONS A Unless otherwise specified, materials and workmanship requirements shall conform to the latest revision of the Standard Specifications as issued by the Central Contra Costa Sanitary District. 1.04 PERMITS y' A The Contractor shall be required to obtain,a Cal. OSHA permit prior i# to the start of construction. 2B-1 00276 PART 2: PRODUCTS (None this section) PART 3: EXECUTION 3.01 DISPOSAL OF MATERIALS , A Excavated material shall be stacked without excessive surcharge on , the trench bank or obstructing free access to hydrants and gate valves. Inconvenience to traffic and abutters shall be avoided as much as possible. Excavated material shall be segregated for use in backfilling as specified below. , B Surplus excavated material which, in the opinion of the Engineer, is suitable for use in backfilling shall be stockpiled at a satisfactory site to be obtained by the Contractor to be used as required. Unsatisfactory surplus material including paving, rock or boulders and other material, as directed by the Engineer, shall be disposed of by the Contractor. C It is expressly understood that no excavated material shall be removed , from the site of the work or disposed of by the Contractor except as directed by the Engineer. When removal of surplus material has been approved by the Engineer, the Contractor shall dispose of such surplus material. D Should conditions make it impracticable or unsafe to stack material , adjacent to the trench, the material shall be hauled and stored at a location provided by the Contractor. When required, it shall be re- handled and used in backfilling the trench. No extra compensation will , be made for rehandling material. 3.02 SHEETING AND BRACING , A The Contractor shall furnish, put in place, and maintain sheeting and bracing required to support the sides of the excavation and prevent loss , of ground which could damage or delay the work or endanger adjacent structures. If the Engineer is of the opinion that at any point sufficient or proper supports have not been provided, he may order additional supports placed at the expense of the Contractor. Compliance with , such order shall not relieve the Contractor from his responsibility for the sufficiency of such supports. Care shall be taken to prevent voids outside of the sheeting, but if voids are formed, they shall be imme- diately filled and rammed, B The Contractor will be permitted to use steel sheeting in lieu of wood sheeting for the entire job wherever the use of sheeting is necessary. , All steel sheeting employed in this manner will be withdrawn. The cost for use of steel sheeting will then be included in the bid items for pipe, and shall include full compensation for driving, bracing and later re- , moval of steel sheeting. Steel sheeting shall be left in place if ordered in writing by the Engineer. 2 NOW 7 B-2 ��T i C Wood sheeting is specified in Section 2F. D The Contractor will be permitted to use a metal shield or any other system which is adequate by the Division of Industrial Safety's Con- struction Safety Orders and approved by the Engineer. 3.03 TEST PITS A The Contractor may be required to excavate test pits for the purpose of locating underground utilities or structures as an aid in establishing the precise location of new work. Test pits shall be backfilled as soon as the desired information has been obtained. The backfilled surface shall be maintained in a satisfactory condition for travel until resur- faced as hereinafter specified. B Excavation of test pits shall be considered work incidental to furnishing and laying sewer pipe and shall be done where directed by the Engineer at a unit cost as established in the bid proposal. C If, for any reason, a test pit is left open for any period of time, it shall t be properly barricaded and lighted by the Contractor, when directed by the Engineer. 3.04 DEWATERING AND DRAINAGE A Dewatering and drainage is specified in Section 2E. 3.05 TRENCH EXCAVATION A Excavation shall be made for all trenches which are required for the installation of pipes and manholes. B The Contractor shall make excavations to the depth indicated on the Drawings and in such a manner and to such widths as will give suitable room for laying the pipe within the trenches, for bracing and support- ing, and for pumping and drainage facilities; and he shall render the bottom of the excavations firm and acceptably dry and in all respects acceptable to the Engineer. C The trench may be excavated by machinery to, or just below the desig- nated subgrade provided that the material remaining in the bottom of the trench is not more than slightly disturbed. 3.06 BACKFILLING A Screened gravel, as specified in Section 2D, shall be placed on the bot- tom of the trench to a depth of at least six (6) inches, for pipe bedding. As soon as practicable after the pipe has been laid and jointed, back- filling shall begin and thereafter be prosecuted expeditiously. Screened gravel, as specified in Section 2D, shall be placed in lifts of no more than eight (8) inches to a depth of six (6) inches over the pipe. As the screened gravel is placed, it shall be compacted by suitable methods. 002'1 2B-3 { t B After the required screened gravel bedding has been placed over the , pipe, backfill material (moisture conditioned to slightly in excess of optimum) free from stones 6-inches in diameter or greater and other foreign and organic material, shall be placed in lifts no greater than 8 inches in the remainder of the trench. Backfill shall be thoroughly compacted as indicated on the Drawings by suitable methods approved by the Engineer. , C Where the pipes are laid cross country, the trench shall be filled with suitable backfill material and mounded 2 inches above the existing grade or as directed. Wherever a loam or gravel surface exists prior to cross country excavations, it shall be removed, conserved, and replaced to the full original depth as part of the work under the pipe items. In some areas it may be necessary to remove excess material during the clean-up process, so that the ground may be restored to its original level and condition. If the Contractor prefers not to store loam or topsoil he shall replace It with loam or topsoil of equal quality and in equal quantity. D Where the pipes are laid in streets, the remainder of the trench above the bedding and up to a depth of 1 foot below the bottom of the specified paving shall be backfilled with suitable material and thoroughly compacted , by water-jetting, puddling, rolling, or ramming as the Engineer may direct. The last 1-foot layer shall be aggregate base as specified in Section 2G, thoroughly compacted as shown on the Drawings. E Water jetting or puddling shall be used in preference to other methods unless the refill contains an unacceptable proportion of clay or loam to , permit satisfactory drying. Water jetting shall consist of using a suitable length of pipe at least 1-1/4-inches in diameter fitted with quick acting valve and sufficient hose to connect to hydrant or pump having adequate pressure and capacity. The full depth of backfill shall be thoroughly inundated by thrusting the pipe into the fill at frequent intervals with the valve open until all slumping ceases. Where backfilling is compacted by puddling, it shall be done by depositing in water. The Contractor shall make arrangements for obtaining water for jetting or puddling. F The Contractor will also be allowed to backfill in deep lifts (greater than 3 feet) in order to prevent caving and then compact the backfill , by a cycle of watering and dewatering the backfilled trench. This will only be allowed if the backfill material consists of clean sand containing less than 8 percent fines, or material that will pass through a number 200 sieve. G If water restrictions are in force, the Contractor shall compact the , backfill by other approved methods at no additional cost to this Contract. H If rolling is employed, it shall be by use of a suitable roller or tractor, being careful to compact the fill throughout the full width of the trench. , Where other methods are not practicable, compaction shall be by use of hand or pneumatic ramming with tools weighing at least 20 lbs. The method shall consist of one man ramming for each man shoveling back- , fill into trench, the material being spread and compacted in layers not over 6 inches thick. If necessary, sprinkling shall be employed in 2B-4 002 19 conjunction with rolling or ramming. If backfilling is done by machine, it shall be conducted in a manner to obtain results equal to those ob- tained by other methods described above. I Backfill around force mains shall be placed in 6-inch layers and com- pacted by use of hand ramming with tools weighing at least 20 lbs. The backfill shall be thoroughly compacted around the force main as shown on the Drawings. J Subject to the approval of the Engineer, stones, maximum size not exceeding 4 inches, may be used in trench backfill providing that the quantity in the opinion of the Engineer, is not excessive. Rock frag- ments shall not be placed until the pipe has at least 2 feet of earth cover. Small stones and rocks shall be placed in thin layers alternating with earth to insure that all voids are completely filled. Filling shall not be dropped into the trench in a manner to endanger the pipe. * Asphalt paving shall not be placed in backfilling unless specifically permitted, in which case it shall be broken up as directed. * All road surfaces shall be broomed and hose-cleaned immediately after backfilling. Dust control measures, as specified under Section ZG shall be employed at all times. 3.07 RESTORING TRENCH SURFACE A Where the trench occurs adjacent to paved streets, in shoulders, side- walks, or in cross country areas, the Contractor shall thoroughly consolidate the backfill and shall maintain the surface as the work progresses. If settlement takes place, he shall immediately deposit additional fill to restore the level of the ground. Adjacent to streets and highways, the top 12-inch layer of trench backfill shall consist of compacted gravel. If, in the opinion of the Engineer, the top 12-inch layer is unsuitable for use as shoulder material, he may order the Con- tractor to remove this layer and to provide gravel which will be paid for as specified under the gravel items. B The surface of any driveway or any other area which is disturbed by the trench excavation and which is not a part of the paved highway shall be restored by the Contractor to a condition at least equal to that existing before work began. C In sections where the sewer passes through grassed areas, the Con- tractor shall, at his own expense, remove and replace the soil, or shall loam and seed the surface to the satisfaction of the Engineer. The depth of loam replaced shall be at least equal to that removed by the Contractor in his trenching operations, but in no event shall it be placed less than 4-inches in depth. 3.08 PROTECTION A Guard rails, curbing and fencing in the vicinity of the Contractor's operations shall be adequately protected, and if necessary removed and restored after backfilling. All curbing, fencing or guard rails which are damaged during construction shall be replaced with material fully equal to that existing prior to construction. 2B-5 00280 SECTION 2C EXCAVATION BELOW NORMAL GRADE AND GRAVEL REFILL PART 1: GENERAL 1.01 SCOPE OF WORK A If in the opinion of the Engineer, the material at or below the normal grade is unsuitable for foundation, it shall be removed to the depth directed by the Engineer and replaced by screened gravel. B Screened gravel for pipe bedding is not included in the scope of work under this section. 1.02 WORK SPECIFIED IN OTHER SECTIONS A Excavation and backfilling including requirements for sheeting and bracing and maintaining the trench is specified in Section 2B. PART 2: PRODUCTS 2.01 MATERIALS A Bank-run and screened gravel or sand shall be as specified in Section 2D. B Dewatering and drainage shall be as specified in Section 2E. PART 3: EXECUTION 3.01 EXCAVATION AND DRAINAGE A Whatever the nature of unstable material encountered or the ground- water conditions, trench drainage shall be complete and effective. B If the Contractor excavates below grade through error or for his own convenience, or through failure to properly unwater the trench, or disturbs the subgrade before unwatering is sufficiently complete, he may be directed by the Engineer to excavate below grade as set forth in the preceding paragraph, in which case the work of excavating below grade and furnishing and placing the refill shall be performed at his own expense. Excavation below grade shall not exceed five (5) feet. 3.02 REFILL A If the material at the level of trench bottom consists of fine sand, sand and silt, peat, or soft earth which may work into the screened gravel T L s' 00261 i r notwithstanding effective drainage, the subgrade material shall be re- moved to the extent directed and the excavation refilled with coarse sand, or a coarse, clean gravel to form a filter layer preserving the voids in the gravel bed of the pipe. The gravel shall be as specified in Section 2D (bank-run) and shall be approved by the Engineer prior to , thoroughly compacted. placement. If coarse sand is used, it shall be placed in 6-inch layers r ' r r 1 r 1 ( 3 i UZ r 1 r c; r 00282 r SECTION 21) BANK-RUN AND SCREENED GRAVEL PART 1: GENERAL 1.01 SCOPE OF WORK A The Contractor shall furnish and install gravel for miscellaneous uses as shown on the Drawings, as called for in the Specifications, or as may be directed in writing by the Engineer. B Sizes, types and quality of gravel are specified in this section, but its use for bedding pipe, replacement of unsuitable material, pavement shoulders, and similar uses is specified in detail elsewhere in the Specifications. The Engineer may order the use of gravel for purposes other than those specified in other sections if, in his opinion, such use is advisable. PART 2: PRODUCTS 2.01 MATERIALS A Bank-run gravel shall consist of hard, durable, clean stone and gravel essentially free from loam and clay, and uniformly graded. The grading of sizes and material shall be such that the gravel may be thoroughly consolidated. The grading shall conform to the following limits: 1/2-inch minimum to 1-1/2-inch maximum sizing. B Screened gravel shall consist of hard, durable, round particles of proper size and gradation, and it shall be free from sand, loam, clay, excess fines, and deleterious materials. The size of the particles shall be graded to conform to the following requirements; 1. 3/8-inch 100 percent Z. No. 4 80 to 100 percent 3. No. 8 65 to 85 percent 4. No. 16 40 to 65 percent 5. No. 30 20 to 45 percent 6. No. 200 0 to 8 percent PART 3: EXECUTION 3.01 INSTALLATION A Bank-run gravel shall be placed on firm, solid, acceptably dry trench bottom and shall be placed to the depths specified or shown in order to establish a firm base for the pipe bedding material. 2D-1 00283 e B Place screened gravel under, around, and over pipe as shown on the , Drawings and as may be directed by the Engineer, 17 zi a. t 00281 �� >2D 2) SECTION 2E DEWATERING AND DRAINAGE PART 1: GENERAL 1.01 SCOPE OF WORK A The Contractor shall provide adequate and satisfactory dewatering and drainage of excavations and shall furnish all material and equipment and do all incidental work required in conjunction with the furnishing and installing and maintaining of same to permit proper construction of the pumping stations, collection system and interim wastewater treatment plant. The Contractor may choose any satisfactory method he wishes for handling groundwater or surface water encountered in the work provided they are acceptable to the Engineer, and shall assume all responsibility for the adequacy of the methods, materials, and equipment employed. The method for adequately draining the work shall not be begun until the Engineer is assured that the proposed drainage methods will be adequate. The Contractor shall refer to Section 2B, and take all precautions necessary to prevent loosening or softening up of the subgrade. In this regard, the Contractor shall at all times be prepared to alter his construction method or order as directed by the Engineer. B The Contractor shall provide pumping equipment and devices to properly remove and dispose of all water entering trenches and excavations for structures. The grade shall be maintained acceptably dry until the structures to be built therein are complete. All dewatering required ' by pumping and drainage shall be performed without damage to the trench, pavements, pipes, electrical conduits or other utilities. 1.02 RELATED WORK NOT INCLUDED A Earth excavation and backfill is included in Section 2B. B Earth excavation below normal grade and gravel refill is included in Section 2C. C Bank-run and screened gravel is included in Section 2D. PART 2: PRODUCTS 2.01 MATERIALS (None this section) r 2E-1 PART 3: EXECUTION 3.01 GENERAL A The Contractor shall, at all times during construction, provide ample means and devices with which to remove promptly and dispose properly of all water entering trench and manhole excavations and keep them , acceptably dry until the structures to be built thereon are completed. All water pumped or drained from the work shall be disposed of in a suitable manner without damage to the sewer, pavements, pipes, elec- trical conduits, or any other work or property. Existing or new , sanitary sewers shall not be used to dispose of drainage. B Drainage shall be adequate. No pipe shall be laid in water. No masonry shall be laid in water, and no water shall be allowed to rise over masonry (either concrete or brick) within 24 hours after being placed. In no event shall water be allowed to rise s o as to set up unequal pres- sures in the structures until the concrete or mortar has set at least 24 hours. The Contractor shall constantly guard against the possibility of flotation of the pipe after being laid. He shall place adequate backfill promptly to prevent this occurrence, and his method of handling drain- , age and carrying on his operation shall always be adequate to prevent flotation. C If the Contractor elects to use underdrains for handling the water, he shall furnish and install the pipe and screened gravel, graded from coarse to fine and shall furnish and install all sumps, pumping equip- ment, etc. , to maintain the water level continuously at the required , elevation. Pipe underdrains shall also consist of employing sound extra-strength, vitrified perforated clay pipe laid with open joints and surrounded with graded screened gravel for the full width of trench, , and to a depth of 6 inches below the invert of underdrain. The invert of underdrains shall be placed 12 inches below the normal subgrade. Pipe underdrains shall have no permanent outlet, and shall be sealed at the completion of the work. The length of continuous underdrain to be used shall be limited by the Engineer as conditions require. The size of the underdrain pipes shall be approved by the Engineer. D An impervious bulkhead cutoff of clay or concrete shall be constructed , in the trench bottom between individual portions of the underdrainage system or as directed to interrupt the unnatural flow of groundwater , after construction is completed. All excavation below normal grade, if required primarily for the purpose of installing underdrains, together with the screened gravel and underdrain pipe, shall be understood to be apart of the drainage work to be done under the dewatering and , drainage item in the proposal. The Contractor shall continuously guard against the loss of earth up through subbase or into the under- drain and shall be prepared to alter his gravel size to provide a , satisfactory barrier or filter. E Wherever it proves adequate and is approved by the Engineer, the Contractor may handle the water by means of an underdrain consisting , of screened gravel without the use of a pipe constructed below the normal grade level, 2E-2 00283 F Where other methods of handling water would be inadequate, the Con- tractor can furnish and install the proper well point facilities, and maintain and operate them for the period required for construction and afterwards remove these facilities in an approved manner. The cost for well point facilities will be considered to be a part of the work done under the gravity sewer items in the Proposal. G Temporary dewatering wells consisting of galvanized iron casings of necessary diameter (6 to 12 inches) embedded in pea gravel or crushed rock can also be employed. The proper spacing of the dewatering wells for complete dewatering shall be determined by the Contractor. H Failure to provide adequate drainage for trenches may result in the necessity for the Contractor to do additional work of excavation below grade and refilling at his own expense, as described under Section 2C to which reference should be made. r { oil yil A Jr F A { 5 3 f t S � S h S L ry y A z � µ a� 3 r 1 :s2 s .F t { (J ' 2E 3 Y i $ - -. SECTION 2F LUMBER LEFT IN PLACE PART 1: GENERAL 1.01 SCOPE OF WORK The Contractor shall furnish and install shoring and sheeting when directed by the Engineer and as required by these Specifications. 1.02 WORK SPECIFIED IN OTHER SECTIONS A Excavation and backfill is specified in Section 2B. B Excavation below normal grade and gravel refill is specified in Section 2C. - C Bank-run and screened gravel is specified in Section 2D. PART 2: PRODUCTS 2.01 MATERIALS A Wood for shoring and sheeting shall be the required thickness for the California Construction Safety Code, and shall be fir, spruce, pine or hemlock, Grade 2, rough or planed surface, square edges or tongue and groove. PART 3: EXECUTION 3.01 INSTALLATION A The Contractor shall furnish, put in place, and maintain such sheeting and bracing as may be required to support the sides of excavations, to prevent any movement which could in any way diminish the width of the excavation brlow that necessary for proper construction, and to protect adjacent structures from undermining or other damage. If the Engineer is of the opinion that at any point, sufficient or proper sup.. ports have not been provided, he may order additional supports put in at the expense of the Contractor, and compliance with such order shall not relieve or release the Contractor from his responsibility for the sufficiency of such supports. Care shall be taken to prevent voids outside of the sheeting, but if voids are formed, they shall be imme- diately filled and rammed. B The Contractor shall leave in place to be embedded in the backfill all sheeting and bracing which the Engineer may direct him in writing to leave in place at any time during the progress of the work for the purpose 2F-I 00283 r fi of preventing injury to structures, utilities, or property, whether public , or private. The Engineer may direct that timber used for sheeting and bracing be cut off at any specified elevation. C All sheeting and bracing not left in place shall be carefully removed in r such manner as not to endanger the construction or other structures, utilities, or property. All voids left or caused by withdrawal of sheeting , shall be immediately refilled with sand by ramming with tools especially adapted to that purpose, by watering or otherwise as may be directed. D The right of the Engineer to order sheeting and bracing left in place , shall not be construed as creating any obligation on his part to issue such orders, and his failure to exercise his right to do so shall not re- lieve the Contractor from liability for damages to persons or property , occurring from or upon the work occasioned by negligence or otherwise, growing out of a failure on the part of the Contractor to leave in place sufficient sheeting and bracing to prevent any caving or moving of the ground. E No wood sheeting is to be completely withdrawn if driven below mid- diameter of any pipe, and under no circumstances shall any wood sheeting be cut off at a level lower than 1 foot above the top of any pipe, or higher than 5 feet below the ground surface. 7 i 00289 f 2F 2 M1 SECTION 20 PAVEMENT REPLACEMENT PART 1: GENERAL 1.01 SCOPE OF WORK A Furnish all labor, materials, equipment and incidentals required and remove and replace pavements over trenches excavated for installation of sewers as shown on the Drawings and/or specified herein. 1.02 RELATED WORK NOT INCLUDED A Earth excavation and backfill in trenches is included under Section 2B. B Screened gravel and bank-run gravel is included under Section 2D. 1.03 GENERAL A Remove existing pavements as directed. Pavement shall be cut with pneumatic chisels along a straight line as directed, except along Bethel Island Road, where the existing pavement shall be saw cut. After pipe laying and backfilling operations are completed, and after the gravel subbase is shaped and compacted, place the type of pave- ment as directed by the Engineer. B The Contractor will be required to hose clean all road surfaces after backfilling and before any surfacing, but in no case will pavement be placed until the trench material is dry. C The Contractor shall maintain pavement under this Contract during the guarantee period of one year and shall promptly refill and repave areas which have settled or are otherwise unsatisfactory for traffic. D The Contractor shall furnish and spread calcium chloride on disturbed surfaces in streets to allay dust conditions. Calcium chloride shall conform to AASHO M-144, except that the pellet or flake shall be equally acceptable. E No permanent pavement shall be placed over a backfilled trench within 90 days after completion of the backfilling, unless permitted to do so in writing by the Engineer. Repaving may be delayed for a longer time if the Engineer so directs. F If, in the opinion of the Engineer, the placing of temporary pavement is not necessary, the Contractor shall place the permanent pavement as described hereinafter. 0029p 1.04 SPECIFICATIONS A Except as otherwise specified herein, the Standard Specifications as issued by the CALTRAN shall apply to materials and workmanship requirements for temporary and permanent replacement of pavements removed in excavation of trenches. PART 2: PRODUCTS 2.01 AGGREGATE BASE , A Backfilling of trenches in streets shall be as specified in Section 2B. Aggregate base for pavement subbase shall consist of mineral aggregate; with materials, subgrade preparation, compaction and measurement conforming to the requirements for Aggregate Base of the State Stan- dard Specifications. Aggregate base shall be Class 2, conforming to the grading specified for three-quarter-inch (3/411) maximum aggregate and shall be 12-inch thick. 2.02 TEMPORARY PAVEMENT A Where directed by the Engineer, the Contractor shall place temporary pavement. The material shall be Type "B", Asphalt Concrete, 1 inch thick or 2 inches thick conforming to Section 31 of the Central Contra Costa Sanitary District Standard Specifications. Temporary pavement shall be maintained until replaced by permanent pavement. B If points of settlement or holes appear in the temporary pavement, the Contractor shall repair the same within three days of notification by the Engineer or the Owner. Where permanent pavement is to be in- stalled, the Contractor, when directed by the Engineer, shall remove the temporary pavement and regrade the subbase for installation of permanent pavement. 2.03 PERMANENT PAVEMENT A Asphalt concrete shall be laid 0.25-foot thick on Bethel Island Road and Gateway Road, and 0. 15-foot thick on all other roads. The pave- ment shall be laid over a prepared subbase, thoroughly compacted and shaped to the required grade and cross section, and the edge of old pavement trimmed 1 foot outside the trench on each side to a smooth line using pneumatic pavement breakers. Leave edges of pavement straight and sound. B Immediately prior to laying the permanent pavement, the trimmed edges shall be stable and unyielding, free of loose or broken pieces and all edges shall be thoroughly broomed and coated with an approved asphalt tack coat. Broom and tack coat binder course prior to placing wearing course. C Requirements for work in laying permanent paving will be substantially as follows: 00291 1. Cut or break out existing pavement, using pneumatic drills, pave- ment breaker, or other approved method. The asphalt pavement removed shall extend 1 foot outside the trench on each side. Leave edges of pavement straight and sound. 2. Backfill of the pipe shall be in accordance with the requirements of Section 213 and Section 2D. 3. The edges of the existing paving shall be trimmed to neat straight lines and primed just prior to placing the permanent pavement. The permanent paving shall consist of asphalt concrete, rolled or otherwise compacted to a smooth even finished grade as approved by the Engineer. 4. Asphalt concrete shall consist of a mixture of mineral aggregate and bituminous binder, mixed, spread and compacted in accordance with the requirements for asphalt concrete of the California State Standard Specifications, and in conformity with lines, grades and dimensions shown on the plans, and as directed by the Engineer. Asphalt concrete will be Type "B"; bituminous binder for permanent paving shall be paving asphalt having a penetration of 85-100; and the combined mineral aggregate shall conform to the grading specified for the one-half (1/2) inch maximum aggregate. Liquid asphalt for use as a prime coat shall be grade SC-1 or asphaltic emulsion and shall be applied at the approximate rate of one-quarter (1/4) gallon per square yard of surface. 2.04 SIDEWALKS A Asphalt concrete sidewalk and curb pavement disturbed for the new work shall be replaced to the limits and thickness existing prior to construction. Concrete sidewalks and curbs shall be replaced with concrete conforming to Section 3A and shall be placed to a depth of 4 inches and finished as specified in the State Standard Specifications of CALTRAN. B Sidewalk pavement is included for payment in the miscellaneous work and cleanup item. 002922G-.3 2 l E { SECTION 2I SERVICE CONNECTIONS PART 1: GENERAL 1.01 SCOPE OF WORK A The Contractor shall supply all materials, equipment and labor required for constructing new sewer services as shown on the Drawings. B This work shall include, but is not limited to the following: furnishing and placing 4-inch sewer pipe and necessary fittings, excavation, backfilling, sheeting, dewatering and drainage, grading, topsoiling, and seeding. PART 2t PRODUCTS 2.01 MATERIALS A Material for new 4-inch service connections shall be as specified in Division 2. PART 3: EXECUTION 3.01 INSTALLATION A Service connections shall be installed at a minimum slope of 2 percent. B Location of service connections shall be determined by the Engineer in the field. C The Contractor shall be careful to permit the Engineer ample time to obtain the exact location of each connection before it is covered up. Connections, which are covered before the Engineer has had time to obtain their location, shall be exposed at the Contractor's expense, so that the location measurements can be taken. D Service connections shall be extended to the property line as shown on the Drawings and sealed with plugs or caps. Six inches of screened gravel shall be placed in front of the plugs or caps and over the top of the last 3 feet of pipe laid. Each service connection, or the Wye branch or chimney if no service connection is extended, shall be backed with s+ a construction grade 2-by-4 that extends to a point 3 feet below the finished ground surface. The wood shall be placed slightly to the side and above the end of the service pipe, wye branch or chimney to avoid Y damage when excavating later. 00293 2I-1 SECTION 2H POLICING PART l: GENERAL 1.01 SCOPE OF WORK A When, in the opinion of the Owner, or the Engineer, public safety or convenience requires the service of police, the Engineer may direct the Contractor to request the County Sheriff to assign o direct traffic within the location of work fficers to.under the Contract, B When so directed, the Contractor shall make all arrangements in ob- taining police assistance and shall pay all expenses incurred, including the salaries of the police officers. The police shall, at all times, be subject to the direction and control of the Contractor. C The intent is to insure public safety by police direction of traffic. Police are not to serve as watchmen to protect the Contractor's equip meet and materials, or to warn pedestrians of such hazards as open trenches. D- Nothing contained herein shall be construed as relieving the Contractor of any of his responsibilities for protection of persons and property under the terms of the Contract. 5 t 3 Y 1 t f z k i 1 �''.t `t "',.` .', r- ! t s s SECTION 23 LOAMING AND SEEDING PART 1: GENERAL 1.01 SCOPE OF WORK A The Contractor shall furnish all labor, materials, equipment and incidentals necessary and place loam, finish grade, seed, and maintain all seeded areas. B All vegetation, top soil, etc. , disturbed by this project will be restored to at least its original condition. Any landscape areas damaged by the Contractor shall be replaced by the Contractor as directed by the Engineer, at no cost to the Owner. 1.02 WORK SPECIFIED IN OTHER SECTIONS A Clearing, grubbing and stripping is specified in Section 2A. B Excavation, backfill, fill and grading including the stockpiling of topsoil is specified in Section 2B. PART 2• PRODUCTS 2.01 MATERIALS A Loam shall be fertile, natural soil, typical of the locality, free from large stones, roots, sticks, clay, peat, weeds and sod and obtained from naturally well drained areas. It shall not be excessively acid or alkaline nor contain toxic material harmful to plant growth. Topsoil stockpiled under other sections of this division may be used but the Contractor shall furnish additional loam at his own expense, if required. B Fertilizer shall be a complete commercial fertilizer, 10-10-10 grade. It shall be delivered to the site in the original unopened containers each showing the manufacturer's guaranteed analysis. Store fertiliser so that when used it shall be dry and frea flowing. C Lime shall be ground limestone containing not less than 85 percent calcium and magnesium carbonates. D Seed shall be from the same or previous year's crop; each variety of seed shall have a percentage of germination not less than 90, a per. centage of purity of not less than 85, and shall have not more than one percent weed content. E :The.mixture for lawn areas shall consist of seed proportioned by weight r as•£ollows: Canadian Creeping Red Fescue 5070 , Kentucky Bluegrass 2010 Red Top 1550 , Domestic Rye Grass 1570 F For slopes and other areas: Chewing Fescue or Canadian Creeping Red Fescue 2510 Alta Fescue 3016 , Red Top 150/0 White Clover Alsike 1070 Domestic Rye Grass 2070 G Seed shall be delivered in sealed containers bearing the dealer's guaranteed analysis. PART 3: EXECUTION 3.01 APPLICATION , A Unless otherwise shown on the Drawings, loam shall be placed to a minimum depth of 4 inches. B Lime shall be applied at the rate of 25 pounds per 1,000 square feet. C Fertilizer shall be applied at the rate of 30 pounds per 1,000 square , feet. D Seed shall be applied at the rate of 5 pounds per 1,000 square feet, 3.02 INSTALLATION A The subgrade of all areas to be loamed and seeded shall be raked and all rubbish, sticks, roots and stones larger than 2 inches shall be removed. Loam shall be spread and lightly compacted to finished grade. Compacted loam shall not be less than the depth specified. No loam shall be spread in water or while frozen or muddy. B After the loam is placed and before it is raked to true lines and rolled, limestone shall be spread evenly over loam surface and thoroughly incorporated with loam by heavy raking to at least one-half the depth of loam. C Fertilizer shall be uniformly spread and immediately mixed with the upper 2 inches of topsoil. D Immediately following this preparation the seed shall be uniformly applied and lightly raked into the surface. Lightly roll the surface and water with a fine spray. Seed shall be sown in a favorable season, , as approved by the Engineer. 0029 � 2s-2 E The Contractor shall keep all seeded areas watered and in good condi- tion, reseeding if and when necessary until a good, healthy, uniform growth is established over the entire area seeded, and shall maintain these areas in an approved condition until final acceptance of the Contract. F On slopes, the Contractor shall provide against washouts by an approved method. Any washout which occurs shall be regraded and reseeded at the Contractor's expense until a good sod is established. G The Contractor shall maintain the areas in grass in a neat manner by watering, mowing, raking clippings and leaves, and appurtenances until the project is completed. x ; L K } x ; x � { i t { r 4 t ,' ,. ,r,... � .{•,� .,..-,.;'�. ti.Y.>r- .�C=l'k:...r`,'c�'C,7,r��.__'t4.;'•s"`k�^a�.�'..`�__ .t„�}.-s�..n'�,.vr?�';f.EN Y...�S�.. 'ia.,?...,,... . .iar... i SECTION 2K VITRIFIED CLAY PIPE PART I.- GENERAL 1.01 SCOPE OF WORK Furnish all labor, materials, equipment and incidentals required and install, and test all vitrified clay pipe and appurtenances for gravity sewers as shown on the Drawings and as required by these Specifications. i 1.02 WORK SPECIFIED IN OTHER SECTIONS A Excavation and backfill is specified in Section 2B. B Bank-run and screened gravel is specified in Section 2D. C Paving is specified in Section 2G. D Loaming and seeding is specified in Section 2J. E Mortar for joints is specified in Section 4A. 1.03 SHOP DRAWINGS A The Contractor shall submit to the Engineer for approval, six (b) Bets of completely detailed working drawings and schedules of all vitrified clay pipe and fittings required. PART 2; PRODUCTS 2.01 VITRIFIED CLAY PIPE A Vitrified clay pipe and fittings shall be unglazed extra strength with full diameter dimensions and shall conform to the tentative specifica- tions for Extra Strength and Standard Strength Clay Pipe and Perforated Clay Pipe, ASTM Designation C700, except that the crushing strength (3-edge bearing method) shall be as set forth in the NCPI Spec ER 4-67. All pipe shall be be thoroughly inspected by the Engineer upon delivery, and the pipe that does not conform to the above requirements will be rejected and shall be removed immediately from the site of the work by the Contractor. The Engineer will apply all standard tests of the pipe necessary to assure conformity with the specifications. All such tests shall be made in accordance with the methods prescribed by, and the acceptance or rejection of clay pipe shall be based upon the ASTM and NCPI Standard Specifications referred to above. Vitrified clay stoppers shall be furnished for use in the stubs, wyes and else- where as required. 2K-1 002,9t t �+ Ji B Pipe which is classed as second due to being out of round, or defective , otherwise will be rejected even though it meets the strength require- ments of the specifications. Rejected pipe shall be removed from the site at once. C The Contractor's attention is called to the proper method of stacking premolded watertight joint pipe. To avoid a permanent set in the plastic , material on the spigot due to a pipe resting thereon, the pipe shall be stacked with spigot ends projecting from the stack in opposite directions for alternate rows. The bottom row of pipe shall be supported free of , the ground. 2.02 JOINTING VITRIFIED CLAY PIPE A Premolded joints for vitrified clay pipe shall conform to the specifi- cation for vitrified clay pipe joints, using materials having resilient properties ASTM Designation C-425. All joints shall be flexible and made in the trench. B Laying instructions of the manufacturer of the pipe and joint shall be followed explicitly. The Engineer will examine each bell and spigot end to determine whether the preformed joint has been damaged prior to installation. Any pipe having defective joint surfaces shall be rejected. PART 3: EXECUTION 3.01 LAYING VITRIFIED CLAY PIPE r A As soon as the excavation is completed to normal grade of the bottom of the trench, the Contractor shall immediately place a bed of screened gravel conforming to the requirements specified under Section 2D. The pipe shall then be laid accurately to line and grade. Bell holes shall be excavated so that only the barrel of the pipe shall bear upon the gravel over the trench bottom. Blocking under the pipe will not be permitted. Gravel shall be placed to mid-diameter and thoroughly compacted to give firm support of the pipe. The spigot shall be pushed home into the adjacent bell to form a closed joint. The interior of each pipe shall be inspected while being joined to see that the align- ment is preserved. The pipe having been joined and tested, the back- filling shall begin and shall be carried out as specified in Section 2B. , B Unless otherwise specified by the Engineer, gravity sewer invert line and grade elevations shall be established using batter boards or a laser , instrument. C All vitrified clay pipe shall be installed according to ASTM C12 unless , otherwise stated in the plans and specifications. 3.02 WYE BRANCHES, SADDLES, CHIMNEYS AND STUBS A Vitrified clay wyes and saddles shall be extra strength with watertight , preformed joints suitable for use with vitrified clay pipe. Each wye branch shall be provided with a clay plug. The wye branc/hes or saddles 1 shall be installed as detailed on the plans at locations to be indicated by the Engineer in the field. B Chimneys will be required at locations to be determined in the field. The chimneys shall be constructed of vitrified clay pipe and fittings as detailed on the plans. if wye branches and chimneys are covered before the Engineer has made location measurements, they shall be uncovered at the Contractor's expense. C The manhole drops where indicated on the plans shall be constructed of vitrified clay and fittings as detailed on the plans and encased in concrete after the joints have been made. The concrete mix shall de- velop allowable compressive strength of 2500 psi at 28 days, slump 1 to 3 inches, and coarse aggregate maximum' size 1-1/y2 inches. Backfill shall not be placed within 16 hours following placement of concrete. Note that reverse ring wye branches shall be used. D Stubs for future pipe connections shall be installed in outlets as shown on the Drawings or where directed by the Engineer. Stubs shall be extra strength vitrified clay pipe with a clay plug. 3.03 TESTING A Leakage tests by infiltration, as described below, will be made on all vitrified clay pipe. The Engineer shall have the option of also requiring an air test to be performed on the installed sewer. B Pipe shall be tested for Infiltration after the backfill has been placed. Infiltration tests shall be made under the supervision of the Engineer, and the length of line to be tested shall be as directed by the Engineer, The maximum allowable infiltration shall be 200 gallons per inch of diameter per day per mile of sewer. C Rates of infiltration shall be determined by means of V-notch weirs, pipe spigot or by plugs in the end of the pipe, to be provided and installed by the Contractor in an approved manner, and at such times and locations as may be directed by the Engineer. D If an inspection of the completed sewer or any part thereof shows any manholes, pipes, or joints which allow the infiltration of water in a noticeable stream or jet, the defective work or material shall be re- placed or repaired as directed. E Leakage between two adjacent manholes may be double the amount above stated, provided the average leakage for a total length of any size does not exceed the amount first stated and provided there are no gushing or spurting leaks. 3.04 AIR TESTING A The Contractor shall plug the sewer and all laterals and pressurize the pipe to 4 psi greater than the average backpressure of any groundwater that may submerge the pipe. After a 2-minute period for temperature stabilization, the pipeline is considered acceptable when tested at 3 psi 2K-3 011n o VVttii VV. greater than backpressure, if: 1. Total rate of air loss from any section tested in its entirety between manholes does not exceed 2.0 cubic feet per minute, or , 2. The section under test does not lose air at a rate greater than 0.0030 cubic feet per minute per square foot of internal pipe surface. B If the results of the air test are unsatisfactory, as determined by the Engineer, the Contractor shall be required to determine the source(s) of leaks and make all necessary repairs. The test shall then be per- , formed until a satisfactory result is obtained. 3.05 CLEANING , A At the conclusion of the work the Contractor shall thoroughly clean all of the pipe by flushing with water or other means to remove all dirt, stones, pieces of wood, or other material which may have entered during the construction period. Debris cleaned from the lines shall be removed from the lowest outlet. If, after this outlet cleaning, ob- structions remain, they shall be removed. After the pipe is cleaned and if the groundwater level is above the pipe, or following a heavy rain, the Engineer will examine the pipe for leaks. If defective pipes or joints are discovered at this time, they shall be repaired by the Contractor. 3.06 INSPECTION After the gravity sewers have been installed and tested they shall be inspected with closed circuit television as directed by the Engineer. The work will include but not be limited to the use of closed circuit , television, making video recordings, producing still photos and using magnetic tape which has both video and audio tracks. All video records shall be easily identified with sewer line stationing. The Contractor shall supply all the labor, equipment, materials, plant and supervision to perform this work. The Owner shall receive a copy of all video tapes and the Engineer shall receive 6 copies of a brief report discussing any leakage, breaks, or misalignment of the sewers inspected. 4 00301 SECTION 2L DUCTILE IRON PIPE AND FITTINGS PART 1: GENERAL 1.01 SCOPE OF WORK A Furnish all labor, materials, equipment and incidentals required and install and test all cement-lined ductile iron piping, fittings, and ap- purtenances required for buried (gravity sewer and force main) and mechanical piping as shown on the Drawings and as required by these Specifications. 1.02 WORK SPECIFIED IN OTHER SECTIONS A Clearing, grubbing and stripping is included in Section 2A. B Excavation, backfill, fill and grading is included in Section 2B. C Concrete work is included in Division 3. D Painting is included in Division 9. E Valves and appurtenances are included in Division 15. F Pipe hangers and supports are included in Division 15. 1.03 QUALIFICATIONS A All of the ductile iron pipe and fittings shall be furnished by a manu- facturer who is fully experienced, reputable, and qualified in the manufacture of the materials to be furnished. The equipment shall be designed, constructed, installed in accordance with the best practices and methods and shall comply with these specifications as applicable. 1.04 SUBMITTALS A Submit to the Engineer within thirty (30) days after execution of the Contract a list of materials to be furnished, the names of the suppliers and the date of delivery of materials to the site, B All ductile iron pipe and fittings to be installed under this Contract shall be inspected and tested at the foundry as required by the standard specifications to which the material is manufactured. Furnish in duplicate to the Engineer, sworn certificates of such tests and their results. In addition all ductile iron pipe fittings to be installed under this Contract may be inspected at the foundry for compliance with these specifications by an independent testing laboratory selected by the Owner. The manufacturer's cooperation shall be requiredintthese 2L-1 00310FIGh i inspections. The cost of foundry inspection of all pipe approved for this Contract, plus the cost of inspection of a reasonable amount of disapproved pipe, will be borne by the Owner. C Shop Drawings including piping layouts within, under, or between struc- tures shall be submitted to the Engineer for approval in accordance with General Conditions and shall include dimensioning, methods and , locations of supports and all other pertinent technical specifications for all piping to be furnished. PART 2: PRODUCTS , 2.01 MATERIALS , A Buried ductile iron pipe for gravity sewers or force mains shall meet the following requirements: 1. Ductile iron pipe shall conform to ANSI and AWWA standards. 8-inch diameter pipe shall be Class 50 as per ANSI A21.50 and AWWA C150, with a minimum wall thickness of 0.27 inch, and , 4-inch diameter pipe shall be Class 51 with a minimum wall thickness of 0.26 inch. 2. The pipe shall be supplied in standard lengths as much as possible. Pipe shall have rubber-ring type flexible push-on joint when buried unless otherwise shown on the Drawings. Fittings shall be ductile iron Class 150. Fittings shall meet the requirements of ANSI, , NEWWA and AWWA specifications as applicable. Rubber gasket joints shall conform to ANSI A21.11. All pipe and fittings shall have a cement mortar lining and bituminous seal coat on the inside, , in accordance with ANSI A21.51, except that cement mortar lining shall be 1/8-inch in thickness for pipe 10-inch diameter with a plus tolerance of 1/8-inch. Buried pipe must have a polyethylene encasement. The materials and construction practices for the centrifugal encasement must be in accordance with ANSI A21.5 and AWWA C105. Ductile iron pipe not buried shall have a coal tar enamel coat on the outside in accordance with ANSI A21.51. , B Ductile iron pipe for mechanical piping shall meet the following requirements: , 1. Flanged ductile iron pipe shall conform to current ANSI Specifica- tion A21.51 with factory applied screwed long hub flanges except as otherwise specified hereinafter. Flanges shall be faced and drilled , after being screwed on the pipe, with flanges true to 90 degrees with the pipe axis and shall be flush with end of pipe. Drilled flange holes at either end of the finished flange pipe shall also be in true , alignment with each other. 2. Mechanical joint ductile iron pipe shall be as specified for the , flanged pipe except the joints shall conform to ANSI Specification A21.11 as applicable. Mechanical joint pipe shall be furnished with sufficient quantities of accessories as required for each joint. 2L-2 Oi134�3 � r r 3, Fittings shall be ductile iron as specified above. Flanges and flanged fittings shall conform to ANSI AZ1.10 for 150 psi pressure rating. 4. Pipe thickness classes shall be as follows; Size Thickness Wall Thickness Outside Diameter (Inches) Class (Inches) (Inches) 4 53 0.32 4.80 6 53 0.34 6.90 8 53 0.36 9.05 10 53 0.38 11. 10 5. Pipe and fittings shall be cement mortar lined and bituminous seal coated on the inside in accordance with ANSI Specification A21.4 except that the cement lining thickness shall be not less than 1/8 inch for 3-12 inch pipe. A plus tolerance of 1/8 inch will be per- mitted. Ring gaskets shall be of rubber with cloth insertion. 6. Pipe and fittings exposed to view in the finished work shall not receive the standard tar or asphalt coat on the outside surfaces but shall be shop primed on the outside with one coat of Koppers No. 621 Rust Inhibitive Primer or primer with the same charac- teristics as manufactured by Tnemec, Carboline or approved equal. All other pipe and fittings shall be shop coated on the outside with coal tar enamel in accordance with the above referenced ANSI Specifications and will not require any other coating. Should por- tions of the pipe inadvertantly be given the outside coating of coal tar enamel instead of the rust inhibitive primer as required for exposed piping the surfaces shall be sealed with a non-bleeding sealer coat such as Inertol Tar Stop, or Mobil Anti-Bleeding Aluminum Sealer, or approved equal, 7, Split Type Couplings a. Split type couplings shall be of the mechanical type designed to engage and lock grooved pipe ends in a positive connection. b. Couplings shall consist of ductile iron, ASTM Specification A536 housing clamps in two or more parts, a single chlorinated butyl composition sealing gasket with a "C" shaped cross-section and internal sealing lips projecting diagonally inward, and two or more oval track head type bolts with hexagonal heavy nuts conforming to ASTM Specification A183 and A194 to assemble the housing clamps. Bolts and nuts shall be cadmium plated. Housings shall be furnished with an enamel-coating. Split typo couplings shall be equal to Coupling Style 31 as manufactured by the Victaulic Company of America. Couplings shall be suitable for both rigid joint grooves and flexible joint grooves. c. Pipe ends for use with split type couplings shall have radius grooved ends to provide either a rigid joint or flexible joint, in the locations shown on the Drawings or as specified herein. t ZL-3ooiw} i Groove dimensions and tolerances shall fully conform to the coupling manufacturer's specifications. d. Flexible joint grooving shall permit expansion and contraction, , and angular deflection. Rigid joint grooving shall allow no angular or linear movement. e. Split type couplings may be used in lieu of flanged connections however, the location and the number and type of joints shall be subject to the approval of the Engineer. f. Flanged adapter connections at fittings, valves and equipment shall be Vic-Flange Style 341 as manufactured by the Victaulic Company of America, or approved equal. , 8. Wall castings shall be of the sizes and types as shown on the Drawings. Flanges and/or mechanical joint bells shall be drilled and tapped for studs where flush with the wall. 9. Wall castings shall be provided with an intermediate wail collar. The collar shall be located at the center of the overall length of casting for castings set flush with the wall. For castings which extend through the wall, the collar shall be located such that it is at least 3 inches into the wall. Collars shall either be cast Inte- grally with the casting or shall be of the assembled type consisting of two (2) mechanical joint retainer glands with gasket. 10. Base bends and base tees shall have machined and drilled bases. , 11. Filler flanges and beveled filler flanges shall be furnished and installed as required. Filler flanges and beveled filler flanges shall be furnished faced and drilled complete with extra length bolts. Filler flanges shall be equal to Clow Fig. F-1984 and beveled filler flanges shall be equal to Clow Fig. F-1986. 12. Sleeves for pipe passage through floors and walls shall be galva- nized Schedule 40 steel pipe. Sleeve dimensions shall conform to the details shown on the Drawings. Sleeve ends shall be cut and ground smooth. Sleeves shall be flush with walls and ceilings but shall extend above the floor as shown on the Drawings. Sleeves for use with mechanical type wall seals shall be sized in conformance with the seal manufacturers requirements. PART 3: EXECUTION , 3.01 HANDLING PIPE AND FITTINGS A Care shall be taken in loading, transporting, and unloading to prevent Injury to the pipe or coatings. Pipe or fittings shall not be dropped. All pipe or fittings shall be examined before laying, and no piece shall be installed which is found to be defective. Any damage to the pipe coatings shall be repaired as directed by the Engineer. s 2L-4 e B All pipe and fittings shall be subjected to a careful inspection and hammer tested just prior to being laid or installed. C If any defective pipe is discovered after it has been laid it shall be removed and replaced with a sound pipe in a satisfactory manner by the Contractor, at his own expense. All pipe and fittings shall be thoroughly cleaned before laying, shall be kept clean until they are used in the work, and when installed or laid, shall conform to the lines and grades required. 3.02 LAYING UNDERGROUND PIPELINES A Ductile iron pipe and fittings shall be installed in accordance with requirements of AWWA Standard Specification C600 except as other- wise provided herein. A firm, even bearing throughout the length of the pipe shall be constructed by tamping selected material at the sides of the pipe up to the springline. BLOCKING WILL NOT BE PERMITTED. B Unless otherwise specified by the Engineer, gravity sewer invert line and grade elevations shall be established using batter boards or a laser instrument. C All pipe shall be sound and clean before laying. When laying is not in progress, including lunchtime, the open ends of the pipe shall be closed by watertight plug or other approved means. Good alignment shall be preserved in laying. The deflection at joints shall not exceed that recommended by manufacturer. Fittings, in addition to those shown on the plans, shall be provided, if required, in crossing utili- ties which may be encountered upon opening the trench. Solid sleeves shall be used only where approved by the Engineer. D When cutting pipe is required, the cutting shall be done by machine, leaving a smooth cut at right angles to the axis of the pipe. Cut ends of pipe to be used with a Tyton bell shall be beveled to conform to the manufactured spigot end. Cement lining shall be undamaged. E The Contractor shall have on hand at the start of the job, one 1/32 bend, one 1/16 bend for each size of pipe. These shall be used as job conditions require. F Concrete thrust blocks shall be installed on force mains at all fittings and other locations as shown in the Pians and as directed by the Engi- neer. Thrust block sizes shall be as shown on the Drawings. Joints ' shall be protected by felt roofing paper prior to placing concrete. Concrete shall be no leaner than I part cement, 1-1/2 parts sand, and 5-1/2 parts stone. Concrete shall be placed against undisturbed material, and shall not cover joints, bolts or nuts, or interfere with the removal of any joint. Wooden side forms shall be provided for thrust blocks. s G Unless otherwise shown or approved by the Engineer all outside pipe- lines shall have a 4-foot minimum cover on gravity sewers and a 3- foot minimum cover on force mains. t q E e H Sewer pipe shall be laid in 5-foot lengths within 20 feet of all manholes , and pump stations. I Jointing Ductile Iron Pipe 1. Push-on joints used on gravity sewers or force mains shall be made in strict accordance with the manufacturer's instructions. , Pipe shall be laid with bell ends looking ahead. A rubber gasket shall be inserted in the groove of the bell end of the pipe, and the joint surfaces cleaned and lubricated. The plain end of the pipe to be entered shall then be inserted in alignment with the , bell of the pipe to which it is to be joined, and pushed home with a jack or by other means. After joining the pipe, a metal feeler shall be used to make certain that the rubber gasket is correctly located. 2. Mechanical joints at valves, fittings, and where designated on force mains shall be in accordance with the "Notes on Method of , Installation" under ANSI Specification A21.11 and the instructions of the manufacturer. To assemble the joints in the field, thoroughly clean the joint surfaces and rubber gasket with soapy water before tightening the bolts. Bolts shall be tight to the specified torques. Under no condition shall extension wrenches or pipe over handle or ordinary ratchet wrench be used to secure greater leverage. , 3. Flanged joints where designated on force inalmi shall be made using ring gaskets of rubber with cloth insertion. Gaskets 12 Inches in diameter and smaller shall be 1/16-inch thick. Flanged , joints shall be made with bolts, bolt studs with a nut on each end, or studs with nuts where the flange is tapped. The number and size of bolts shall conform to the same American Standard as the flanges. Bolts and nuts shall, except as otherwise speci- fied or noted on the Drawings, be Grade B conforming to the ASTM Standard Specification for Low-Carbon Steel, Externally and Internally Threaded Standard Fasteners, Designation A307- 68. Bolt studs and studs shall be of the same quality as machine bolts. Bolts in flanged joints or mechanical joints shall be tightened , alternately and evenly. After installation a heavy bitumastic coating shall be applied to bolts and nuts. , 3.03 INSTALLING MECHANICAL PIPING AND FITTINGS A All piping and fittings shall be installed true to alignment and rigidly supported thrust anchors shall be provided where required. Any damage to linings shall be repaired to the satisfaction of the Engineer , before the pipe is installed. Each length of pipe shall be cleaned out before erection. B Sleeves shall be installed of proper size for all pipes passing through , floors or walls. Sleeves shall extend 2 inches above the finished floor elevation and be flush with the bottom of the slab. Wall sleeves shall 2L-6 00307 i be flush with the wall faces. Sleeves shall be Schedule 40 steel pipe galvanized or shall be given a prime coat of Koppers rust-inhibitive primer No. 621 or an approved equal primer. C Concrete inserts for hangers and supports shall be furnished and installed in the concrete as it is placed. The inserts shall be set in accordance with the requirements of the piping layout and the Contractor shall verify their locations from approved piping layout drawings and the structural drawings. Pipe hangers and supports are specified in Section 15C. D Flanged joints shall be made with bolts, bolt studs with a nut on each end, or studs with nuts where the flange is tapped. The number and size of bolts shall conform to the same American Standard as the flanges. Bolts and nuts shall, except as otherwise specified or noted on the Drawings, be Grade B conforming to the ASTM Standard Speci- fication for Low-Carbon Steel, Externally and Internally Threaded Standard Fasteners, Designation A307-68. Bolt studs and studs shall be of the same quality as machine bolts. Gaskets shall be ring gaskets of rubber with cloth insertion. Gaskets 12 inches in diameter and smaller shall be 1/16-inch thick. E Prior to assembly of split couplings, the grooves as well as other parts shall be thoroughly cleaned. The ends of the pipes and outside of the gaskets shall be moderately coated with petroleum jelly, cup grease, soft soap, or graphite paste, and the gasket shall be slipped over one pipe end. After the other pipe has been brought to the correct position, the gasket shall be centered properly over the pipe ends with the lips against the pipes. The housing sections then shall be placed. After the bolts have been inserted, the nuts shall be tightened until the housing sections are firmly in contact, metal-to-metal, without exces- sive bolt tension. F All valves, fittings, equipment, and appurtenances needed upon the pipelines shall be set and jointed by the Contractor as indicated on the Drawings or as required. Valves and appurtenances are included in Section 15B. All pipe and appurtenances connected to equipment shall be supported in such a manner as to prevent any strain being imposed on the equipment. When manufacturers have indicated requirements that piping loads shall not be transmitted to their equipment, the Con- tractor shall submit a certification stating that such requirements have been complied with. 3.04 TESTIN G A After installation, all buried force main shall be tested for com- pliance with the specifications. If leaks are discovered, they shall be repaired by the Contractor and approved by the Engineer. Pressure and leakage tests are required as follows: 1. The test pressure for the pipeline shall be 100 psi. Allowable leak- age at the test pressure will be 30 gallons per day per mile of pipe per inch nominal diameter. The test shall continue for not less than one hour and not more than four hours, if satisfactory results 2L-7 0013' are obtained. The Contractor shall supply all labor, equipmnt, materials, gauges, pumps, etc. , required to conduct the test. Testing shall be performed in accordance with Section 13 of AWWA Standard C600. , B After installation, all mechanical piping shall be tested at least 1 hour at the working pressure corresponding to the class of pipe, unless a different test pressure is specified after installation. If any joint of pipe section proved to be defective, it shall be repaired to the satisfac- tion of the Engineer. C After installation, all gravity pipelines, including laterals, shall be tested for compliance with the specifications. If leaks are discovered, they shall be repaired by the Contractor and approved by the Engineer. , Leakage tests are required as follows; 1. Leakage tests by infiltration, as described below, will be made on , all ductile iron sewer pipe. The Engineer shall also have the option of requiring an air test to be employed on all ductile iron pipe. 2. Sewer pipe shall be tested for infiltration after the backfill has been j placed. Infiltration tests shall be made under the supervision of the Engineer, and the length of line to be tested shall be as directed by the Engineer. The maximum allowable infiltration shall be 200 , gallons per inch of diameter per day per mile of sewer. 3. Rates of infiltration shall be determined by means of V-notch weirs, , pipe spigot or by plugs in the end of the pipe, to be provided and in- stalled by the Contractor in an approved manner, and at such times and locations as may be directed by the Engineer. 4. If an inspection of the completed sewer or any part thereof shows , any manholes, pipes, or joints which allow the infiltration of water in a noticeable stream or jet, the defective work or material shall , be replaced or repaired as directed. 5. Leakage between two adjacent manholes may be double the amount above stated, provided the average leakage for a total length of any size does not exceed the amount first stated and provided there are no gushing or spurting leaks. 3.05 AIR TESTING A The air test to be used shall be as specified in Section 2K. The Con- , tractor shall submit his proposed method to the Engineer for approval. B If the results of the air test are unsatisfactory, as determined by the Engineer, the Contractor shall be required to perform all necessary , repairs and repeat the test to the satisfaction of the Engineer. 3.06 CLEANING , A At the conclusion of the work the Contractor shall thoroughly clean all of the pipe by flushing with water or other means to remove all dirt, , 2L-8 O0301a7 stones, pieces of wood, or other material which may have entered during the construction period. Debris cleaned from the lines shall be removed from the lowest outlet. If, after this outlet cleaning, ob- structions remain, they shall be removed. After the pipe is cleaned and if the groundwater level is above the pipe, or following a heavy rain, the Engineer will examine the pipe for leaks. If defective pipes or joints are discovered at this time, they shall be repaired by the Contractor. 3.07 SURFACE PREPARATION AND PAINTING A All piping and fittings exposed to view shall have its surface prepared and be painted as specified in Division 9. Pipe marking is included in Division 9, but it shall be part of the work of this section to assist, as required by the Engineer, in identifying pipe contents, direction of flow and all else required for proper marking of pipe. 3.08 INSPECTION A After the gravity sewers have been installed and tested they shall be inspected with closed circuit television as directed by the Engineer. The work will include, but not be limited to, the use of closed circuit television, making video recordings, producing still photos and using magnetic tape which has both video and audio tracks. All video records shall be easily identified with sewer line stationing. The Contractor shall be required to supply all the labor, equipment, materials, plant and supervision to perform this work. The Owner shall receive a copy of all video tapes and the Engineer shall receive 6 copies of a brief report discussing any leakage, breaks, or misalignment of the sewers inspected. 00410 2L-9 SECTION 2M CAST IRON PIPE AND FITTINGS PART I: GENERAL 1.01 SCOPE OF WORK A Furnish all labor, materials, equipment and incidentals required and install and test all cement lined cast iron pipe, fittings and appurte- nances required for buried (gravity sewer and force main) and mechan- ical piping as specified herein and as shown on the Drawings. 1.02 RELATED WORK NOT INCLUDED A Clearing, grubbing and stripping is included In Section 2A. B Excavation, backfill, fill and grading is included in Section 2B. C Loaming and seeding is included In Section 23. D Concrete work is included in Division 3. E Painting is included in Division 9. F Valves and appurtenances are included in Section I SB. G Pipe hangers and supports are included in Section 15C. 1.03 QUALIFICATIONS A All of the types of cast iron pipe and fittings shall be furnished by a manufacturer who is fully experienced, reputable, and qualified in the manufacture of the cast iron pipe to be furnished. The equipment shall be designed, constructed, and installed in accordance with the best practices and methods and shall comply with these Specifications as applicable. 1.04 SUBMITTALS A Submit to the Engineer within 30 days after execution of the Contract a list of materials to be furnished, the names of the suppliers and the date of delivery of materials to the site. B All cast iron pipe and fittings to be installed under this Contract shall be inspected and tested at the foundry as required by the standard specifications to which the material is manufactured. The Contractor shall furnish in duplicate to the Engineer sworn certificates of such tests and their results. In addition, all cast iron pipe to be installed under this Contract may be inspected at the foundry for compliance 2M-1 0031 with these Specifications by an independent testing laboratory selected by the Owner. The Contractor shall require the manufacturer's co- operation in these inspections. The cost of any additional foundry inspection of all pipe approved for this Contract, plus the cost of inspection of a reasonable amount of disapproved pipe, will be borne by the Owner. C Shop Drawings including piping layouts within, under, or between structures shall be submitted to the Engineer for approval in accor- dance with General Conditions and shall include dimensioning, methods and locations of supports and all other pertinent technical specifications for all piping to be furnished. PART 2: PRODUCTS 2.01 MATERIALS A Cast iron pipe and fittings for buried pipelines (gravity sewers and force mains) shall meet the following requirements. 1. Cast iron pipe shall conform to ANSI Specification A21. 12, A21.6 or A21.8. Pipe shall be supplied in lengths as shown on the Draw- ings, and shall have a minimum wall thickness of 0.27-inch for 8-inch diameter pipe and 0.26-inch for 4-inch diameter pipe. 2. Pipe and fittings shall be furnished with flexible push-on joints unless mechanical joints, flanged joints or caulked joints are shown on the Drawings. Rubber gaskets and details for mechanical joints and gush-on joints shall conform to ANSI Specification A21. 11. 3. Cast iron fittings shall conform to ANSI Specification A21.10. Solid sleeves, plugs, and caps shall conform to AWWA Specifica- tion C100, Class D. Caps may be furnished without lugs. 4. All pipe and fittings shall have a cement mortar lining and bitumi- nous seal coat on the inside in accordance with ANSI A21.4, except that cement mortar lining shall be 1/8-inch in thickness. Cast iron pipe buried shall be polyethylene encased. The materials and construction practices for the centrifugal encasement must be in accordance with ANSI A21.5 and AWWA C105. Cast iron pipe not buried shall have a coal tar enamel coat on the outside in accor- dance with ANSI A21.4. 5. Flanged joints shall be 125-1b standard with ring gaskets of rubber with cloth insertion. All bolts and nuts shall be cadmium plated. 6. Bolts and nuts for mechanical joints or flanged joints shall be cadmium plated or galvanized. B Cast iron pipe and fittings for mechanical piping shall meet the follow- , Ing requirements: 2M 2 00312 I. Flanged pipe shall conform to current ANSI Specification A21.6 or A2i.8 for centrifugally cast pipe with factory applied screwed long hub companion flanges except as specified below. Flanges shall be faced and drilled after being threaded to the pipe, be true 90 degrees with the pipe axis and shall be flush with the end of the pipe. Pipe 3 inches through 6 inches in diameter and larger shall be thickness Class 22 except that pipes shall have a minimum wail thickness of 0.38 Inch. Pipe with grooved ends for use with split type couplings shall have a minimum wall thickness that conforms to the manufacturers recommendations. Flanges and flanged fittings shall conform to ANSI Specification A21. 10, 150 psi pressure rating. 2. Mechanical joint pipe shall be as specified above except the joints shall be in accordance with ANSI A21. 11 as applicable. Fittings for mechanical joint pipe, if required, shall be all-bell fittings conforming to ANSI Specification AZI. 10, Class 150. Mechanical joint pipe and fittings shall be provided with sufficient quantities of accessories as required for each joint. 3. Pipe and fittings shall be cement mortar lined and bituminous seal coated on the inside in accordance with ANSI Specification A21.4 except that the cement lining thickness shall be not less than 1/8 inch for 2 to 12 inch pipe. A plus tolerance of 1/8 inch will be permitted. 4. Pipe and fittings exposed to view in the finished work shall not receive the standard tar or asphalt coating on the outside surface but in lieu thereof a shop coat of Koppers No. 621 Rust Inhibitive Primer, or primer with the same characteristics as manufactured by Tnemec, Carboline or approved equal shall be applied. All other pipe and fittings shall be shop coated on the outside with coal tar enamel in accordance with the above referenced ANSI Specifications and will not require any other coating. Should portions of the pipe inadvertantly be given the coal tar coating instead of the rust-inhibitive primer as required for exposed piping the surfaces shall be sealed with a non-bleeding sealer coat such as Inertol Tar Stop. 5. Couplings shall be sleeve-type couplings as shown on the Drawings and specified herein. 6. Sleeve Type Couplings a. Sleeve-type couplings shall be as made by Dresser Mfg. Div. , Bradford, Pennsylvania, Smith-Blair, Inc. , San Francisco, California, R.H. Baker & Co. , Inc. , Huntington Park, Cali• fornia, or approved equal. b. Couplings for buried pipe, where directed by the Engineer, shall be of cast iron and shall be Dresser Style 53, Smith-Blair Style 431. Baker Alleast, or approved products. The couplings shall be provided with galvanized steel bolts and nuts unless indicated otherwise. 2M-3 0llt)J.t,l, c. Couplings for exposed pipe shall be of steel and shall be Dresser Style 38, Smith-Blair Style 413, Baker Allsteel, or approved equal. The couplings shall be provided with black steel bolts and nuts unless indicated otherwise. d. All couplings shall be furnished with the pipe stop removed. e. Couplings shall be provided with gaskets of a composition suitable for exposure to the liquid within the pipe. Z. Wail castings shall be of the sizes and types as shown on the Drawings. Flanges and/or mechanical joint bells shall be drilled and tapped for studs where flush with the wall. 8. Wall castings shall be provided with an intermediate wall collar. The collar shall be located at the center of the overall length of casting for castings set flush with the wall. For castings which extend through the wail, the collar shall be located such that it is at least 3 inches into the wall. Collars shall either be cast in- tegrally with the casting or shall be of the assembled type as manufactured by U.S. Pipe & Foundry Company, consisting of two (2) mechanical joint retainer glands with gasket. 9. Base bends and base tees shall have machined and drilled bases. 10. Filler flanges and beveled filler flanges shall be furnished and installed as required. Filler flanges and beveled filler flanges shall be furnished faced and drilled complete with extra length bolts. Filler flanges shall be equal to Clow Fig. F-1984 and beveled filler flanges shall be equal to Clow Fig. F-1986. 11. Sleeves for pipe passage through floors and walls shall be gal- vanized Schedule 40 steel pipe. Sleeves dimensions shall conform to the details shown on the Drawings. Sleeve ends shall be cut and ground smooth. Sleeves shall be flush with walls and ceilings but shall extend above the floor as shown on the Drawings. Sleeves for use with mechanical type wall seals shall be sized in conformance with the seal manufacturers requirements. PART 3; EXECUTION 3.01 HANDLING PIPE AND FITTINGS A Care shall be taken during loading, transporting, and unloading to prevent injury to the pipes or coatings. Under no circumstances shall pipe or fittings be dropped. All pipe or fittings shall be examined before laying, and no piece shall be installed which is found to be {.w defective. Any damage to the pipe coatings shall be repaired as directed by the.Engineer. B All pipe and fittings shall be subjected to careful inspection and a hammer test just prior to being laid or installed. 003111 � t ,. 2M `=i C If any defective pipe is discovered after it has been laid or installed, it shall be removed and replaced with a sound pipe in a satisfactory manner by the Contractor, at his own expense. All pipe and fittings shall be thoroughly cleaned before laying or installing, shall be kept clean until used in the completed work, and when laid, shall conform to the lines and grades shown. 3.02 LAYING BURIED PIPELINES A Laying pipe and fittings shall be in accordance with the requirements of AWWA Standard Specifications for Installation of Cast Iron Water Mains, C 600, except as otherwise provided herein. B Unless otherwise specified by the Engineer, gravity sewer invert line and grade elevations shall be established using batter boards or a laser instrument. C A firm, even bearing throughout the length of the pipe shall be con- structed by tamping selected material at the sides of the pipe, up to the mid-section. Blocking will not be permitted. D All pipe shall be sound and clean before laying. Good alignment shall be preserved in laying. The deflection at joints shall not exceed 3-1/2 degrees, or 15 inches for a 20-foot length of pipe. Fittings, in addi- tion to those shown on the Drawings, shall be provided, if required, in crossing utilities which may be encountered upon opening the trench. Solid sleeves shall be used only where approved by the Engineer. E When cutting of pipe is required, the cutting shall be done by machine in a neat and workmanlike manner without damage to the pipe or cement lining. Cut ends shall be smooth and at right angles to the axis of the pipe. Pipe ends to be used with a rubber joint shall be beveled and filed or ground smoothly to conform to the manufactured spigot end. F Concrete thrust blocks shall be installed on force mains at all fittings and other locations as shown on the Plans and/or as directed by the Engineer. Minimum thrust block sizes shall be as shown on the Draw- ings. Joints shall be protected by felt roofing paper prior to placing concrete. Concrete shall be no leaner than 1 part cement, 2-1/2 parts sand, and 5-1/2 parts stone. Concrete shall be placed against undisturbed material, and shall not cover joints, bolts or nuts, or interfere with the removal of any joint. Wooden side forms shall be provided for thrust blocks. G At all times when pipe laying is not in progress or the trench is un- attended, the open ends of pipe shall be closed by watertight plugs or other approved means. H Unless otherwise shown or approved by the Engineer, all pipelines shall have a 3-foot minimum cover for force mains and a 4-foot minimum ' cover for gravity sewers. 00315 2M-5 Ir. 1. Push-on joints used on gravity sewers or force mains shall be made in strict accordance with the manufacturer's instructions. Pipe shall be laid with bell ends looking ahead. A rubber gasket shall be inserted in the groove of the bell end of the pipe, and the joint surfaces cleaned and lubricated. The plain end of the pipe to be entered shall then be inserted in alignment with the bell of the pipe to which it is to be joined, and pushed home with a jack or by other means. After joining the pipe, a metal feeler shall be used to make certain that the rubber gasket is correctly located. 2. Mechanical joints at valves anal fittings where designated on force mains shall be in accordance with the "Notes on Method of Instal- lation" under ANSI Specification Ali. 11 and the instructions of the manufacturer. To assemble the joints in the field, the Contractor shall thoroughly clean the joint surfaces and rubber gasket with soapy water before tightening the bolts. Bolts shall be tight to the specified torques. Under no condition shall extension wrenches or pipe over handle of ordinary ratchet wrench be used to secure greater leverage. 3. Flanged joints on force mains, where directed, shall be made using ring gaskets of rubber with cloth insertion. Gaskets 12 inches in diameter and smaller shall be 1/16-inch thick. Flanged joints shall be made with bolts, bolt studs with a nut on each end, or studs with nuts where the flange is tapped. The number and size of bolts shall conform to the same American Standard as the flanges. Bolts and nuts shall, except as otherwise specified or noted on the Drawings. be Grade B conforming to the ASTM Standard Specification for Low-Carbon Steel, Externally and Internally Threaded Standard Fasteners, Designation A307. Bolt studs and studs shall be of the same quality as machine bolts. 4. Bolts in flanged joints or mechanical joints shall be tightened al- ternately and evenly. After installation a heavy bitumastic coating shall be applied to bolts and nuts. 5. All valves, fittings and other appurtenances needed upon the pipe- lines shall be set and jointed by the Contractor as indicated on the Drawings or as required. 3.03 INSTALLING MECHANICAL PIPING AND FITTINGS A All piping and fittings shall be installed true to alignment and rigidly supported thrust anchors shall be provided where required, Any damage ` to linings shall be repaired to the satisfaction of the Engineer before the pipe is installed. Each length of pipe shall be cleaned out before erection. B Sleeves shall be installed of proper size for all pipes passing through floors or walls. Sleeves shall extend 2 inches above the finished floor level and be flush with the bottom of the slab. Wall sleeves shall be flush with the bottom of the slab. Wall sleeves shall be flush with the 2M-b C OwJ1O t wall faces. Sleeves shall be Schedule 40 steel pipe galvanized or shall be given a prime coat of Koppers rust-inhibitive primer No. 621 or an approved equal primer. Where indicated on the Drawings or required for liquid or gas-tightness the pipe shall be sealed with a mechanical seal equal to Link-Seal as manufactured by Thunderline Corp. , Inkster, Michigan. C Concrete inserts for hangers and supports shall be furnished and in- stalled in the concrete as it is placed. The inserts shall be set in accordance with the requirements of the piping layout and the Contractor shall verify their locations from approved piping layout drawings and the structural drawings. Pipe hangers and supports are specified in Section 15E. D Flanged joints shall be made with bolts, bolt studs with a nut on each end, or studs with nuts where the flange is tapped. The number and size of bolts shall conform to the same American Standard as the flanges. Bolts and nuts shall, except as otherwise specified or noted on the Drawings, be Grade B conforming to the ASTM Standard Specification for Low-Carbon Steel, Externally and Internally Threaded Standard Fasteners, Designation A307. Bolt studs and studs shall be of the same quality as machine bolts. Gaskets shall be ring gaskets of rubber with cloth insertion. Gaskets 12 inches in diameter and smaller shall be 1116-inch thick. E Sleeve couplings shall be installed as described hereinbefore under Subsection 3.02. F All valves, fittings, equipment, and appurtenances needed upon the pipelines shall be set and jointed by the Contractor as indicated on the Drawings or as required. All pipe and appurtenances connected to equipment shall be supported In such a manner as to prevent any strain being imposed on the equip- ment. When manufacturers have indicated requirements that piping loads shall not be transmitted to their equipment, the Contractor shall submit a certification from the manufacturer stating that such require- ments have been complied with. 3.04 TESTING A After installation, all buried force mains shall be tested for com- pliance with the specifications. If leaks are discovered, they shall be repaired by the Contractor and approved by the Engineer. Pressure and leakage tests are required as follows. t1. The test pressure for the pipeline shall be 100 psi. Allowable leak- age at the test pressure will be 30 gallons per day per mile of pipe per inch nominal diameter. The test shall continue for not less than one hour and not more than four hours, if satisfactory results are obtained. The Contractor shall supply all labor, equipment, materials, gauges, pumps, etc. , required to conduct the test. Testing shall be performed in accordance with Section 13 of AWWA Standard C600. 2M-7 i r B After installation, all mechanical piping shall be tested at least 1 hour at the working pressure corresponding to the class of pipe, unless a different test pressure is specified after installation. If any joint of pipe section proved to be defective, it shall be repaired to the satisfac- tion of the Engineer. C After installation, all gravity pipelines, including laterals, shall be tested for compliance with the specifications. If leaks are discovered, they shall be repaired by the Contractor and approved by the Engineer. Pressure and leakage tests are required as follows: 1. Leakage tests by exfiltration or infiltration, as described below, will be made on all cast iron pipe. The Engineer shall have the option of determining which test shall be employed. Generally, if the groundwater table is above the top of the pipe, an infiltration test shall be used. If the groundwater table is below the top of the pipe an exfiltration test shall be used. 2. Exfiltration tests will be made on the pipe before or after backfilling at the discretion of the Engineer. The length of the sewer to be tested shall be such that the head over the crown of the upstream end is not less than 2 feet and the head over the downstream crown is not more than b feet unless directed otherwise by the Engineer. The sewer shall be plugged by pneumatic bags or mechanical plugs in such a manner that the air can be released from the sewerwhile it is being filled with water. The test shall be continued for one hour and provisions shall be made for measuring the amount of water required to maintain the water at a constant level during this period. If test results are unsatisfactory, the Engineer may direct that additional tests are made on any or all of the pipe. 3. If any joint shows an appreciable amount of leakage, the jointing material shall be removed and joint remade. If any pipe is defective, it shall be removed and replaced. If the quantity of water required to maintain a constant level in the sewer for one hour does not ex- ceed 250 gallons per inch of diameter per day per mile of sewer and all the leakage is not confined to a few joints, the workmanship shall be considered satisfactory. If the amount of leakage indicates defec- tive joints or broken pipes, they shall be corrected by the Contractor. 4, Pipe shall be tested for infiltration after the backfill has been placed. Infiltration testa shall be made under the supervision of the Engi- neer, and the length of line to be tested shall be as directed by the Engineer. The maximum allowable infiltration shall be 200 gallons per inch of diameter per day per mile of sewer. S. Rates of infiltration shall be determined by means of V-notch weirs, pipe spigot or by plugs in the end of the pipe, to be provided and installed by the Contractor in an approved manner, and at such times and locations as may be directed by the Engineer. 6. If an inspection of the completed sewer or any part thereof shows any manholes, pipes, or joints which allow the infiltration of water in a noticeable stream or jet, the defective work or material shall be replaced of repaired as directed. r� 2 M-8 Qt)_ k 7. Leakage between two adjacent manholes may be double the amount abov-e stated, provided the average leakage for a total length of any size does not exceed the amount first stated and provided there are no gushing or spurting leaks. 3.05 AIR TESTING A The Contractor may use an air test in lieu of the exfiltration test as described above. If he elects to do this, he shall submit his proposed method to the Engineer for approval. B If the results of the air test are unsatisfactory, as determined by the Engineer, the Contractor shall be required to perform the exfiltration test as outlined above. 3.06 CLEANING A At the conclusion of the work the Contractor shall thoroughly clean all of the pipe by flushing with water or other means to remove all dirt, stones, pieces of wood, or other material which may have entered during the construction period. Debris cleaned from the lines shall be removed from the lowest outlet. If, after this outlet cleaning, ob- structions remain, they shall be removed. After the pipe is cleaned and if the groundwater level is above the pipe, or following a heavy rain, the Engineer will examine the pipe for leaks. If defective pipes or joints are discovered at this time, they shall be repaired by the Contractor. 3.07 SURFACE PREPARATION AND PAINTING A All piping and fittings exposed to view shall have its surface prepared and be painted as specified in Division 9. Pipe marking is included in Division 9, but it shall be part of the work of this section to assist, as required by the Engineer, in identifying pipe contents, direction of flow and all else required for proper marking of pipe. 3.08 INSPECTION A After the gravity sewers have been installed and tested they shall be inspected with closed circuit television as directed by the Engineer. The work will include, but not be limited to, the use of closed circuit television, making video recordings, producing still photos and using magnetic tape which has both video and audio tracks. All video records shall be easily identified with sewer line stationing. The Contractor shall be required to supply all the labor, equipment, materials, plant and supervision to perform this work. The Owner shall receive a copy of all video tapes and the Engineer shall receive b copies of a brief report discussing any leakage, breaks, or misalignment of the sewers inspected. r� ©00-119 2M-9 e r r SECTION 2N PLASTIC PIPE AND FITTINGS PART 1: GENERAL 1.01 SCOPE OF WORK A Furnish all labor, materials, equipment and incidentals required and install and test the plastic piping, fittings, and appurtenances required for gravity sewers and force mains as specified herein and as shown on the Drawings. 1.02 RELATED WORK NOT INCLUDED A Clearing, grubbing and stripping is included in Section 2A. rB Excavation, backfill, fill and grading is included in Section 28. C Excavation below normal grade and gravel refill is included in Section 2C. D Bank run and screened gravel is included in Section 2D. E Dewatering and drainage is included in Section 2E. F Mechanical piping is included under Section 2L. rG Piping for slough crossing is included under Section 20. 1.03 QUALIFICATIONS A All of the plastic pipe and fittings shall be furnished by a manufacturer who is fully experienced, reputable, and qualified in the manufacture of the materials to be furnished. The equipment shall be designed, con- structed, installed in accordance with the beat practices and methods and shall comply with these Specifications as applicable. ' 1.04 SUBMITTALS A Submit to the Engineer within thirty (30) days after execution of the Contract a list of materials to be furnished, the names of the suppliers and the date of delivery of materials to the site. B All plastic pipe and fittings to be installed under this Contract shall be inspected and tested at the place of manufacture as required by the Standard Specifications to which the material is manufactured. Furnish in duplicate to the Engineer sworn certificates of such tests and their results. In addition all plastic pipe and fittings to be installed under this Contract may be inspected at the place of manufacture for compli- ance,with these Specifications by an independent testing laboratory � ow 2N-i _ dlhJ�c�'Q r t selected by the Owner, The manufacturer's cooperation shall be re- quired in these inspections. The cost of factory inspection of all pipe approved for this Contract, plus the cost of inspection of disapproved pipe, will be borne by the Contractor. C The Contractor shall submit to the Engineer for approval, six (6) sets of completely detailed shop drawings and schedule of all plastic pipe , and fittings required. PART 2: PRODUCTS 2.01 MATERIALS A PVC pipe used for pressure lines shall meet ASTM Specification D-1785, , Schedule 40, with flexible joints as specified under ASTM D3139. B PVC plastic pipe used for gravity lines shall meet ASTM Specification D-3034, or D-1785, with flexible joints as specified under ASTM D-3139 or D-3212. C Composite pipe (gravity sewers only), shall conform to ASTM Specifi- cation D-2680 with type OR joint assemblies. D Deflection analyses for plastic gravity sewers shall be calculated by ASTM D-2412. At twelve (12) feet of cover, the maximum allowable deflection shall be one (1) percent of the average pipe diameter using the fallowing constants K = 0.1 DX = 1.5 E' 300 psi We (811) = 90 Win. We (1011) = 100 lb/in. We (1211) 120 lb/in. The manufacturer of any plastic pipe proposed for installation shall submit to the Engineer under 1.04B, test data on the pipe's stiffness factor (S.F.) at 23 deg. C and at 38 deg. C. E All pipe shall be bundled or packaged in such a manner as to provide adequate protection for the ends, bell and/or spigot during transporta- tion from the manufacturer to the Contractor. F Standard lengths shall be as supplied by the Manufacturer. At least 85 percent of the total footage of pipe of any class and size shall be furnished in standard lengths. The remaining 15 percent in random lengths. - 00321 PART 3: EXECUTION 3.01 INSTALLATION A The installation of plastic pipe shall be strictly in accordance with the manufacturer's technical data, printed instructions and subject to the Engineer's approval. B Unless otherwise specified by the Engineer, gravity sewer invert line and grade elevations shall be established using batter boards or a laser Instrument. C Upon installation, pipe surfaces shall be free from nicks, scratches and other blemishes. The joining surfaces of pipe spigots and of inte- gral bell and sleeve-reinforced bell sockets shall be free from gouges and other imperfections that might cause joint leakage. D Care should be used in handling and stockpiling plastic pipe as described by the manufacturers installation guidelines. Stockpile heights should be limited and be located on flat areas. Pipe stored for any period over 3 weeks or at temperature in excess of 65 deg. F (18.3 deg. C) should be covered with an opaque material placed to allow air ventilation. The engineer will inspect all pipe before it is installed in the trench and any damaged, bent, or deformed pipe will be rejected and replaced with an acceptable pipe section. E As soon as the excavation is completed to normal grade of the bottom of the trench, the Contractor shall immediately place a bed of screened gravel conforming to the requirements specified under Section 2C and as shown on the Drawings. The sewer pipe shall then be laid accurately to line and grade. Bell holes shall be excavated so that only the barrel of the pipe shall bear upon the gravel over the trench bottom. Blocking under the pipe will not be permitted. Screened gravel shall be placed to a depth of six (6) inches over the pipe and thoroughly compacted to give firm support of the pipe. F Bell and spigot pipe joints shall be assembled in accordance with the manufacturer's printed instructions using rubber lubricant supplied by pipe manufacturer. G After the pipes are properly jointed and approved, the pipe shall be covered with gravel as detailed on the Drawings and backfilled as per Section 2B. H Connections to house laterals shall be accomplished with PVC wye fittings. Connections to manholes shall be accomplished using a double bell coupling, removing one of the two rubber rings, and grouting in place. Within 20 feet on either side of the manhole or pump station, Yl- the gravity sewer shall be laid with lengths not to exceed 5 feet. Thrust blocks shall be as shown on the Drawings at all elbows and valves on the force main. O�t•i�+G 2N-3 i 3.02 TESTING A After installation all buried pressure pipelines shall be tested for com- pliance with the specifications. If leaks are discovered, they shall be repaired by the Contractor and approved by the Engineer. Pressure and leakage tests are required as follows: The test pressure for the pipeline shall be 100 psi. Allowable leakage at the test pressure will be 30 gallons per day per mile of pipe per inch nominal diameter. The test shall continue for not less than one hour and not more than four hours, if satisfactory results are obtained. The Contractor shall supply all labor, equipment, materials, gauges, pumps, etc. , required to con- duct the test. Testing shall be performed in accordance with Section 13 of AWWA Standard C600. B After installation, all gravity pipeline shall be tested for compliance with the specifications. If leaks are discovered, they shall be repaired by the Contractor and approved by the Engineer. Leakage tests are required as follows: 1. Leakage tests by infiltration, as described below, will be made on all plastic pipe. The Engineer shall have the option of determining which test shall be employed. 2. Pipe shall be tested for infiltration after the backfill has been placed. Infiltration tests shall be made under the supervision of the Engineer, and the length of line to be tested shall be as directed by the Engineer. The maximum allowable infiltration shall be 200 gallons per inch of diameter per day per mile of sewer. 3. Rates of infiltration shall be determined by means of V-notch weirs, pipe spigot or by plugs in the end of the pipe, to be provided and installed by the Contractor in an approved manner, and at such times and locations as may be directed by the Engineer. 4. If an inspection of the completed sewer or any part thereof shows any manholes, pipes, or joints which allow the infiltration of water in a noticeable stream or jet, the defective work or material shall be replaced or repaired as directed. S. Leakage between two adjacent manholes may be double the amount above stated, provided the average leakage for a total length of any size does not exceed the amount first stated and provided there are no gushing or spurting leaks. C At the request of the Engineer, the Contractor will conduct an air test as described in Section 2K, on the gravity sewer. 3.03 CLEANING A At the conclusion of the work the Contractor shall thoroughly clean all of the pipe by flushing with water or other means to remove all dirt, stones, pieces of wood, or other material which may have entered during the construction period. Debris cleaned from the lines shall be 2N-4 00323 rremoved from the lowest outlet. If, after this outlet cleaning, obstruc- tions remain, they shall be removed. After the pipe is cleaned and if the groundwater level is above the pipe, or following a heavy rain, the Engineer will examine the pipe for leaks. If defective pipes or joints are discovered at this time, they shall be repaired by the Contractor. 3.04 SURFACE PREPARATION AND PAINTING A Pipe marking is included in Division 9. In addition to marking, the Contractor shall assist, as required by the Engineer in identifying pipe contents, direction of flow and all else required for proper identification of pipe. 3.05 INSPECTION A After the gravity sewers have been installed and tested they shall be inspected with closed circuit television as directed by the Engineer. The work will include, but not be limited to, the use of closed circuit television, making video recordings, producing still photos and using magnetic tape which has both video and audio tracks. All video records shall be easily identified with sewer line stationing. The Contractor shall be required to supply all the labor, equipment, materials, plant and supervision to perform this work. The Owner shall receive a copy of all video tapes and the Engineer shall receive 6 copies of a brief report discussing any leakage, breaks, or misalignment of the sewers inspected. i On A t' ZN 5 SECTION 2-0 SLOUGH CROSSING PART 1; GENERAL 1.01 SCOPE OF WORK A This section includes the installation of 10-inch welded steel pipe or ductile iron pipe with mechanical joints across the Bethel Island Road Bridge. The pipe is to be hung from the bridge as shown by the Draw- ings and as directed by the Engineer, and includes all pipe supports, hangers, anchors, and ,jointing required to complete the crossing. 1.02 EXISTING CONDITIONS A The Contractor shall exercise extreme care in not damaging the existing pipelines that cross the bridge. The Contractor shall also make every effort to not restrict further the boat clearance in the center span section of the bridge. 1.03 CONSTRUCTION METHODS A The exact procedure placement and methods of pipeline support shall be at the option of the Contractor, subject to the approval of the Engineer. The submittal shall include types of equipment proposed. Approval shall in no way relieve the Contractor of any responsibility to complete the work as required by the Contract. 1.04, INSPECTION A Sufficient time shall be allowed by the Contractor for the Engineer to inspect the work and obtain photographs of construction as desired. B The Contractor shall furnish at the request of the Engineer, such boats, boatmen, laborers, and material forming ;part of the ordinary and usual equipment and crews as may be reasonably necessary for inspec- tion of the work. C The Contractor agrees that such persons as may be designated by the Owner or Engineer may have access to the Contractor's vessels and all other plant during the progress of the work. First aid kits and life preservers of the jacket type shall be provided by the Contractor for all workmen including persons designated by the Owner or Engineer. 1.05 QUALIFICATIONS A All steel pipe or ductile iron pipe shall be furnished by a single manu- facturer who is fully experienced, reputable, and qualified in the manufacture of the steel pipe to be furnished. .; 0 20-1 032J r 1.06 SUBMITTALS , A Six (6) sets of shop drawings shall be submitted to the Engineer for approval in accordance with the General Conditions and shall include dimensioning for all piping to be furnished. Shop drawings shall in- clude details on steel pipe fabrication, transportation and erection. Fabrication shall not begin until shop drawings have been approved by the Engineer. PART 2; PRODUCTS 2.01 MATERIALS A Steel pipe and fittings shall conform to the AWWA Specifications for Fabricated Electrically Welded Steel Water Pipe Designation C-201 or Electric Fusion Arc Welded Steel Plate Pipe, ASTM A134. Dimen- sions of bends shall be fabricated in accordance with AWWA C208 or as shown on the Drawings. The grade of steel used in fabrication shall conform to ASTM 283 or ASTM A245, Grade A, in lieu of steels having higher yield points. The pipe shall have a minimum wall thickness of 3j8-inch. The nominal diameter shown on the Drawings shall be the inside diameter of the pipe. The longitudinal joints shall be shop-welded and shall be made with straight seams, having not more than two to each circumference. Girth joints shall be shop-welded, having not more than two joints r per s ection. B Ductile iron pipe used shall conform to the mechanical piping portions of Section 2L. r C The interior and exterior of all steel pipe and fittings shall be shop primed and coated with a coal-tar epoxy applied in two or more appli- cations after proper cleaning and drying of the metal surfaces. All such material shall be equal to, "TARSET Coating", manufactured by Pittsburgh Chemical Company, Pittsburg, Pennsylvania, or Bitu- mastic 300-M-Black as manufactured by Koppers Company, Pittsburgh, Pennsylvania or approved equal. Coating materials (2 coats) shall be used for touch up in the field and at field welded joints both inside and outside. D The interior and exterior of all steel pipe and fittings may also be 100% fusion epoxy coated with a minimum of 12 mils dry powder epoxy resin using the fluidized bed method of application. Prior to applica- tion of the coating, all surface irregularities shall be ground smooth and the fitting shall be blasted in a white metal finish. After fluidizing, the fitting shall be post cured in accordance with the powder manufac- turer's specification. Finished coating shall be inspected with a low voltage detector and any pinholes shall be marked, repaired and re- tested. The coating applicator shall be approved by the epoxy powder , manufacturer. r 00 Z 3j r E Before cleaning, all oil and grease on the surfaces of the metal shall be removed thoroughly by flushing and wiping, using a suitable coal- tar base solvent, and clean rags. The use of dirty or oily rags or solvent will not be permitted. All other foreign matter not removable by blasting shall be removed by suitable means. All surfaces shall be thoroughly cleaned by sandblasting in accordance with SSPC Surface Preparation No. 8. All work blasted in one day must be coated on that day. Any blasted area, not coated, which is exposed overnight shall be at least whip blasted again before application of coating. All surfaces to be coated shall be completely dry, free of moisture, soil, dust and grit at the time of coating, and shall not be applied during damp or rainy weather nor when the temperature is below 50 degrees F or above 90 degrees F. Mechanical heating may be required to obtain the necessary dryness and temperature. The coal-tar epoxy shall be applied by spray either by using a barrel pump of at least 8 to 1 ratio and a heavy duty spray gun or by use of airless spray equipment of at least 28 to 1 pump ratio. The use of airless spray is preferred and recommended to reduce pin holes. Coal-tar epoxy shall be applied as furnished by the manufacturer, if thinning should be required it shall be done in strict accordance with the manufacturers instructions and may be brushed, rolled or sprayed as long as the tested results meet the required results. The minimum thickness of 8 mile dry film is required for all surfaces for each of two coats for the total minimum thickness of 16 mils. Deficiencies in film thickness shall be corrected by the application of an additional coat or coats of the epoxy. The dry film thickness may be measured by a suitable dry film meter or dry film thickness gauge, subject to the approval by the Engineer. The first coat shall be applied and allowed to dry, tack-free, before the application of the second coat. If, for any reason, the first coat is exposed to sunlight for 72 hours or more, the surface shall be wiped down with MIBK (Methyl-Isobutyl-Ketone) and lightly wire brushed before the application of the second coat. The results of cleaning and coating of special pieces, fittings and all joints, not suitable for machine coating shall be equivalent to the results obtained on machine coated pipe. Application by hand daubing shall be double-coated with overlapping brush strokes to form a continuous holiday-free coating of the desired thickness. F Air and vacuum release valve shall be large orifice type APCO Valve and Primer Model No. 400 with 2-inch NPT female type threaded con- nection. Included shall be a 2-1/2-inch shut-off valve and a 1-inch blow-off valve, and appropriate quick disconnect couplings. Similar Crispin air valves as manufactured by Multiplex Manufacturing Co. , Berwick, Pa. , or equal, shall also be acceptable. 00 4nff%­ 20-3 PART 3; EXECUTION 3.01 HANDLING PIPE AND FITTINGS A Care shall be taken during loading, transporting, and unloading to pre- t vent injury to the pipes or coatings. Under no circumstances shall pipe, fittings or couplings be dropped. All pipe, fittings and couplings shall be examined before installing and no piece shall be installed which is found to be defective. Any damage to the coatings shall be repaired as directed by the Engineer. S If any defective pipe is discovered after it has been installed, it shall be removed and replaced with a sound pipe in a satisfactory manner by the Contractor, at his own expense. All pipe and fittings shall be thoroughly cleaned before installation and shall be kept clean until used j in the completed work. C Stored coated pipe shall be whitewashed or suitably protected from the heat of the sun. D In handling the pipe, a double 2-foot wide cushioned sling shall be , used or other devices and methods as approved. No uncushioned ropes, chairs, wedges, or levers shall be used in handling the pipe, fittings or couplings. , 3.02 PLACING PIPE A The Contractor shall record the location and elevation of the pipeline , during placing operations, making special note to establish the high point in the line as directed by the Engineer. 3.03 INSTALLATION , A All work in hanging pipe shall be in accordance with the manufacturer's recommendations and as directed by the Engineer, particularly in reference to the maximum span length allowed. The deflection at joints shall not exceed 5 degrees or 18-inch for a 20-foot length of pipe. , 8 All anchors and supports shall be firmly secured before pipeline is hung. C When cutting of pipe is required, the cutting shall be done by machine in a neat workmanlike manner without damage to the pipe. Cut ends shall be smooth and at right angles to the axis of the pipe. D At all times when pipe installing is not in progress, the open ends of pipe shall be closed by watertight plugs or other approved means. E All field welding shall be in accordance with the American Welding Society. The strength of field weld joints shall develop the strength of the steel pipe. Field touch up of coal tar epoxy coating shall be 16 mils thick inside and outside in accordance with Part 2 above and as approved by the Engineer. 20-4 00328 3� � s� F The sewage air release valve shall be installed at the high point of the line and according to the manufacturer's recommendations and the approval of the Engineer. 3.04 TESTING A After the pipe crossing has been installed, the Contractor shall plug or cap the ends and fill the pipe with water slowly in such a manner that all air shall be removed from the pipe. A separate hydrostatic test pressure of 100 psi shall be maintained in the pipe for at least a 30-minute period. No leakage as determined by the tests shall be allowed. The sewage air release valve shall be tested at the same time, including any adjustments necessary for proper operation. B If the section of pipe under test fails to comply with the no-leakage requirement, the Contractor shall make whatever correction is neces- sary to insure such watertightness to the satisfaction of the Engineer. If any damaged pipe or coupling, or if any poorly made joint is observed as a result of the test, the Contractor shall make the necessary cor- rection by removing and replacing the poor workmanship or material. 3.05 CLEANING A The Contractor shall remove all sand, atone, and debris from the pipeline after installation. s� � f F e t r l 4 i t 7 i S 9 $ t r45s SECTION 2P DIKES PART I- GENERAL 1.01 SCOPE OF WORK A The Contractor shall construct the dikes as shown on the Drawings and as specified herein. i B This section includes the furnishing of all labor, material, and equip. ment required to construct the dikes, including transporting, placing, and compacting the material used; shaping and grading the surface; topsoiling, fertilizing, and seeding; complete as shown on the Drawings. 1.02 RELATED WORK NOT INCLUDED A Excavation and backfill is included in Section 2B. B Excavation below normal grade and gravel refill is included in Section 2C. rC Bank-run gravel is included in Section 2D. D Loaming and seeding is included in Section 2J. PART 2s PRODUCTS 2.01 MATERIALS A Materials placed in dikes shall be free from frost and frozen lumps, stumps, roots, and other debris. The completed dikes shall be stable, compact, and free from settlement. All materials required to com- plete the work shall be subject to the approval of the Engineer prior to being placed in the dikes. In general, materials that will not be acceptable for use in dikes are loam, topsoil, peat, clay, and stones exceeding b inches in any dimension. PART 3: EXECUTION 3.01 INSTALLATION A If the Contractor prefers to do so he may furnish bank-run gravel for fill at his own expense rather than select, store, and transport excess excavation from other locations. In this event, he shall receive no pay. ment other than that provided in the Miscellaneous Work and Cleanup Item in the Proposal, Orl��� t 2P_'1 B The surface of all dikes to be grassed shall be loamed and s ceded as specified in Section 2J. , C On Stone Road, the dike serving to complete the road across the lake shall be constructed as follows: , I. Two to three feet of clean gravel or crushed rock up to the water surface for a working base. 2. Two to three feet of sandfill in eight (8) inch lifts up to the required , ground elevation. case less than the relative compaction of adjoining area. 3. Relative compaction shall be at least 90% throughout, but in no , r 1 -Ft I .3 hi } Y 3 f St li v� 2P,-'? 0093"l i SECTION 2Q MISCELLANEOUS WORK AND CLEANUP PART 1: GENERAL 1.01 SCOPE OF WORK A This section includes operations which cannot be specified in detail as separate items but can be sufficiently described as to the kind and extent of work involved. The Contractor shall furnish all labor, materials, equipment, and incidentals necessary to complete the work under this section. The work in this section includes but is not limited to the following: 1. Crossing and relocating utilities. 2. Restoring the easements and rights-of-way, 3. Restoring sldewalks, driveways, curbing, fences, and guard rails. 4. Connections to work by others and plugged stubs. S. Cleaning up. b. Incidental work. 1.02 SUBMITTAL OF LUMP SUM BREAKDOWN A Within ten (10) days after award of Contract, the Contractor,shall submit to the Engineer a breakdown of the lump sum'for Item:47 for -Unit 1 and Item 13 for Unit 2. This breakdown shall be,subject to approval by the Engineer, and when so approved shall become the basis for determining progress payments .and for negotiations of change orders, if required. 1.03 WORK SPECIFIED UNDER OTHER SECTIONS . A All work shall be completed in a workmanlike manner:by competent workmen in full compliance with all applicable sections of these. Specifications. PART 2: PRODUCTS 2.01 CONCRETE A Concretes is specified in Section 3A, �pp u" . 2.02 OTHER MATERIALS , A Materials required for this section shall be the same quality of materials that are to be restored. Where possible, the Contractor shall reuse existing materials that are removed and then replaced. PART 3; EXECUTION , 3.01 WORK TO BE COMPLETED UNDER THIS SECTION A Crossing Utilities 1. The Contractor shall do all extra work required in crossing culverts, , water courses, drains, water mains, gas mains, and other utilities, including all sheeting and bracing, extra excavation and backfill, or any other work required for the crossing, whether or not shown on the Drawings. Notification of utilities shall be as specified in Section 1 B. 2. At locations shown on the Drawings, the construction for the sewer passes under or near power lines. The Contractor shall notify the proper authority of the Power Companies before operating under or near power lines, and shall comply with all of their require- , ments regarding the use and size of cranes, backhoes, and other mechanical equipment working under or near the power lines. 3. The Contractor shall provide a 6-inch minimum concrete encase- , ment around the new sewer whenever the vertical clearance between an existing water main and the new sewer is less than 18 inches. Encasement shall be a minimum of 5 feet in length. Payment for , encasements shall be as agreed upon in the Proposal, Item 28. B Restoring the Easements and Rights-of-Way , 1. Portions of the sewer'are to be laid in easements through private property. The Contractor shall be responsible for all damage to private property due to his operations. He shall protect from injury , all walls, fences, cultivated shrubbery, pavement, underground facilities, such as water pipe, or other utilities which may be en- countered along the easement. If removal and replacement are , required, it shall be done in a workmanlike manner so that the re- placement is equivalent to that which existed prior to construction. 2. Existing lawn and sod surfaces damaged by construction in easements , shall be replaced. The Contractor may cut and replace the lawn and sod, or he may restore the areas with an equivalent depth and quality of loam, seeded and fertilized as specified in Section U. These areas , shall be maintined and reseeded, if necessary, until all work under this Contract has been completed and accepted. Any additional woric s; required to restore easements to their original condition shall be , performed by the Contractor. y 0033` � + - 2R-2 W k• C Restoring Driveways, Curbing, Fences, and Guard Rails 1. Existing public and private driveways disturbed by the sewer construction shall be replaced. Paved drives shall be repaved to the limits and thicknesses existing prior to construction. Gravel drives shall be replaced and regraded. Payment for driveway replacement shall be as agreed upon in the Proposal, Item 27. 2. Existing curbing shall be protected. If necessary, curbing shall be removed and replaced after backfilling. Curbing which is damaged during construction shall be replaced with curbing of equal quality and dimension. 3. It may be necessary for the Contractor to remove, store, and re- place existing fences during construction of the sewer. Only the sections directed by the Engineer shall be removed. If any section of fence is damaged due to the Contractor's negligence, it shall be replaced with fencing equal to that damaged, and the work shall be satisfactory to the Engineer. 4. Guard rails in the vicinity of the work shall be protected from dam- age. If damaged, guard rails shall be replaced to a condition equal to that existing before construction began. D Construction Dikes 1. The Contractor shall construct dikes in those areas shown on the Drawings as specified in Section 2P. E Cleaning Up 1. The Contractor shall remove all construction material, excess exca- vation, buildings, equipment, and other debris remaining on the job as a result of construction operations and shall render the site of the work in a neat and orderly condition. F Incidental Work 1. Do all incidental work not otherwise specified, but obviously neces- sary to the proper completion of the Contract as specified and as shown on the Drawings. } �M1 '00334 2R-3 h SECTION 3A•, CONCRETE A 1� P RT . GENERAL 1.01 SCOPE OF WORK A Furnish all labor, materials, ,equipment, andincidentals required to place all concrete, fill concrete, reinforcing steel, forms,.waterstops and miscellaneous related items as ordered by the Engineer and as shown on the Drawings or specified herein. - 1.02 RELATED WORK NOT INCLUDED A Concrete reinforcement is included in Section 3B. B Joints are included in Section 3C. 1.03 DESCRIPTION A Concrete shall be Portland cement fine aggregate, coarse aggregate, water and admixtures as specified and shall be ready-mixed, or transit. mixed concrete produced by a,plant acceptable to the Engineer:= All constituents, including admixture, shall be batched at the central batch plant. B Reinforced concrete shall conform to ACI Specification 318, C All testing and inspection services required will be provided by the Owner. Cost of such work, except as specifically stated otherwise, will be paid for by the Owner. Methods of test will comply in detail with the latest applicable ASTM Methods of Test. D Samples of constituents and of concrete as placed will be subjected to laboratory tests. All materials incorporated in the work shall conform to approved samples. E Under special circumstances, the Engineer may allow minor deviations from the material requirements specified, provided the resulting concrete quality is not adversely affected or provided a suitable adjustment in cement content is made to compensate for such deviations without cost to the Owner. 1.04 SUBMITTALS - s A The Contractor shall submit fine and coarse aggregate samples', con. forming to specifications below, from-local pits and in sufficient,supply for this project, For other submittals, see paragraph 1.05. 3A-1 000 y a.. 1.05 QUALITY ASSURANCE e A The actual acceptance of aggregates and development of mix proportions to produce concrete conforming to the specific requirements shall be , determined by means of prior laboratory tests made with the constituents to be used on the work. B Well in advance of placing concrete, the Contractor shall discuss with the Engineer the proposed source of materials and concrete mixture which he proposes to use. He shall furnish samples of aggregate and , cement for testing, deliver them to the organization designated by the Engineer, and shall permit ample time for the laboratory to develop a proposed design mix or to modify the design of the mix within the limits of these Specifications. , C The following limiting strengths, water-cement ratios, and cement factors shall apply. TABLE A Minimum Maximum Net Minimum , Compressive Strength Water Content Cement Factor ps i at 28 days gals/100 lbs* 100 lbs/cu yd* 2500 7.4 4.3 i 3500 6.4 5.2 *Maximum; decrease if possible. This represents total water in mix , at time of mixing, including free water on aggregates, and water in admixture solution. **Minimum; increase as necessary to meet other requirements. , These cement factors apply to "controlled" concrete subject to specific inspection. D When high-early-strength Portland cement is permitted, the same strength requirements shall apply except that the indicated strengths shall be attained at seven (7) days instead of twenty-eight (28) days. E If, during the progress of the work, it is impossible to secure con- crete of the required workability and strength with the materials being furnished, the Engineer may order such changes in proportions or materials, or both, as may be necessary to secure the desired prop- erties. All changes so ordered shall be made at the Contractor's expense. F If, during the progress of the work, the Contractor desires to use materials other than those approved (originally), or if the materials , from the sources originally approved change in characteristics, the Contractor shall, at his expense, have made new acceptance tests of aggregates and establishment of new basic mixtures by the approved , testing laboratory being employed on the work. G Consistency of the concrete as measured by the ASTM Design t'o 43 , shall be as shown in Table B. � 3A-2 TABLE B Slump (inches) Portion of Structure Recommended Range Manhole Bottoms & Wet Well Bottoms 2 1-3 Thin Reinforced Wall 4 3-5 H Concrete shall be of such consistency and mix composition that it can be readily worked into the corners and angles of the forms and around the reinforcement, inserts, and wail castings without permitting materials to segregate or free water to collect on the surface, due consideration being given to the methods of placing and compacting. I No excessively wet concrete will be permitted, and if at any time concrete of such consistency beyond the limits of Table B is delivered to the job, the Engineer may direct the Contractor to reject same or to add extra cement for which no additional payment will be made. A supply of cement shall be kept available at the site for this purpose. No additional water shall be added by drivers of transit-mix trucks except that established for the design. Failure to comply with this requirement shall be justification for rejecting the concrete. J The entrained air, as measured by the Pressure Method, ASTM C231, shall be: TABLE C Total Air Measured at Discharge Location From Truck (%) Finished Slabs 3.0 maximum All Others 3.5 - 5.0 1.O6 ACCEPTANCE TESTS A Conformity of aggregates to these Specifications, and the actual:propor- tions of cement, aggregates, and water necessary to produce concrete conforming to the requirements set forth in Table A, shall be determined by tests made with representative samples of the materials to be used on the work. Tests will be made by the approved laboratory selected by the Owner. B Cement shall be subject to testing to determine that it conforms to the requirements of this Specification, Methods of testing shall conform to the appropriate specification, but the place, time, frequency, and method of sampling will be determined by the Engineer in accordance with the particular need. C Samples of fine and coarse aggregates shall be furnished for examina- tion and testing at least three weeks before the Contractor proposes to use them in the work. 3A-3 001 D Water content of the concrete shall be based on a curve showing the relation between water content and 7- and 28-day compressive strengths of concrete made using the proposed materials. The curves shall be determined by four or more points, each representing an average value of at least three test specimens at each age, and shall have a range of values sufficient to yield the desired data, including all the compressive strengths called for on the plans, without extrapolation. The water content of the concrete to be used, as determined from the curve, shall correspond to the following test strengths of the laboratory trial mixtures. TABLE D , Design Min. Lab. Test Strength Strength 7 days* 28 days** 2500 2000 3000 3500 3000 4000 *May be employed for preliminary designs. **To be used for final designs. E In no case, however, shall the resulting mix conflict with the limiting values for maximum water-cement ratios and minimum cement contents as specified in Table A. , PART 2s PRODUCTS 2.01 MATERIALS A Materials shall conform to these Specifications and any state or local , specification requirements, B Cement for all cast in place concrete shall be high sulfate resistant Portland cement (ASTM C-150, type V) free from injurious water soluble salts or alkalies. High early strength cement may only be used with written approval of the Engineer. Air entraining cements shall not be used. Cement brands shall be subject to approval of the Engineer. C ,Aggregates , 1. Fine aggregate shall consist of washed inert natural sand conforming to the requirements of ASTM Specification C-33, and the following , detailed requirements Sieve Retained No. 4 0-5% r lb 25-40 a n 50 70-87 100 93-97 a OW 38 }. 3 Fineness Modulus 2.60-3.00 Organic See Plate 2, ASTM C33 Silt 2.0% maximum Mortar Strength 95% minimum as per C87 Section 10 Soundess 8% maximum loss, using magnesium sulfate, subjected to 5 cycles 2. Course aggregate shall consist of well-graded crushed stone or washed gravel conforming to the requirements of ASTM Specifica- tion C-33 and the following detailed requirements: Organic See Plate 1, per ASTM C33 Silt 1.0% maximum Soundness 876 maximum loss, using magnesium sulfate, subjected to 5 cycles 3. The following designated sizes* of aggregate shall be the maximum employed in concrete. 2-inch for plain concrete 1-inch for reinforced sections 10-inch and over in thickness 314-Inch for reinforced sections less than 10-inch thickness 4. Nate: *The "Designated Size" and the corresponding gradations shown represent the end or combined gradation of the coarse aggregate to be used in the final concrete. D Water 1. Water shall be clean and free from injurious amounts of oils, acid, alkali, organic matter, or other deleterious substances. Z. When subjected to the mortar strength test described in ASTM C87, the 28-day strength of mortar specimens made with the water under examination and normal Portland cement shall be at least 100 per- cent of the strength of similar specimens made with distilled water, 3. Potable tap water will normally fulfill the above requirements. E Admixtures 1. A water reducing agent such as Pozzolith, WRDA, or approved equal shall be used in all concrete. The admixture shall conform to ASTM Specification C494. Proportioning and mixing shall be as recommended by the manufacturer, Z. Admixtures causing accelerated setting of cement in concrete shall not be used. Air entraining admixtures with demonstrated compata- bility with the concrete mix shall be used as required as a moderate addition to the water reducing agent to obtain the. specified percent air in the resultant concrete. � Rnf% 3A'r 5 PART 3s EXECUTION 3.01 MEASURING MATERIALS A Materials shall be measured by weighing except as otherwise specified e or where other methods are specifically authorized by the Engineer. The apparatus provided for weighing the aggregates and cement shall be suitably designed and constructed for this purpose. Scales shall have been certified by the local Sealer of Weights and Measures within one year of use. Each size of aggregate and the cement shall be , weighed separately. The accuracy of all weighing devices shall be such that successive quantities can be measured to within one percent of the desired amount. Cement in standard packages (sacks) need not be weighed, but bulk cement and fractional packages shall be weighed. B Water shall be measured by volume or by weight. The water-measuring device shall be capable of control to 1/2 percent accuracy. All mea- suring devices shall be subject to approval. Admixtures shall be dispensed either manually with use of calibrated containers or measur- ing tanks, or by means of an approved automatic dispenser designed by the manufacturer of the specific admixture. 3.02 MIXING A Concrete shall be ready-mixed, or transit-mixed, as produced by equipment acceptable to the Engineer. No hand-mixing will be per- mitted. Adding water in controlled amounts during the mixing cycle shall be done only with the express approval of. and under the direc- tion of, the Engineer. B Ready-mix or transit-mix concrete shall be transported to the site in watertight agitator or mixer trucks loaded not in excess of rated capacities for the respective conditions as stated on the nameplate. Discharge at the site shall be within 1-1/2 hours after cement was first introduced into the mix. Central mixed concrete shall be plant- mixed to a minimum of 1-1/2 minutes per batch and then shall be truck-mixed or agitated a minimum of 8 minutes. Agitation shall begin immediately after the pre-mixed concrete is placed in the truck and shall continue without interruption until discharge. Transit-mixed concrete shall be mixed at mixing speed for at least 10 minutes imme- diately after charging the truck, followed by agitation without inter- ' ruption until discharged. C All central plant and rolling stock equipment and methods shall con- form to the latest Truck Mixer and Agitator Standards of the Truck Mixer Manufacturers' Bureau of the National Ready-Mixed Concrete Association, as well as ACI Standard 614 and ASTM Specification C94. , D The retempering of concrete or mortar which has partially hardened, that is, mixing with or without additional cement, aggregate, or water, will not be permitted. E Attention is called to the importance of dispatching trucks from the batching plant so that they shall arrive at the site of the work just 3A-6 Vl�340 s�}//��r(�� , v a before the concrete is required, thus avoiding excessive mixing of concrete while waiting or delays in placing successive layers of con- crete in the forms. 3.03 FIELD TESTS A Sets of six field control cylinder specimens will be taken at random by the Engineer during the progress of the work, in conformity with ASTM Designation C31; the total number of specimens taken on the project may average one set per 150 cu yda, and in general not less than one set of specimens will be taken on any one day. When average ultimate 28-day strength of control cylinders in any set falls below the required ultimate strength or below proportional minimum 7-day strengths where proper relation between 7- and 28-day strengths have been established by tests, proportions, water content, or temperature conditions shall be changed to secure the required strength. B The Contractor shall cooperate in the making of such tests to the extent of allowing free access to the work for the selection of samples, pro- viding heated moist storage facilities for specimens, affording protection to the specimens against injury or loss through its operations, and fur- nishing material and labor required for the purpose of taking concrete cylinder samples, curing boxes, and shipping boxes. All shipping of specimens will be paid for by the Owner. C Slump tests will be made in the field by the Engineer, 3.04 INSPECTION AND CONTROL A The preparation of forms, placing of reinforcing steel, conduits. pipes, and sleeves, batching, mixing, transportation, placing and curing of concrete shall be at all times under the inspection of the Engineer. B The Owner will also engage the services of a testing laboratory to estab- lish the basic mixtures of concrete as required by the Specifications. C Air entrainment shall be measured by the Engineer or his representa- tive at time of concrete deposit in accordance with ASTM Designation C231. 3.05 CONCRETE APPEARANCE A Concrete for every part of the work shall be of homogeneous structure which, when hardened, will have the required strength, durability, and appearance. B Formwork, mixtures, and workmanship shall be such that concrete surfaces, when exposed, will require no finishipg. 3.06 FORMS A Forms shall be used for all concrete placement. Forms shall be so constructed and placed that the resulting concrete will be of the shape, lines, dimensions, appearance, and to the elevations indicated on the (A Drawings. 3A-7 00 341 I B Forms for cast in place concrete shall be made of wood, metal, or other approved material. Wood forms shall be constructed of sound lumber or plywood of suitable dimensions, free from knotholes and loose knots; where used for exposed surfaces, boards shall be dressed and matched. , Plywood shall be sanded smooth and fitted with tight joints between panels. Metal forms shall be of an approved type for the class of work involved and of the thickness and design required for rigid construction. , C Edges of all form panels in contact with concrete shall be flush within 1/32-inch and forms for plane surfaces shall be such that the concrete will be plane within 1/16-inch in 4 feet. Forms shall be tight to prevent the passage of mortar, water and grout. D Forms for walls shall have removable panels at the bottom for cleaning, , Inspection, and scrubbing-in of bonding paste. Forms for walls of considerable height shall be arranged with tremies and hoppers for placing concrete in a manner that will prevent segregation and accumu. , lation of hardened concrete on the forms of reinforcements above the fresh concrete. E Forms shall be sufficiently rigid to withstand vibration, to prevent , displacement or sagging between supports, and constructed so the concrete will not be damaged by their removal. The Contractor shall be entirely responsible for their adequacy. , F Forms, including new pre-oiled forms, shall be oiled before reinforce- ment is placed, with an approved nonstaining oil for liquid form coating not having a paraffin base. G Before form material is reused, all surfaces in contact with concrete shall be thoroughly cleaned, all damaged places repaired, all projecting , nails withdrawn, all protrusions smoothed and, in the case of wood forms, preoiled. H Form ties encased in concrete other than that specified in the the follow- , ing paragraph shall be designed so that after removal of the projecting part, no metal shall be within 1 inch of the face of the concrete. That part of the tie to be removed shall be at least 1/2-inch in diameter or be provided with a wood or metal cone at least 1/2-inch in diameter and 1 inch long. Form ties in concrete exposed to view shall be the cone- washer type (equal to the Richmond "Tyscru"). Throughbolts or common , wire shall not be used for form ties. I Form ties for the interior walls shall be as specified in the preceding , paragraph except that the cones shall be of approved wood or plastic conforming to the dimensions shown on the Drawings. 3.07 PLACING AND COMPACTING , A Unless otherwise permitted, the work begun on any day shall be com- pleted in daylight of the same day. B Place no concrete until reinforcing steel, pipes, conduits, sleeves, hangers, anchors, and other work required to be built into concrete , k Y 3A-8 00342 have been inspected and approved by the Engineer. Remove water and foreign matter from forms and excavation. All soil bottom for slabs and footings shall be approved by the Engineer before placing concrete. C Transport concrete from mixer to place of final deposit as rapidly as practicable by methods which prevent separation of ingredients and displacement of reinforcement, and which avoid rehandling. Deposit no partially hardened concrete. D "Cold joints" are not to be allowed, unless prior approval from the Engineer is obtained. E At construction joints, the surfaces of the concrete already placed, including vertical and inclined surfaces, shall be thoroughly cleaned of foreign materials and laitance and weak concrete, and roughened with suitable tools to expose a fresh face. At least two hours before and again shortly before the new concrete is deposited, the joints shall be saturated with water. After glistening water disappears, the joints shall be given a thorough coating of neat cement slurry mixed to the consistency of very heavy paste. The surface shall receive a coating at least 1/8-inch thick, well scrubbed-in by means of stiff bristle brushes whenever possible. New concrete shall be deposited before the neat cement dries. F Deposit concrete to maintain, until the completion of the unit, a hori- zontal plastic surface. Vertical lifts shall not exceed 24 inches and preferably 18 inches. G Chutes for conveying concrete shall be of U-shaped design and sized to insure a continuous flow of concrete. Flat (coal) chutes shall not be employed. Chutes shall be metal or metal-lined and each section shall have approximately the same slope. The slope shall not be less than 25 nor more than 45 degrees and shall be such as to prevent the segregation of the ingredients. The discharge end of the chute shall be provided with a baffle plate or spout to prevent segregation. If the discharge end of the chute is more than 5 feet above the surface of the concrete in the forms, a spout shall be used, and the lower end main- tained as near the surface of deposit as practicable. When the operation is intermittent, the chute shall discharge into a hopper. Chutes shall be thoroughly cleaned before and after each run, and the debris and any water shall be discharged outside the forms. Concrete shall not be allowed to flow horizontally over distances exceeding 5 feet. H In thin sections of considerable height, concrete shall be placed using suitable hoppers, spouts with restricted outlets, or otherwise, as re- quired or approved. I Concrete during and immediately after depositing shall be thoroughly compacted by means of suitable tools. Internal type mechanical vibra- tors shall be employed to produce required quality of finish. Vibration shall be done by experienced operators under close supervision and shall be carried on long enough to produce homogeneity and optimum consolidation without permitting segregation of the solid constituents or "pumping" or migration of air. All vibrators shall be supplemented 3A"9 Ott 1'# a° by proper wooden spade puddling adjacent to forms to remove included , bubbles and honeycomb. This is essential for the top lifts of walls. All vibrators shall travel at least 10,000 rpm and be of adequate capacity. At least one vibrator shall be used for every 10 cu yds of concrete placed per hour. In addition, one spare vibrator in operating condition shall be on the site. J Concrete slabs on the ground shall be well-tamped into place and foundation material shall be wet, tamped, and rolled until thoroughly compacted prior to placing concrete. , K Concrete shall be deposited continuously in layers of such thickness that no concrete will be deposited on concrete which has hardened sufficiently to cause the formation of seams and planes of weakness within the section. If a section cannot be placed continuously, con- struction joints may be located at points as provided for in the Drawings or approved by the Engineer. , L Placement of concrete in walls where one side contains liquid and the other is a normal dry area shall be done with extreme care to insure , watertight construction. 3.08 CURING AND PROTECTION A Protect all concrete work against injury from the elements and deface- ments of any nature during construction operations. B Concrete placed at air temperature below 40 degress F shall have a minimum temperature of 60 degrees F when the air temperature is below 40 degrees F or near 40 degrees F and falling. The water and aggregates shall be heated before mixing. Accelerating chemicals shall not be used to prevent freezing. All concrete shall be so pro- tected that the temperature at the surface will not fall below 50 degrees F for at least 7 days after placing. C All concrete, particularly exposed surfaces, shall be treated imme- diately after concreting or cement finishing is completed to provide continuous moist curing above 50 degrees F for at least 7 days regard- less of the ambient air temperature. Walls and vertical surfaces may be covered with continuously saturates burlap, or other approved means. Horizontal surfaces, slabs, etc. , shall be ponded to a depth of iIZ-inch or kept continously wet by use of sprinklers. D Wherever practical, finished surface and slabs shall be protected from , the direct rays of the sun to prevent checking and cracking. 3.09 REMOVAL OF FORMS , A Except as otherwise specifically authorized by the Engineer, forms shall not be removed before the concrete has attained a strength of at least 30 percent of the ultimate strength prescribed by the design. B Shores shall not be removed until the concrete has attained at least 60 percent of the specified strength and also sufficient strength to sup- , port safely its own weight and the construction live loads upon tyit. A 3A-10 t�-144 3. 10 FAILURE TO MEET REQUIREMENTS A Should the strengths shown by the test specimens made and tested in accordance with the above provisions fall below the values given in Table A, the Engineer shall have the right to require changes in pro- portions as outlined above to apply on the remainder of the work. Furthermore, the Engineer shall have the right to require additional curing on those portions of the structure represented by the test speci- mens which failed, the cost of such additional curing to be at the Contractor's expense. In the event that such additional curing does not give the strength required, as evidenced by core and/or load tests, the Engineer shall have the right to require strengthening or replace- ment of those portions of the structure which fail to develop the required strength. The cost of all such core borings and/or load tests and any strengthening or concrete replacement required because strengths of test specimens are below that specified, shall be entirely at the expense of the Contractor. In such cases of failure to meet strength requirements, the Contractor and Engineer shall confer to determine what adjustment, if any, can be made in conformity with Sections 15 and 17 of ASTM Specification C94 for Ready-Mix Concrete. B When the tests on control specimens of concrete fall below the required strength, the Engineer will permit check tests for strengths to be made by means of typical cores drilled from the structure in accordance with ASTM Methods C42 and C39. In case of failure of the latter, the Engi- neer, in addition to other recourses, may require, at the Contractor's expense, load tests on the slabs in which such concrete was used. Test need not be made until concrete has aged 60 days. C Slabs under load test shall be loaded with their own weights plus a super-imposed load of 2 times design live load. The load shall be applied uniformly over portion being tested in approved manner, and left in position for 24 hours. The structure shall be considered satis- factory if deflection "D" in feet, at end of 24-hour period does not exceed value: D = 0.001 (L x Wt in which "L" is span in feet, "t" is depth of slab or beam in inches. D If deflection exceeds "D" in the above formula, the concrete shall be considered faulty unless within 24 hours after removal of the load, slab or beam under test recovers at least 75 percent of observed deflection. E Should the strength of test cylinders fall below 60 percent of the required minimum 28-day strength, the concrete shall be rejected and shall be removed and replaced. 3. 11 PATCHING AND REPAIRING A It is the intent of these Specifications to require forms, mixture of concrete and workmanship so that concrete surfaces, when exposed, will require no patching. n js�q 3A-11 0(1345 B As soon as the-forms have been stripped and the concrete surfaces ex- , posed, fins, and other projections shall be removed, recesses left by the removal of form ties shall be filled, and surface defects which do not impair structural strength shall be repaired. Clean all exposed concrete surfaces and adjoining work stained by leakage of concrete, to approval of the Engineer. C Immediately after removal of forms remove plugs and break off metal , ties as required by Paragraph 3.06. Holes are then to be promptly filled upon stripping as follows; Moisten the hole with water, followed , by a 1/16-inch brush coat of neat cement slurry mixed to the consistency of a heavy paste. Immediately plug the hole with a 1-1.5 mixture of cement and concrete sand mixed slightly damp to the touch (just short of "balling"), Hammer the grout into the hole until dense, and an excess of paste appears on the surface in the form of a spiderweb. Trowel smooth with heavy pressure. Avoid burnishing. D When patching or repairing exposed surfaces the same source of cement and sand as used in the parent concrete shall be employed. Exercise care to avoid damaging or staining the virgin skin of the surrounding parent concrete. Wash thoroughly to remove all rubbed matter. E Defective concrete and honeycombed areas, as determined by the Engi- neer, shall be chipped down reasonably square and at least 1-inch deep to sound concrete by means of hand chisels or pneumatic chipping ham- mers. Irregular voids or surface stones need not be removed if they are sound, free of laitance, and firmly imbedded in the parent concrete, , subject to Engineer's final inspection. If honeycomb exists around re- inforcement, chip to provide a clear space at least 3/8-inch wide all around the steel. For areas less than 1-1/2-inches deep, the patch may , be made in the same manner as described above for filling form tie holes, care being exercised to use adequately dry (nontrowelable) mix- tures and to avoid sagging. Thicker repairs will require buildup in successive 1-1/2-inch layers on successive days, each layer being applied (with slurry, etc.) as described above. F Very heavy patchwork shall be done with the approval of and under the direction of the Engineer. 3. 12 INSTALLATION SCHEDULE A Unless otherwise specified or required, concrete for all structures shall have minimum compressive strength at 28 days of 3500 psi. B Concrete fill and pipe encasement shall have a minimum compressive t strength at 28 days of 2500 psi. 3. 13 FIELD CONTROL A The Contractor shall advise the Engineer of his readiness to proceed at least six working hours prior to each concrete placement. The Engineer will inspect the preparations for concreting including the preparation of previously placed concrete, the reinforcing and the alignment and tightness of formwork. No placement shall be made , without the prior approval of the Engineer. 3A-12 0034S ® B The Engineer may have cores taken from any questionable area in the concrete work such as construction joints and other locations as re- quired for determination of concrete quality. The results of tests on such cores shall be the basis for acceptance, rejection, or determining the continuation of concrete work. C The Contractor shall cooperate in the obtaining of cores by allowing free access to the work and permitting the use of ladders, scaffolding, and such incidental equipment as may be required. The Contractor shall repair all core holes to the satisfaction of the Engineer. The work of cutting and testing the cores will be at the expense of the Owner. 3. 14 MISCELLANEOUS WORK A All bolts, anchors, miscellaneous metals, or other steelwork required to be set in the concrete forms for attachment of structural and mechan- ical equipment shall be set or installed under this Division. The Con- tractor shall be fully responsible for the setting of such materials in the forms and shall correct all such not installed in a proper location or manner at his own expense. B Electric conduits shall be installed in the concrete as required by the Drawings and as specified elsewhere in these Specifications. C Concrete foundations, supports, and bases for all equipment and ma- chinery shall be built to the equipment manufacturer's requirements, as approved by the Engineer, with anchor bolts installed. D All motor control centers and power control centers shall be installed on 4-inch minimum depth concrete bases as specified above. °3A 13` Of 347 SECTION 3B CONCRETE REINFORCEMENT PART 1; GENERAL 1.01 SCOPE OF WORK A Furnish all labor, materials, equipment, and incidentals required and install all steel bars, steel wire, and wire fabric required for the re- inforcement of concrete, as shown on the Drawings and as specified herein, 1.02 RELATED WORK NOT INCLUDED A Concrete is included in Section 3A. B Waterstops are included in Section 3C. 1.03 SHOP DRAWINGS A The Contractor shall submit to the Engineer for approval six (6) sets of completely detailed working drawings and schedules of all reinforce- ment required. PART 2: PRODUCTS 2.01 MATERIALS rA Unless otherwise specified or required, the design, materials, work- manship, and erection shall conform to the requirements of the latest local building code and the latest ACI 318 code. In case of conflict, the latest local building code shall govern. B Concrete reinforcement in sizes No. 3 (3/8-inch) and larger shall be deformed steel bars of the sizes and shapes indicated on the Drawings. The steel shall be newly rolled stock of domestic manufacture, substan- tially free from mill scale, rust, dirt, grease, or other foreign matter. Bars shall be of intermediate grade, deformed billet steel conforming to ASTM Specification A615, Grade 40. C Rail-steel bars will not be allowed in the work. D Reinforcement shall be accurately fabricated to the dimensions indi- cated on the Drawings. Particular care shall be exercised not to have stirrups oversize in order to maintain proper coverage of concrete. Stirrups and tie bars shall be bent around a revolving collar having a diameter not less than two times the minimum thickness of the bar. a Bends for other bars shall be made around a pin having a diameter not nffirr}} 3B-1 V( 348 less than six times the minimum thickness except for bars larger than one inch, in which case the bends shall be made around a pin of 8-bar diameters. All bars shall be bent cold. Bars reduced in section or , with kinks or bends not shown on the Drawings will not be accepted. E Wire fabric shall conform to ASTM Specification A185 for Welded Steel Wire Fabric for Concrete Reinforcement. F Steel wire shall conform to ASTM Specification A82 for Cold-Drawn Steel for Concrete Reinforcement. , 2.02 HANDLING MATERIALS A Reinforcement shall be shipped to the work with bars of the same size , and shape fastened in bundles with metal identification tags giving size and mark securely wired on. The identification tags shall be labeled with the same designation as shown on submitted bar schedules and Shop Drawings. B All bars shall be stored off the ground and shall be protected from mois- , ture and be kept free from dirt, oil, or injurious contaminants. PART 3: EXECUTION 3.01 INSTALLATION A No reinforcing bars shall be welded either during' fabrication or erec- tion without prior written approval from the Engineer. All bars that have been welded, including tack welds, without such approval shall be immediately removed from the work. B Unless otherwise shown, splices in reinforcement shall be lapped not less than 24 diameters. All bar splices shall be staggered wherever , possible. When splicing bars of different diameters, the length of lap is based on the larger bar. C Before being placed in position, reinforcement shall be thoroughly i cleaned of loose mill and rust scale, dirt, and other coatings, including ice, that reduce or destroy bond. Where there is delay in depositing concrete after reinforcement is in place, bars shall be reinspected , and cleaned when necessary. D Reinforcement shall be accurately positioned as indicated on the Draw- ings, and secured against displacement by using zinc coated annealed iron wire ties of not less than No. 18 gauge, or suitable clips at inter- sections. nter- sections. , E All accessories such as chairs, chair bars, and the like are an inte- gral part of the reinforcement and shall be furnished and installed in sufficient quantity to satisfactorily position all steel, and in accordance , with the latest (ACI 315) Manual of Standard Practice for Detailing Re- inforced Concrete Structures. 38-2 0049 , F Except as indicated on the Drawings, bars in slabs shall be spliced per table in.ACI 315. G Except as otherwise indicated on the Drawings, reinforcement shall be installed with clearance for concrete coverage as follows: Footing bottoms 3 inch Formed surfaces in contact with soil or exposed to the weather 2 inch Columns, beams, and shearwaiis 1-1/2 inch Slabs on grade 1-1/2 inch Bottom steel of interior slabs 1-1/2 inch Top steel of interior slabs 3/4 inch Bottom steel in grid slabs 1-1/2 inch Interior face of walls 1 inch H All slab reinforcing shall be supported on concrete cubes or wafers of the correct height. Wafers shall contain soft steel wires imbedded therein for fastening to reinforcing. Wafers shall have a minimum com- pressive strength of 3,500 psi and shall have been cured as specified for concrete. Masonry units will not be permitted for supporting steel in bottom mats or elsewhere. For supporting the top steel in slabs, the Contractor shall furnish extra steel supports such as channels, if required, and shall construct blocks of concrete having the same quality as specified for the structure for use in supporting both top and bottom mat steel. Wood blocks, stones, brick chips, etc. , cinder blocks, or concrete building blocks will not be allowed. Alternate methods for supporting top steel in slabs, such as vertical reinforcing fastened to bottom and top mats, may be used if approved by the Engineer. I Alternate methods of supporting bottom reinforcement for slabs and beams not exposed to the weather (such as plastic chairs, but not plas- tic-tipped bolsters) may be used only if specifically approved by the Engineer. J Reinforcement for vertical surfaces (beams, walls) shall be properly and firmly positioned from the forms at all points by means of stain- less steel (tipped) bolsters or equal, subject to Engineer's approval. K Reinforcement which is to be exposed for a considerable length of time after being placed shall be painted with a heavy coat of neat cement slurry, if required. L In no case shall any reinforcing steel be covered with concrete until the amount and position of the reinforcements have been checked by the Engineer and his permission given to proceed with the concreting. The Engineer shall be given ample prior notice of the availability of set reinforcement for checking. r 00050 3B-3 +c ks I SECTION 3C JOINTS PART 1: GENERAL 1.01 SCOPE OF WORK A The Contractor shall furnish all materials, labor, equipment, and inci- dentals required to make all joints tight in the cast-in-place concrete as detailed on the Drawings and as specified herein. PART 2: PRODUCTS 2.01 MATERIALS A Control joints shall be incorporated in the concrete as shown on the Drawings. B Water stops shall be of the highest grade polyvinyl chloride meeting Corps of Engineers Specification CRD-C-572-65. They shall be 6-inch or 9-inch as required on the Drawings, the 6-inch shall be the dumb- bell type and the 9-inch shall be the dumbbell with center bulb type. Waterstops shall be Servicised/Durajoint, Type No. DB-2 and DB-6 as manufactured by W.R. Grace and Co. , equal by Lamont & Riley, Inc. , or approved equal. Rubber waterstops meeting Corps of Engi- neers Specification CRD-0513 will be considered equal. PART 3: EXECUTION 3.01 INSTALLATION A Waterstops for all joints as indicated on the Drawings shall be continous around all corners and intersections. Splices shall be made by welding in accordance with the manufacturer's recommendations, subject to approval of the Engineer. If rubber waterstops are used, provide fac•. tory formed corners, intersection pieces, splicing unions and approved joint cementing compound. B Drill holes in waterstops, just below the bulb and tie waterstops to rein- forcing steel with steel tying wire as specified in Section 3B. C A sufficient number of ties shall be placed, as directed, to insure that waterstops will remain in the required position during concrete place- ` , ment. 00851 3C-1 SECTION 3D PRECAST CONCRETE MANHOLES PART 1; GENERAL 1.01 SCOPE OF WORK A Furnish all labor, material, equipment, and incidentals required and install all concrete manholes as shown on the Drawings and/or specified herein. 1.02 RELATED WORK NOT INCLUDED A Manhole covers and frames are included in Section 5A. B Concrete that is cast in place is included in Section 3A. 1.03 SUBMITTALS A The Contractor shall submit to the Engineer for approval six (b) sets of Shop Drawings showing details of construction reinforcing and joints, as specified in the Supplemental General Contract Conditions.. PART 2: PRODUCTS 2.01 MATERIALS AND DESIGN A Manholes shall be constructed of precast concrete or reinforced cast- in-place concrete. B The minimum internal diameter of the manhole barrel and correspond- ing ring and cover required shall be as shown on the Drawings. C Precast manholes shall conform to ASTM Designation.C478 and meet the following additional requirements 1. The wall thickness shall be not less than 5 inches. 2. Sections shall have tongue and groove joints. 3. Top sections shall be concentric. 4. Type V cement shall be used except as otherwise approved. 5. All sections shall be cured by an approved method and shall not be shipped until the concrete compressive strength has attained 3,000 psi and not before 5 days after fabrication and/or repair, whichever is,longer. 3D-1 0095 7 r D Concrete used in cast-in-place manholes and manhole bases shall have r a 28-day strength of 3,500 psi as specified in Section 3A. Reinforcing steel bars shall conform to ASTM Designation A-615, Grade 40 (Mini- r mum), Deformed Bars as specified in Section 3B. Placing of steel reinforcement shall be as specified in ASTM Designation C-478. E All joints in the manhole barrel, cone and/or flat top sections, includ- ing the joint between the cast-in-place base slab and the bottom barrel section, shall be sealed with a preformed, flexible plastic gasket con- forming to the following requirements: 1. The flexible plastic gasket shall be in conformance with Federal Specification SS-S-00210, "Sealing Compound, Preformed Plastic, for Expansion Joints and Pipe Joints." + 2. The plastic sealing compound shall be packaged in extruded pre- formed rope-like shape of proper size to completely fill the joint when fully compressed. The material shall be protected by a suit- able, removable, two-piece wrapper so that one wrapper may be removed as the compound is applied to the joint surface without , disturbing the other wrapper, which remains attached to the com- pound for protection. The sealing compound shall be impermeable to water, having high immediate bonding strength to the primed concrete surface and shall maintain permanent, plasticity, resis- tance to water, acids, and alkalies. 3. All surfaces of the tongue and groove joint of the manhole barrel shall be primed with an approved priming compound prior to the installation of the sealing compound. The application of the priming compound and the sealing compound shall be accomplished in strict conformance with the manufacturer's instructions as to the method of application, quantity of material, the grade of the materials, and the application temperatures. r F Mortar and grout used in the shaping of inverts, setting and anchoring ring and cover, etc. shall consist of one part type V Portland cement and two parts of fine, clean, sand. Only sufficient water shall be , added to provide a stiff, workable, cement mixture of proper troweling. Hydrated lime or masonry cement shall not be used. Where relatively thin portions of grout are to be applied in the flow channel, top of bench, etc., an approved epoxy coating shall be applied to the exposed concrete surfaces prior to grouting. G The date of manufacture and the name or trademark of the manufacturer , shall be clearly marked on the inside of each precast unit. H Bituminous waterproofing for manholes shall be Koppers Bitumastic 300-M, Tnemec 413, Tnemec-Tar, or equal. t�: r 00 r 3D-2 r i PART 3: EXECUTION 3.01 INSTALLATION A Manholes shall be constructed to the dimensions as shown on the Draw- ings and as specified in these Specifications. B The base of manholes shall be cast-in-place concrete as specified in Section 3A and placed on a thoroughly compacted screened gravel sub- base. The tops of the cast-in-place bases shall be shaped to mate with the precast barrel section, and shall be adjusted in grade so that the top of the dome section is at the approximately correct elevation. C Precast bases, conforming to all requirements of ASTM C478 and above listed requirements for precast sections, may be used as an alternate to cast-in-place base. D The precast concrete base shall be placed on a bed of screened gravel as shown on the Drawings to provide even bearing and closer grade control. E Precast concrete manhole sections shall be set so as to be vertical and with sections in true alignment with a 1/4-inch maximum tolerance to be allowed. Backfilling shall be done in a careful manner, bringing the fill up evenly on all sides. If leaks appear in the manholes, the inside joints shall be recaulked with the sealing compound to the satisfaction ' of the Engineer. The Contractor shall install the precast sections in a manner that will result in a watertight joint. F Holes in the concrete pipe sections required for handling or other pur- poses shall be plugged with a nonshrinking grout or by grout in combi- nation with concrete plugs. G Where holes must be cut in the precast sections to accommodate pipes, cutting shall be done prior to setting them in place to prevent any sub- sequent jarring which may loosen the mortar joints. H Flow channels shall have smooth, rounded inverts shaped to match the lower half of the pipe. Proper shaping may be accomplished by forming or shaping with cement grout, or by laying full lengths of pipe through the manhole and later removing the top half of the pipe in a manner satisfactory to the Engineer. Changes in direction of flow through the manhole shall be made with a smooth curved channel having as large a radius as possible. Changes in size of channels, multiple flow channels or changes in invert slopes shall be made gradually and evenly, and shall be formed directly in the concrete. The bench around the flow channel shall be constructed to the top of the largest pipe in the man- hole. The top of the bench may be poured level or sloped towards the flow channel with an overall pitch not more than 1/2-inch. I Stub-outs for future lateral connections shall extend a nominal 2 feet beyond the outside of the manhole barrel and shall terminate with a bell end (or spigot end if applicable). The pipe shall be sealed with an ap- proved, prefabricated plug or cap conforming to the joint detail of the 3D-3. 00da'1. r pipe supplied. For large sewers, a short section of pipe (not more than 4 feet in length) settled at one end may be installed on the manhole stub. Shop drawings shall be submitted for approval. The use of brick or concrete as a means of plugging will only be authorized on sewers to be abandoned. J Manhole pipe connections may be accomplished in two manners: 1. The "RES-SEAL," a cast iron compression ring, which compresses a rubber ring into tapered hole in the barrel, shall be used for seal- ing the pipe into the manhole barrel. 2. A tapered hole filled with nonshrink, waterproof grout after the pipe , is inserted is acceptable, providing the grout is placed carefully to completely fill all around the pipe. If this method is used, place concrete encasement around the stub as shown on the Drawings. K Outer surfaces of precast and cast-in-place manholes shall be given two , (2) coats of bituminous waterproofing at the rate of 30-60 sq ft per gallon as directed by the Engineer and in accordance with the manufacturer's instructions. 3.02 INSPECTION A The quality of all materials, the process of manufacture, and the finished sections shall be subject to inspection and approval by the Engineer, or other representative of the Owner. Such inspection may be made at the place of manufacture, or on the work after delivery, or at both places, and the sections shall be subject to rejection at any time on account of failure to meet any of the Specification requirements, even though sample , sections may have been accepted as satisfactory at the place of manu- facture. Sections rejected after delivery to the site shall be marked for identification and shall be removed from the site at once. All sections which have been damaged after delivery will be rejected, and if already installed shall be acceptably repaired, if permitted, or removed and re- placed, entirely at the Contractor's expense. H At the time of inspection, the sections will be carefully examined for , compliance with the ASTM designation specified herein and these Speci- fications and with the approved manufacturer's drawings. All sections shall be inspected for general appearance, dimension, "scratch-strength," blisters, cracks, roughness, soundess, etc. The surface shall be dense and close-textured. C Imperfections may be repaired, subject to the approval of the Engineer, r after demonstration by the manufacturer that strong and permanent repairs result. Cement mortar used for repairs shall have a minimum compressive strength of 4,000 psi at the end of 7 days and 5,000 psi at the end of 28 days, when tested in 3-inch by 6-inch cylinders stored in the standard manner. Epoxy mortar may be utilized for repairs subject to the approval of the Engineer. z, 3D-4 WM3 SECTION 5A MISCELLANEOUS METALS PART 1: GENERAL 1.01 SCOPE OF WORK A Furnish all labor, materials, equipment, and incidentals required and install all miscellaneous metals as shown on the Drawings and specified herein. 1.02 COORDINATION A The work of this Section shall be completely coordinated with the work of other Sections. Verify at the site both the dimensions and work of other trades adjoining items of work in this Section before fabrication and installation of items herein specified. B Furnish to the pertinent trades all items included under this Section that are to be built into the work of other Sections. 1.03 SHOP DRAWINGS A Detail drawings, as provided for in the General Conditions, showing sizes of members, method of assembly, anchorage, and connection to other members shall be submitted to the Engineer for approval before fabrication. 1.04 FIELD MEASUREMENTS A Field measurements shall be taken at the site to verify or supplement indicated dimensions and to insure proper fitting of all items.; . PART 2: PRODUCTS 2.01 FABRICATED ITEMS A Manhole frames and cover castings shall be cast iron, smooth, free from scale, lumps, blisters, sand holes, and defects of any kind which render them unfit for the service for which they are intended. Castings shall be thoroughly cleaned and subject to hammer inspection. Manhole covers and frame seats shall be machined to a true plane surface. r Before shipment from the factory, casting shall be painted or dipped in a commercial quality asphalt paint. Sizes shall be as shown on the Drawings. Cast iron shall conform to ASTM A-48, Class 35. r 5A-1 00356 i } Frames and covers shall be equal to the following patterns as manu- factured by Neenah Foundry Company, Neenah, Wisconsin or E. L. Le Baron Foundry Company, or equal. Neenah Le Baron Frame and Solid Cover RT270 LC 327 Manhole covers shall have the markings CCCSD No. 15. B Aluminum Gratings 1. General: The top surface of all bars shall be flush and the grating shall be furnished in lengths to fit the spans required. Adjacent panels shall be neatly fitted together but not fastened. Panels shall be not more than three (3) feet wide. Where holes are required for the passage of pipes, valve operating handles, gate stems, or for other purposes, they shall be provided and the grating reinforced where necessary to preserve its strength. All openings and ends of panels shall be banded. Aluminum shall be No. 6063-T6. 2. Bearing Bars: Except otherwise shown on drawings, the minimum acceptable dimensions shall be 1-1/4 inches in depth by 3/16-inch In width and a maximum spacing of 1-3/16-inch centers. In addition, the grating shall be designed for 100-lb/sq. ft. live load with de- flection not to exceed 1/4-inch. C Aluminum tread plates shall be fabricated to the details shown and installed at the location shown, and shall be 1/4-inch with aluminum frame and monel anchor screws. Aluminum shall be No. 6063-T6. PART 3: EXECUTION 3.01 FABRICATION A All miscellaneous metal work shall be formed true to detail, with clean, straight, sharply defined profiles and smooth surfaces of uniform color and texture and free from defects impairing strength or durability. 3.02 INSTALLATION A Install all items furnished except items to be imbedded in concrete , which shall be installed under Division 3. Items to be attached to concrete after such work is completed shall be installed in accordance with the details shown. Fastening to wood plugs in concrete will not be permitted. All dimensions shall be verified at the site before fabrication is started. B All steel surfaces to come in contact with exposed concrete shall receive a protective coating of an approved heavy bitumastic troweling mastic applied in accordance with the manufacturer's instructions prior to installation. oo355A-2 i I L SECTION 5B SLIDE GATES PART 1: GENERAL 1.01 SCOPE OF WORK A Furnish all labor, materials, equipment, and incidentals required and install slide gates, complete with appurtenances as shown on the Drawings and as specified under Division 3. 1.02 RELATED ITEMS NOT INCLUDED IN THIS SECTION A Field painting is specified under Division 9. B Mechanical valves are specified under Division 15. 1.03 QUALIFICATIONS A The slide gates, specified under this section, shall be furnished by manufacturers who are fully experienced, reputable and qualified in the manufacture of the equipment furnished. All slide gates shall be furnished by a single supplier. The slide gates, and all related equip- ment shall be designed, constructed, and installed with the best prac- tices and methods. 1.04 SUBMITTALS A Submit to the Engineer for approval six (6) sets of complete shop drawings and schematics which shall show details of installation and connections to work of other sections in accordance with the General Conditions. 1.05 OPERATING INSTRUCTIONS A Four (4) complete sets of operating and maintenance instructions shall be furnished to the Engineer. B A factory representative who has complete knowledge of proper opera- tion and maintenance shall be provided for one (1) day to instruct representatives of the Owner and Engineer on the proper operation and maintenance. This work may be done in conjunction with the inspection of the installation and test runs as provided under Para- graph 3.04, Section 5B. r t 1.06 TOOLS AND SPARE PARTS A Special tools, if required for normal operation and maintenance, shall be furnished with the equipment by the manufacturer. 4 00358 } PART 2: PRODUCTS 2.01 MATERIALS AND DESIGN A Slide gates shall be fabricated of 6061-T6 aluminum, and shall be of the self-contained type with rising stem. The gates shall be designed for embedment into concrete or for wall mounting as indicated on the Drawings and as specified herein. B Guides shall be of extruded aluminum incorporating a double slot design. The primary slot shall accept the plate of the disc and the second slot shall be sufficiently wide so that the reinforcing ribs of the disc may extend into it. The guide will be designed for maximum rigidity and will be provided with keyways to lock into the concrete where it is to be embedded. Drilled holes will be provided in the guide where it is to be bolted to the concrete wall. C The guides shall be sufficiently strong so that where the guide extends , above the operating floor to support the hoisting yoke, no further re- inforcing will be required. Guides shall weigh not less than 3 pounds , per foot. D The invert of the frame will be an angle completely welded to the ends of the guides and shall form a seating surface for the resilient seal mounted on the disc. Alternately, the invert shall be of extruded aluminum and furnished with a renewable neoprene insert which shall function as a seating surface for the plate. All slide gates shall have flush bottom closures. E The yoke shall be formed by two angles welded at the top of the guides. The arrangement of the yoke will be such that the disc and stem can , be removed without disconnecting the yoke. F The disc or sliding member shall be aluminum plate reinforced with , U-shaped aluminum extrusion which will be welded to the plate. The disc will be designed so that it will not deflect more than 1/360 of the span of the gate under the designed head. Reinforcing ribs will extend into the guides so that they overlap the seating surface of the guide. All parts of the gate shall have a minimum thickness of 1/4-inch. G A specially molded seal shall be mounted on either the gate or shall be , incorporated into the invert as previously specified. The seal shall be readily renewable. H All slide gates shall be designed to provide a good seal. Leakage , shall not exceed 0.5 gpm per foot of wetted perimeter. Additional seals shall be provided as required to insure that the above leakage requirement is met. I Operation of the gate shall be by means of a crank operated benchstand mounted directly on the yoke of the gate. The operating stem shall be 302 stainless steel with a minimum diameter of 1-1/2 inch. The stem shall be connected to the disc by means of a cast aluminum stem con- nection, threaded and bolted for the stem and welded to the disc. The , 5B-2 00359 1 benchstand shall be fully enclosed, equipped with roller bearings above and below the operating nut and with mechanical seals around the operating nut. On the crank operated benchstands, the pinion shaft shall be cadmium plated, and supported on roller bearings. A mechan- ical seal will be provided around the pinion shaft where it extends from the hoist enclosure. Maximum crank effort shall not exceed 40 pounds. Operators shall be suitable for outdoor service. J All stems shall be provided with bronze stop nuts and transparent plastic stem covers complete with indicator markings. K All required attaching bolts and anchor bolts required for installation shall be furnished with the slide gates and shall be of stainless steel. L Wall mounted units shall be provided with neoprene gaskets or other suitable seal. M All aluminum components shall be entirely anodized in conformance with the Aluminum Association Specification AA-C22-A41 or approved equal. All gates shall be given a coating of methacrylic lacquer. N Embedded type slide gates shall be Series HY-Q 721 as manufactured by Rodney Hunt Company, Orange, Mass. , Series 5020 as manufac- tured by Washington Aluminum Company, Inc. , Baltimore, Md. , or approved equal. O Wall-mounted slide gates shall be Rodney Hunt Series HY-Q 761, Washington Aluminum Series 5040, or approved equal. P Crank-operated bench stands shall be Rodney Hunt Model BS-5002, Model 3E as manufactured by Waterman Industries, or approved equal. PART 3: EXECUTION 3.01 INSTALLATION A Installation of all gates, plates and guides shall be done by the Con- tractor in a workmanlike manner. It shall be the responsibility of the Contractor to handle, store, and install the equipment specified in this Section in strict accordance with the manufacturer's Drawings and recommendations. Frames and guides shall be installed in a true vertical plane and shall be installed with 90 degree corners. B The areas of the aluminum gate frames that will be in contact with con- crete, when installed, shall be given a heavy bituminous coating before being placed in the concrete. 3.02 SHOP PAINTING A Before exposure to the weather and prior to shop painting, all ferrous components of the slide gates shall be dry and thoroughly cleaned of all mill scale, rust, grease, dirt, and other foreign matter, 5B-3 vtl � i B Shop prime coat of ferrous metal surfaces submerged or in contact with fluids shall be an approved inorganic zinc-rich primer. Shop prime coat of metal surfaces not in contact with fluids shall be with Inertoi Rust Inhibitive No. 621 as manufactured by Koppers, or equal by Tnemec. C Gears, beating surfaces, and other similar surfaces obviously not to be painted shall be given a heavy shop coat of grease or other suitable rust-resistant coating. This coating shall be maintained as necessary to prevent corrosion during all periods of storage and erection and shall be satisfactory to the Engineer up to the time of the final accep- tance test. 3.03 FIELD PAINTING A Field painting is specified in Division 9. The shop primers shall be compatible with the finished paint. 3.04 INSPECTION AND TESTING A The Contractor shall require the manufacturer to furnish the services , of a factory representative for one (1) day who has complete knowledge of proper operation and maintenance to inspect the final installation and supervise a test run of the equipment. These services may be combined with those provided under Paragraph 1.05, OPERATING INSTRUCTIONS. 8 After installation, all slide gates shall be field tested to insure that all items of equipment are in compliance with the Specifications, including the leakage requirements. C In the event that any unit fails to meet the above requirements, the necessary changes shall be made and the unit retested. If the unit remains unable to meet the test requirements to the satisfaction of , the Engineer, it shall be removed and replaced with a satisfactory unit at no cost to the Owner. A i i 51 4 �� r: so w `i 1 t SECTION 9A PAINTING PART 1; GENERAL I.01 SCOPE OF WORK A The work of this section consists of furnishing all materials, labor, equipment and incidentals required in performing all the painting necessary to complete this Contract in its entirety. B It is the intent of these Specifications to paint all exposed miscellaneous metal, pipe, fittings,valves, equipment and all other work obviously required to be painted unless otherwise specified. In .'addition, other minor items omitted in the schedule of work shall be included in the work of this section where they come within the general intent of the Specifications as stated herein. rPART 21 PRODUCTS 2.01 MATERIALS A All painting materials shall be equal to.those manufactured by the Koppers Company, Inc. , the Tnemec Company, Inc. , or the Carboline Company. The painting schedule has been prepared on the basis.of Koppers' products (unless otherwise noted) and Koppers' recommen- dations for applications. No brand other.than those named will be considered for approval unless the brand and type of.paint.proposed for each item in the following schedule together with sufficient data substantiated by certified tests to demonstrate its equality to the paint(s) named is submitted in writing to the Engineer for approval within ten (10) days after the signing of the General Contract. The type and number of tests performed shall be subject to the Engineer's approval. B All painting materials shall be delivered to the job site in unbroken packages, bearing the manufacturer's brand and name. They shall be used without adulteration and mixed, thinned, and applied in strict accordance with manufacturer's directions for the applicable materials and surface and with the Engineer's approval before using. C No paint containing lead will be allowed. Oil shall be pure boiled linseed oil. D Work areas will be designated by the Engineer for storage and mixing of all painting materials. Materials shall be in full compliance with - �4 00362 the requirements of pertinent codes and fire regulations. Proper con- t tainers outside of the buildings shall be provided and used for painting wastes, and no plumbing fixture shall be used for this purpose. E All recommendations of the paint manufacturer in regards to the health and safety of workmen shall be followed. 2.02 EXTRA PAINT A Furnish one unopened gallon can of each type and each color of paint used. PART 3: EXECUTION 3.01 PREPARATION OF SURFACES A All surfaces to be painted shall be prepared as specified herein and shall be dry and clean before painting. Surface preparation shall be approved by the Engineer. B All metal welds, blisters, etc. , shall be ground and sanded smooth. All pits and dents shall be filled and all imperfections shall be corrected so as to provide a smooth surface for painting. All rust, loose scale, oil, grease and dirt shall be removed by use of approved solvents, wire brushing or sanding. C Wood surfaces shall be dry. All encrustations shall be removed. Sand to obtain a smooth surface. 3.02 PAINTING SCHEDULE A Color selection shall be as directed by the Engineer. The following surfaces shall have the following kinds of paint: , Class of Work Paint 1. Exterior ferrous metals i coat Primer No. 622 on unpainted including piping and equip- metal or touch-up of shop primed metal ment 2 coats Glamortex 501 2. All submerged ferrous 1 coat Koppers 654 Primer for bare metals and metals subject metal or touch-up of shop primed metal to submersion or splashing 2 coats Bitumastic 300M, (8 mils dry flim thickness each) 3. Galvanized metals 1 coat Koppers 30 Metal Conditions I coat Rust Penetrating Primer No, 622 2 coats Ponkote 300 Enamel Glamortex 501 Enamel for exterior surfaces 4. Wood exterior I coat Koppers 625 Undercoater 2 coats Koppers 600 Exterior 9A-2 0031163 B Special attention is directed to Division 15 in particular and all other sections in general for special primers. Finish painting done under this section shall be compatible with the primer coats. 3.03 WORKMANSHIP A General 1. At the request of the Engineer, samples of the finished work pre- pared in strict accordance with these Specifications shall be furnished and all painting shall be equal in quality to the approved samples. Finished areas shall be adequate for the purpose of determining the quality of workmanship. Experimentation with color tints shall be furnished to the satisfaction of the Engineer where standard chart colors are not satisfactory. 2. Protection of equipment, fittings and accessories shall be provided throughout the painting operation. Mask all machinery name plates and all machined parts not receiving a paint finish. Dripped or spattered paint shall be promptly removed. Lay drop cloths in all areas where painting is being done to adequately protect other work from all damage during the operation and until the finished job is accepted. 3. On metal surfaces, apply each coat of paint at the rate specified by the manufacturer to achieve the minimum dry mil thickness required. If material has thickened or must be diluted for appli- cation by spray gun, the coating shall be built up to the same film thickness achieved with undiluted material. One gallon of paint as originally furnished by the manufacturer shall not cover a greater area when applied by spray gun than when applied unthinned by brush. Deficiencies in film thickness shall be corrected by the application of an additional coat(s). On masonry, application rates will vary according to surface texture; however, in no case shall the manufacturer's stated coverage rate be exceeded. On porous surfaces, it shall be the painter's responsibility to achieve a pro- tective and decorative finish either by decreasing the coverage rate or by applying additional coats of paint. 4. All piping shall be painted in accordance with Water Pollution Control Federation Standards and as approved. All safety equipment shall be painted in accordance with OSHA Standards as approved. B Field Priming 1. Steel members, metal castings, mechanical and electrical equip- ment and other metals which are shop primed before delivery at the site will not require a prime coat on the job. All piping and other bare metals to be painted shall receive one coat of primer before exposure to the weather, and this prime coat shall be the first coat as specified in the painting schedule. 2. Equipment which is customarily shipped with a baked-on enamel finish or with a standard factory finish shall not be field painted 1 9A_3 00364 unless the finish has been damaged in transit or during installation. , Surfaces that have been shop painted and have been damaged, or where the shop coats or coats of paint have deteriorated, shall be properly cleaned and retouched before any successive painting is done on them in the field. All such field painting shall match as nearly as possible the original finish. 3. Equipment shipped with a protective shop painting coat or coats , shall be touched up to the satisfaction of the Engineer with primers as recommended by the manufacturer of the finish paint. C Field Painting i. All painting at the site shall be designated as Field Painting and shall be under the direct and complete control of the Engineer, and only skilled painters and specialists, where required, shall be used on the work. 2. All paint shall be at room temperature before applying, and no painting shall be done when the temperature is below 50 degrees F, in dust-laden air, when rain or snow is falling, or until all traces of moisture have completely disappeared from the surfaces to be painted. 3. Successive coats of paint shall be tinted so as to make each coat easily distinguishable from each other with the final undercoat tinted to the approximate shade of the finished coat. 4. Finish surfaces shall not show brush marks or other irregularities. Undercoats shall be thoroughly and uniformly sanded with No. 00 sandpaper or equal to remove defects and provide a smooth even surface. S. Painting shall be continuous and shall be accomplished in an orderly manner so as to facilitate inspection. Materials subject to weathering shall be prime coated as quickly as possible. Surfaces of exposed members that will be inaccessible after erection shall be cleaned and painted before erection. 6. All materials shall be brush painted unless spray painting is speci- fically approved by the Engineer. 7. Paint shall be well-spread and thoroughly worked into all joints and corners, and well-brushed out over all surfaces. Care shall , be exercised to insure thorough mixing of paint materials. During application, paint shall be continuously stirred. Each coat of paint shall be applied at proper consistency and brushed evenly, free of brush marks, saga, runs, etc. , with no evidence of poor workmanship. 8. All surfaces to be painted as well as the atmosphere in which painting , is to be done shall be kept warm and dry by heating and ventilation, if necessary, until each coat of paint has hardened. Any defective paint shall be scraped off and repainted in accordance with the Engineer's directions. 9A-4 00do I 9. Before final acceptance of the work, all damaged surfaces of paint shall be cleaned and repainted as directed by the Engineer. 10. Any pipe scheduled to be painted and having received a coating of a tar or asphalt-compound shall be painted with two coats of "Inertol Tar Stop" or equal before successive coats are applied per the schedule. 11. Valves and fittings shall be painted the same color as the body of the pipe. 3.04 PIPE IDENTIFICATION AND COLOR CODING A All exposed interior piping shall be either painted with colors or sup- plied with colored bands as indicated in the painting and color coding schedule to be supplied later by the Engineer. Paint materials shall be as listed in the "Painting Schedule", Paragraph 3.02. B Pipe identification shall be by stenciling or by plastic identification markers. Pipe identification markers shall be semi-rigid, wrap-around, plastic, and be able to completely encircle any pipe less than six (6) inches in diameter. All pipe six (6) inches and over in diameter shall be provided with a heavy-duty laminated plastic strap-on marker with wire bindings. All markers shall be furnished with flow arrows, identi- fication test, and a protective plastic coating. C An identification marker with arrow shall be located at each valve, branch, piece of equipment, on both sides of walls, and a maximum of 25 feet apart on long runs. Width of color bands and size of legend letters shall be in accordance with ANSI A 13. 1, "Scheme for Identifi- cation of Piping Systems" and are as follows: Outside Diameter of Pipe Width of Color Size of Legend or Covering, (inches) Band (inches) Letters (inches) 4 to 6 12 1-1/4 8 to 10 24 2-1/2 more than 10 32 3-1/2 D Attention should be given to visibility with reference to pipe markings. Normally the legends and arrows are located along the horizontal centerline of the pipe. However, where pipelines are located some distance above or below the normal line of operator's vision, the lettering shall be placed below or above the horizontal centerline of the pipe for best visibility. 3.05 CLEANUP A The premises shall at all times be kept free from accumulation of waste material and rubbish caused by employees or work. At the completion of the painting remove all tools, scaffolding, surplus materials, and all rubbish from and about the buildings and leave work "broom clean" unless more exactly specified. OWN)j 9A-5 a. k remove all paint where it has been spilled, splashed, , B Upon completion, equipment, or spattered on all surfaces, including floors, fixtures, , furniture, etc. , leaving the work ready for inspection. 1 I3� £ n. � i�j l rk �L IF� iYt1 ay� L� ,�. t `L qsn X111 1 F 7 1 a f 41.�z� a ti �Qo36'7 r 5 t l � SECTION 15A RAW WASTEWATER PUMPING STATIONS PART 1: GENERAL 1.01 SCOPE OF WORK A The Contractor shall furnish all labor, materials, equipment, and inci- dentals required to install, complete and ready for operation, the raw wastewater pumping stations as shown on the Drawings and as specified herein. ' 1.02 DESCRIPTION OF SYSTEM A The equipment specified under this section will be installed at the eigh- teen (18) pumping stations as indicated on the Drawings. B The two pumps at each pumping station will be used to pump raw waste- water from the pumping station to gravity sewers, or in the case of the main pumping station, to a treatment plant by means of force main. C All pumps shall be of the submersible type designed for wet-pit Instal- lation, easily removable for inspection or service without disturbing the discharge piping and without drawing down the wet well. The pump design shall be such that when lowered into place, the pump discharge connection will be automatically connected to the discharge piping. The pump removal and replacement shall be done without entering the pump station. D Control of the pumps shall be provided by a panel mounted Hand-Off- Auto selector switch for each pump. E Pump Control 1. Collection System Pump Stations: The two pumps in each ,pumping station will be controlled by liquid level a ens ors and an automatic reset timer, each controlling a lead- lag alternator. The level sensors shall operate such that the lead pump will normally handle the flow, but upon a s et high liquid lovel, the lag pump will start and continue to run until the s et low level is reached. The timer shall energize the lead pump at intervals as selected on the timer to prevent excessive wet well storage time. The pump shall be shut off by the normal low level float. An on-off selector switch shall be provided to enable - disable the,timer control sequence. 191 -1 0006 x _ 2. Treatment Plant Effluent Pump Station: Control shall be identical to that for the collection system pump , stations except the timer shall be of the 24-hour programmable type connected to override the "On" float at preselected times rather than for preselected intervals. Shutoff shall be provided by the low level float, and an On-Off selector switch shall be pro- vided for timer sequence control. F Each pump station shall include a radio type alarm system for indication , �■s♦ of power failure and high wet well level alarms. 1.03 ITEMS SPECIFIED IN THIS SECTION A Pump and Motor Design and Materials. B Pump Control Panel. C Pump Station Wet Wells. D Pump Station Appurtenances. " E Tools and Spare Parts. 1.04 RELATED ITEMS NOT INCLUDED WITH THIS SECTION A Concrete is included in Division 3. , B Electrical work is included in Division lb. C Piping and valves and their supports are included in Section 15B. , D Field Painting is included in Division 9. -- 1.05 QUALIFICATIONS A The manufacturer(s) of the specified items shall assume full responsi- bility for furnishing and guaranteeing all parts of the installation including the pump controls, motors, motor starters, alternators, access covers and frames, guide rails and bases. B Certain items or groups of items are limited to one manufacturer as specified herein. C The manufacturer shall have a certified repair shop within a 100-mile radius of the job site. D Submersible, centrifugal pumps manufactured by different suppliers are different in flow capacity and head because pump impellers are not trimmed to meet specific flow and head requirements. The design for , each pump was made by s electing a s Ingle manufacturer that will meet the hydraulic conditions. These manufacturers may submit their pumps as equal, subject to the requirements of the detailed specification herein, c 15A-2 01369 and the Engineer shall redesign the pumping system and choose the pumps based on the pump curves supplied. The time required for the redesign is estimated to be 40 manhours and shall be paid by the pump supplier or Contractor. The total cost of the pump stations as submitted on the proposal sheet shall include all cost and no extra allowance for cost shall be acceptable. 1.06 SUBMITTALS A Submit to the Engineer for approval, as provided in the General Require- ments, six (6) copies of the following: 1. Certified shop and erection drawings and data regarding pump and motor characteristics and performance. (The data shall include certified performance curves, based on actual shop tests, which show that they meet the specified requirements for head, capacity, efficiency, and horsepower. Curves shall be submitted in quadrupli- cate on 8-1/2-inch x 11-inch sheets. For units of the same size and type, only curves for a single unit need be provided.) 2. Literature and drawings describing the equipment and showing all important details of construction and dimensions of the units actually being furnished. 3. Complete pump control wiring diagrams. 4. Motor data as described under Part 2, Products. 1.07 OPERATING INSTRUCTIONS A Operating and maintenance instructions and parts lists in four complete sets shall be furnished to the Engineer. B A factory representative who has complete knowledge of proper opera- tion and maintenance of the pumps, the motors and their control shall be provided for two days to instruct representatives of the Owner and the Engineer on proper operation and maintenance. This work may be con- ducted in conjunction with the inspection of installation and test run as provided under Paragraph 3.04. 1.08 TOOLS AND SPARE PARTS A One set of all special tools required to properly service the equipment herein specified shall be supplied. All such tools shall be provided in a suitable steel tool chest with lock and duplicate keys. A list of special tools shall also be provided. B One complete set of the manufacturer's standard spare parts shall be furnished for each pump. All of the spare parts will be of the same material and design as specified in 2.01 of this section (15A). C All spare parts shall be packed in containers which are clearly identified with indelible markings on containers. 15A-3 .00370 PART 2: PRODUCTS 2.01 PUMPS AND MOTORS , A General 1. The equipment herein specified is meant to be standard, in regular production and designed for the intended service. The pumping equip- ment shall be furnished by the same manufacturer. The equipment furnished shall be designed, constructed, and installed in accordance , with the best practice and methods, and shall operate satisfactorily when installed as shown on the Drawings. 2. All parts shall be so designed and proportioned as to have liberal strength, stability, and stiffness and to be especially adapted for the work to be done. 3. Brass or stainless steel nameplates giving the name of the manufac- turer, the rated capacity, head, speed, and all other pertinent data shall be attached to each pump. 4. Brass or stainless steel nameplates giving the name of the manufac- turer, the serial number, model number, horsepower, speed, volt- age, amperes, and any other pertinent data shall be attached to each motor and control panel. 5. The manufacturer shall supply all motors as specified. , b. The nameplate ratings of the motors shall not be exceeded, nor shall the design service factor be reduced when its pump is operating at , any point on its characteristic curve. 7. The pumps shall have the following general characteristics; Type of Pump Submersible, centrifugal Type of Drive Constant speed, Electric Motor Control Automatic , Solids Handling 311 solids, fibrous material, raw sewage 8. The design criteria for each pumping station is listed on the Plans. B Materials and Design 1. The casing shall be ASTM A48, Class 30 cast iron and shall provide for an unobstructive flow for any solids that can be passed by the impeller. 2. The pump and motor shaft shall be of stainless steel 3. Impellers shall be of physical and tensile strength requirements of ASTM A48, Class 30. Impeller shall be east in one piece, and shall , be statically and dynamically balanced. The design of the impeller and the shape of the blades shall be such that rags or similar mate- rials will not clog the pump to seriously affect the efficiency.rr��The 15A-4 Vl 371 r impeller shall be keyed to the shaft and firmly held in place by a streamlined silicon bronze lock nut which in turn is secured by an additional lockscrew. The arrangement shall be such that the impeller rcannot be loosened by torque from either forward or reverse rotation. 4. Pump bearings shall be of the ball or roller type. Each motor pump shaft shall be supported by two ball bearings arranged for grease lubrication. Bearings are to be designed and guaranteed to withstand runaway motor speed. Bearing shall be designed in accordance with the Anti-Friction Bearing Manufacturers Association, Inc. Standards for 50,000 hours minimum life at conditions of operation. Anti-friction bearings which are prelubricated shall be protected in r accordance with the bearing manufacturer's recommendations against the formation of rust during a period of storage while awaiting the completion of installation and startup. rAnti-friction bearings which are not prelubricated shall be properly treated in accordance with the bearing manufacturer's recommenda- tions against the formation of rust during a long period of storage. r5. Each pump shall have a double mechanical seal running in an oil res ervoir. ® 6. All nuts and bolts exposed to sewage or corrosive atmosphere shall be Type 304 stainless steel. r7. Pump motor shall be housed in a watertight casing and shall have Class F insulated windings which shall be moisture resistant. Pump motors shall have cooling characteristics suitable to permit contin- r uous operation, in a totally, partially, or nonsubmerged condition. The pump shall be capable of running dry in a totally dry condition without damage for extended periods. Each pump shall have a 60 Hertz motor of horsepower, volts, and phases as shown on the Plan Pump Schedule. The power cable shall be of adequate length to allow the unit to be wired as shown on the Electrical Drawings. 2.02 PUMP CONTROL PANEL A A complete pump station control panel shall be furnished for each loca- tion consisting of the following equipment and in accordance with the requirements set forth on the Pump Schedule and single line electrical diagram as shown on the Plans. r1. Main power circuit breaker. 2. Two combination type FVNR magnetic starters with circuit breaker r protection. 3. Hand-Off-Automatic selector switch for each pump. r4. Pump minimum flow pump start timers with timer On-Off switch; r 003172 15A-5 r a. For Effluent Pump Station: 24-hour programmable time switch capable of programming at 15-minute intervals with the ability to skip selected days of the week. Programming tabs shall be captive to the dial. The time switch shall be Tork Model #8007, Paragon or equal. b. For all other Collection System Pump Stations: 10-hour on delay automatic reset timer with synchronous motor drive and neon timer - motor - energized pilot light. The timer shall be Eagle Signal Bulletin 125 Cycle Flex, Automatic Time Controls Co. , or equal. 5. Automatic two pump alternator with lead-lag operation. 6. Intrinsically safe barrier system for level controls entering wet well. (Suitable for NEC Class I, Group D substances.) 7. Eight circuit 120/240 volt circuit breaker load center. Stations with 480 volt service to also have 5 KVA dry transformer and trans- former primary circuit breaker. 8. Interior mounted panel convenience receptacle fed from load center , by ground fault interrupter (GFI) breaker. 9. Panel mounted thermostatically controlled condensation heater. 10. Panel mounted pump running lights and high wet well alarm light. , 11. Radio alarm system transmitter accepting signal from high level alarm float. Alarm system is specified under Section ISG, but shall be factory installed in each pump station control panel. , 12. Phase converters to allow three phase motors to be used at the locations where the utility can supply only single phase power refer , to pump schedule for locations. B The control panel itself shall be a NEMA 3 gasketed enclosure with a , lockable outer door and dead front design inner door. All selector switches, indicating lights, circuit breakers, etc. shall be operable without opening the inner panel door. The panel itself shall be suitable for post mounting as detailed on the Plans. , 2.03 PUMPING STATION WET WELLS A Wet wells shall be reinforced concrete pipe having an 8-foot nominal , inside diameter for the full height of the structure. 1. Precast or cast-in-place concrete tops for the wet wells shall be , provided as shown on the Drawings. Z. Precast or cast-in-place concrete base slabs shall be provided as shown on the Drawings. 15A-6 .00373 • i s 3. The reinforced concrete pipe may be supplied in sections for ease of shipment. Joints between sections shall be fitted with annular rubber gaskets as specified in Section 3D. 2.04 APPURTENANCES A Guide Rail(s) and Base A guide rail(s) and base shall be an integral part of the pumping unit and the pump casing shall have a machined connecting flange to connect with the discharge connection which shall be bolted to the floor of the wet well and so designed as to receive the pump connecting flange without the need of any bolts or nuts. The guide rail(s) shall be standard weight galva- nized steel of the size indicated on the Drawings. The base shall be of ASTM A4$, Class 30 cast iron. B Sealing of the pumping unit to the discharge connection shall be accom- plished by a simple linear downward motion of the pump along the guide rail(s) with the entire weight of the pumping unit pressing tightly against the discharge connection; no portion of the pump shall bear directly on the floor of the wet well and no rotary motion of the pump shall be re- quired for sealing. C Each pump shall be fitted with a galvanized chain of adequate strength and length to permit raising the pump for inspection and removal. D Access Cover and Frame The access cover and frame for the wet well shall be of the manufac- turerls design and fully reinforced to adequately support the pump units without excessive deflection or vibrations. Construction can be of either cast-iron or aluminum alloys 6061-16 or 214 if cast. Frame and cover bearing surfaces shall be machined true to provide even bearing when installed. PART 3: EXECUTION 3.01 INSTALLATION A Installation shall be in accordance with the instructions and recommen- dations of the manufacturer in the locations as indicated on the Drawings. Installation shall include furnishing all grease and oil for initial opera- tion. The cover frame and cover shall be set level and true and all piping and electrical connections shall be made in a neat and workmanlike manner. 3.02 SHOP PAINTING A Before exposure to the weather, the pumping equipment shall be cleaned thoroughly to remove all dirt, rust, grease, and other foreign matter. Motors and similar parts above the cover plate customarily finished at the shop shall be given coats of paint filler and enamel or other approved treatment customary with the manufacturer. 1SA-7 00374 l B Except as otherwise noted, other ferrous surfaces shall be given two shop coats of an approved bitumastic coating. 3.03 FIELD PAINTING A Field painting is specified under Section 9A and for the pump unit will consist of touchup of shop coats that may have been abraded or damaged , in any way during transportation or installation. 3.04 INSPECTION AND TESTING , A After installation of the pumping equipment and when water is available, the unit shall be given a running test during which it shall demonstrate its ability to operate without vibration or overheating and to pump satin- , factorily. During the tests, observations shall be made of head, capac- ity, and motor input to detect any defects in the equipment. All defects or defective equipment revealed by or noted during the tests shall be , corrected or replaced promptly at the expense of the Contractor, and, if necessary, the tests shall be repeated until satisfactory results are obtained. The Contractor shall furnish all labor, piping, equipment, , and materials necessary for conducting the tests. B All adjustments necessary to place the equipment in satisfactory work- ing order shall be made at the time of the above tests. C In case the Contractor is unable to demonstrate to the satisfaction of the Engineer that the units will satisfactorily perform the service re- , quired and that they will operate free from vibration and heating, the unit will be rejected. The Contractor's hall then remove and replace the equipment at his own expense, r f t 0013751 N7 � .`''t 15A 8 SECTION 15B VALVES AND APPURTENANCES PART 1; GENERAL 1.01 SCOPE OF WORK A Furnish all labor, materials, equipment, and incidentals required and install ready for operation, check valves, air release valves, and other appurtenances as shown on the Drawings and specified herein. 1.02 RELATED WORK NOT INCLUDED A Mechanical piping is included in Division 2. B Chlorination system valving is included in Section 15E, 1.03 QUALIFICATIONS A The valves and appurtenances shall be products of well established reputable firms with experience in the manufacture of the particular equipment hereinafter specified. 1.04 SUBMITTALS A Submit to the Engineer for approval, as provided in the General Require- ments, complete shop drawings of all valves and appurtenances to be furnished under this Section. B Operating and maintenance instructions shall be furnished to the Engi- neer as provided in the General Conditions. 1.05 TOOLS AND SPARE PARTS A Special tools, if required for normal operation and maintenance, shall be furnished with the equipment. PART 2. PRODUCTS 2.01 GENERAL A All valves shall be of size shown on the Drawings and as far as possible all valves of the same type shall be from one manufacturer. B All valves shall have the name of the maker, an arrow showing the required direction of flow (if any) and the working water pressure for which they are designed cast in raised letters upon some appropriate part of the body. � F }`t 003' 15B-1 0 2.OZ CHECK VALVES A Check valves for cast iron and ductile iron pipelines shall meet the material requirements of AWWA Specification C500 and shall be iron , body, bronze mounted, single disc, 150 psi working water pressure, nonshock, and hydrostatically tested at 300 psi. Ends shall be 125 lb ANSI flanges. , B When there is no flow through the line, the disc shall hang lightly against its seat in practically a vertical position. When open, the disc shall swing clear of the waterway. , C The check valves shall have bronze seat and body rings, bronze hinge pins, and bronze nuts on the bolts of bolted covers. , t D Valves shall be so constructed that disc and body seat may easily be removed and replaced without removing the valve from the line. Valves shall be fitted with an extended hinge arm with outside lever and spring. , E The cushion cylinder assembly shall be externally attached to the side of the valve body with the piston operating in the cylinder in a way that will allow the valve to be operated without slamming. F The cushion cylinder shall be so arranged that the closing speed can , be adjusted to suit the installation. Other check valve designs, equal in performance to the above specifi- cation, will be considered during shop drawing submittals. 2.03 SEWAGE AIR RELEASE VALVE A The sewage air release valve is located at the high point on the force main across Bethel Island Road Bridge as shown on the Drawings. B The valve body and cover shall be cast iron with stainless steel float , and bronze trim. C Air release valves for raw sewage shall be complete with flushing , accessories and designed for a maximum working pressure of 150 psi with an orifice 3/16-inch in diameter. These valves shall be designed for service in raw sewage with an inlet gate valve, blow-off valve, , and air vent fitted to receive one-inch galvanized steel pipe. The air release valves shall be Model 400 WA by APCO Valve and Primer Corp. . Chicago, Illinois or similar Crispin air valves as manufactured , by Multiplex Manufacturing Co. , Berwick, Pennsylvania, or equal. 2.04 GATE VALVES A Gate valves 2-1/2 inches in diameter and smaller shall be threaded, bronze body and trim, rising stem, 150-1b steam, 300-1b WOG, and shall comply essentially with Crane Co. Catalog Fig. 431 UB, or similar , models as manufactured by Jenkins Bros. , Walworth, or equal. 15B-2 00377 z B All other gate valves 3 inches in diameter and larger shall be flanged, wafer, bonnetless knife gate valves for 150 psi working pressure located as shown on the Drawings. Valves shall be marked for direction of flow and round bar wedges and gate guides shall be installed in the liner body to force the gate against the seat. The gate shall be a beveled knife edge. Valves shall have metal to metal seating, with a raised seat face with a relief groove to allow the gate to push solid particles aside to prevent material packing in the seat area. All valve wetted surfaces shall be Type 304 stainless steel with cast iron or ductile iron, cast body, and stainless steel trim. Packing gland bolts shall be 18-8 stain- less steel with plated self-locking nuts. C The valves shall have full port straight-through opening. Flanges shall be flat-faced and drilled to match 125-1b ANSI Standard. The valves shall comply with MSS SP-81 and shall be Fabri-Valves Fig. 45 as manufactured by Albina Engine and Machine Works, DeZurik, Series L as manufactured by DeZurik Corp. , or approved equal. PART 3; EXECUTION 3.01 INSTALLATION A All valves and appurtenances shall be installed true to alignment and rigidly supported. Any damage to the above items shall be repaired to the satisfaction of the Engineer before they are installed. B Install all brackets, the various types of operators and appurtenances as shown on the Drawings that are in masonry floors or walls, and install concrete inserts for hangers and supports as soon as forms are erected and before concrete is poured. Before setting these items, the Contractor shall check all pians and figures which have a direct bearing on their location and he shall be responsible for the proper location of these valves and appurtenances during the construction of the structures. 3.02 SHOP PAINTING A Interior surfaces of all valves (except those made of bronze), the ex- terior surfaces of buried valves and miscellaneous piping appurtenances shall be given a shop finish of an asphalt varnish conforming to Federal Specification TT-V51e for Varnish Asphalt. B The exterior surface of various parts of valves, operators, floorstands, and miscellaneous piping shall be thoroughly cleaned of all scale, dirt, grease, or other foreign matter and thereafter given one shop coat of an approved rust-inhibitive primer such as Inertol Primer No. 621 and compatible with the field coats and applied in accordance with the Instructions of the paint manufacturer. Y >; C Ferrous surface obviously not to be painted shall be given a shop coat of grease or other suitable rust-resistant coating. D Field painting is specified under Division 9. 0 .158-3 0378 Y a "q 3.03 INSPECTION AND TESTING A The various pipelines in which the valves and appurtenances are to be installed are specified to be field tested. During these tests, any defective valve or appurtenance shall be adjusted, removed, and re- placed, or otherwise made acceptable to the Engineer. B Various regulating valves, strainer, or other appurtenances shall be , tested to demonstrate their conformance with the specified operational capabilities and any deficiencies shall be corrected or the device re- , placed or otherwise made acceptable to the Engineer. :r -:- .a- , ...- ...- 4 >f�.l ?• .. d 15B-4 otM}7s SECTION 15C PIPE HANGERS AND SUPPORTS PART is GENERAL 1.01 SCOPE OF WORK A The Contractor shall furnish all labor, materials, equipment, and incidentals required to install pipe hangers and supports, including all metallic hanging and supporting devices as shown on the Drawings, as specified herein and as necessary for prolonged service life of pipes. 1.02 RELATED WORK NOT INCLUDED A Concrete is included in Section 3A. B Structural steel is included in Section 5A. ' C Valves and appurtenances are included in Section 15B. D Pipe and fittings are included in Division 2. 1.03 SUBMITTALS A The Contractor shall submit to the Engineer for review, prior to placing the order for components, six copies of the complete layout with necessary details, instructions, and calculations. The system shall be installed in strict accordance with the approved submittal. PART 2: PRODUCTS 2.01 GENERAL A Hangers and supports shall be of approved standard design where possible and shall be adequate to maintain the supported load in proper position under all operating conditions. The pipe supports shall have a minimum safety factor of 5 based on the ultimate tensile strength of the material, assuming 10 ft of water-filled pipe bearing on each support. B The hangers shall be designed to allow for all expansions of the pipe. 2.02 MATERIALS AND EQUIPMENT rA Pipe supports and hangers for each of the piping systems shall be as manufactured by Grinnel Company, Inc. , Providence, R.I.; Carpenter and Patterson, Inc. , Cambridge, Mass.; or equal. 15C-1 Qf��?8 r B Discharge header supports shall be constructed in accordance with the details shown on the Structural Drawings. Saddle supports shall be equal to Grinnel Fig. 264 adjustable pipe saddle type support with pipe and flange. C Inserts in concrete for anchoring suspended pipe hangers, except for discharge header, shall be galvanized malleable iron and shall be equal r to Grinnel Fig. 282 with 3/4-inch nut. Hanger rods shall be 3/4-inch diameter and machine threaded. Pipe supports shall be equal to Grinnel Fig. 174 adjustable pipe roll for pipe 3 inches and larger in diameter, and equal to Grinnel Fig. 260 clevis hanger for pipe smaller than 3 inches. D Interior wail clamps shall be similar to Carpenter and Patterson Fig. 179 and, when installed in wet wells, shall be either of stainless steel or of epoxy or PVC coated steel. 2.03 PAINTING r A All pipe supports shall be painted as specified in Section 9A, , PART 3t EXECUTION 3.01 INSTALLATION A All piping shall be rigidly supported from the structures by approved hangers, inserts, or supports, with adequate provisions for.expansion and contractions. Support shall be provided at changes in direction and elsewhere at a spacing no greater than 10 feet. No piping shall. , be supported from other piping or from stairs. ladders, and walkways, unless specifically directed by the Engineer. B All vertical pipes shall be supported at each floor and/or at intervals of no more than 10 feet by approved pipe collars, clamps, brackets, or wall clamps, and at all other points necessary to insure rigid construction. r r a r r r 1 St-2 381 . t SECTION 15D MECHANICAL SURFACE AERATION EQUIPMENT PART 1: GENERAL 1.01 SCOPE A The Contractor shall furnish all labor, materials, equipment and Inci- dentals required and installed, and test completely ready for operation, a mechanical surface aerator and all appurtenant equipment in the aerated lagoon as indicated on the Drawings and as specified herein. 1.02 RELATED ITEMS SPECIFIED ELSEWHERE A Concrete is included in Division 3. B Field painting is included in 9A. C Electrical work is included in Division 16, 1.03 PERFORMANCE A The aeration equipment shall be capable of providing complete,oxygen dispersion within the aeration lagoon. Complete.solids suspension is NOT required. Complete dispersion will be considered to be achieved when any dissolved oxygen sample taken at random shows no more than 10 percent variation from the average of 10 dissolved oxygen samples taken at random from the basin. B The pumping rate for the 25 horsepower aerator shall not be less than 9,500 gpm. C The aerator shall be capable of transferring at least 2.8 lbs of oxygen per nameplate horsepower per hour under standard conditions of tap water at 20 degrees C, 0 mgjl dissolved oxygen, and 1 atmosphere pressure with test tank sizing not to exceed 0.15 horsepower/i,000 gal. The manufacturer shall have conducted a certified oxygen transfer test on a unit of the recommended size. The test shall be conducted by a recognized authority. Three copies of the certified test results shall be submitted to the Engineer. 1.04 QUALIFICATIONS A All the aeration equipment specified under this Section shall be furnished by a single manufacturer who is fully experienced, reputable, and quali- fied in the manufacture of the equipment furnished. VlJt 15D-1 i r 1.05 SUBMITTALS r A Submission of certified shop and working drawings, and data regarding , aerator characteristics and performance. The data shall include guar- anteed performance information and certified tests which show that the units meet the specified requirements. The drawings shall include , the layout and mooring details for the aeration equipment. B The required summer and winter grades of lubricants shall be specified together with alternative references to equal products of other manufac- turers. C Motor data as described under Part 2, Products. , j 1.06 OPERATING INSTRUCTIONS A Operating and maintenance instructions in four complete sets shall be furnished to the Engineer. B A factory representative, who has complete knowledge of proper opera- , tion and maintenance, shall be provided for two days to instruct repre- sentatives of the Owner and the Engineer on proper operation and main- tenance. This work may be conducted in conjunction with the inspection of installation and test run as provided under Paragraph 3.04. 1.07 TOOLS AND SPARE PARTS A If special tools are required for normal operation and maintenance, one r complete set shall be furnished with the equipment by the manufacturer. r PART 2; PRODUCTS 2.01 GENERAL r A The Specifications and Drawings direct attention to certain required features of the aeration equipment but do not purport to cover all details , entering into its design and construction. Nevertheless, the Contractor shall furnish the mechanisms complete in all details. B All of the aeration equipment specified herein is intended to be standard , mechanical surface aerator equipment as manufactured by Aqua-Aerobic Systems, Rockford, Illinois; Peabody Wells, Roscoe, Illinois; Richards or Rockford, Inc. , or approved equal. C The aerator shall be equipped with the necessary accessories, including lifting attachments and lubrication fittings. , 2.02 DESIGN AND MATERIALS A Aerator Drive Motors , 1. The aerator motor shall deliver 25 horsepower at 1800 rpm or less and shall be wired for 230 volts, 60 Hertz, 3-phase servicre.p , 15D-2 00383 2. The motor shall be totally enclosed, fan cooled, and generally rated for severe chemical duty. 3. The motor shall in all cases equal to or exceed standard NEMA Specifications, 4. The motor windings shall be nonhygroscopic. 5. Insulation shall be NEMA Class "F". 6. A minimum service factor of 1.15 shall be furnished. 7. A labyrinth seal shall be provided below the bottom bearing to prevent moisture from penetrating around the motor shaft. 8. All motor parting surfaces shall be deep registered and Permatex sealed. q. All through bolts, nuts, and screws shall be of Type 304 stainless steel. 10. A stainless steel nameplate shall be provided with each motor and shall be securely fastened thereto. The voltage speed, phase, in- sulation class, amperage, service factor, wiring, diagram, motor serial number, and the manufacturer's name and address shall be steel stamped or otherwise permanently marked. 11. Bearings shall be double shielded. No sealed bearings shall be used. Bearings shall be packed at the factory with a suitable lithium-base waterproof grease. 12. The motor terminal box shall be a two-piece cast box with wide- flanged, machined parting surfaces. The box shall be firmly bolted to the motor frame at four points. A 100-1b pull on the electrical service cable shall not cause shifting of the terminal box nor other- wise allow moisture to enter the conduit box or the motor housing. A tapped grounding pad shall be provided in the terminal box, 13. The motor shall be provided with suitable antifriction bearings to withstand all the radial and axial thrust loads in either direction of rotation. Motor bearings shall have a rating-life expectancy (B-10)* of 100,000 hour based on the latest applicable Antifriction Bearing Manufacturers Association Standards when operating at full load motor horsepower and speed rating. 14. Motor shall be manufactured by General Electric Co. , Westinghouse Electric Corp. , Reliance Electric Co. , or approved equal. B Impeller 1. The impeller shall be a precision casting of 316 stainless steel, and shall be specifically designed for the application intended. 2. The impeller shall be hydraulically balanced to assure equalization of load under full-load operation. t y 15D-3 00384 3. The impeller shall be dynamically balanced to within ten (10) gram- centimeters. C Volute 1. The impeller shall operate in a volute made of 3116-inch type 304 stainless steel plate rolled and heliarc welded into a cylindrical shape. , 2. The volute shall not contain any structural members of any type that would tend to cause the unit to clog. The flow through the volute , shall be unrestricted. D Deflector Assembly 1. The diffuser head shall be constructed of a monolithic casting of type 304 stainless steel. 2. The design of the deflector assembly shall be such that the liquid r spray will be discharged at an angle of 90 degrees to the motor shaft, and over a 360 degree pattern in the horizontal plane. E Drive Shaft and Supports Shafts shall be either two-piece or one-piece as specified herein. I. Two-piece drive shafts shall be made of type 304 stainless steel or better. When incorporating a flexible coupling, shafts shall be supported by an outboard bearing. When incorporating a rigid coupling, shafts shall be supported by an anti-deflection ring. 2. One-piece drive shafts shall be made of 17-4 PH stainless steel and shall be supported by an anti-deflection ring. 3. Water-lubricated bearings shall be the cutiess rubber type. 4. Anti-deflection rings shall be slightly larger than the shaft so no contact is made during normal operation. F Flotation Units 1. The flotation unit shall be manufactured from #14 gauge, type 304 , stainless steel. 2. The float shall be foamed full of polyurethane foam of the closed- , cell type. 3. The float shall be totally sealed to prevent the foam from being in contact with the external environment. 4. The flotation unit shall be capable of supporting not less than 1.70 times the weight of the unit. 5. The flotation unit shall have three stainless steel mooring eyes. F 1 These eyes shall be firmly affixed to the float or to the float's internal structure. 15D-4 00383 G Vibration and Stability 1. The propeller and rotor unit shall be dynamically balanced to a vibration level not to exceed 0.5 mils. 2. The unit shall be designed so that no external hydraulic stabilizers are required. 3. The entire unit shall be constructed such that when unrestrained, the unit will float with the motor and impeller shafts in a truly vertical position and with the float in a truly horizontal position. H Mooring-Hardware and Design 1. Thimbles and clips shall be of ASTM A276, type 304 stainless steel. 2. Anchor cables shall be of 3/16-inch, type 304 stainless steel. 3. All incidental hardware shall be of type 304 stainless steel or better. 4. Aerators shall be moored to allow I foot of vertical movement with minimal horizontal movement. 5. Mooring Anchors, I Power Cable 1. The aerator supplier shall furnish sufficient 4 conductor #4 AWG Type "W" or equal cable to extend from the aerator motor ,junction box to the junction box at the dike without splices. The cable shall be furnished with stainless steel clips to attach it to the mooring cable. PART 3: EXECUTION 3.01 INSTALLATION A Installation shall be in strict accordance with the respective manufac- turer's instructions and recommendations in the locations shown on the Drawings. Installation shall include furnishing the required oil and grease for initial operation. The grades of oil and grease shall be in accordance with the manufacturer's recommendations. 3.02 SURFACE PREPARATION AND SHOP PAINTING A Before exposure to the weather and prior to shop painting, the ferrous components of the mechanical surface aerator equipment and adjustable outlet weirs shall be thoroughly cleaned, dry, and free from all mill scale, rust, grease, dirt, and other foreign matter. Steel surfaces '* to be painted shall be sandblasted equal to SSPC No. 6 or a pickled surface equal to SSPC No. 8. t - 0038S 15D-5 j , B Bearing surfaces and other similar surfaces obviously not to be painted shall be given a heavy shop coat of grease or other suitable rust-resis- tant coating. This coating shall be maintained as necessary to prevent corrosion during all periods of storage and erection and shall be satis- factory to the Engineer up to the time of the final acceptance test. C Motor shall be painted with an exterior protective coat of enamel or resin having first a primer or standard surface preparation. 3.03 FIELD PAINTING Field Painting is covered under Division 9. 3.04 INSPECTION AND TESTING A After installation of the aeration equipment and when wastewater is available, the aeration system shall be given a running test in the pres. ence of the Engineer during which the aerator shall demonstrate its ability to operate without vibration or overheating, and to maintain a less than 10 percent variation in the distribution of dissolved oxygen in , the aeration basin. All defects or defective equipment revealed by or noted during the tests shall be corrected or replaced promptly at the expense of the Contractor, and if necessary, the tests shall be repeated until results acceptable to the Engineer are obtained. The Contractor shall furnish all labor, equipment, and materials necessary for con- ducting the tests. B All adjustments necessary to place the equipment in satisfactory work- ing order shall be made at the time of the above tests. C In case the Contractor is unable to demonstrate to the satisfaction of the Engineer that the units will satisfactorily perform the service required and that they will operate free from vibration and heating, the units may be rejected. The Contractor shall then remove the units and replace them with new equipment at his own expense. 15D-� 00387 Rk SECTION ISE CHLORINATION EQUIPMENT PART 1: GENERAL 1.01 SCOPE OF WORK A Furnish all labor, materials, equipment, and incidentals required and install complete, ready for operation, and field test the chlorination system as shown in the Drawings and as specified herein. 1.02 RELATED WORK NOT INCLUDED A Pipe hangers and supports are included under Section 15C. B Concrete work to included under Division 3. C Electrical work is included under Division 16. D Field painting is included in Division 9. 1.03 DESCRIPTION OF SYSTEMS - A All of the equipment specified herein shall be furnished by a single manufacturer and shall be in complete conformity with these Specifi- cations. The proper functioning of the chlorine system shall be the sole responsibility of the manufacturer. All of the equipment specified herein is intended to be standard equipment for use in a chlorination system and shall include, but not be limited to, the following; .- 2 hypochlorinators, with motor w- 2 pump stands I solution spray nozzle 1 test kit for chlorine residuals -- PVC piping, check and shutoff valves as required 30 feet of 1/2-inch Tygon plastic R-3603 tubing 1 of 55-gallon barrel dolly .- miscellaneous associate equipment required for the proper operation of the system B The chlorination system shall consist of a metering pump which shall deliver sodium hypchlorite solution through a spray nozzle into the discharge pipe at the effluent structure of the aerated pond as shown on the Drawings. The hypochlorite feed rate shall be controlled manually, so as to establish a predetermined concentration of free, available chlorine in the influent to the storage pond. The sodium hypochlorite shall be delivered to the plant site in liquid form in 55-gallon containers. 15E-1 I 1.04 QUALIFICATIONS r A The chlorination system equipment manufacturer(s) shall have experience in the design and manufacture of equipment of similar size and capacity and shall present proof of successful operations involving each piece of equipment furnished. All equipment shall be manufactured by BIF, Wallace & Tiernan, Inc. , or approved equal. , 1.05 SUBMITTALS A Submit to the Engineer for approval, as provided in'the General Require- ments, shop drawings, operating and maintenance manuals, system piping and wiring diagram, and other descriptive material of all equip- ment to be furnished under this section. At least six (b) copies of the manufacturer's literature and shop drawings shall be submitted. 1.06 TOOLS AND SPARE PARTS A Special tools required for normal operation and maintenance shall be supplied for each piece of equipment furnished. B Each piece of equipment shall be furnished with the manufacturer's recommended spare parts. 200� C All tools and spare parts shall be furnished in containers clearly Identified with indelible markings as to their contents. Each container shall be packed with its contents protected for storage. All tools shall be furnished in steel tool boxes. 1.07 OPERATING INSTRUCTIONS A Operating manuals covering instruction and maintenance sheets on each type of equipment furnished shall be submitted to the Engineer as pro- vided in Division 1, General Requirements. PART 2: PRODUCTS 2.01 MATERIALS AND EQUIPMENT A Hypochiorinator 1. The hypochlorinator pumps shall be single-head, positive displace. ment, diaphragm-type metering pumps. Capacity shall be 50 gpd , per head, reducible by shifting the belt on the V-groove drive pulleys. Maximum backpressure shall be 125 psi. A standard 1/6 hp, 115 volt, single phase induction motor shall drive an eccentric drive mechanism via the pulleys. 2. The mechanism shall be enclosed in an aluminum housing and lubri- cated by a gear pump. Pumping forces shall be absorbed by heavy ball bearings in the housing. A manual crank on the pump head shall set the feed rate which is indicated on a scale. Feed rate shall be continuously adjusted over a 10:1 range with the pump operating. 15E-2 00389 3. Discharge valves shall have anti-syphon springs. 4. Check valves shall be chemical resistant and composed of resilient elastomer. B Solution Spray Nozzle 1. The solution spray nozzle shall be applicable for open channel appli- cation and shall have the dimensions and location as shown on the Drawings. C Pump Stand 1. Appropriate pump stands shall be provided by the Contractor. D 55-gallon Barrel Dolly 1. Dolly shall be four-wheel drive, so as to entirely support the weight of the barrel. Dolly shall be equipped with auxiliary wheels to per- mit pallet loading or transport over curbs. Wheels shall be 10-inch and 6-inch and shall have ball bearings. E Chlorine Residual Test Kit 1. The Contractor shall supply one (1) portable kit for measuring free and combined residual chlorine and pH. Method of measurement shall be colorimetric, employing orthotolidine for the chlorine resi- dual test (0.1 to 10 mg/1) and Bromthymol Blue, Thymol Blue B, and Phenol Red D for the pH test. 2. Four standard color discs for the two tests, graduated droppers and four (4) sample tubes, and step by step instructions for the use and care of the equipment shall also be included. PART 3: EXECUTION 3.01 GENERAL A The chlorination system supplier shall furnish the services of competent factory representatives familiar with the installation of the respective equipment furnished to supervise the installation of each piece of equip- ment as required. In addition, the chlorination systems supplier shall furnish the services of competent factory representatives familiar with the operation and maintenance of each type of unit furnished to instruct plant personnel in the proper care, maintenance and operation of each type of unit for a minimum of lb hours upon request of the plant personnel. 3.02 INSTALLATION A Each unit shall be installed in accordance with the manufacturer's in- structions and accurately aligned in orientation with related equipment. 00390 15E-3 k r B The Contractor shall install the chlorination equipment including piping and valving, as shown on the Drawings. C The Contractor shall supply all necessary anchor bolts, temporary lifting equipment, power, water, labor and all other requirements for satisfactory installation. 3.03 PRIME COATING A Prior to prime coating, all metal surfaces of the equipment within the , chlorination system shall be thoroughly clean, dry, and free from all mill-scale, rust, grease, dirt, paint, and other foreign substances to the satisfaction of the Engineer. B All metal surfaces except those obviously not to be painted such as r aluminum and stainless steel shall be shop primed as specified in Section 9A. C Finish coating shall be compatible with the prime coating used and shall be as specified in Section 9A. 3.04 INSPECTION AND TESTING A Chlorination System 1. Upon completion of installation, the Contractor, in the presence of the Engineer and a qualified manufacturer's representative, shall perform a preliminary test on the chlorination system to insure the functioning of all component parts to the satisfaction of the Engineer. The Contractor shall furnish all labor, equipment, water and power required to perform each test. Z. Approval of the preliminary test by the Engineer shall not constitute final acceptance of the equipment furnished. B After the plant is in operation, a full load operating test shall be per- formed in the presence of the Engineer and a qualified manufacturer's , representative on the chlorination system. The Contractor shall furnish all labor, materials and equipment required for such tests and shall correct any deficiencies noted, by repairing or replacing the defective component, and retesting as required until the equipment meets the r i satisfaction of the Engineer. a r r 15E-;4 0QQQ1 r y SECTION 15F PALMER-BOWLES FLUME PART 1: GENERAL 1.01 SCOPE OF WORK A Furnish all labor, materials, equipment, and incidentals required for the installation of Palmer-Bowles Flumes in the manholes as detailed on Drawings. 1.02 RELATED WORK NOT INCLUDED A Concrete for manhole base and around flume, as detailed on the Draw- ings, is included under Section 3A. B Precast concrete manholes are included in Section 3D. 1.03 SUBMITTALS A Submit to the Engineer for approval, as provided in the General Re- quirements, complete shop drawings of all flumes to be furnished under this Section. PART 2: PRODUCTS 2.01 MATERIALS A Palmer-Bowles Flume 1. The width of the flume shall match the width of the pipe within the system it is measuring. The flume shall include one integral piece; the approach, entrance, throat and outlet sections, accurate in dimension. Inside surface shall be smooth and free from irregu- larities throughout. The outside surface shall be suitable for an- chorage in concrete or grout. PART 3: EXECUTION 3.01 INSTALLATION A The Palmer-Bowles Flume shall be installed in accordance with the �., manufacturer's instructions and located as shown on the Drawings or as approved by the Engineer. 3.02 MANUFACTURER'S SERVICE A The manufacturer shall supply the Owner with 5 calibration curves for each of the flume sizes provided. r�{� 15F-1 , 003'912 SECTION i 5G RADIO ALARM SYSTEM PART 1; GENERAL 1.01 SCOPE OF WORK A The Contractor shall furnish all labor, materials, equipment, and inci- dentals required to install, complete and ready for operation, the radio alarm system as specified herein. 1.02 DESCRIPTION OF WORK A An individual alarm system radio transmitter will be factory installed in each pump station control panel (specified under Section 15A). B The individually coded pump station transmitter will be actuated by the wet well high level float or by a battery power required condition within the transmitter. Provisions shall be made for one additional separate alarm input for future use. C The alarm transmitted from the individual pump stations will be received at a central receiver/display station and will indicate the particular station having the alarm status by both audible and visual annunciator. Separate indications shall show battery power required, high wet well level, future alarm, and system test. 1.03 SUBMITTALS A Submit to the Engineer for approval, as provided in the General Re- quirements, six (6) copies of the following: 1. Literature and drawings describing the equipment and showing all important details of construction and dimensions of the units actually being furnished. 2. Complete wiring schematics. 3. List of authorized service representatives in local area. 1.04 OPERATING INSTRUCTIONS A Operating and maintenance instructions and parts lists in four complete sets shall be furnished to the Engineer. B A factory representative who has complete knowledge of the proper operation of the radio alarm system shall be provided for one day to instruct the representatives of the Owner and the Engineer on proper 00.493 15G-1 operation and maintenance. This work may be conducted in conjunc- tion with the inspection of the installation and test as provided under Paragraph 3. PART 2: PRODUCTS 2.01 GENERAL A The equipment herein specified is to be a product in regular production, designed for the intended service and suitable for the geographic area to be covered. * The manufacturer shall assume the overall responsibility for the ap- proved and accepted operating system, including assisting the Owner in application and selection of the radio frequency transmission license. 2.02 ALARM TRANSMITTER UNIT A The complete transmitter including power supply, AC charger, and a sealed nickel cadmium battery shall be mounted in the Pumping Station Control Panel. The unit will have a minimum RF power output of 12 watts and a maximum power input of 30 watts, with a current drain of one milliamp standby and 3 amps transmit. Unit shall be designed for frequency stability over an ambient temperature range of -30 degrees to +65 degrees C, 85016 relative humidity. The radio status unit will be complete with DC isolation, input transient protection and security code. There shall be flush-mounted on the face of the transmitter unit a test button to allow the maintenance personnel to perform an opera- tional test coordinated with the receiver master station. B The coaxial antenna cable shall be radiax, with a polyethylene jacket, corrugated copper outer conductor and copper clad inner conductor with low loss form dielectric. Sufficient cable shall be supplied to connect the antenna mounted at the height required for effective communication with the receiver. C The antenna will be a rigid type antenna, 50 ohm, 1/4 wave, low visi- bility type, designed specifically for heavy duty applications. The antenna shall be complete with all required mounting hardware and lightning arresters. , 2.03 ALARM RECEIVER PANEL A This unit shall be of the desk top mount design, and shall house all power supplies, receivers, interposing logic and output alarm modules required by the system. In addition to the normal 120 volt power supply, a standby power supply consisting of a battery charger and sealed nickel cadmium batteries shall be provided. Output alarm modules shall be provided for each of 18 present stations and 6 future locations * The unit shall have the same design requirements as detailed under the above transmitter, and capable of receiving the digital corded signals 15G-2 0039 Y i� from each of the stations with independent and discrete reliability with selectivity of 60 dB with frequency stability, intermodulation of -50 dB down and the maximum spurious radiation per FCC emission rules. C The receiver shall be complete with the required length of coaxial cable (as determined by final location of receiver station), antenna and mounting hardware as detailed above. D The system shall consist of AR-81 alarm reporters and an AD-81 alarm display as manufactured by Motorola, R.C.A. , or equal. PART 3: EXECUTION 3.01 INSTALLATION A The transmitters shall be factory mounted in the pump station control panel but the antenna shall be field installed at the height recommended by the radio equipment supplier. B The alarm receiver shall be installed complete with antenna and 120 volt branch circuit at the location designated by the Owner. 3.02 INSPECTION AND TESTING A After installation of the radio alarm system, the equipment shall be given a complete test in the presence of the Engineer to demonstrate its ability to reliably communicate the alarms to the alarm receiver panel. All defects or defective equipment revealed by or noted during the tests shall be corrected or replaced promptly at the expense of the Contractor, and if necessary, the tests shall be repeated until results acceptable to the Engineer are obtained. The Contractor shall furnish all labor, equipment, and materials necessary for conducting the tests. B All adjustments necessary to place the equipment in satisfactory working order shall be made at the time of the above tests. C In case the Contractor is unable to demonstrate to the satisfaction of the Engineer that the units will satisfactorily perform the service re- quired, the units may be rejected. The Contractor shall then remove the units and replace them with new equipment at his own expense. 00393 15G-3 SECTION 15H FLOW MEASURING AND SAMPLING EQUIPMENT PART 1: GENERAL 1.01 SCOPE OF WORK A Furnish all labor, materials, equipment, and incidentals required and install, complete and ready for operation, one (1) flow measuring unit and two (2) sampling units as specified herein and as shown on the Drawings. 1.02 RELATED WORK SPECIFIED IN OTHER SECTIONS A Electrical work is specified in Division 16. B Concrete for instrument pads is specified under Division 3. C The Palmer-Bowles Flume is specified under Section 15F. 1.03 DESCRIPTION OF SYSTEM A These three units will composite samples for wastewater characterization at the interim treatment plant. The flow metering unit, in conjunction with a sampler and the Palmer-Bowles Flume, will composite influent samples, while the second sampler will composite samples from the existing aerated lagoon effluent. 1.04 QUALIFICATIONS A The flow sampling equipment shall be furnished by a manufacturer, fully experienced, reputable, and qualified in the manufacture of the equipment furnished. B The sampling equipment shall be standard units of a single manufacturer who is fully experienced, reputable, and qualified in the manufacture of the equipment furnished. 1.05 SUBMITTALS A Submit to the Engineer for approval, as provided in the General Require- ments, shop drawings, operating and maintenance manuals, system piping and wiring diagram, and other descriptive material of all equip- ment to be furnished under this section. At least six (6) copies of the manufacturer's literature and shop drawings shall be submitted. 1.06 TOOLS AND SPARE PARTS A Special tools required for normal operation and maintenance shall be supplied for each piece of equipment furnished. i' 15H-1 ©039 B Each piece of equipment shall be furnished with the manufacturer's , recommended spare parts. C All tools and spare parts shall be furnished in containers clearly , identified with indelible markings as to their contents. Each container shall be packed with its contents protected for storage. All tools shall be furnished in steel tool boxes. 1.07 OPERATING INSTRUCTIONS A Operating manuals covering instruction and maintenance sheets on each , type of equipment furnished shall be submitted to the Engineer as pro- vided in Division 1, General Requirements. PART 2: PRODUCTS 2.01 MATERIALS , A Flow Measuring Unit All equipment in this subsection shall be compatible and shall measure , flows from 500 gpm to 1500 gpm through an 18-inch Palmer-Bowles Flume to an accuracy of 1 percent. , 1. Flow Meter The flow meter shall be a conventional in-flume or float-operated device capable of measuring low flows in the near-zero range, and operable with the flume provided. A high level limit stop, and adjustable brackets shall be included. 2. Transmitter - The transmitter furnished shall be housed in a weatherproof case. The r transmitter shall be activatd by a corrosion resistant "ski" type sensor located directly behind the flume riding on the surface of the sewage being measured. The sensor shall be directly connected to the trans- mitter by means of a corrosion resistant rod and shaft without the use of cables, pulleys, sheaves, or rollers. The use of stilling wells, pressure pipe or flushing systems will not be acceptable. The trans- mitter shall include a visible indicator with a 0-100 percent scale, and a removable front cover. The transmitter shall also contain a scanning system based upon dual , glass enclosed contacts in series which will initiate a linear signal when a data arm mounts and rides upon a characterized cam. The signal shall end when the data arm drops off the trailing edge of this cam. A , damper to eliminate excessive oscillation of the sensor and recording pen shall be included. Transmission shall employ 110 volt, 60 cycle ra power. , t , w ` a 0039`1 15H-2 N. I 3. Flow Recorder Flow recorder shall be usable with the transmitting equipment supplied, and shall be in a weatherproof case, with a glass window in front and a removable front cover. The recording shall be done on a continuous basis, with a 30-day strip chart included. Flow recorder shall operate on 110 volt, 60 cycle power. B Sampling Units Each sampling unit shall have the following components and meet the �.......� following performance criteria: 1. The sampling pump shall be a peristaltic pump of the roller type, capable of pumping 75 ml/min (3/8-inch tubing) with a sampling precision of 2 percent. The pump shall be reversible and shall draw 0.8 amps or less. 2. Refrigeration of the sample shall be incorporated into the unit and shall be capable of keeping the sample at 4 degrees C while outside temperatures are at 40 degrees C. The refrigerator shall operate off 115 volts AC and draw 1.8 amps. 3. The unit shall be waterproof. 4. Operational modes for both timed and proportional sampling shall be provided. Adjustable purge cycles before and after sampling shall be provided. The unit shall be capable of varying the size of the sample (160 ml - 500 ml). 5. The sample container shall hold 19 liters. 6. Each sample shall rest on a 24-inch by 30-inch by 4-inch concrete pad. PART 3: EXECUTION 3.01 INSTALLATION A Installation shall be in strict accordance with the manufacturer's instruc- tions and recommendations in the locations shown on the Drawings. 3.02 INSPECTION AND TESTING A After installation of the flow measuring and sampling equipment, and when water is available, the above units shall demonstrate their accu- racy and precision to the satisfaction of the Engineer. All defects or defective equipment revealed by or noted during the tests shall be cor- rected or replaced promptly at the expense of the Contractor, and if necessary, the tests shall be repeated until results acceptable to the Engineer are obtained. The Contractor shall furnish all labor, material, and equipment necessary to perform the tests. B All adjustments necessary to place the equipment in satisfactory order shall be made at the time of the above test. 15H-3 - r r rSECTION 16A ELECTRICAL - GENERAL PROVISIONS rPART is GENERAL 1.01 SCOPE OF WORK A Furnish all labor, materials, equipment, and incidentals required and install complete electrical systems at the Pumping Stations and at the Interim Treatment Facility as hereinafter specified and shown on the Drawings. B The work shall include the following items: 1. Installation of the secondary service to each pumping station, with voltage and phase as shown in the Pump Schedule of the Plans. 2. Installation of pump station control panel, level controls, and radio system antenna furnished under other Divisions of these Specifica- tions as specified herein or as shown on the Drawings. 3. Modifications and additions as shown on the Plans for plant area. rC It is the intent of these Specifications that the electrical system shall be e1jitable in every way for the service required. All material and all work which may be reasonably implied as being incidental to the work of this Section shall be furnished at no extra cost. 1.02 SERVICE AND METERING A The power company serving this project is the Pacific Gas & Electric Company. B Make all arrangements with the power company for obtaining servicing and pay charges and furnish all labor and material for the service. At the pump stations, new services are required. and at the existing plant site an upgrading of the service capacity is required. 1.03 INSPECTION AND FEES rA All material and installation shall be in accordance with the latest edition of the National Electrical Code and the Standard Specifications of Contra Costa County Sanitation District, B Pay all fees required for permits and inspections. 1.04 TESTS A Test all systems and repair or replace all defective work. rry r . . k. 2.05 RELATED WORK NOT INCLUDED A Excavation and backfilling specifications for underground electrical work is included in Division 2. 1.06 SLEEVES AND FORMS FOR OPENINGS A Provide and place all sleeves for conduits penetrating floors, walls, partitions, etc. Locate all necessary slots for electrical work and form before concrete is poured. , 1.07 INTERPRETATION OF DRAWINGS A The Drawings are diagrammatic only and are not intended to show , exact locations of outlets and conduit runs. B The locations of equipment, fixtures, outlets, and similar devices shown on the Drawings are approximate only. Exact locations shall be as approved by the Engineer during construction. Obtain in the field all information relevant to the placing of electrical work and in case of any interference with other work, proceed as directed by the Engineer and furnish all labor and materials necessary to complete the work in an approved manner. C Surface mounted panel boxes, junction boxes, conduit, etc, , shall be supported by spacers to provide a clearance between wall and equipment. , D Unless otherwise specified, all conduit, wires, and cables and the support systems for the conduits and cables that are required to make the electrical connections to equipment shall be furnished and installed. , All connections to equipment shall be made as shown, specified, and directed and in accordance with the approved shop and setting drawings, regardless of the number of conductors shown on the Electrical , Drawings. 1.08 SHOP DRAWINGS , A As specified under General Conditions, Shop Drawings shall be sub- mitted for approval of all materials, equipment, apparatus, and other items as required by the Engineer. , B Shop Drawings shall be submitted for the following equipment: 1. Panelboard , 2. Lighting fixtures 3. Motor starter , 4. Timer 16A_Z. 00400 AN C The manufacturer's name and product designation or catalog numbers shall be submitted for the following material: 1. Conduit 2. Wire 3. Receptacles 4. Boxes and fittings D All Shop Drawings shall be checked by the Contractor for accuracy and Contract requirements before submittal to the Engineer. Shop Drawings shall bear the signature of the Contractor and date checked and shall be accompanied by a statement that the Shop Drawings have been examined for conformity to Specifications and Drawings. This statement shall also list all discrepancies with the Specifications and Drawings. Shop Draw- ings not so checked and noted by the Contractor shall be returned to him without approval. E The Englneer's check shall be only for conformance with the design con- cept of the project and compliance with the Specifications and Drawings. The Engineer's approval shall in no way relieve the Contractor from the responsibility of, or the necessity of, furnishing materials and workman- ship r+-quired by the Contract Drawings and Specifications which may not be indicated on the Shop Drawings. F The Contractor shall be responsible for all dimensions to be confirmed and correlated at the job site and for coordination of his work with the work of all other trades. G No material shall be ordered or shop work started until the Engineer's approval of Shop Drawings has been given. #� 1.09 MATERIALS A The materials used in all systems shall be new, unused, and as herein- after specified. B Materials and equipment used shall be U.L. listed wherever such approved materials and equipment are available. C Electrical equipment shall at all times during construction be adequately protected against mechanical injury or damage by water. Electrical equipment shall not be stored out-of-doors. Electrical equipment shall be stored in dry permanent shelters. If any apparatus has been damaged, such damage shall be repaired by the Contractor at his own expense. If any apparatus has been subject to possible damage by water, it shall be thoroughly dried out and put through such special tests as directed by the Engineer or replaced by the Contractor at his own expense. 00401-1 16A-3 Q SECTION 16B RACEWAYS AND FITTINGS PART 1: GENERAL 1.01 SCOPE OF WORK A Furnish and install complete raceway systems as shown and as specified y herein. B Except where otherwise shown on the Drawings, all wiring shall be in rigid steel conduit. C All conduits of a given type shall be the product of one manufacturer. PART 2; PRODUCTS 2.01 MATERIALS A Rigid Conduit 1. Steel conduit shall be hat-dipped galvanized as manufactured by the Youngstown Steel and Tube Co. , Triangle Conduit and Cable, West- moreland Conduit Co., or equal. B PVC Conduit The material shall be extruded from a high density polyethylene com- pound to form a Schedule 40 heavy wall conduit. The conduit shall comply with the wall and O.D. dimensions for standard sized steel conduit. The conduit shall be either a continuous length or joined into a continuous length by butt fusion or solvent welding in the field. The conduit shall be manufactured by Carlon, Phillips Petroleum Co. , Triangle Pipe & Tube Co. , or equal. C Flexible Conduit Couplings and Fittings 1. Liquid-tight, flexible metal conduit shall be Sealtite, Type UA, manufactured by the Anaconda Metal Hose Division, American Brass Co. , or by American Flexible Conduit, or Universal Metal Hose Co. , or equal. 2. Fittings used with flexible conduit shall be of the screw-in type as manufactured by the Thomas and Betts Co. , Triangle Conduit and Cable, Electrical Fittings, or equal. 3. Flexible couplings shall be Crouse-Hinds Co. , Appleton Electric Co. , Thomas and Betts Co., or equal. i 1613-1. 0040 t�G i D Boxes and Fittings 1. Cast iron or aluminum boxes and fittings shall be galvanized with cast galvanized covers and corrosion-proof screws as manufactured by the Crouse-Hinds Co. , Appleton Electric co. , or equal. PART 3: EXECUTION 3.01 INSTALLATION , A No conduit smaller than 1/2-inch electrical trade size shall be used, nor shall any have more than three 90-degree bends in any one run. Cast iron or aluminum pull boxes shall be provided as required or directed. Y B No wire shall be pulled until the conduit system is complete in all details. C The ends of all conduits shall be tightly plugged to exclude debris and moisture while the buildings are under construction. D All conduits and fittings on exposed work shall be secured by means of metal clips and backplates. E All conduits on exposed work shall be run at right angles to and parallel with the surrounding wall and shall conform to the form of the ceiling. No diagonal runs will be allowed. Bends in parallel conduit runs shall , be concentric. F Conduit terminating in Basketed enclosures shall be terminated with , conduit hubs. G Conduit wall seals shall be used for all conduits penetrating walls below grade or other locations shown on the Drawings. H Liquid-tight flexible metal conduit shall be used for all motor termi- nations and other equipment where vibration is present. , I Expansion and deflection fittings shall be used where conduits cross building expansion joints. , J The minimum cover for duct lines shall be 24 inches unless otherwise permitted by the Engineer in writing. K Exterior duct runs shall be direct burial type PVC conduit. Where , duct runs emerge from the trench to enter an above grade junction box, etc. , the PVC conduit shall be coupled to galvanized rigid steel conduit in the trench and the G.R.S. extended to the box. z; 00403 16B-2 , p� f SECTION 16C WIRES AND CABLES PART 1: GENERAL 1.01 SCOPE OF WORK A Furnish and install all wire, cable, and appurtenances as shown on the Drawings and as hereinafter specified. 1.02 APPLICATIONS A Wire for lighting and motor circuits shall be Type THW. 1.03 MINIMUM SIZES A No conductor smaller than No. 12 AWG shall be used for power circuits. B No conductor smaller than No. 14 AWG shall be used for control circuits. PART 2: PRODUCTS 2,01 MATERIALS A Wires and cables shall be of annealed, 98 percent conductivity, soft drawn copper conductors. B All conductors No. 8 AWG and larger sizes shall be stranded. 2.02 600-VOLT WIRE AND CABLE A Type THW shall be as manufactured by the General Electric Co. , General Cable Corp. , Hatfield Wire and Cable Co., or equal. PART 3: EXECUTION 3.01 INSTALLATION A All conductors shall be carefully handled to avoid kinks or damage to insulation. B Lubrications shall be used to facilitate wire pulling. Lubricants shall be U. L. approved for use with the insulation specified. r; 3.02 TESTS A All 600-volt wire insulation shall be tested after installation. Tests shall be made at not less than 500-V. 16C-1 00404 e 4' SECTION 16D MISCELLANEOUS EQUIPMENT PART I: GENERAL 1.01 SCOPE OF WORK A Furnish and install all miscellaneous equipment as hereinafter speci- fied and as shown on the Drawings. PART 2; PRODUCTS 2.01 MATERIALS A Combination Magnetic Starter-Fusible Disconnect Type 1. Motor starter shall be 3 pole, 3 phase as required, 60 Hz, 600 volt, magnetically operated, full voltage nonreversing. NEMA sizes shall be as required for the horsepowers shown on the Drawings. 2. Disconnect switch and fuses shall be sized per NEC and as detailed on the Plans. 3. Overload relays shall be adjustable and manually reset. 4. Built-in control stations and indicating lights shall be furnished where shown on the Drawings. 5. Magnetic motor starter shall be as manufactured by the Square D Co. , General Electric, Westinghouse, or equal. B Aerator Time Switch 1. The time switch shall be of the program type, capable of program- ming at l5-minute intervals of the day. Program tabs shall be captive on the dial, and shall be easily set by hand without tools to obtain or to change the desired programming schedule. The switching condition shall be maintained when adjacent tabs are set alike. 2. The unit shall be powered by a self-starting, enclosed, 120 volt, synchronous motor capable of continuous accurate operation. 3. The switch mechanism shall be a self-contained unit rated at not less than 20 amps, 120 volts, single pole, double throw (or 2SPDT in parallel), and shall be readily replaceable in the field. 16D-1 00411 tit- 5 4. An omitting device shall be furnished as an integral part of the time switching operation to be skipped for any preselected day or days of the week. 5. The time switch shall be Model #8007 as manufactured by Tork, Paragon, or equal. C Pump Receptacles and Plugs 1. The receptacles and corresponding plugs shall be of the 3-wire, 4-pole grounding type, suitable for use in a NEC Class 1, Group C & D, mildly corrosive area. 2. Back boxes and 60-amp receptacles shall be manufactured of cast iron alloy. 30-amp receptacles and 30- and 60-amp plugs shall be manufactured of copper-free aluminum. 3. The units shall be complete with spring closed door, delayed action plug withdraw, plug cable grip, and factory sealing. 4. 30-amp and 60-amp devices shall be used at locations as noted on the plans and shall be Crouse Hinds, Type CES receptacles with mating Type CPH plugs, Appleton, or equal. PART 3: EXECUTION 3.01 INSTALLATION A Back boxes for pump power plugs mounted in the wet well access hatch shall be mounted so there is at least 1/2-Inch air space between the , box and the wall. z r 0040616D 2 SECTION 16E PANELBOARDS PART 1: GENERAL 1.01 SCOPE OF WORK A The Contractor shall furnish and install all panelboards as hereinafter specified and as shown on the Drawings. i PART 2: PRODUCTS 2.01 RATING A Panelboard ratings shall be as shown on the Drawings. All panelboards shall be rated for the intended voltage. 2.02 STANDARDS A Panelboards shall be in accordance with the Underwriter Laboratories, Inc. , "Standard for Panelboards" and "Standard for Cabinets and Boxes" and shall be so labeled where procedures exist. Panelboards shall also comply with NEMA Standard for Panelboards and the National Electric Code. 2.03 CONSTRUCTION A Interiors 1. All interiors shall be completely factory assembled with circuit breakers, wire connectors, etc. All wire connectors, except screw terminals, shall be of the anti-turn solderless type and all shall be suitable for copper or aluminum wire of the sizes indicated. 2. Interiors shall be so designed that circuit breakers can be replaced without disturbing adjacent units and without removing the main bus connectors and shall be so designed that circuits may be changed without machining, drilling, or tapping. 3. Branch circuits shall be arranged using double row construction. Branch circuits shall be numbered by the manufacturer. 7. 4. A nameplate shall be provided listing panel type, number of circuit breakers, and ratings. t y 0040 16E-1 4 B Buses 1. Bus bars for the mains shall be of copper. Full size neutral bars shall be included. Bus bar taps for panels with single pole branches shall be arranged for sequence phasing of the branch circuit devices. Bussing shall be braced throughout to conform to industry standard practice governing short circuit stresses in panelboards. Phase bus- sing shall be full height without reduction. Cross connectors shall be copper. 2. Neutral bussing shall have a suitable lug for each outgoing feeder requiring a neutral connection. C Boxes 1. Boxes shall be made from galvanized code gauge steel having multiple knockouts unless otherwise noted. Surface mounted boxes shall be painted to match the trim. Boxes shall be of sufficient size to pro- vide a minimum gutter space of 4 inches on all sides. 2. At least 4 interior mounting studs shall be provided. i D Trim 1. Hinged doors covering all circuit breaker handles shall be included , in all panel trims. 2. Doors shall have semi-flush type cylinder lock and catch, except , that doors over 48 inches in height shall have a vault handle and 3-paint catch, complete with lock, arranged to fasten door at top, bottom, and center. Door hinges shall be concealed. Two keys shall be supplied for each lock. All locks shall be keyed alike; directory frame and card having a transparent cover shall be furnished on each door. , 3. The trims shall be fabricated from code gauge sheet steel. 4. All exterior and interior steel surfaces of the panelboard shall be , properly cleaned and finished with ANSI 255.1, No. bl light gray paint over a rust-inhibiting phosphatized coating. The finish paint shall be of a type to which field applied paint will adhere. 5. Surface trims shall have the same width and height as the box. Trims shall be fastened with garter turn clamps. , E Circuit Breakers 1. Paneiboards shall be equipped with circuit breakers with frame size , and trip settings as shown on the Drawings. � 2. Circuit breakers shall be molded case, bolt-in type. 00408 � 16E-2 r a , PART 3: EXECUTION 3,01 INSTALLATION A Boxes for surface mounted panelboards shall be mounted so there is at least 1/2-inch air space between the box and the wall. J r i 00 409 16E 3' L SECTION 16F GROUNDING SYSTEM PART 1• GENERAL 1.01 SCOPE OF WORK A Furnish and install a complete grounding system in strict accordance with Article 250 of the National Electrical Code and as hereinafter specified and shown on the Drawings. i 1.02 RELATED WORK NOT INCLUDED A Wire shall be included in Section 16C, WIRES AND CABLES. B Conduit shall be included in Section 16B, RACEWAYS AND FITTINGS. PART 2: (NONE THIS SECTION) PART 3: EXECUTION 3.01 INSTALLATION A Conduits stubbed-up from below a motor control center shall be fitted with insulated grounding bushings and connected to the motor control center ground bus. Busses mounted below motor control centers shall be bonded to the motor control center ground bus. The grounding wire shall be sized in accordance with Table 250-95 of the National Electrical Code, except that a minimum No. 12 AWG shall be used. B Liquid-tight flexible metal conduit in sizes 1-1/2 inches and larger shall have bonding jumpers. C All equipment enclosures, motor and transformer frames, conduit systems, cable armor, exposed structural steel, and similiar items shall be grounded. D Exposed connections shall be made by means of approved grounding clamps. Exposed connections between different metals shall be sealed with No-Oxide Paint Grade A or approved equal. All buried connec- tions shall be made by welding process equal to Cadweld. k: E All underground conductors shall be laid slack and, where exposed to mechanical injury, shall be protected by pipes or other substantial i guards. If guards are iron pipe or other magnetic material, conductors shall be electrically connected to both ends of the guard to prevent the inductive choke effect. Connections shall be made as specified previously. 16F-1 00410 F The Electrical Subcontractor shall exercise care to insure good ground , continuity, in particular between the conduit system and equipment frames and enclosures. Where necessary, jumper wires shall be installed, 3.02 TESTS A The Electrical Subcontractor shall test the ground resistance of the system. All test equipment shall be provided by the Electrical Sub- contractor and approved by the Engineer. Dry season resistance of , the system shall not exceed five ohms. If such resistance cannot be obtained with the system as shown, the Electrical Subcontractor shall provide additional grounding as directed by the Engineer, t 00411 �i�t�ll�� Ir"1��ti 1 It� i� !,`�'�i/��''t. 1�r. iw«:` r ii .ri•. "3 .�'wi' s' Pt�+.yi���t T� +tt i.»„�� !`t• .. 's { ..i fj � 11 li�lllll���1 �1 1 ��y.y I.l�Ni{tr...;.+� f�i• t.., � _.: °r� :.�-,wr: ``tir'�' �r it.* � Rt {`: i r t j 1� ��' Si':1' . i.ii �... ! '. ♦1�� till r'v�����l�liiilfti��� ���l�l�� .I�1 �il1i�t" �' .' �� •z �1� ��.� `'�lis�rlw.;�i• 1.�a1 ......:. �.i.ii ��ututu„G IkNTIO to Q lif .t Q '77 Q 1"lr muX° N C m rn ' -4 ?> 0 �' • CJ r- 0 r r r .••!rti'1 NOTICES , OrPARTI ENT OF LABOR rontrart for 1•••rforn:a:.ee o! lite de- utllsrina tet rul,•-snaking prt:rcdures , Eml-­ymont Windardti 11dr9inis1ralipn s'rrsle•d w„rk w:••:n th• ,sr .:•!: lir ea Pre -::::.,-d tit A USC 5:.3 1w:: L••,•h Wt. llldwatctl u. re•r.:::,d L:• an n;•ar:,l.. lenth sr:the ur..Wal L)t.trr■l Wuft:Lc- tV':1*881,61 W7 %FS FOR fLOt PAL AND 1't.:,•r tl i:rt.t•:::.t.:u r l:,.s..1:l::,f:)It. trrht A-1 ::llat•:•:N.. FEDi.::t.lt Y ASS,STED GONSIRL•C71011 Vart 5 Thi A.,-:r:•=c.t•W.•1 tl••rct:n � ice ;• Gen±r:l Ware Daermination Decisions aha:$ be the n.ts:tmusn ).::•! 9nde:•111th alnpnt At N 10 131CII-1 11 .tt:e , cortrart by run:rietors Bad anba.ntrsc- vtt1� :::ATt.,v 1)tcst.lesla rnhet:d Ware Dete:mtr.•rt:nn Heel, to,Aohthewurk, The numbers of site dewhions being . :..at the L4•,•re:tr;rt Lobar oLdly,to modified and their dates of pubtleatwn to :ordienre with ul.:,laable lac•,and on AtoetrtrATmNS AN7 Sf:cEaaraEA7 DEes- tlrr Fn a1:aAL Ner,t■Tia are 11"ted wait 6.telt ••L.. :..of Information ataAable to Ilse 11165116 TOOrNENAt WALL Lit.riasstNAnnn , L•::arunrnt of Libor from Ib•study of DEelsION$ state. .':al w:tae condition and tram other Modlficslionrf and Bupersedcas Dec!- Alaska' arca.the basic hourly ware rates and slon■ to Oenrml Wane Determination AK77-efw9 .............. Jan.91. 1977. Ir" bet:efit palTntnts wl:lch are de• Decisions are bated upas Intormatsun ch. c■tt:•.roto: , .e:n:lned to be prevailing for the de- Sahted eoneerunts chances un PretTtllfna CA:e-5116 .............. Dec. 10, nova. ,:.,.bed clasaos ut laborers and mechanics houtly•rope ratra and frtnee benefit per. L�ttn•atnA: 1.A:7-1913 .............. Mar. 4, 1977. t=plus aft In construction activity of lite mt•I,tF silica the dc•cisloha were Itsued. Man-land: ::3racter olid In lite localities specified The deterinln:.tions of prcva111n2 ralae $1117.7-2017: et07T-3018; Jan. 11. 1077. :5104• slid frmae benefit■made In the atodlll- 11117.7-2020. atD7T-sat• , The determinatlon In these decisions gallons and 8ttpersesim Deelalons have $feetAl- such prevailing rates and fringe bene- been made by authority of the secretary N v ice M y of the of Labor pursuant to the provisfauI .............. oar. 1. 1977. a Ira1ro been made by suthorltof the NN-11-4077.............. Apr. a. 1077. S Fs-,clary of Labor pursusnt to the provl• Dabs=iiaeon Act of starch 3. 1031, as New JerMys t::n of the tlnvls•Bacon Act of Me 3, amended HIS Blot.1101,in amended.10 NJv9-9219............... art. 1. love.. , :331, as amended 116 Stat. 1191• u V.B.C.276x) and of other Federal stat- NJ7a_wes2......... . Oct.x7, tend .=ended.10 UJLC 276al and of other utes referred to In 29 CFR 1.1 imeludins North Dakou: *1:eral statutes referred to In 29 CFR 1.1 Ilse statutes listed at 36 Felt 396 follow- NDT7-1939 .............. 1`1111. se. 1977. •-eludint the statutes listed at 36 FR !ng secretary of tabor's Order No. PIPan• Iranta: l:i folloaltis secretary of Fabitr'a Order 21:01 coisalnlnr provix a for the par• Ps 7 ............. Feb.li. io». , :::.21-706 eontatnb,g provisions for Use meat of wesm which are dependent upon PA77.0031s PA7T•i031.... Apr.6.1977. ;arment of wages which are dependent determination by the saeretary of Labor Tess"s :;en determination by the Secretary under the Davle•Daeon Act) and Par- TX714071 .............. Apr.1.Im. •:Labor under the Davis-Bacon Act;and $dont to the pprovlslais of Part F of Bub- v1 tai■: , ;s:suant to the prablons of Part I of title A of-Title 29 of Code of Federal 1m:-3041 .............. mar.Is,tell. l:bUtle A of Title 29 of Code of Fail- Rctulatlons. Procedure for Predetf mi. Washington.DA.: 1:31 Regulations Procedure for Prede• nallen of Wage Rotes(37 M 211381 and DC71-3010 ............. Do. te.minatlon of Weae Rata, 637 Fit of Secretary of Labor's Orders 13-71 and wWIT0 h1: and of Becletary of Labor's Or- 18-71(30 FR 8768.8786).The prevailing wlT6at6T)..110-91...... Dee. 17. 1976. :its 12-71 and 15-114 38 FR/788./7806. rotes and fringe benefits detamined In w1Te-111119 ..............,Dec.911, 1970. The prevalting rata and fringe benefita foregoing General Wage Determination BYeEa9earau DEetataNa 70 GENEaAL :I:iamined In these decisions sh■ll,fr.Be. Decisions, as hereby modified, and/or Wain:DcTEasrrNATLoN DE@isldNe •::dance with the provisions of the fore• superseded shall.In accordance with the The numbers of the decisions being statutes,eon.tltute Ute minimum protislons of the fcresoins statutes,con- superseded and their data olca• f publ sates payable on Federal and federally stltute'the minimum waca lovable on , :.Hinted cot.lructiot proleets to laborers Federal and federally arses construct- tion In she F991IaAL RLosasla are listed =4 marhalnics of tiw specilled Bassa ea- Ston projects to laborers and mechanicswith each state. isred an contract west of the character of the specified classes ensured In cat- Bupersoderas Decision numbers are In •-d In Use loralitlea described therein. Lract work of the character and In the parentheses following the numbers of Good cause Is hereby found for not• localities described therein. the decisions being superseded. ::stns notice and public procedure Modification and Supersedeas Deal- arson priorto the issuance of these de- alone are effective from their date of pub- A AUGon (Aa71-50481... Feb.e0. leve. :e:adnalions as prescribed In 6 U.B.C. Ileatlon In the FEbE11AL REcttaTxlt wllhout AWO-1191 (AL77-I01eI... OOL M sale. , 03 and not providing for delay In ellee• limitation as to time sad are to be used e■1ltorsuss -se date as prescribed In that section. In accordance with the provisions of 28 CATe-6191 ICATT-MMI", Nov.s9. 1076. tteause the neemslty to laue construe- CFR Parte 1 and 8. eA7a-81o9 lcArr-6aol. um Industry wase determination ire- Any person. organization, oe g9lrorn• :►flnnaot■: ;anntly and Inn large volume causes pro-. mental aaaner having an Interest in the esim-m61ux'n-9o711-- mar-I9,1e7T• , :at:urea to be Impractical and contrary vases determined a$ prevalling Is on- 9010(11111 ! oar.lb,11171. .:,he public Interest. coueabed to submit wase rate Informs- NarJeney: Oeneral Waco Determination Deal- tion for consideration by the NJ1v-ao3T)-.. ea•1,Leve• ( Depart- NJ7e-x04e ' n:-i are eNectUve from their date of b. ment..Further Information and self- Penney)NB , �:atlal 111 the FsoEaAL Rc$uTza wit explanatory explanatory foetus for elm purpose of PA7aa1e3 tPATT-x0191... Jan:6,19ve, ` :=station as to time and ore to be used submitting title data may be obtained by accol•danee.wish ilia provisions of 29 writing to the UA.Department of Labor. signed at Washington.D.C.,this 18th -L r R Parte 1 and 8.Accordingly.the ap- Employment standards'Administration: day of April 1977. :cable deckle n toa@ther with any moll- Ofi oe of special Wane standards.DWI- RAY J.DouN. , t:atsons Issued subsequent to Its publka- don of Wage Determinations,Washing- Assistant Administrator. U:n date shall be made a part of every ton. D.C. 20210. The cause for not Wap@ and!four Division. 00413'. eR.N1141 114.1wial.VOL. 42, NO.7"AIDAY, AMIn 22, 1977 , i NOTICES ! • YY • n n nw i.nr �i I=C a ee o o e ee eo eo ea p hh A w /1 sc fi' M N N • • 8 r E R 22 i n 49 iY ww � � .3 MM w N �»i • _ M A O I• 1• SA N g N NN 1an • r •� M •� MM N M M NM .••9M NM MM ee M e M asp• Y F Y C Y M A111 11,11, fl. 11 11 N+ � 3tR O q N O S !H jai $a N =� Q apiggkil'�d.7 i .4.4 .3 A A .1 44 � as �Y��XY7iAifaj 44 p��xw.�� a � all ad 444 dda K4 a $yyyy Agin is Y Y M Y�iW��w►• a �w •y�y SS � a yy Y y� 41 ■ r NOTICES r v�. •� NN or N r d oou O W } � Y { N N N eo eN nn •r Nw+ N ww Oo in -mill 111--iM Z N N � r 4w�Qy . � r O 2 - r So aSd+o. o0 00 11a1•a r � MM NM MH NN ••.• •1M NM •1M M h n n n h n N N O O N N N N N N M N k WN r:� NO ww ht� qY� I�i� I;N NV M x A, inn w•'� he +Ntr iw f{a nM - ww .a M � w t • � wi ~w lw •� wo�. w c ' It Y Np M N's 44 Y 4 w w M1; Y IL pw.Y+�N p Y H w 6+�i U 4 y 9S ISL '■ .}}w++..�.�+ ■ ` Ri}aa�.YNN ♦qw+M~. N r Y�N V wN Mw Q14��uN Y< p W- +///''�,�� 41V r »l+Y p•e 4 4.Ys V 1i 4 M ni Y Y ppµY u~yy Y i u�V i V w V 0 O {pc Y 9 Y J 1.Y g t l.lt A +.Y.�it U..R a 4 d Ia O. 1�Y 11 1 144x/// y�A�{tlpwHul7 � �5 "c N�ttws N: «�Ai Y di J F� NOtttf5 20993 CAn Cr x t g g g 8geo k 1 S : fi A i t 1�1�1' F 1 IM ~w r y A e o w a ge�w w +w Ti.~ir h a N .Qi r n .�+•i N.� i i w w 1: 3.3 ppY 119 rIr r �r • � ,N • • Y � M • •.i ri f �w � � C d AAA x i 0 } p I µ A w AAA A M i is O p�p.A.yy� A O H D Ali g Y w Y$ 004.13 Vpa�iNa�Y�O FJgAC s „ '"Qy t i.•i}i� epN� W30sg;� Mtgc Is* Q~4•�°io�88s� _ s..•, J •M. M O N• yV•�•V MY all n; NOTICES . FAN 000 O 00 O 00 , e .7 w n wn N M M ' XX pe = wwh Ieiw� w �i7w N N C 9v � T M MM a � MM.i MNN N MN se aa es Ogg 000 2, :ts h w 10 w 1:1: � MMM M �' e•n� P0.1 0 N�w w R •~i•1 + wM =�� w.wi w Ci SI•'1 w w.•w w w .�� w wM . Q • Y •Y � � � >� �' �� ��• a ��e o d `fib A. : ' •� l , s, `ail " pi fill ilia 41! 11 a 0 N N N ayrT a as os;a ao. aas aeo . .. . w ww MMM wil n199 „:A 51 rr�• L i ii •a• ii iii iii iii a .• MM MN .•.•.• MN w.•M wolN .•M.• y ww is www �� 99n s i nevi i. iai iew• Nw•wi •fii�i riiMsn , ��� � �.7 w.°� w.e1.7 .•i.7 w'.1.7 w�..wi w.'I:i 41 w i 0 y §w • M 0 �� (x,4 7 Jk�. . �. J.+JJwJM5:3J5.7ab �J R`+ Iz".1 .s H •'% A n r. nonan A non R^e R e w r• w ^n^ww w www e n n n . . n n a gag L r w i�t n rei• •4i� r rN•�n 2 00 2 2 ass r i wow n Pi •i`i+ •w iirnww • w rww t we w i! MMS w w i r 41:6; w C LP tP lei It: all *3 � M Y 6 eC i. Lei¢¢}i! F.• Y1 yp4i y■{yE ••�1 C I iS - Y is r Is . .. ... 110 7 v /je eon aoo t� Y lelgq /N••F •ei q N N MMM MMM • n �i / r w i It In e e y r r. w n i •'�� ��I; w�i Rin • � � w R . w M} sit k N R N w►YZ��.'1 M`'.� N�' t V!1 Y J4 x ~ .:.0.1)418 \i�p+•1141...iXX:R�'�$ J1 �' l�.wi�♦n�•...1 .. N MJ{••YI YwG\Y'1�'Y Y�11�i�a it i q��.�.q•��; �Rwha•�4 awnwlluY ,L' ww w• a.c.!1111 ;E k . »>t; NOVC25 r t M l0'•O .Oi N It p Z Ml t12 Lt n ryry•V n vtl ry � i M NMH •t Nry•a N • N MH NM � � w M N 00p O H•t �i O pN ^� 1 • MAtl F itNF nlh w �O � H N.e •q .t N •t"1 M z w9 22 ai w y •M •✓ p Va y Q+�Q A 6Qr1�'��QnUp 1i�w�1�✓Y l Np M wpi w:Alita� CM;?�w✓Z E�VI ►+"✓�aLip Mln�M n � -s �••• � DC �i UU � 11 Air H K _ o z r o AAAAA ~ ~ R W n n H H n N p N O p 0 0 b w O O « N rl t M nl N • N � ~ OOp00 111 WH p w10tl 4 O O O s 1RMY,Y'`V' � Nr •� FTr Iw w V tl y 7C FFryHry •l wo •! w n H H F O r� tl ry N tl ry F tl N H P� w 0 tl tl QZ� �tl Ftl1O O 1.� w ��F IF I1 tl Illi. .. E 42 ^ mow; » • •» �M • �>♦rMH++»p�N ■■�!��� Y c♦p gyp• •rye t�p OAS ;• •Z 7tiGFL GO (�S{1 V(yQ 5 :OV it yC Gp Y i• p 6 w ipp�O1.Oy..1:M U WP O1+•y. M�} • ■■1/■■ 19 S YYY i��M+aL•1 j� _I�i�•~it t.~�K V•"NN1M1 N„•u•$p!N'.a1 Val�r��C•�• , L Ma.awi.Ury.O+1 i? v«$, uai vOy V 1al ewaw a Y �K.n6 Q ��o C •u w CM Y E a C J:�••✓pq►.Yw���t{p3� o.('y, �PY .`Z` 2$.Zaaiiaw$`F:wh;+e��$�,� NOTICES 21199 e W N 3 ^1 N .I N N H it wl M nl a w V- M V V O V V V N V Y O O •� M N y .d of 1.IyI1 MPM 19�1 �l.ey.�l :3 R r oo 1lo.� ci e aN Y Y � y $ M Y ft •l M « • 0 �>;hi aoo aaa oaa v r Y r V r n N .9 A t e CC R R R r 4 A � � A A A .i A .i .i 4 .4 � w YI 0 $ •N N� w .o �,1 � 00 0� S w w .wi w A o n M :I w w v�"�7 s� a€t�H ow ppa„ wu �� �+�1 rby as� Q3 \ ayr w�(~yy f�rp YY\�N rw Y•po�iw rFC�iy 00420 (A� Y� gp Mal Y\C Y I Y J Y M� .\i y� N M Y, f••R ►�C ~N N l a . - gg va R��A �� 140TICES r a r r > • g •/ M N �{cam= N • p �r � N w M M 111$- imollo AIN Q Z a A « • M pig N &vim 'BES "p og�6xpz :112 4 "pp:s ..p p :AYNNPF 6 4 MV 4j y.uQ moi Cir V S C a ^• a qq YY p i ay S i� 4 V 4 p^ VI 41�Rp gwe042 � gialldaM:�iu�i Mp pp�I Z$PNM.i y��`r{gq�.C•i�4�q pC� OV4G N[$[tyY Y o iWMVo a 't+.7a N^uS�g tZx i(j6 .. NOTICES 20999 .a.•i�.•,r.moi•i H.p.w i�i•.bi a.•.wn w•i� • t F t > i FI•'•AgnhF h r r HF IN`AFh hltiA I MMM»w»�INM .1 M.M NM»» MNM LN L 885888888 888 8808 888 ».:..»»»».:» = N wN fNf.�NNNNNN yNI��1NN NNppyy�� wNNN fINI�I~'IMS:HS N.Mi10 rNI^'1 A!1 IIMS i = �•�•!•!»• •fly 11 ftww New w Belize wIM^IMMMNNFl NNI'1 •'I Mf1'IM i it i d dc 1-0313M N M `S N�M Xt0.1I ro1:yy M}�pypIp� S� wee. .t� YICT�A wl: A •�'1�. fC �p pi yyM l� + �=V �J�f N S K N •• "� MryM Y�YN■ YYN - .. y . " �;� gw 9044 . o a ' M $tt:„a sod <t f y 1 21000 NOTICES s Y .Vi w ;.■ a4Y s 'QQa�3 € E�k�yySSg ag$+ 1]4.-1n � Cnj a ge 1Vg A., IIP,t*aIs ■ 0 rw Y;iy1 1� MYx ��pa{1 i •J j*r.°.ji ■ yw.�s+ yy1 M$Z� 9Ci.7M AyYS yYO� M � P• ��� r �w9+�Oi M y �Ywi w M C O , � �}� B� ps gQt •s���"`Q��3s� �M�MyyyY ���:� � � �Yyr a ssc yq)p, Epi s 3y M; ■ s &I Ys ryE}Q M 3 I V V ~6P1� ~6yPI V yfa�u ~�xC�� e�� gig�8������ aM �}Ctt 0 • •1 HIS q •J 5• ��� a Yy Ca►F�O�JpCM M p�^Mp�O; F�gy.i~C� ' 1r w • M S M`a YCJ IIw..�a Rw11; ~ATO p so IM!Hq A ;a � . s�a �oY• .swax J �., .05 2 u a • �..�' g aa. Y • _ ^ . •xrwn.ffiaaae�ag�C■A6�CYVi�I�■ bV w00: g 3 i�ky�lH w f O»E PM%Y OY VU)Aa li •Y. � }p .i, S a]y{w�•"F�g• w.w.ie gyw~�i��xS YP ��Zowp°.Z�u t7j f �Y�:V„^�.YG■.f.y• P�A•�FJM'L• wtip•q�°~ a Q �• M � 1 � 4 1• y!4 �1 Il 11 00423 .... C g�°e�'o a ■...�r..Y..in vT..�i.. wyp w a a u Vw23 .w"op V 6�w0C 0. V C M.+4 d«��.`.3����«� xgao��.odY���mm.�9 �go�ogo,� � �• i l NOTICES 21001 s Seeee .00.02: eeee eeeo eeea nwNn wnnw n 11gA1• .•MMq .•M••I• HMMM NNNN � F FF FF F �FF F FI�FF FF hF O O O O O O S O O O O O 0 0 0 0 0 0 0 0 = NMN /•N••� �1MI•M NnIMM MMIIN wM ��••I•���•y• ••�� NMrY w/�0.1 �N./1� O�.iS IItA1. n N _ .�H• f •� {M$g� � MNN• MMA• � WN•'1� :.•�•..r•NNO �� �MMAO Z s$'= ;� an g Y a .91 all �� a w M S�ji^• ��l �fffifiJSSJII S• Y� }T{r �i M Y yMa }pM M�F N�xY!!r�~33q}q}X yy Y �1 aE �� rel g• N PI gJYy 21002 NOTICES Y M N y M N M M M N'1�I M ••M w�M M 1 > r .� r r.%r A A A nYj IN.1 Y• � 0 � ' w r � s:ss x�xx x g aaa 1292x Y , gx As } 0 ��:g�6� � � � !� ei•��3�� R If all QA , 2222 2222 •... ..o• ' . . �� . NwtMN . MMM NMMN MMwN a E::: :$:: :E:R ::5: MHMN MNHH •IMHu, .YM�'1 . N , � S�SO SSOO SSSS OSSS }} N , = iwww wqs{�• r100 M.�.•4� �q1 w M w oit ' w3 � � E� � ti g _ :.0 ;:..::. - .:..:' ... .. .. ...... .. ...... .. 2222.. . ..,. 2222, 2222. I I NOTICES 21003 C r � z L'Y Jai To 8 F�� Lrg A�� °EMS N f R n n� •i"' fill' '^�M fit t g it 1 11 188 Hdol � o _� nrytinNnnnn jjj 0 0 0 0 0 0 0 0 g`r[ � � SSSSSSSSS � , M .a.ZHAHHA.�N 9 p - , ,O N� NII•ryMf1A.gh O bdd8SSS8S g 1 t r 21001 ti�iias 3� y L, L fi g3NYslat'.i�.� Lq�M9 M 8 ;1X�gM F+ aOr 0a4�Y 6�E �' �i X-114 �II,I gig "�-�_� "� ■�r� i.•MI V��y■ a��i •HISr r•4■•r.Lrr a" •�r Y pQ~ Y� uiOAY 16 ••L , =c"I41 1 B y :k.. INS! is 111 d r nnnnnP'=r:P'annnnnn� ss8s8ssssss88ss , FIAP11'1 PIM PI PI P/fI P1M13 PIN M 1 P�1}inPNi xlnS•i�x'i l�+'wPNLnnn , s ' N NN 1.9 42 N.�PN1P Ni 2A 111N N • ,•. . wt 39•N . ass cl .dol+ A4P14�LPL Pi P:q 4 »�1./N1Yw �1AA-IM 1�L Mti .L $01..'oNo.�iS+I�w.�.niSfis NNtiPLA M M 81 :00421 � i NOHCES 210115 Y Ou Mrn 27, AllW •F q 2 _ ¢ egg» e a — It i�EY3F "edM� ss3-1 I' a� t * � s�exg-1€�rz 1-6131 E a LC1101.11.1 y 111.1101 ta cje 0 �T .Y � z T16 Hil g " N g N $ • AM g eA a 11-11 us `. �. iY• � �" �� wfil �M•wM 17 •�JKNY »Nil py�y,•lQp Y . `�y. J9 MN(N�•! = C Y Va■ pr` -'wMy Y NN aB YYi.a "ll, 00428 g x�M��»• � S�'��� ��~ yya� gA• : r 0 ii3i , F � YS -1:11YS�SNrXY O� A ���cN J�� ^ • Y �N��i»y0�•�s.��y lull-MIts.} Y" . ; �ga§ 7ai's ws�yHi i$� �z= 3 r ry t\^ h� g�+ Y0 YNI: t YNgg��++ •b Nh� '�iF 9kI•'.'���txAJ�Hg"M�ft"h1F•'Ai�•�r Yeg��pf wt♦M Cl «A A!�• •-1$".yN; fitAf -;..4- MOO "OChArYhw•.'�x.Ynt�•►• w�Ny'yy7ACinIhI`yi� p X p pp Bey rp fill iii 1,DCp I.1.rory UlZU w-tn,IS F • M�. 6A 1f tf��II M n����� ���i�f F►Rry ^��• �J��+Y�! t '" 4���� 7 ya w .1 1M1 t»��\ �11 w�����x 1 M I/Y���/y�j{1 �^♦�3�Y M (\ A���f�Q �~.��!i a� w��a•R 1►i �b F R«�t►i A D»1 w p I; fit r " 8 0 ~ M y N Z i ~ M rM r r � g r � u r � Z r " " HH1 ,.tt « wZN �• � Q t -F I »IE » r N • oy a o e a oe a p o o ��3 « Z i+ M 1� M M �" •" /• O O O Q O O Q R j ' W r 5331ioN JUOIz r a. r - OCtl� ,- 11 t\ �� 909 wi•L.a:�.�c. CM•^� v� hN7 C (yA•{,[e.4 N V ry ti _ Y•N r n w h N n n /S w p - O $ 9, nY. an3 ptig�6':.Mnep`r� r Q e,j. �� Cm "� ��y�y•.\7 4 w:`ii'�`rc�'�� � {yid n �jr .'\\ `'M MO6 f0 R1n*�.�Artrt �1h0Oa4�Yt��i v VOP{) 3 ~� gVg»�"�• =•`C. a� el n w R Z i M fir i n a o e e o e N = w �•+ N � M jw+ M �. M M w w 4 N y 2 y t ii O e o e o o e w pw 6 6 pw pw p M O O O O S O S T Y o r A N ' Q • }jpY i N NAY"M�N � M9 Y�w• �� N M o a a M M % 9 V M r y N N M M N wp j = Y 2�f i K Ntf .. r`�w S«'�'w Fn•in�n u,,,ggpp"Z�3�41 YQ �^K«�e qRn N�����'��lQi u �, c��iS v��,Mwn«�w Li* a• �°. �� fi�i��Ze`�fi�`�».�.' ;{ •. a... s... w2L«... i7 T■/r��*{Y/)■�/'�■■■{/�■{ tp� •t.�in.`N�y`��`.�NO4A� $�i Z• �• bAN'�•'�•:� D�Be" !C O rF i1 :OC 4.p .t r pp` i 6aay0 R ,N�y « 41fiw{ .O�paM1� ~ yyyy �� �•�SA�J.•i x.p..0�'�O'����t. ' � G7�7�7QQQ�[�[�[KY M���6 ww s•.t w �' ,. •� � W�}g��.tN»ry �w�w�•�I�H•p ��.»� �n e i�M n r�FFF a tl ~�11�6w p9 wr.s� ��•.O� ���?Ps..�iiiM1ii���ti�\ •� M i M M = a ►M►.. ►M�w. �N. NM w yy y s s $ s x o t1l 115"11111H ��� tI EAU— IL BN� g g L �• ��.�,. w«x spa a s x w lir s N i • N M �. �re s N N o o } r w i ' f S331LON SUUto 3 It` } : a :c'.-t w to 4sN8 aH: n'8��`�Fiwsai�2R` �v�L°w�w•r . u.^, Y Ye'n n::e�rC°. n r � npa�:'n^. �.e � L'i , r{ • • <<Y i..1 r �..•O{" P M I)�Y}Y rt h r�.�•.r�•p"( Y 3 Y A..O.••q Y N M gip♦ pPj�, ..�..��M"/�O^v 1�11 J n�� �A P��O Y•.�r��!y)n<� M w IL h�w S�<�p•O�1 O rl•N� � ' y P?[, N• °A U=�.r.. �' NI. Yt.•M I•Pwo•�•w`.M Op N MOS Nw���.rr Yj• n O •' u eee444iii""" II w .. VL Y.r.°..��i�NN� ^. O O• IIN.i I.j� 99 9 Q2 rtitiVw:�w�f»°.:�I^•."t' est °' �uw�N N�$1j ria.Iw1���p•�•bwr�e• •�1(Isy'i�' � ��y //■J�.�C�•ry�■I 9.. •w"• [i 11�Lw .°i� �1�1 1". aV�rM • 1tl� •r•�V• k "•(M ••� Yy y�� !.i V V+ O r�j ffwll�M Y•.Y a\IY�• A .�.�j v a.".i Y�` �Y.9 •rY• • �00 ] O ..wr isi...�i�M•g• o w O 1� e■ £y�g 5 Ore•Cn Vu..`s�'�w�a `� �fi JNi-N'��I�;n�� �r.Cef�t—^I��JrP O� 4 )1 w Q~Q� 4• N h• }�S{��IY�• �M pY r1•+Y ��X}{1�U�w Y pyw N S;wj(N 9 y yy Ie r r ` M1 V Y MM M N = 11�nn • O O O p L. a pM t )• !8 O O x r 0 s � w w w w w w w w w n. n w w w. w w w w w w»w w n w w w w w w w w71i 9w 9i uw 9w I r w tr w I w I e•R'�a"tI"�i 1w H'•IZ A»nn�'rZn Nw n w n x g Z r 3 X a & $R�nwwwH» ^wM Q V V V rV rV rV rV«V N V rV rV rV»D�� «V rV rV�.V.•• V..w `� V H V HMV V V V H V V HY H V V H V V^ ! V V V V V O Y V H O O P P n H O O O O H O H O O e H 0 " •• Y ' o aHvaoe oHSHa ° 0 0 oHVHov �o°"os"o°"e°°o�Revv :' � xuvN °'Iylx ti est:w 7t%S st:�f %�°iK7t�♦ V VNiwNr NNN�'NY9 jr 1.9 Ic 8a e��aasas�s?saaysssaa�avosa 8 anan r°r.� a wl'a z�a•awaw w Iia a•a" .0 a Q 5:51 w w w• w •N w w N N N•w•w•n 14�^'•www n w w Y N" a � �� S'H g IN n• 71 N w N w w °C V Y fi 0 i" w^»�n Io•° .°� .°. r:w.°. .°. .°• n° .°i .°N w. ° F tri»O ••n w. r1 r rw n N H N a•°iI w r°.w.°�. n�'.°rl e — � r°w r $� 3Yg' =�a;�'3 ��'���'�»'St�t��3'S5� .`1 `s333 � i� �3•�.ee�° s i'>>e � t�p�c �.�.y.S. i•M»yV�d�iI�Y.O.Jw f/r•O J r rvy • ^�.,.5.M�yP.S•�•_T'`J"y r � Y w w •OWN O O O q V»7••O O •O••O O r• V O 4 O O • ^e r Irl O O A V O v O O V.p V O V O O O O 9 O 7 '0 3 O ^ 6 M f•w. r 4•I N • �.i •�V N w N b N J�•.r N � N N N .I I I,j ` e pY yto I l a ff N �. �. a��. •1:•Y"��•. N. N: �NNL•NNN V �yiy N�LSUIF:'Nf� 90 » NO� � •'N ► 1"r•'w i w M Y N N N N fl••w• 1 w 71 7 Y� • � O�;y I •e'/• 7 w w 7 /. :f R )A P t i!L • O L !1 • a �•1 L i Y 9 i�Y� O I. ( , 11��� �A�"�"4`A°O•��^w�A�IA�..II� n. •�A��'R I F 1�^ Op N � ;Y • ^-w—�Hll ui•1 j.�utNFN VNr NON IwH. '• • y1 Y T. gVI.,AV14 q. :1. r. 3 � _ yi• V w r , i;nrltZ S3)UON r a� .'~ °H1SK ~ �Ht� HHN�Oe Hy.l lnyJ'(/s�f7rt 7 oR=•'b°n�'wbwLw"1rw8'Law"e3w$,wwoRw wnw�Nywohw Rrw on M:w^w ww awtNog w�wxwr,w=RaAw<�.w..�.,aw�w"w�S 3rR' HCH w Hw�Hw ww3r N Rw w wtRN Rh'w Rw RS 00xa„a a ' •. Q R ,R A5t A-Ab�eCA a A IL"gr�C��$�. D w•°innFwKn�h�•"to^Rn nww7YitihR n.. w�Rp-"N•Tn wirer wiR Yinnw�•wi$ Yr h r h r h.+ R•.3•..i w V rY•N..•t rY."•Y r V •°w w►V rV”V i.V•"•V rY.N.Y•R-••�.N+V� 0. [:.. V rY rY rV rV rV •� V Y V Y Y Y V V V V1• Y •� Y Y►F•t S^O^S^ Y^Y V^Y^•' V S°O°O S S°O°a°b•►-°O°S°O°S O S°O° C:•O p•O O O O S O°OSS°a° ^ N .• M O w M •^y �^} ^> r V•+a w y 1S. ^ .o-• ^ w ^Y1•Sn y1.71'•?^V\•i VA yw V11^ ^w^11 •• 01 1� ^w w^Y��•^4n^1- pw•. �w�ww"w �'"aiw w w w Iii R• .� oNtt}} �i � � � K a;q N N N a %• x a N a a a Jt n^ r N•N"!ft N•N;•Na^IG N' 7(a?a �• N• N• N• yl• ^• a• .d• N• a• !Q• a• r� • a• 1t• ;., rl. pPe, t. S'• `n ^• :"• �• ^• �w. ^• rnrkn't. c!"'e!"�wt"�w!"�w. �w. rl. gasasassaasa"ess3sssss�sssa s�;�s�s�ss7s�'sssas�s� 4 a� ��awaww ^�ww..��^asa��w��aw �ay.,aawa a^aw�a�aawaw ��G • , R N w R w R N N• • w R w N N R w R ^ ,"1'1 h"."j R" " "N"1" A N R N R V R N N N N w• .°,• r •°. •°i• ■°14 M w w h N O1 V r O•°w •°" r - ° Ho-OH °•• •.�i a^O O ^ S K^ O^S S ^^O O !"Y O"••O "M M w MS~ # �• :"v�"vim"v���vr .=a�ban°v►awyr aw�wv�s�>=Tr tl b b tl tl tl 7 a b tl b b tl O 9 h g O '! tl b tl tl b b Y'O . S r y►�Y y Y�y D Y O ��Y O Y O Y�S O S O\O i r i►a Y O a i y yy r w w 8y awaw aw Meta w •1°Zi aw�w w aw awe aw aw ^a aw Ow ww aw n° I1 1• w w � w� w�www^ tl 6•�w^wa;�w• w w.• '� �7���Fg�77x� nw:Y:d�nn!'wl����K y� �r�•'+�����fii�,C,RR��C�.Y'!3.'s' w o v a p e > w w w�wwwiwww ww w� .• �w�w°w<wwws��:wwwwwwwwwww wwwww° a ? '�r^�p"�C£�zyAy�xAy��e("w�s~�;";•'f';°�Si;Y1�Z'RxrAr�i�A+AyC��/zg+/?�ir. j ` ^4 •"r.^11 w w •1 11'°M^"1 1 a s.•• o fi y V�w r M w h w +•w1 « 1 w " n N �O• {� w ^0 ��p ^ a �N w ^ R M N r w 1 V V 11 A r r N V V ♦ V r w M i+■ A Y y V V V yN1 V r M V V V Y r V ►• ^ n ^ r w VY♦Y Y ♦ Y V Y ♦ w O gg S w r ^"o^a.•SnRr °� $ N R Jr. wX r iwawYaNswowiNa o" `i J ^ w'w-a^° °^° wsdw3tn : 8♦ i -- k Itw°^o c0 0^0 o S^ a s 7 M N N V s ^ R QJVw a�'I�NM �• N• NF�+�N rl w M'� w O v• N. N• N�Ni N. •�• ai a aa°a aN Q► R 1 O $ ;awl^zaaaa aaaa aaaaa a -79 ^ i gg •1 w w 1 w w M • � S •" r •�^^ M �R w � i X a N N �'a•n"a 4 0 O a J i irr va�C°.� 3a;333 `3 o e -1- S- ••R e w •off a �Yav r=-v-v-m � •a--i �e V9vy y Rory�v}#Vy O [ ° L1 .•� � '� •� Y ^7%ry 4_9 O_7 4�^i �w py 1� O �. N N �� i�•.�,°. ao" w " xw i+.°.a ..a..sy:'�►�[p� ''sras�s • N N r•w i• N .7.+r r .... ^ •w � Va C4• i• �• �• �• �• �• t• Iw tj � it ��Z R 1� D •L'� A � a r 0 O i i�G a� w N!: tv V1 Y (O 3 (O( Jc t r9w..>,a 0►. S ri0 w O rwt { M� Ow i � ' i� '! ., i •'�rJ Y{R4AM1 A� M1"_M1 M1% tt4 R � o v o � t• I•. L•. �C C. .t •S331LON 01012 e, i r M 0 V Y O M 1r Q n 44C .. V. l�o t z {gat t' ,F ZQoso s� • rte .. r �R g nc "at gg, '4n:"c:"e S 8 ` q • I j Sf S � �4 tit '.f )'�'. i YY Y�. S' �F �N,N~h �10 ~ W t y "�z" �' 4F t 4,RH3��,.� k�G. `�"� T"7 .C�+�-r t�'�S'S A{4 t S. � �• c • � � � M *�+,, o V H t a r C 3 /t y. r -f r r l hili. 53311OM I ga- . .• , . Y.m.t,MvrnoMr+CMTAL PROTCCTIOPO AGENCY •1 47 •, •% LABOR STANDARDS PROVISIONS FOR FEDERALLY ASSISTED CONSTRUCTION CONTRACTS DAVIS•SACON ACT N0 U.S.C.:7Aa•:7Aa•%I (a) All mechanics and laborers. including apprentice• and lion of a particular clava of laborers or mechanics tit be u%eJ.the trainees.emplayeJ or rr•r►ing Juectly upon the%tit of the'A Grit Contracting purger%halt%unmet the que%tt.n.together with ht% shalt be paid uncpndmonany and not le%% often than once a recommendation.to the Secretary of Labor for final determtna• seek.and without %uh%cquenl Jeduetion or rebate on any ae' tion.Apprentices and trainees may be added under this clause count fe%gept such payrull JeJucttun%as arc permitted by the only where they are empluyeJ pursuant lit an apprtntt%e%h:p or Copeland Rtgul:tlienS 1:'t CI'R Part]III.the full amounts Jtre of trainee program meeting the requirements of the Apprentices time of payment computed al rage rate%not less Th,ut the agpre• and Trainee%clause below. gale of the basic hourly rate%and the rale%of payment%.eontrM lel In the event it n found by the Cuntr+cling ntNctr th._I an) buttons.or cost%for any fringe btnefits contained in the rage laborer or mechanic. including apprentices and trance%. can. determination dect%iun of the Secretary of Labor which i%at- rioted by the Cunimclor or any%uhcmuractor directly on the tached hereto and mbJe a part hereuf.rcuardle%%of any contrac• site of The rork covcrgJ by this contract has been r•r t% being tual relallon%hip which may he alleged to e%i%i between the C'un• paid at a rate of sage%le%%than The rate ref %•age%required by tractor or subcontractor and such laborer% and mechanic%. A paragraph(a)of Thi%clau%t.the Contracting nllictr mas 111 by COPY of such wage determination Jeci%ion%hull he kept polled wntren notice to the Prime Contractor terminate his riEht its pro. by The Contractor at the site of the rut► in a prominent place cccJ with the work,or%uehparl of the work a%to which there •here it can be easily Seen by the workers. has been a failure to pay Sold required wage%.and 1:)proWgute (b)The Contractor may di%charge hi%obligation under this the work its completion by contract or otherwi%t, whertupun clause to worlet%In any cla%vificalion for which the wage defer. such Contractor anJ his sureties%hall he liable to the ro%ern• initiation decision contains: metal fur any e%ceS%eo%t%pceasioneJ The Government thereby. (1) Only a ba%ic hourly rate of pay.by making Pa)menl at UI Paragraph%fat through lel of the claugt%hall apply to this mot less than Such basic hourly laic.e%cepl a%othtrwise provid• contract to the eucnl that i1 i%(I I a prime aunlracl suhjecl to the g%1 In the Copeland Regulalion%t:'►CFR Part 31:or Davis•Bacun Act.or 121 a%uheonlract al%o%object to the 1)3vi%- (2) Doth a ba%ic hourly rate of pay and fringe benefits pay. Bacon Act under such prime contract. vents.by making payment in cath.by irre%ogably making can. • tribulion%pursuant to a fund. plan.or program for.andfur by CONTRACT WORK HOURS AND SAFETY STANDARDS assuming an enforecahle commitment It'hear the cost of.hunm ACT—OVERTIME COMPENSATION Ili)U.S.C. IWC fringe benefits contemplated by the DavivIlacon Act.or by any combination thereof.Contributions made,or costs assumed. fcl The Contractor%hall not require in permit any laborer tar an ether than a weekly ha%l%%hall he considered as having been mechanic. inelttJinu apprentices. training%. watchmen. and constructively made or r%%umed during a weekly period lir the #until%.in any%orlwecl in which he i%employed on any work e%lent thal they apply to Such peiiod.Where a fringe benefit is under this contract To rork in e%cc%%of N hour%in any ealanJar espre%%ad in a%age determination in any manner other than a% Jay or in e%ee%%of 40 hours in such workweek pr work%uhlect to an hourly rate and the Conlractor pay%a cash equivalent ter pro• the provi%irm%of the Contract Work Hours and Safety Slandarit %ides an alternative fringe btntfit.he%hall furni%h information Act unless such laborer or mechanic. including apprentice%. sigh his payrolh%hawing halt he determined that the co%t in. trainees,watchmen.and guard%.reeeive%compemation at a rate gyred to make the cash payment or to provide the ahernative not Was than one and one-half lime%his ha%ic rate of pay for all fringe benefit 1%equal to the coal of The wage determination such hours wprled in e%ce%%tit A hours in any calendar day or in fringe benefit. In any cave There the Contractor provide% a eacevs of 40 hput%in%itch workweek.whichever is the greater (tinge benefit different from any contained in the wage dttcrmi• number of overtime hours.The'•basic rule of pay."a%tt%cd in gallon.he shall Similarly show hot he arrived at the hourly rate Conthis clau%c.shall he the amount paid per hour,e%clu•ive of the shown therefor.In the event of disagreement between or among ca%h payment eoalrih n li alt cast for fringe btncfin.and nn) the Interested portico.a%to an equivalent of any fringe benefit. hash payment male in lieu newagproviding(tinge benefit%,or the the Contracting Olfiett Shall submit the quc%lion,together with basic hvwtly tate eontaineJ in the wage determination.whichev• Ids recommendation,to the Secretary of Labor for final determi• er 1%greater. gallon. (b) In the event pt any violation of the pro%Wom of paragraph fin)The assumption of an enforceable commitment to beat the (m).the Contractor%hall he liable to any alfccled emplo)te for cost of fringe benefit%,ter the provi%lura of any fringe benefit%not any amount%jug.and to the United Slates for liquidated Jam• e%pres%ly listed In Section I Ibwn of the Davi%•Ilacon Act or in ages.Such liquidated damages shall be CumPuted r ith rt%Peet to ' the wage delerminaiion decision(arming a part of the contract. each individual laborer or mechanic. including an apprentice. nay be con%idered a%payment of wage%only with the appro%al trainee,watchman.or guard.emplo)cd in violation of the provi• of the Secretary of Labor pur%uant to a w fitren requc%t by the %(00%of paragraph la)in the%um of S 10 fur each►ttlgnJar Jay ora Contractor.The Secretary of Labor may require the Contractor which%uch tmplo)cc%a%required pr permuted to he etnPlo)cd soset aside a%set%.in a%cpar.ue account.to meet hi%obligationS an Such work in t%ce%%of N hour%or in cage%%of the%tanJ+rJ matter any unfunded plan of program, workweek pf 4111111111%auhoul payment of the overtime rage% fill The Contracting raffia•%hall require that any class of Ia• required by paragraph(al. 1%aers or mechanic%.including apptenlice%and trainees.%high APPRENTICES AND TRAINEES isnot listed in the w•age dcterminaliun dcci%ion and w hich i%its he ' employed under the contract .hall he ela%%illcd alt recla%%ified (a) Apprentice%%hall he permitted to wort a%%itch oral) w hen conformably to the wage determination deci%ion,and%hall it. they arc reui%tered.ioli%idually,under a Kona fide apprentice• gait the action taken ht die Secretary pt Labor.If the inicrc%ted %hip program regi%tered %rah a State opptenliec%hin agency parties cannot agree on the proper clan%ifieation or reglo%%ifica• which i%reeogoired h)the Ilureau of Apprenticeshill•and Tfain• EFA Form 3770-413_73) PAme%air•r•Aoea . ...00435 -- i ins.U.S.t1cp.-rtnxnl ttf Lahir:tit if nn%uch rc.;egniicd agency formanee of the etnitaci and after eoterepletitn tit crntitinet per- exists in a Start.under a rrt-gram regi.tcreJ%tlb el,e afort%JlJ ftemanee a sL+termnt tle%cnbmg%ter%taken tisari making a Bureau tit Arricoen%c%htp and training the ail.twal+te rate.,let diligent effort and eunt.uoinr a t,reakJ.tare by craft,tet huur mrprenteccvo lo+trneyntcn in ate%trate tla%stic.uun•hall note he witkcd and wares raid fur Fru year apprcntiees end tratnee%. Sreatet than the tone rermrtted t.tthc('tngtact+tr a•lit hem,entire other apprenttee%and trainees.and)ourntymcn.One c,tpv lot the work turd under the fere%ictcJ pr-tgiam. Any cmphn cc treed statement will he cent lit the Contracting Officer and one copy to on a ra)tsdl w a.arprentice'uare rate who I%me a trainee a% the Secrelat)of Labor. defined in r..ra.tr.oph(lit if the%vt,-u%c.and%hilt-%else[tegosteteil 161 TheCunitactur will be deemed to have made a"diligent as also%e.%hall he paid the wart rate JctctrtuneJ by the Sectc• eifeirt" as requited b) paragraph 40111 it during the pet- Ivry of !.,thou fir the cla%%tli%inion tot*mirk he a.m.dly per- forecanct of the%contract.he aecimpli%lits it ita%t tine of the formed.Tb 4C ontracts•r hall hunish Its the Coacltacdng OIlieer following three tt+jcetttes:til The Cnntraea+r employs unicr this written csiiv+.e tet It.. it-tet tit his)tu+gians and oppress• c0111ract a nuniaer of apprentice%and trainee%by craft.at kJ41 lice%.y%well o%of the appropriate racist,allowed ante the ware equal to the ratios a%lahli.htJ in accordance with paragraph tit rales requited letbe paid ihaenndet hr the mora tet ctnctrucuon. let this clau.e.ter tett the Contractor employ..ten all his conotruc• prior to u.inp any apprentice%in the ctmirict work.The term lion work.both public and private,in the same labor market "apprentice'•ratans 111 a per%un emptiyed and Ubhsidually reg- arty.an 0,tragi number of apprentoce%and trainees by craft at iatered in u huna fide apeorcromm%hip poogratn regtuered with the kart equal to the ratiut a%tabfoshed in accirteanct%oth raracraple U.S.Department of i.ahtor.Itureau.o(Aprrgalwc.hipand Train- (it)of this clause. tr ilei) the Contraetar IA1 if catered by a Ing.or with a State applentiet.hip agency reeogorued by the collective bargaining melocemtnl.before cumenencemtnt of any Bureau tr 121 a rct.on in his Net Mi da)%of probationary em• work on the project,hat given written nntiee to ail joint vppren- ptoyment us an apprentice in such an uprsentict%hip program. lietsltiptominillec%.the local U.S.Employment Security Mice. Who is nit Inditodually regi%4tred In the program,but who but local charteruf the Cthan League.Workers Defense League.%u been certified h)the Iluttau W Appicnnct.hip and Training.or a other total organitatitms concerned with minorily employ trent. Stale Apprentoccohip('uuncil{shoe appropnote)to he eligible and the Bureau of Apprenticeship send Training Representative. for ptolut(un;ey cmpluymeni a%an apprcnriee. U.S.Department orf Labor.for the locality of the%mirk:lot if nit Ill)Trainers%halt he permitted tot work a%wch when they are covered by a culk•cdve bargaining agreement,has gisen written bona fide trulnecs employ cd pur%uant lot a program approved by notice to jilt of the groins%waled above.e%cept jaunt apprentice. , the U.S.Department of Lahti.Manle mer Admimnratiun.fill- %hip committees,and well in addiNnn ntwity all non•joini uppren. team of Apprenti.t%hies and Training.The term"trainee"means lice%hip sponsors in the emitter market area:We has employed all a person teceiting on•the•joh training in a conttnecliin mcupa• qualified spf+licuntie referred to him through normal channel% 111011 under u pnerram which i%oppressed thut tht ncrx%%arily (Such a% the Uniptoymtnt Service, the.Joint Appren6cc.hip , • sptsnwred)by the U.S. tlep.mment tet tabor.Al:aeptewrr Ad- Commilleca,&sold%here applicable,mintsrity u%amtao6vis unit ministradtoos.Bureau of Aprrcutlec%hop and Training,and which apprentice outreach programs Abu have been dekgvtcd this is reviewed(risen tittle to tonic by the ktunpo%er Adminibitutism function)at len%t up to the number of such apprentices and train. to Insure thin the training meet%adequate%tandarJs• ees required by paragraph W!of this clause:W)notice.as it. 114 In eminncelktn with contracts in t%cc%%of 11103M.the Con• fetfed to herein.will include at least the Contractor'%natise and tractor agrees as follow%: address.the agency de%ignition,the contract number.job%ite (1)The Conttaclor%hall make a diligent effort to hire for address,value of the contract,e%reeted starting unit completion pttfotnuence of work un.kr thi%contract a number of appren• dart..the estinswed average number of employees in each occu. Ikesof trainee%,ter hs4h.in each ttecupatitona which hears to the pation tq lit employed over the duration of the contract work. average number of the jetutney noen in that oecupatissis to he tm• and a ma(ement cif his willingnt%%to emptily a number of appren- ployed in the performance of the ctMrr wt the applicable ratio as lice,and trainceto at least equal to the ratios established to me• let forth In paragraph fill of this clause, eordance with paragraph(d)to(thiselause. (21 The Conitacher,hall insure that 25 percent of such rip- (d)The Stcrcfury of Labor has determined that the applicable prentkes sr itainec%in each iccup.th+n are in iheir•first year of ratios of apprentice%and trainees to journeymen in any occupa• training,where fea%ible. Fea%ibdity here involve%a cun%idera• lion for the pestpric tit this clause%hall he no,follows:l et in any lion of(i)the availability of training uppoutuniliet for first year uccupaiiun the applicable ratio of areirentices and trainees ti apprentices.(ill the harardou%nature of the work tier beginning journeymen shall be equal to the predominant ratio+for the uecu- 'wotken, unit(tilt esce%%ivr uncnipioymcnt mit apprentice-1 in patiun in the urea.%here the construction is being undtrtaken. their second and+ub%tqutnt years of training, set forth in tsdlectise bargaining agreement%,tr either employ. (3)The Comraetor %hall, during the performance of the meat agteements,and available through the outcast of Appren. contract,to the greaten 9%19111 potuhk.employ the number of ticothip and Training Reprr%entatir t, U.S.Department of La• apprenteccs or trainers nccc%%ary to meet currently the requite- bora for the applicable area:(s.1 kr any Occupation for which no mento of paragraph%lei I f f.rad IcX:/it the%cl au%e• ratio is found.the ratio of apprentice%and trainees Oct tourney. 141 The Comtritatr%hail mainiain rectrdoo of employment men%hall be determined by the Contractor in acctrd.mce with on tM%contract by trade of the number of apprentice%and train• the recommcndatitat%%et forth in the Standard%of the National res,apprcntiees and Itainecs in first year of training,and it jour• Mile Apprentice Commiuce for the occupation.which are on hie neymen,and the vo4c%paid and horn%a(%twit,td wch appren- at office%of the U.S.Department of Labor's Bureau tet Areiren. fice%.lrafnce%.and journeymen,In Within.theCtentracksr whu tice%hies and Training:and 0!for any occupation for which nn claim%ccrnptimee ba,-cd%m the criterion%et forth in paragraph such recommendations are found.the ratio of apprentice%and 110(6)tit)it this ctau%e%hall maintain wch tecord%tet emptily trainee%to journeymen%hall beat Icasi eine apprentice or trainee meal sit all hi%co+nuructiom sack in the wale lair uttatket arc;o. fur every five jitorneymcn. both publie and prilo wc.dutinp the per(exnumm isf Ihi%csuntaet. , In each of the above ca- the Contractor %hall mode %uch record%available for in%pcction upon reauc%l sit the tyepartmcnt PAYROLLS AND BASIC RECORDS of tAbur ler the('ontraeting utlieer. (3)the t'ontraebwi%hall %upply%use ettpy td each it the to)The Contractor shall maintain payroll%and basic rect%rds written notice%required in avcsrda me with raragratph(cithpiiii relating thereto during the ttaerte of the work and shall prt%erere of thl%cfau%e at the tequcvt it(the t tnirmling I Illicer.The Coal- them for a pel6i let S year%thereafter for all lab%ren and me. tractor alas a¢ttc%tit%dearly:t 3•nitnih interval%Aurins the per shames.including apprentices,trainees.watchmen.and guards, EPA Poem$720-4(3-731 V L� 36 •vitt a or•rants , v% —7R I 4 working at file ole of the*;Irk'tioch record+%hall conl..in the CONTRACT TERMINATION—DEBARMENT RAMC and adJa%s of cath filth tlplo"c'hi.carre:t rla%%Ifica• lion,tare of pay bn.luJng rates of cantftlounnnt tor.or cost% A breach of the clause%hettol trualed"Davt+allaun Act.' assumed fit protide.fronxrhenctow.Jail)and%eck{yn11mbnof "Contract Work Holes and S.dcls Slond.itilt .tat—tltetttene houts,sorlcd.deduetuln%maJeanslaetuilwapr+paid.Nhenty• Compen+anon.' "%wenticet and Trances." "P..tt+ell% and er the Contractut ha%$Obtained apprstsat from the!secretary 4#1 Ra.ic Re:arJ%.'"C'ompfi.inet rub the tbpd..nd Recolatitn.." Labor lis ptotiJed.n p+rapraph Icf of the ciao+e trollied"flat it- "A'ithbolding of Pupal+,"and"Suh.ontrarh'may lot rrrnnd. Baton Ace."he shpt maintain ectad.rhnoh-list*flit commil• for terminAlh.n of the aniraet.and for det+ifirent at ptosfiled in meat.its apprrt:d.rntico communicalson of the plan tit pro- NCfR lila. gram to the lahatrr.or mechanic%affected.anal rhe CON%anfiii• rated or incurred under the plan or program NONDISCRIMINATION PROVISIONS (b)The Confaclor%hall%uhm l meth.t copy of alt Patrstlis tothe Conttatiingntlicer.The Pint Contra for.hall he respon. During the performance of this contract.the eonitaclor agrees sihk fur the%uhmi%mon Of tophi of payroll.of all+uhtreatrar• as tailor t: lots.The copy %hall be acro-npanfed by a otalemeni signed by 111 The eonrraetor rill not discriminate against yny emrl.n•- the Contractor Indicating that the pay rotes are correct and ;om• et or applicant 6•t amphoy mens beeauo:of ra:e.tour.rNi:h.n. little.that the*aye rates contained therein are not test than Kt.wnanonalorigtn. rhe conitaelor*dlIakratlirmanseso:Ilion Those dtiermincof by the ticitclary of Labor.and that the clash• to ensure that applicant%arc employed.and that tmphyect are fieattons set flints foe each labouet air me:hanie.including tip• treated during emphoymani*ilhout regard to the$(rate.colot. prenlieev and trainees.conform rah the hurt he performed, religion,seta tie 11 Of Such a+nun shall mrtude. lout Submission Of flit"weckly Statement of Compliance"required nal he limited Io the following: Finrloyment.upgrading.demo. under this cornraet and the Cstpctand RcEulanons of the Secre• tion,or fra oiler.recruitment tit recruitment aJverlltine:1:1snff fury of Labor IN Cl R Part 11 shall salisty flit requiremeni(of of ItrtninWhin'.tate'.of pay of other form%of compentanon;and wblaitsion of Iht abuse%tatrmeni.The Contractor shall submit %cleclion fur training.including apprentice%hsp.1'ht c nitacMr also a copy of any approval by the Secretary of Labor vi 11h rt• agrees to pool in con%picuous place%,atailoble to employee%an.1 wpett to fringe benefit%sohwh it required by paragraph tet of the applicants(tit employ meal.nnticts to be provided setting forth ctau%t Entitled"Dastt•Uactn Act." the providtn%of this ntnalisctiminatiun clause. (c)The Coniraclor shall mate the frcards required under this 121 The contractor rill.is all wileatatnt or aJsertitemtnt% clause available tut inspection by authurited representatives tit for tmplaytN placed by sit till behalf of tilt contractor.flat!That the Conlraclinr officer and the Department of Labor.and shall all qualified applicants *Ili receive Con•.deration for employ• permit such trete%totalI%es to interview employees during Aork• meal without regard to race.Color.fehginn.vet,of national till• tap hours on flit job. Ion. (1)The Contractor will tend 10 each labor union of reprc• ' COMPLIANCE WITH COPELAND REGULATIONS senlalive of workers%ifh rhich he Ila%a eotlecll%c bargaining agreement or other contract tit under,ownding.a mluce fa he The Cunlratror shall comply*hit the Copeland Regulations of ptovked adri+Ing flit said labor union or%orttrt'fepre%tnta• the Secretary of Labor 129 CFR Part 11 rhoch are Incorporated lives of flit contractor's,commitment%under Ili$% section.and htrein by reference. %huff post copies of the notice in Conspicuous places avail..hle to employees and upphimnls fur employ moral. WITHOLDINO OF FUNDS 14)The contractor w Ill comply%irk all pro%idnn%of F%c4u• live Order 11246 of September 24.1965.an.l sit the roles.reguta. fill The Contracting Officer may%ithhold or cause to ht with. tions,and telt%not orders of the Secretary al tabor. held(film flit Prime Coulra.tor sot mush of the accrued pay. fit The contractor rift furnish all information and report% neat%or advance:u%may he comidered nese%+ary Ill to pay required by F%cculive littler 11.2406 of September 24,Wei,and 4horcrs and mt:hanks.including apprentice%.trainees,watch. by rule%.regulations,and orders of the Seciolaty of(.abut.of two.and guard%.employed by the Conlracmr til any tutsotirl. porwaal therefu.and will permit access tis his hOok..fecord%. In t or on Ibe work silo ilii um.gns of a ay:%wjiliowd by the ea11• and acctnnr%Icy the admiultrriing agency and the Secretary oil tract.tad 121 tit%amts ons liability of auc C'anuavow foe Wool- labor tot purpow%of insC%llg:uhln b1 aserrtain compliance with staled d:o11agv%1111,101 paragraph flit of life 0.ott0 entitled"Coll such fukt.repulation%.olid order•. inct Work Hoon%and Safety Standaid% Act—O rilme C'om• (6) in the event tit the Contractor's noncompliance wish the penoaliun." nunJiwAmination cla11.►%of thi%amlr oct tie with.my of the said ibf It any Conlimor tail%to pay any lahorer,attchanic.up- rusts,regulalant.ar ordwoo.this contract may he canceled.tek• prtmkt,uainrr..r:itchman.ter guard.0ntploy rd or walking on tninated,Of 111%p0nded in%bolt Of in part Unit the Conlf;Krot may the%ire Of the wafk.,alit pats tit the'AAy:e%fequited by the con• be declared Ineligible Ga further tiossmmonl oomrtcf+or(Cofer. ' uaet.Ili.Coaaacq Of * 11nficer 01ay.alict rivnm en ice to the ally moo,oWed CtinNnlctinn contracts oo in anrdance %till pnoce• him;Contractor,lakt tach action a%maybe a."<cstary M rause Burro,authorized in 11%ecutise Order 11246 of September 24. wtptatltn of toy#or flit?payments or adsances until well,vitda• 19hi,and%uch other saneliont may be Impowil and ttmOJie% atnshave ecatctl. invoked as provided in Foicculis0 Hester I t:teal Scpiemhef 24. M.at by rule,lepldation.tit order of the ScKtrrary sty Labor. SUBCONTRACTS at u%olhtfis Ise Pins ideal los to%' 171 the witiraclor*ill include she portion of ihr sentence t ilk f ontla.tt11 agocc% so ill%cn the clauwmo hereof eulisled immediatety plectdiug Itaraglaph I Il,utd the loot,61uils til para. `11asivilooa Act.""Voutr.wl work 111,411%and Safety Sland• graphs(1)through I71 in cscry stdtcoalrrct of putcho%t ofdcf .fJ%Act-I ricrnmr C'amp0uwntt%a""Appieuuccs tad Train. un1e..rscolptiyl by ries,rcpnLdi.os..tit onkr.at tilt Se:rotary 9V14.**"I'ayrotlt and ifo%iC Record%:"'C omphaucr will%'apt• of !arbor 6-wed pulsuany to scout n 2114 tit lNeculit.a Older s.nJ RcgutAtion%.""Wilhl ohliup tit Fund.." "Suhcotlnacys:' 11246 at Sepicudicr 24, NMt, ur lila wch pfmitfant-Atli he aid"Contract 10fmiiwuun—Uchatmrnu" u1 fill wiscuntrtcys, binding uryn ctsh>id+Cta+truru or vtuth.r.7hC.wttaitur Miff the term'Y'tattnaclof"a.IIW41 in.nth olau•r%in any 4ul•13111. tate%itch action with rr%pect its ally Nt•contruet of purchase tau dealt its dtot11ed tis tela to the.ulteouuacr r rsrtpl in the order as the adinio%itscring agency stay ditcel A%it means tit en. Mfa%e"1'411110 C'anlla.IW." 0V�t)t� forcing such prnvitfon%.intludu.y;%unction%for uanstnuptianct: EPA Forst$720..4(5-731 (� 13 ileac 4 or 4 raot<s nnlndin•%nr under ,,king cnnJtli,mt% whlah are umanitary, F:ov1JeJ,huwe•er,That in the event a cuntra.rur hecnlntl in . j,rI eclv;J in.or it IbrealentJ with.hi., lion wdh.t%atwnnttactur nr underlctvmtru limn nlet) a J'health h t.nJ<rtJ,.prom ulgalcil by I , aemdor as a tewll of su4,h Jlreettnn h•the admu;,.t ring agency. re�ulandns of Secretary of Labor. &e eonlFaetnr may reyne.t the LnmcJ Stan.al enter into such 1 16plion to protect the interest~of the United States. lb)The eontraelor shall comply with the nepatimeni of Labor CONTRACT WORK HOURS AND SAFETY STANDARDS ACT S:Ifety and Ilealth Rceulatl.tns for Con.tructtnn premulgAleJ , —SAFETY AND HEALTH Nd U.S.C.1:7.111) under section 101 of the Contract Work Flours and Safety Stand. lal The contractor shall not reytttte any laborer or mechanic ards Act 140 U.S.C.1:1 et scq.). employe) in the performance of the eontraet to work in sur- :4 , IL < a •t t!. r. J . ... 1. ... ,%::..'. �:. : ' 4 a; .•!' .. ,.1.•.. ., �1 7 0{ 438 is2. r .. .. .:t"i'l.'�1• :� PACt doll APA Ote EPA FAtat 5730-4(5-77) ` C`5 '.t 1 , a r tk r.,., .. . . Y.a.fGYLaMMLNi►atNTIMt{O/IIC[3 1177 72777 77{�•1 I i i . Affirmativo Action , Tn each area designated by the C'rnin):4.cnon program! Office of Federal Contraai Com- ('hg 0.?11 11,0) pliance for spacial compliance � attention under FedernX g. ritnta p or, locally cnt•abliohcd compl.tance . plans, the rules, rogulati.nna, and relevant orders of the O fico of Federal ContractComplianco. . for the area ohall be govnrninq, with i mrintenancot andto asubmin� nionof 'affirmative action programo by bidders and contraetorn. Mian purnuant to thane rcgulatiano, oubmiasion of a certification in required to be made with hida or proposals for contracting, otandardo for ouch cortification ' ohall be incorporated in tho bid invitationo or requooto for pro- poaals iooued in connoetion with ouch contracto. i 00439 � J BID CONDITIONS AFFIRMATIVE ACTION REOUIREMENC; EQUAi. EMPLOYMENT Oi"PORTUNITY For all Nan-Exempt FRdnrn i nnri Fedora I l y A,s i seed Construction Contrnri s tri ho Awnrrind Iii Contra Costa Caunty, Cn l 1 form.i NO1ICE EACH:BIDDER, CONTRACTOR OR SUBCONTRACTOR (HERI,INA1'll'It-1111. ("ONIRACT0I;)=M11,I FULLY COMPLY WITH EITIiER PART I OR PAR1 I i, A", AIIVI ICAI'.LI`,.01 .PIE't. HII)„ : CONDITIONS AS TO EACH CONSTRUCT ION,TRADE IT INTENDS TO Wir,ON THIS, CONSTRUCTION CONTRACT AND ALL OTHER CONSTRUCTION WORK (BOTH .riIWRAL'ANn NON-FEDERAL) IN THE CONTRA COSTA PLAN-AREA DURING, THE PERFORMANCE ,- OF THIS CONTRACT OR SUBCONTRACT. THE CONTRACTOR COMMITS,ITSELF 70179E,onAL" FOR M I NOR I TY,MANPOWER UTILIZATION I N EITHER MART I OR r'ART. 11, A'' AND ALL OTHER REQUIREMENTS, TERMS AND COND I T I ONS Or 1'HI-SF BID CQNQ 1119N., I;Y SUBMITTING A PROPERLY SIGNED BID. THE CONTRACTOR SHALL APPOINT A COMPANY EXECUTIVI: 70 A!;UMF TN(" RFsPON111I1'i1"r FOR THE IMPLEMENTATION OF THE-REQUIREMENTS, TERM!,AND,COND I T I ONS.Ot' I J IEt',I:„ BIO CONDITIONS. f Rev. I O-76' � `Page i, of I t3 �� U qt 1 ` Part i. The provisions of this Part I apply to contractors which are party to col- lective bargaining agreements with labor organizations which together have agreed to the Contra Costa Plan Area Construction Program (hereinafter the Contra Costa Plan) for equal opportunity and have ,jointly made a commitment to specific goals of minority utilization. The Contra Costa Plan Is a tripnrlii-n voluntary agreement between contractors and labor organizations. The.Contra Costa Plast, together with all Implementing agreements that have been and may hereafter be developed pursuant thereto, are Incorporated herein by reference. Any contractor using one or more trades of construction employees must comply with either Part i or Part II of these Bid Conditions as to each such trailo. A contractor may therefore be in compliance with Part I of these Bid Condlfintnq by Its participation with the labor organization which represent Its ampinyeou In the Contra Costa Plan as to one trade provided there is set forth In Oat Contra Costa Plan a specific commitment by both the contractor and the labor organization to a goal of minority utilization for that trade. Contractors using trades which are not covered by Part I (See Part ll, Section A) must comply with the commitments contained In Part Ii Including goals for minority utilization set forth in Part Il. If a contractor does not comply with the requirements of these Bid Condltlon�., It shall be subject to the provisions of Part II. Page 2 of ,1.8 , 004411 Part II: A. Coverage. The provisions of this Part li shall be applicable to those contractors who: I. Are not or hereafter cease to be signatorios to the Contra Costa Plan incorporated by reference in Part I hereof; 2. Are signatories to the Contra Costa Plan but are not parous. to collective bargaining agreements; 3. Aro signatories to the Contra Costa Plan but are partins to collective bargaining agreements with labor organizations which are not or hereafter cease to be signatories to the Contra Costa Plan; 4. Are signatories to the Contra Costa Plan and are parties to collective bargaining agreements with labor organizations but the two have not Jointly executed a specific commitment to goals for minority utilization and incorporated the commitment in the Contra Costa Plan; or 5. Are participating in an affirmative action plan which is no longer acceptable to the Director, OFCCP, including the Contra Costa Plan, 6. Are signatories to the Contra Costa Plan but are partles to collective bargaining agreements with tabor organizations It which together have failed to make a good faith effort to Page 3 of 18 00442 comply with thnir obligations undor iNS Comlr.i fir,lo Plan and, as a ro!,ult, havo boots pi,rrnrl urninr• i;Sri II of lho , Bid Conditions by the Offico of redur,il Con-Itact CorriplIanco Programs. i B. Requirement -- An Affirmative Action Plan. Contractors described in paragraphs l through 6 above shill bn subject to the provisions and requirements of Part 11 of theso Hid Conditions including the goals and timetablos for minority I/ — , utilization, and specific affirmative action stopu set forth in , Sections B. I and 2 of this Part II. The contraGtorrs commitmont to the goals for minority utilization as required by this Part II , constitutes a commitment that it will make every good faith effort to meet such goals. 1. Goals and Timetables. The goals of minority utilization , required of the contractor are applicable'to each trade used by the contractor In the Contra Costa Plan area and which Is not otherwise bound by the provisions of Part 1. , I/ "Minority" is defined as including Blacks,',Spanish Surnamed Americans, Orientals and American Indians, and includes both minority men and , minority women. Page 4,of 18 00443 For al i such trades the fol lowing goals and timetable,; s;h.rl I be appl ir..►bir,. Goals for Minority Utilization Until 9-30-73 © From 10-1-73 to 9-30-74 I4.5$ - 17.0$ From 10-1-74 to 9-30-75 17.0$ - 19,5$ lI The goals of minority utiIizatlon above am oxprnw.ad in iosrms of hours of training and employment as ,a proportlon of !lift total number of hours to be worked by I hu con 1-1-dr:Io► ► ._all iru- gate work force, which Includes all supnrvisnry par,;nnnoI, In each trade on all projects (both Fedora +red non-l'cileraI f In the Contra Costa Plan area during tho porlo►mancu of Ats contract (i.e., the period beginning with the flrnt +Ity of work on the Federal or federally assisted con:.I ruci ion.r t v�r 1 i aR;► and ending with the last day of worn. t In fihe event'that any work which Is subject to thuse"Bid Crn li tiring, 1 . performed to a year later than the latest year, for which'.ac,als.of millupii-y utilization have been estabIfished; the goals forethe iasl yeoi raf tl►a Bid Conditions' will be applicable to such work. Page 5,_of 18 0044 ... z. .. ... ati,. .��..5. n .-. . ,•.� § ?._.1�h �t.ir.zx ..2�t:� .4Yk�iSE ....,.. �i._.va . =Wi .r I 1' The txur of minority ump i oymon i and I r:r i n i ml muni t ho , substantially uniform throughout Iho Innfllli oil Ihn contract in , each trade and mi nor i t i os must bn emlr i r,yo:,i rwr.n I y on oar:h of a contractor's projects. Thereforn, tlin li nti- irrr of minority , employees or trainees from contractor to contriwi-or or from , project-to-projoct for the purposo of montinrl ilio confrar_lor't goals shall be a violation of Part 11 of ihm:u Ilid Conr111irns. , If the contractor counts the nonworking fours of tr•ainrrrlc. and , apprentices in meeting the contractor's .rina1%, such ir••,inees and apprentices must be employed by the contractor during thu , training period; the contractor must have tibidn a commitment to employ the trainees and apprentices at .ihn rompletlon of their training subject to the availability of employninnt oplittr , tunitles; and the trainees must be trained pursuant Io training programs approved by the Bureau of Apprenticeship .ond Training , for "Federal Purposes" or approved.as.supplementinc; the. Contra Costa Plan. , .2. Specific Affirmative Action Steps. No contractor shall be i found to be in noncompI lance .w1.th Executivo Order M46,:as amended, solely on account of Its failure to meet its goals, , but shall be given an opportunity.to.domonstrate .that the , contractor has instituted all the specific affirmative action :: i i y .—Page 6.0f .18 - .�..ei... ... :5....r...., ,X.ia1.s: ,�r'. .•r:gF'r:.. `.i":'i'i:--'..: ::yy':i:7;ri kr:��.�,•.� i, :, _ �s• ...: ...:.,. ....s.>:;St;c.+..,�,g..,:a13?4P.tactes..,... ._. .....,... :,pr?r,i f I ed I n th i s Part l i and h:r•, m.ubo ovorY rI orid 1,11 1 it of fort to make those steps work toward tho oril:rinamni of its goals within the timetables, all to tho purposo of expanding minority utilization in its aggregate work form in iho Contra Costa Plan area. A contractor subjort Io Parl i which falls to comply with its obligations undor tho Equ,�I Opportunity clause of its contract (including failure to meet W. fair share obligation If provided in the Contra Costa Plan) or subject to Part ll which fails to achieve its commitments to the goals for minority utilization has tho burden of proving that it has engaged in an affirmative acilon program dirfiLlod at Increasing minority utilization and that suGh ottoric. were at least as extensive and as specific as the following: a. The contractor should have notified minority organizations when employment opportunities were avallabin and should have maintained records of the organizations' response. b. The contractor should have maintained a file of the names and addresses of each minority referred to it by any Individual or organization and what action was taken with respect to each such referred Individual, and if the individual was not employed by the contractor, the reasons therefor. if such Individual was sent to the union hiring hall for referral and not referred back by the union or If referred, not employed by the contractor, the file should have documented this and the reasons therefor. 1 t Page. 7 of.18 00446 } C. Tho cont►.ucfor should have prompily noliflod tho cr,nlracliny or adminisferinq agfui y and ihn Office of , Federal Contract"Complianco Vrogram3 when the union or unions with which the the contractor hu,, Collrrctivo , bargaining agreements did not refer Jr) 111n con l'raclor a minority sent by the contractor, or whnn the contractor had other information that the union referral process has , Impeded efforts: to meet its goals. d. The contractor should have d l ssem i na tnd' I t!; Ef.O po l i cy. within its organization by including it in tiny nmpIoyee. , I handbook or policy manual; by publicizing it in ,company ,. newspapers and annual reports, and by arivort I s I nq �,ijck policy at 'reasonable intervals in union publi.coilon,.:, , The EEO poi icy should be further dissomIninterl by conducting staff meetings to explain and dlsscuss the , policy; by posting of .the pol;lcy; 'and`by review of .the policy with minority employees. , 'e. The contractor should have disseminatod its. EEO poliry , externally by informing and discussing. it'with aIA , recruitment sources; by advertising in news,inedla, specifically including minority news media; .and_by notifying and discussing it with pll' subcontractnrs. ' t r = <, page 8 of IH 004 f. The contras for !;huuld hcivl� nwrdo Is-oil, -,h+",.i I P. fid reasonably recurrent writton and oral rec.ruItmenI of farts. Such efforts should have been direciod at minority organizations, schools with "substenfial minority enrollment, and minority recrultmeni and iraininy organizations within the contractorrs rec:ruiiment aron. g. The contractor should have evidence avaliublo for inspection that all tests and other selection fischniques ured to select from among candidates for hiro, transfor, promotion, #raining or retention are being used in a manner that does not violate the OFCCP Testing.Guidelines In 41 CFR Part 60-3. h. The contractor where reasonable should have developed on-the-Job training opportunities anti participated and assisted In all Department of Labor funded and/or approved training programs relevant to the contractor's employee needs consistent with its obligations under this Part,11. i. The contractor should have made sure that seniority practices and Job classifications do not have a discriminatory effect, J. The contractor should have .made certain that all facilities were.not segregated by race. 0044 a Page9of 18 k. The contractor should have .onfinually monitored all , personnel activities to ensure thit its Ceti policy was being carried out including the evaluation of minority employees for promotional opportunities on a quarterly basis and the encouragement of such employees to ;nok those opportunities. !. The contractor should have sollcItod I)Itpj for subcontracts from available minorliy subcontractors engaged In the trades covered by those Bld Condliforr5, Including , circulation of minority contractor associations. , Note: The Assistant Regional Administrator of thy, Off Ica of Federal Contract Compliance Progrnms :and the comp i i ance agency staff will provide technical dssistance on questions , pertaining to minority recruitment sources, minority community organizations and minority news media upon receipt of a request for assistance from a contractor. , 3.- Subsequent Signatory to the Contra Costa Plan. Contractors that are subject to the requirements of Part II at the time of the , submission of their bids which, together with labor organi- zations with which they have collective bargaining agreements, subsequently become signatory to the Contra Costa Plan, either , A individually or through an association, will be deemed bound to their commitments to the Contra Costa Pian from that time untlI and unless they once again become subject to the requirements , t° of Part 11 pursuant to Section A.1-6. Page 10 of t8 00449 4 3' 4. Non-dlscriminatlon. in no event may a conirar.ior uliiizo the goals and affirmative action steps rrquirnd by this mart II in such a manner as to cause or result in di-icrimination against any person on account of race, color, religion, srrx or national origin. Part 111: Compliance and Enforcement. In all cases, the compliance of a contractor will be determined.in accordance with its obligations under the terms of those Bid Conditions. Therefore, contractors who are governed by the provisions of either Part I or Part 11 shall be subject to the requirements of that Part regardless of the obligations of Its prime contractor or lower tier subcontractors. All contractors performing or to perform work on projects subject to these Did Conditions hereby agree to Inform their subcontractors In writing of their respective obligations under the terms and requirements of these Bid Conditions, including the provisions relating to.goals of minority employment and training. A. Contractors Sub.iect to Part 1. 1. A contractor covered by Part I of these Bid Conditions shall, be in compliance with Executive Order 11246, as amended, the implementing regulations and its obligations under Part 1, provided the contractor together with the labor organization or organizations with which It has a collective,bargaining agreement meet the goals for minority utilization to which Page 11 of 18 0 0 45 d` fi n� iy 1 they committed themselves In the Contra Co•61a Plan, or c+rn demonstrate that every good faith of Pori hae; been made to rrxnrt , the goal. 1n that event, no formal or pr{x,acsrfIntl!, leading toward sanctions shall be Insifluied unless tho Office , of Federal Contract Compliance Programs determines that the contractor has violated a substantial requiromant in the , Contra Costa Plan or Executive Order 11246, as amended, and Its implementing regulations, lnc:ludiml the failure of suf.h contractor to make a good faith effort to motot it!, fair ,hare " obligation If provided In the Contra Costa Plan or has angalod in unlawful discrimination. Such vlolailons shall be doemed , to be noncompliance with the Equal Opportunity clause of the contract, and shall be grounds for imposition of the sanctions and penalties provided for in Executive Order 11246, as amended. , 2. The OFCCP shall review Part i contractor's employment practices , t during the performance of the contract Further, OFCCP shall' be solely responsible for any final determination that the t Contra Costa Plan is no longer an acceptable affirmative action , program and the consequences thereof. The OFCCP may, Upon review and notice to the contractor and any affected labor organization, determine that the Contra Costa Plan no longer' represents effective affirmative action. In that event It i shall be solely responsible for any final determination of that question and the consequences thereof. , i 1 Page 12 of Ila �At 3 `tu } - :. ..��a#39.w+t5{•'��'o,. + .-,a,,.i a _,-,i ..c 4.rH�,...-....� .h..,..ems ._. ..�{3."-� nk�.� G•... 4<_r,3�a��.r. 3! `S 3. Where OFCCP finds that a contractor has foiled to comply with the requirements of the Contra Costa Plan and itn obligation under Part. ) of these Bid Conditions, it shall take such action and/or impose such sanctions as may be appropriate under the Executive Order and its regulations. When the OFCCP proceeds with such formal action it has the burden of proving that the contractor has not met the requirements of these Bid Conditions. The failure of the contractor to comply with Its obligations under the Equal Opportunity clause shall shift to It the requirement to come forward with evidonce to show that It has met the good faith requirements of these Bid Conditions by Instituting at least the specific affirmative action stops �o listed in Part 11, Section 2. The contractor must also provide evidence of its steps toward the attainment of its trade's goals within the timetables set forth In the Contra Costa Plan. The pendency of such formal proceedings shall be taken Into consideration by Federal agencies In determining whether such contractor can comply with the requirements of Executive Order 11246, as amended, and Is therefore a "responsible prospective contractor"within the meaning of basic principles of Federal procurement law. B. Contractors Subject to Part 11. In regard to Part 11 of these Bid Conditions, if the contractor meets the goals set forth therein or can demonstrate that It has made every good faith effort to meet these goals, the Page 13'of 18 i 0045 contractor shall be presumed to be in compliance with Executive , Order 11246, as amended, the implementing regulations and its obligations under Part II of these Bid Conditions. In that event, no formal sanctions or proceedings leading toward , sanctions shall be instituted unless the contracting or administering agency otherwise determines that the contractor is violating the Equal Opportunity clause. ■ Where the agency finds that the contractor failed to comply with the requirements of Executive Order 11246, as amended,' the , implementing regulations and the obligations under Part 11 of these , Bid Conditions, the agency shall take such action and impose such sanctions, which include suspension, termination, cancellation, and , debarment, as may be appropriate under the Executive Order and its regulations. When the agency proceeds with such formal action it has the burden of proving that the contractor has not mot the goals , contained In Part II of these BPd Conditions. The contractor's failure to meet Its goals shall shift to It the requirement to come , forward with evidence to show that It has met the good faith requirements of these Bid Conditions by instituting at least the , specific affirmative action steps listed In Part II, Section 2. The pendency of such proceedings shall be taken into consideration by Federal agencies in determining whether such contractor can comply with the requirements of Executive Order 11246, as amended, and is therefore a "responsible prospective contractor"within the , meaning of the basic principles of Federal procurement law. Page 14 of 18 , 3. Where OFCCP finds that a contractor has failed to comply with the requirements of the Contra Costa Plan and itr, obligation under Part. 1 of these Bid Conditions, it shall take such action and/or impose such sanctions as may be appropriate under the Executive Order and its regulations. When the OFCCP proceeds *' with such formal action It has the burden of proving that the contractor has not met the requirements of these Bid Conditions. The failure of the contractor to comply with its obligations under the Equal Opportunity clause shall shift to If the requirement to come forward with evidence to show that it has met the good faith requirements of these Bid Conditions by Instituting at least the specific affirmative action steps' listed in Part 11, Section 2. The contractor must also provide evidence of Its steps toward the attainment of its traders goals within the timetables set forth In the Contra Costa Plan. The pendency of such formal proceedings shall be taken into consideration by Federal agencies In determining whether such contractor can comply with the requirements of Executive Order 112460, as amended, and is therefore a "responsible prospective contractor" within the meaning of basic. princjples of Federal procurement law. B. Contractors Subject to Part 11, In regard to Part 11 of these Bid Conditions, If the contractor meets the goals set forth therein or can demonstrate that It has made every good faith effort to meet these goals, the *` w Page 13 of 18 t 0461 t i contractor shall be presumed to be in compliance with Executive Order 11246, as amended, the implementing regulations and its obligations under Part 11 of these Bid Conditions. in that event,, no formal sanctions or proceedings leading toward sanctions shall be instituted unless the contracting or administering agency otherwise determines that the contractor is violating the Equal Opportunity clause. Where the agency finds that the contractor failed to comply with the requirements of Executive Order 11246, as emended, the , Implementing regulations and the obligations under Part it of these Bid Conditions, the agency shall take such action and impose such sanctions, which include suspension, termination, cancellation, and debarment, as may be appropriate under the Executive Order and Its regulations. When the agency proceeds with such formai action it , has the burden of proving that the contractor has not met the goals contained in Part 11 of these Bid Conditions. The contractor's failure to meet its goals shall shift to it the requirement to come forward with evidence to show that it has met the good faith requirements of these Bid Conditions by instituting at least the , specific affirmative action steps listed in Part ll, Section 2. The pendency of such proceedings shall be taken into consideration ■ by Federal agencies in determining whether such contractor can , comply with the requirements of Executive Order 11246, as amended, and is therefore a "responsible prospective contractor" withln the , meaning of the basic principles of Federal procurement law. Page 14 of, 18 0045) C. Obl l(lations Aplrl icable to Contractor. Subject of I.i ihor I"Ir 1 I or Part 11. It shalt be no excuse that the union with which the cortirat%tor has a collective bargaining agreement providinh for exolun.ivo referral failed to refer minority employees. 01*,rriminalinri in referral for employment, even if pursuant to provisions of ;i collective bargaining agreement, is prohibited by the Nattorral , Labor Relations Act, as amended, and Title Vil of the CIv11 R1911j., Act of 1964 as amended. it is the r policy of the Office of i'ednra! Contract Compliance Programs that contractorw, have n responsitrilIiy to provide equal employment opportunity if they wish to participate In federally involved contracts. To the extent they have delegated the responsibility for some of their employment practices to a labor organization and, as a result, are prevented from;meeting their obligations pursuant to Executive Order 11246, as amended, such contractors cannot be considered to be in comp IIance:wIth. Executive Order 11246, as amended, Its Implementing rules and regulations. Part IV: General Requirements. I. Contractors are responsible for Informing their subcontractors In writing, regardless of tier, as to their respective obligations under Parts I and II hereof, as applicable. Whenover a contractor subcontracts a portion of the work In any trade covered by these kN ?age 15 of,18 00456 Bid Conditions, it shall include these Hid Conditions in .urh , subcontracts and each subcontractor shall be bound by the!;e Hid Conditions to the full extent as If it were tho prime contrn(Jor. The contractor shall not, however, be held accountable for thri , failure of its subcontractors to fulfill their obligations unrlhr , these Bid Conditions. However, the prime conirnctor shall give notice to the Assistant Regional Adminlsiratur of the Office of Federal Contract Compliance Programs of the Dopartment of Labor and f to the contracting or adminlstoring agency of any refusal or flit luro , of any subcontractor to fulfill its obligations under them) fid Conditions. A subcontrac tor I s failure to comply will be treated in , the same manner as such failure by a prime contractor. , 2. Contractors hereby agree to refrain from entering Into any contract , or contract modification subject to Executive Order 11246, as amended, with a contractor debarred from, or who is determinad not , to be a "responsible" bidder for Government contracts and , federally-assisted construction contracts pursuant,to the Exarutivel . ' Order. , 3. The Contractor shall carry out such sanctions and penalties for, violation of these Bid Conditions and the Equal Opportunity clause , including suspension, termination and cancellation of existing subcontracts and debarment from future contracts as may be Imposed 00451 1 ' Page 16 of,:16 or ordered pursuant to Executive Order 11246, .c; amended and tis implementing regulations by the contractinq or administering agency and the Office of Federal Contract Compliance Programs. Any contractor who fails to carry oui• such sanctions and penalties shall also be deemed to be In noncompliance with these Bid Conditions and Executive Order 11246, as amended. 4. Nothing herein is intended to relieve any coniractor during the term of its contract from compliance with Executive Order 11246, as amended, and the Equal Opportunity clause of its, contract with respect to maiters not covered In the Contra Cosia Plan or In Part it of these Bid Conditions. 5. The procedures set forth in these Bid Conditions shall not apply to any contract which the head of the contracting or administering agency determines is essential to the national security and its award without following such procedures is necessary to the national security. Upon making such a determination, the agency head will notify, in writing, the Director of the Office of Federal Contract Compliance Programs within thirty days. 6. Requests for exemptions from these Bid Conditions must be made in writing, with Justification, to the Director, Office of Federal Contract Compliance Programs, U. S. Department of Labor, Washington, D. C. 20210, and shall be forwarded through and with the endorsement of the head of the contracting or administering agency. r 00455 r. '`' Page 17,of 18 7. Contractors must keep such records and file such reports relating to the provisions of these Bid Conditions as shall be required by , the contracting or administering agency or the Office of I'ed"ral , Contract Compliance Programs. For the information of bidders, a copy of the Contra Costa Plan may be obtained from the contracting officer. , A list of trades which are currently participating in the Contra Costa Plan may obtained from OFCCP, or the contracting or administering agency. , Signed this 28th day of July, 1976. '± /g/ w. J. Usery Jr. Secretary of Labor ry /S/ 'John C. Reed , Assistant Secretary for Employment Standards /s/ Laurence Lorber Director, Office of Federal Contract Compliance Programs r 459 P9g6"Ia of;`Le THIS SHEET IS FOR IIIFOR14ATION PURPOSES AND SHALL NOT BE CONSIDFRLD 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 Pian. There are two methods of qualifying for contract award, one of which is described under Part 1 and the other under Part II 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. UAt� LIFICATION UNDER PART 1 Any or all of the crafts listed in Section E (1) "Area Affirmative Action Pian" 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. Partial qualification under Part 1 involves completing Paragraph 2 (a) of the Bidder's Certification of Affirmative Action for Equal Employment Opportunity in the Proposal for the listed approved crafts. QUALIFICATION UNDER PART II In connection with responsibilities assumed by contractors bidding on this project, your particular attention is called to Paragraphs 0-1 "Goals and Timetables," and B-2 "Specific Affirmative Action Steps" of Section E (2) "Affirmative Action Requirement" of the Special Provisions. You must complete Paragraph 2 (b) of the Bidder's Certification of Affirmative Action for Equal Employment Opportunity which is contained in the Proposal or submit an Affirmative Action Plan to the County Public Works Department that meets the requirements as outlined in Part il- B. Particular attention also should be given to the sixth paragraph of Section E, Part IV of the Special Provisions, which states "It shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority employees." In order to be a responsive bidder eligible for contract award under Part 11, the contractor must complete the Bidder's Certification of Affirmative Action for Equal Employment Opportunity at the time of submitting his bid. i -INFORMATION- .. 6/76 SECTION E - BID CONDITIONS - AFFIRMATIVE ACTION RE UIREM_ENTS, EQUAL Ei4PL 1401 OPPOATUNITY— — �+" 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 Contractors' 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. AFFIR14ATIVE ACTION REQUIREMENTS Part 1 : The provisions of this Part 1 apply to bidders, contractors and subcontractors with respect to those construction trades for which they arc 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 continitments 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. To be eligible for award of a contract under Part 1 of this Invitation for Bids, a bidder or subcontractor must execute and submit as part of its bid the certification required by Part 111 hereof. Part II : A. Coverae. The provisions of this Part 11 shall be applicable to thos be d'ders, 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 signatories to the Contra Costa Plan referred to in tart 1 hereof; 2. Are signatories to the Contra Costa Plan, but are not parties to collective bargaining agreements; Fyf+yr}�i� d_ 00461 F 1 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 crease to be signatories to the Contra Costa Plan. 4. Are signatories to the Contra Costa Plan, but as to which not specific conunitment to goals of minority manpower utilization by labor organization have been executed pursuant to the Contra Costa Plan; or 5. Are no longer participating in an affirmative action plan acceptable to the , Director, OFCC, including the Contra Costa Plan. B. Requirement-•-An Affirmative Action Plan. The bidders, contractors anti subcon- , tractors descry bed in paragraphs 1 tfirough 5 above will not be eligible for award of a contract under this Invitation for Bids, unless it certifies as prescribed in paragraph 2b of the certification specified in Part 111 hereof that it adopts the , minimum goals and timetables of minority manpower utilization, l/ and specific affirmative action steps set forth in Section B.1 and 2 of this Part 11 directed at increasing minority manpower utilization by means of 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. 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 time periods for each trade which will be used on the project within Contra Costa County, California. The ranges for all trades to be utilized on the project shall be as follows: , Until 9/30/72 9.31^1 - 11.8% From 10/1/72 until 9/30/73 11.8% - 14.5% , From 10/1/73 until 9/30/74 14.5% - 17.00 , From 10/1/74 until 9/30/75 17.0 19.5% In the event that under a contract which is subject to these Bid Conditions any , work is performed in a year later than the latest year for which acceptable ranges of minority manpower utilization have been determined herein, the ranges for the period 10/1/74 through 9/30/75 shall be applicable to such work. , The percentages of minority manpower utilization above are expre%4ed 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 l/ Minority is defined as.including Negroes, Spanish Surnamed Americans, Orientals r and American Indians. 00462 l�462 E - 2 V , B. Rcyuirenwrnl.--An Affirmotive Art iciii Plan (Coli't) its contract or subcontract. The nmnhours 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 ,neeting the econtractor'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 Lhe nonworking training hours of trainees may be counted in meeting the goal, such trainees must be employed by the contractor during the training period, the contractor ,mist have made a commitment to employ the trainees at the completion of their training and the trainees must be trained pursuant to established training programs which must be the equivalent of the training programs now or hereinafter provided for in the Contra Costa Plan with respect to the nature, extent and duration of training offered, 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 tho 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 he found to be in noncompliance solely on account of its failure to meet its goals within its timetables, but such contractor shall he given the opportunity to demonstrate that it has instituted all of the specific affirmative action steps specified in this Part 11 and has made every good faith effort to make these steps work toward the attainment of its go.rls 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 Bicl Conditions. Therefore, contractors or subcontractors who are governed by the provisions of this Part 11 shall be subject to the requirements of that Dart, regardless of the obligations of its prime contractor or lower tier subcontractors. Ali bidders and all contractors and subcontractors performing ur to Iii-Irform work on projects subject to these laid Conditions hereby agree to inform their si�hc:ontr•�rctnr ti of their respective obligations under the terms and requirements of these Lid Conditions, including the provisions relating to duals of minority employment and LrMiling, 2. Specific Affirmative Action Stoq)s. Bidders, contractors and suiJCor;Lractors subjectto this Part 11 iiiusl'eiigacje 'in aFfirmative action directed at incrc:,isiml minority manpower utilization, which is at least as extensive and as specific as the following steps: 4�1 a, The contractor shall notify connnunity or�janizatioils tical Llie contractor has employment opportunities available and shall maintain records of the organizations' r response. 0046`3 • t F - 3 B. gtgyJ rement--An Affirmative_Action Plan (Con't) 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 tine reasons therefor. , c. The contractor shall promptly notify the CONTRA COSTA COUNTY PUBLIC WOiti;S DEPARTMENT when the union or unions with whom the contractor has a collective W rg,li►iing , 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 organization , by including it in any policy manual; by publicizing it in company newspapers, annual reports, etc.; by conducting staff, employee and union representatives' meetings to , explain and discuss the policy; by posting of the policy; and by specific review of the policy with minority employees. f. The contractor shall disseminate his EEO policy externally by informing and discussing it with all recruitment sources; by advertising in news media, speci- fically including minority news media; and by notifying and discussing it with all subcontractors and suppliers. , 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 organi- zations 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 relevant , 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. 00464 , 4 E - 4 , li B. Requirement--An Affirmative Action Plan (Con't) 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. 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 su contractor, who is�at the time o7-bldding 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 eligible under Part 11 of these Bid Conditions, uses trades not contem- plated at the time he submits his bid, he shall be committed to Part 11 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 for the appropriate year. 4. Subsequent Signatory to the Contra Costa Plan. Any contractor or subcontractor subject to the re qu rements o'1'-`ti's Part 11 for any (rade 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 1 of these Did 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 o`r aff'i'rmative 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. 0046j, , Al :t E 5, y B. Requirement--An Affirmative Action Plan (Con't) Part III: Certifications. A. Bidders' Certification. A bidder will not be eligible for award of a contract under tfiTs Invitation for�ds unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: BIDDERS' CERTIFICATION - �» certifies that: , (I3iTder 1. it intends to employ the following listed construction trades in its work , under the contract ___.. .._._._..._ ..._._.._,_.__._.�,......_._.._._ ,N..�.._. _......... _.._..._.__._..»I and 2. (a) as to those-trades set forth in the preceding paragraph one hereof for which it is eligible under Part l of these Bid Conditions for participation in the Contra Costa Plan, it will comply with the Contra Costa Plan on this and all future construction work in Contra Costa County within the scope of coverage of that Plan, those trades being: __ .---»- -----.-.. andJor (b) as to those trades for which it is required by these Bid Conditions to comply with Part 11 of these Bid Conditions, it adopts the minimum minority manpower utilization goals and the specific affirmative action steps contained in said Part 11 on this and all future construction work in Contra Costa County, subject to these Bid Conditions, those trades being: �_,_._....- and 3. it will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any subcontract under this contract the subcontractor certification required by these Bid Conditions. r i d re rsentetive of--Wer (S�gnature of authoze p 40469 r E 6 is B. Rncuirement--An Affirmative Action Plan (Con't) Part III: Certifications. (Con' t) B. Subcontractors' Certifications. Prior to the award of any subcontract under thisInvi"tetion mor[�ds, regar3less of tier, the prospective'subcontractor must execute and submit to the Prime Contractor the following certification, which will be deemed a part of the resulting subcontract: SUBCONTRACTORS' CERTIFICATION certities that: �Subcontractor�— 1. it intends to employ the following listed construction trades in its work under the subcontract 2. (a) as to those trades set forth in the preceding paragraph one hereof for which it is eligible under Part 1 of these Bid Conditions for participation in the Contra Costa Plan, it will comply with the Contra Costa Plan on this and all future construction work in Contra Costa County, subject to these Bid Conditions, those trades beings and/or (b) as to those trades for which it is required by these Bid Conditions to comply with Part 11 of these Bid Conditions, it adopts the minimum minority manpower utilization goals and the specific affirmative action steps contained in said Part 11 on this and all future construction work in Contra Costa County, 'subject to these Bid Conditions, those trades being: and_ 3. it will obtain from each of its subcontractors prior to the award of any subcontract under this subcontract the subcontractor certification required by these Bid Conditions. Signature of authorized representativ—a of bid er C. Materiality and Responsiveness. The certifications required to be made by the bidder pursuant to these Bid Conditions is material and will govern the bidder's performance on the project and will be made a part of his bid. Failure to submit the certification will render the bid nonresponsive. iPart IV: Compliance and Enforcement. Contractors are responsible for informing their subcontractors (regardless of tier) as to their respective obligations under Parts 1 and 11 hereof (as applicable). The bidder, contractor or subcontractor shall carry out such sanctions and penalties for violation of the equal opportunity f _s 7 0046" B. Requirement—An Affirmative_Action Plan (Con't) Part IV: Coin Bance and Enforcement. (Can't) 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 aid Conditions. Violation of any substantial requirement in the Contra Costa Pian 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 sanctions or proceedings leading toward sanctions shall be instituted unless the agency otherwise determines that the contractor or subcontractor is not providing equal employment , opportunities. In ,fudging whether a contractor or subcontractor has met its goals, the agency will consider each contractor's or subcontractor's minority manpower utilization and will not take into consideration the minority manpower utilization of , its subcontractors. Where the agency finds that the contractor or subcontractor has failed to comply with the requirements of these Bid Conditions, the agency shall take such action and impose such sanctions as may be appropriate, including, but not _ limited to: 1. Withholding of payments to the contractor under the contract until the contractor complies, and/or 2. Cancellation, termination or suspension of the contract, in whole or in part, and/or 3. To the extent allowed by applicable State Statutes, the contractor may be declared ineligible for further County Public Works contracts until he satisfies the County that he has established and is implementing an Equal Employment Opportunity program which conforms to the provisions contained herein. When the agency proceeds with such formal action, it has the burden of proving i 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 } 00468 R E - 8 Q. Requirement--An Affirmative Action Plan (Con't) Part- IV-: Compliance and Enforcement. (Con't) above and by making every good faith effort to Duke those steps work toward the attainment of its goals within its timetables. The pendency of such formal proceedings shall be taken into consideration by Contra Costa County 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 aid Conditions as shall be required by the Contra Costa County Public Works Department. Submittal of CALTRANS form HC-7, FEDERAL-AID HIGHWAY CONSTRUCTION CONTRACTOR'S EEO REPORT or optional form 66, 14ONTHLY 14ANPOWER 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. i i i 00469 x, E - 9 Payment Retention Clause A 30:3311-7 Itriristloot fremt progress puy- ntrnU. tat 't7sc grantee may rel.- is it portion of the amount otherwise due the contrae- tor,trxrept as provided in paragraph tat 14) of thin.rection,the amnunt retained by Ulu granive !'113111 be limited to the (011010110: tIi WilhholdWg of tot more than 10 percent of the payment claimed until work is 60 percent complete: f41 When work IN 30 percent complete, reduction of the withholding to S percent of the dollar value of all work satisfac- torily completed to date: Provided,That the contractor Is making satisfactory progress and there is no specific cause for greater withholding: (3) When tine work is substantially complete toperaUOnnl or beneficial oc- cupanry),the withheld amount shall be further reduced helow ti percent to only that amount necessary to assure eom. Atetton, (4) The grantee may reinstate up to 10 percent withholding It the grantee determines, at its discretion, that the contractor is not making satisfactory progress or there Is other specific cause for such withholding. t61 The grantee may accept securities negotiable without recourse,condition or restrictions,it release of retainage bond, or an irrevocable letter at credit provided by the contractor in lieu of all or part of the cash retainage. (bt The foregoing retention policy shall be implemented with respect to all Step 3 projects for which plans and specifications are approved after March 1, 1976, Appropriate provision to assure compliance with this policy must be in- cluded in the bid documenta for such projects initially or by addendum prior to the bid submission date,and as a spa- clal condition in the grant agreement or 1n a grant amendment, for all previous active projects,the foregoing policy may be Implemented by the grantee through contract amendment upon written re- quest to the grantee by the contractor upon consideration which the grantee deems adequate, (c) Pursuant to 130.630-3 (Interest earned on grant funds) of this subchap ter,a grantee who delays disbursement of grant funds will be required to credit , to the United States all Interest earned on those funds. Q0470. 4 i�� Federal Interest The followingstatement shall be Exclusion Clause included in he bidding documents: (40 CFR 35.936-4(c) (5)) "Any contract or contracts awarded, under this Invitations foss Bids are expected to be funded in part by a grant from the United, States Environmental Protection Agency. Neither the United States nor any of its departments, agencies or employees is or will be a party to this Invitations for Bids or any resulting contract." epq a3 } M 1' 44 tt ■ ° ° ; 9 a!s€" r ;1 t c r Y 4 9 t d _ ,, - ,�_ .�. '4.r` ;fir.'�.'e�'€+ ,..,;.....,,,tsL.dY", e I NVIItUNI41.NIAl. PROTECTION /N;I:Nr.Y Region IX Elimination of Segregated Facilities NOTICE TO APPLICANTS OF PEQUIRLMENT FOR CERTIFICATION OF NONSEGREGATED FACILITIES (a) A Certification of Nonsegregated Facilities, as required by the May 9, 1967 Order (32 F.R. 7439, May 10, 1967) on Elimination of Segregated i Facilities, by the Secretary of Labor, must be submitted by the applicant pri- or to any agreement for Federal financial assistance where the applicant will himself perform a Federally-assisted construction contract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity Clause. (b) Applicants for Federal assistance shall notify prospective Federally- assisted construction contractors of the Certification of Nonsegregated Facili- ties required by the play 9, 1967 Order on Elimination of Segregated Facilities by the Secretary of Labor, as follarrs: • NOTICE TO PROSPECTIVE FEDERALLY-ASSISTED CONSTRUCTION CONTRACTORS (a) A Certification of Ilonsegregated Facilities, as required by the May 9, 1967 Order (32 F.R. 7439, May 19, 1967) on Elimination of Segregated, Facilities, by the Secretary of Labor, must be submitted prior to the award of a Federally-assisted construction contract exceeding $10,000 which is not ex- empt from the provisions of the Equal Opportunity Clause. (b) Contractors receiving Federally-assisted construction contract awards exceeding $10,000, which are not exempt from the provisions of the Equal Oppor- tunity Clause, will be required to provide for the forwarding of the following notice to prospective subcontractors for supply and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause: NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIREMENT FOR CERTIFICATION OF NONSEGREGATED FACILITIES (a) A Certification of Nonsegregated Facilities, as required by the May 9, 1967 Order (32 F.R. 7439, May 19, 1967) on Elimination of Segregated Facilities, by the Secretary of Labor, must be submitted prior to the award of a subcontract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity Clause. (b) Contractors receiving subcontract awards exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide for the fo nvarding of this notice to prospective subcontractors for supply and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause. Farm No. R08-05 Rev. June 12, 1972 004'72 { f i Environmental trote6tion Agencv Region Ii: 100 California Stract San Francisco, California 94111 CERTIFICATION OF tiO,tiSiSGRZGATED FACILITIES , (Applicable to federally assisted construction contracts and rclat.ed subcontracts exceeding, $10,000 which arc not exempt from the Equal Opportunity clause.) k The federally assisted construction contractor certifies that he does not maintain or provide for his employees any segr.egnted faci.is.ties at any of his establishments, - and that he does not 'permit his empl.oyces to perform their services at any location, under his control, whim segregated facilities are maintained. The federally assisted con- struction contractor certifies further that he will. not maintain or provide for his employees any segregates, facilities at any of his establishments, and that he will not permit his employees to pr.rforin their services at any location, under his control, where segregat.od facilities are maintained. The federally assisted construction con- tractor agrees that a breach of this certification is a violation of rha Ecunl Opportunity clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or drevsing areas, parking lots, drinking fountains, recreation or ontertainnient: , areas, transportation, and housing facilities provided for employes which are segregated by explicit directive or arc in fact senLegated on the basis of race, creed, color, or national origin, because of , habit, local custom, or otherwise. The feuerally assisted construction contractor agrees that (except where he has obtained identical certifications from proposed subcontractors for specific time ,•eri.ous) , he will obtain identical certifin.ations from proposed subcontractors prior to the award of subcontracts exceeding S10 ,0n0 which are not exempt from the provisions of the Equal Opportunity clause, and that he will retain such certificatioas in his files. , Signature Date Name and `title of Signer (Please Type) NOTE'; The penalty for malting false statements in offers is prescribed in 18 U.S.C. 1001. '•1 % 00� U.S. ENVIRON;iCEIITAL PRO`PECTION AGENCY 40 CFR PART 35 SUBPART E APPENDIX C-2 REQUIRED PROVISIC:IS CONSTRUCTION CONTRACTS SUPPLEMENTAL GM-TERAL COIiDITION'S 1 1. General 2. Changes 3. Differing site conditions 4. Suspension of work 5. Termination for default; damages for delay; time extension3 6. Termination for convenience 7. Remedies 8. Labor standards 9. Utilization of small or minority business 10. Audit; access to records 11. Price reduction for defective cost or pricing data 12. . Convenant against contingent fees 13. Gratuities • 14. Patents 15. Copyrights and rights in data ■ 16. Prohibition against listed violating facilities 1. GENERAL' (a) The Owner and the Contractor agree that the following supple- mental general provisions shall apply to the work to be performed under this contract and that such provisions shall supersede any conflicting provisions of this contract. (b) This contract is funded in part by a grant from the U. S. Environmental Protection Agency. Neither the United States nor any of its departments, agencies or employees is a party to this con- tract. This contract is subject to regulations contained in 40 CFR 35.936, 35.938, and 35.939 in effect on the date of execution of this contract. (c) The rights and remedies of the Owner provided for in these clauses are in addition to any other rights and remedies provided by lata or under this contract. Federal Resister, Vol. 41, No. 251----Wednesday, DcccmbexO NM76 -2- 2. CHANGES , (a) The Oviner may, at any time, without notice to the surerics, by written order designated or indicated to be a change order, t�:ike any change in the work within the general scope of the contract,, including but not limited to changes: (1) In the specifications (including drawings and de-signs) ; (2) In the method or manner of performance of the dork; , (3) In the O Mer-Furnished facilities, equipment, materialu, services, or site; or (4) Directing acceleration in the performance of the work.. (b) Any other written order or an oral order (which terns as used , in this paragraph (b) shall include direction, instruction, irterpro- Cation or determination) from the Owner, which causes any such change, shall be treated as a change order under this clause, provided that the Contractor gives the Owner written notice stating the date, cir- cumstances, and source of the order and that the Contractor rogards the order as a change order. , (c) Except as herein provided, no order, statement, or conduct of the Owner shall be treated as a change under this clause or en- title the Contractor to an equitable adjustment hereunder. r (d) If any change under this clause causes an increase or decrease , in the Contractor's cost of, or the time required for, the performance of any part of the work under this contract, whether or not changed by any order, an equitable adjustment shall be made and the contract modified in writing accordingly: PROVIDED, however, That except for claims based on defective specifications, no claim for any change under , (b) above shall be allowed for any costs incurred more than 20 days before the Contractor gives written notice as therein required: AND , PROVIDED FURTHER, That in the case of defective specifications for which the Owner is responsible, the equitable adjustment shall include , any increased cost reasonably incurred by the Contractor in attempt- ing to comply with such defective specifications. , 00475 DERAL REGISTER, VCL. 4.1, NO. 251---WEDNESDAY, DECEMBER 29, 1976 -3— (e) it the Contractor intends to assert a claim for an equ[umilo adjustment under this clause, he must, within 30 days after ree_,ipt of a written change order under (a) above oi• the furnishing of a written notice under (b) above, submit to the Owner a written ztatc- ® ment setting forth the general nature and monetary extent of such claim, unless this period is extended by the Owner. The statement of claim hereunder may be included in the notice under (b) above. a (f) No claim by'the Contractor for an equitable adjustment h%re- runder shall be allowed if asserted after final payment under this contract. 3. DIFFERING SITE CONDITIONS (a) The Contractor shall promptly, and before such conditions are disturbed, notify the Owner in writing of: (1) subsurface or latent physical conditions at the site differing materially from those indicated in this contract, or (2) unknown physical conditions at the site, of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inhering in work of the character provided for in this contract. The Owmer shall prompt! rinvestigate the conditions, and if he finds that such conditions do materially so differ and cause an increase or decrease in the Contractor's cost of, or the time required for, performance of any part of the work under this contract, whether or not changed as a result of such conditions, an equitable adjustment shall be made and the contract modified in writing accordingly. (b) No claim of the Contractor under this clause shall be allowed unless the Contractor has given the notice required in (a) above; PROVIDED, however, the time perscribed therefor may be extended by the Owner. (c) No claim by the Contractor for an equitable adjustment here- under shall be allowed if asserted after final payment under this contract. 0047S FEDERAL REGISTER, VOL. 412, NO. 251---IMNESDA1, DECEMBER 29, 1970 .05 i r` e • a } i i . —4- 4, 4 4. SUSPERSION OF WORK (a) The Owner may order the Contractor in writing to suspend, , delay, or interrupt all or any part of the work for such period of time as he may determine to be appropriate for the convenience of the Owner. (b) If the performance of all or any part of the work is, for an , unreasonable period of time, suspended, delayed, or intcrrupte-J '-..y an act of the Oemer in administration of this contract, or by his , failure to act within the time specified in this contract (or if no time is specified, within a reasonable time), an adjustment shall be made for any increase in the cost of performance of this contract , (excluding profit) necessarily caused by such unreasonable suspen— sion, delay, or interruption and the contract modified in writing accordingly. Hwitever, no adjustment shall be mage under this clause for any suspension, delay, or interruption to the extent (1) that , performance would have been so suspended, delayed, or interrupted by any other cause, including the fault or negligence of tho Contractor or (2) for which an equitable adjustment is provided for or excluded under any other provision of this contract. , (c) No claim under this clause shall be allowed (1) for any costs incurred more than 20 days before the Contractor shall have notified , the Owner in writing of the act or failure to act involved (but this requirement shall not apply as to a claim resulting from a suspension , order), and (2) unless the claim, in an amount stated, is asserted in writing as soon as practicable after the termination of such suspension, delay, or interruption, but not later than the date of r final payment under the contract. ' 5. TERMINATION FOR DEFAULT; DAMAGES r FOR DELAY; TIME EXTENSIONS (a) If the' Contractor refuses or fails to prosecute the work, or , any separable part thereof, with such diligence as will insure its completion within the time specified in this contract, or any , extension thereof, or fails to complete said work within SUCI ' ie, EDERAL REGISTER, VOL. 419 NO. 251---WEDNESDAY, DECEMBER 29, 1976 , i f -5- the 5-the Owner may, by written notica to the Contractor, tanninat: Hot right to proceed with the work or such part of the work ac, to rhich there has been delay. In such event the G•rmar may take over th- work and prosecute the same to completion, by contract or othe_wi:• :, and may tare possession of and utilize in completing the vtork, ouch materials, appliances, and plant as may be on the site of the :•::i•k •and necessary therefor. Whether or not the Contractor's rirlit t.o proceed with the work is terminated, he and his sureties shall t�•: ,liable for any damage to the Owner resulting from his refusal or failure to complete the work within the specified time. ' (b) If fixed and agreed liquidated damages are provided in the contract and if the Owner so terminates the Contractor's right to proceed, the resulting damage will consist of such liquidated damsel;:: until such reasonable time as may be required for final completion of the work together with any increased costs occasioned the Ownev 'to completing the work. (c) If fixed and agreed liquidated damages are provided is the contract and if the Owner does not so terminate the Contractor's right to proceed, the resulting damage will consist of such liqui- dated damages until the work is completed or accepted. (d) The Contractor's right to proceed shall not be so terminated nor the Contractor charged with -resulting damage if: (1) The delay in the completion of the work arises from cause other than normal weather beyond the control and without the fault or negligence of the Contractor, including but not restricted to, acts of God, acts of the public enemy acts of the Owner in either its sovereign or contractual capacity, acts of anoth^r contractor in the performance of a contract with the Owner, r•ires, floods, epidemics, quarantine restrictions, strikes, freight enflia r- goes, unusually severe weather, or delays of subcontractors or suppliers arising from causes other than normal weather boyond ::i control and without the fault or negligence of both the Cuntrnct•:i• and such subcontractors or suppliers; and � 0041$ FEDERAL REGISTER, VOL. 411 NO. 251---WEDNESDAY, DECEMER 29, 191E .t i r . t (2) The Contractor, within 10daya from the beginning o" in! such delay (unless the Owner grants a further period of the date of final payment under the contract), notifies th4 t.ta.v:- in writing of the causes of delay. The Owner shall ascerta'n Wi I facts and the extent of the delay and extend the time for cr.rx1,:.1 i the work when, in his judgment, the findings of fact justify :u^.it an extension, and his findings of fact shall be final anti ao�:cl:•3' • on the parties, subject only to appeal as provided in the clause of this contract. , (e) If, after notice of termination of the Contractor's right tv proceed under the provisions of this clause, it is determined for , any reason that the Contractor was not in default under the provit+•::::- of this clause, or that the delay was excusable under the provisio:ne , of this clause, the rights and obligations of the parties shall., the contract contains a clause providing for termination for co:&-• , • venience of the Owner, be the same as if the notice of terminatior had been issued pursuant to such clause. If, in the foregoing cir- cumstances, this contract does not contain a clause providing for termination for convenience of the Owner, the contract shall be , equitably adjusted to compensate for such termination and the contract modified accordingly; failure to agree to any such adjustment shall be subject to the Remedies clause of this contract. (f) The rights and remedies of the owner provided in this clausr: are in addition to any other rights and remedies provided by law , or under this contract. (g) As used in paragraph (d)(1) of this clause, the term "sub- , contractors or suppliers" means subcontractord or suppliers at any tier. , 6. TERMINATION FOR CONVENIMICE (a) The performance of work under this contract may be tominas.tid by the Owner in accordance with this clause in whole, or from tin,; to time in part, whenever the Owner shall determine that such tev.uilt- , ation is in the best interest of the Owner. Any such terminacion t 00479 FEDERAL REGISTER, VOL. 41, N0. ,_251-"11SDNZSDAY, DECEpMER 29, 197e L s -7- shall be effected by delivery to the Contractor of a Notice et' Termination specifying the extent to which performance of work c:►-Ict- the contract is terminated, and the date upon which such terciination becomes effective. (b) After receipt of a Notice of Termination, and except as cth-2-r- •wise directed by the Owner, the Contractor shall: (1) Stop work under the contract on the date and to the extent specified in the Notice of Termination; (2) Place no further orders or subcontracts for materials, i services, or facilities except as may be necessary for completion of such portion of the work under the contract as is not terminated; (3) Terminate all orders and subcontracts to the extent that they relate to the performance of work terminated by the Notice 'of Termination; (4) Assign to the Owner, in the manner, at the times, and to • the extent directed by the Owner, all of the right, title, and interest of the Contractor under the orders and subcontracts so terminated, in which case the Owner shall have the right, in its discretion, to settle or pay any or all claims arising out of the termination of such orders and subcontracts; (5) Settle all outstanding liabilities and all claims arising out of such termination of orders and subcontracts, with the approval or ratification of the Owner to the extent he may require, which approval or ratification shall be final for all the purposes of this clause; (6) Transfer title to the Owner, and deliver in the manner, at the times, and to the extent, if any, directed by the Onwer, (i) the fabricated or unfabricated parts, work in process, completed work, supplies, and other material produced as a part of, or acquired in connection with the performance of, the work terminated by the Notice of Termination, and (ii) the completed or partially completed plans, drawings, information, and other property which, if the contract had been completed, would have been required to 00480 FEDERAL REGISTER, VOL. 41, NO. 251---WDNESDAY, DECEMBER 29, 1976 a r be furnished to the Owner; (7) Use his best efforts to sell, in the manner, at tho tim-:e, , to the extent, and at the price or prices directed or authorized by the Owner, any property of the types referred to in (6) abos.-•: PROVIDED, however, That the Contractor (i) shall not be requit-c: to extend credit to any purchaser, and (ii) may acquire any such , property under the conditions prescribed and at a price or price: approved by the Owner: AND PROVIDED FURTHER, That the proceeds of any such transfer of disposition shall be applied in reduction of any payments to be made by the Owner to thh Contractor under •this contract or shall otherwise be credited to the price or cost , of the work covered by this contract or paid in such other manner as the Owner may direct; , (9) Complete performance of such part of the work as shall not have been terminated by the Notice of Termination; and , (9) Take such action as may be necessary, or as the Owner may direct, for the protection and preservation -of the property related , to this contract which is in the possession of the Contractor and in which the Owner has or may acquire an interest. (e) After receipt of a Notice of Termination, the Contractor shall submit to the Owner his termination claim, in the form and with the certification prescribed by the Owner. Such claim shall be submittal promptly but in no event later than one year from the effective , date of termination, unless one or more extensions in writing are granted by the Owner upon request of the Contractor made in writing -within such one-year period or authorised extension thereof. How- , everp if the Owner determines that the -facts justify such action, hr: may receive 'and act upon any such termination claim at any time nt'L•:1- , such one-year period or extension thereof. Upon failure of the • -Contractor to submit his termination claim within the time allowed, , the Owner may, determine, on the basis of information available to limp the amount, if any, due to the Contractpr by reason of the -termination and shall thereupon pay to the Contractor the amount* so , .. FEDERAL REGISTER, -VOL.. 4.1p NO. 251---41EDNESDAYp DECEMBER 299 1974 , determined. (d) Subject to the provisions of paragraph (c), the Contra.:t.•r• rand the Owner may agree upon the whole or any part• of the ru:,ount cr amounts to be paid to the Contractor by reason of the total. or a":�:•c:.:? termination oPpork pursuant to this clause, which amount or may include a reasonable allowance for profit on work done: Pitif,►:i:i:1!, •That• such agreed amount or amounts, oxclusive of settlement ct�;:•::., shall not exceed the total contract price as reduced by the payments othez-Ase made and as further reduced by the contract ;r:c: of work not terminated, The contract shall be amended accordingly, and the Contractor shall be paid the agreed amount. Nothing in paragraph (e) of this clause, prescribing the amount to be paid to tho contractor in the event of failure of the Contractor and the C: nor to agree upon the whole amount to be paid to the Contractor by roa on of the termination of work pursuant to this clause, shall be deemed •to limit, restrict, or otherwise determine or affect the ariount or amounts which may be agreed upon to be paid to the Contractor pursuant r to this paragraph (d) . (e) In the event of the failure of the Contractor and the Owner to agree as provided in paragraph (d) upon the whole amount• to be paid to the Contractor by reason of the termination of work pursu- ant to this clause, the Owner shall determine, on the basis of infor- mation available to him, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined as follows: (1) With respect to all contract work performed prior to the affective date of the Notice of Termination, the total (without duplication of any items) of--- M f--(i) The cost of such work; (ii) The cost of settling and paying claims arising out of the termination of work under subcontracts or orders as provided in paragraph (b)(5) above, exclusive of the amounts paid or pay- able ayable on account of supplies or materials delivered or services furnished by the subcontractor prior to the effective date of 00402 PrDERAL REGISTER, VOL. 41, NO. 251--•-WNDNESDAY, DL'GEMPN1Z 29,..1976 i . t ' -10- , the Notice of Termination of work under this nontract•, wh[ch amounts shall be included in the cost on account of' whi.cic pay- ment is made under (i) above; and (iii) A sum, as profit on (i), above, determined by the Owner to be fair and reasonable: PROVIMEM, hwetavcr, Ti:2,, if, it , appears that the contractor would have sustained a less on +.ho entire contract had it boon co,uplotod, no profit shall be , included or allowed under this subdivision (iii) and an appro- priate adjustment shall be made reducing the amount of the ment to reflect the indicated rate of loss; and (2) The reasonable cost of the preservation and protection of property incurred pursuant to paragraph (b)(9) ; and any other reasonable cost incidental to teinination of work under 1-hia , contract, including expense incidental to the dctorminaticn of tl:o amount due to.the Contractor as the result of the termination of work under this contract•. , The total sum to be paid to the Contractor under (1) above, shall not exceed the total contract price as reduced by the amount of Fay- , ments otherwise made and as further reduced by the contract price -of work not terminated. Except for normal spoilage, and except to , the extent that the Owner shall have otherwise expressly asawlad the risk of loss, there shall be excluded from the amounts payable , to the Contractor wader (1) above, the fair value, as determined by the'Owner of property which is destroyed, lost, stolen, or damaged , so as to become undeliverable to the Owner, or to a buyer pursuant to paragraph (b)(7). , (f) The Contractor shall have the right to dispute under the clause of this contract entitled "Remedies," from any determination , made by the Owner wider paragraph (c) or (e) above., except that, if the Contractor has failed to submit his claim within the time pro- vided in paragraph (c) above, and. has'failed to request extension , of such time, he shall have no such right of appeal. In any case j where the Owner has made a determination of. the amount.due -under , 00483 FEDERAL REGISTER, VOL. 41, NO. 251---WEDNESDAY, DECEMER 29, 19% t r' -11- paragraph (c) or (e) above, the Owner shall pay to the ConLract or the following: (1) if there is no right of appeal horounder or if no timely appeal has been taken, the amount so determined by Lh.: Owner or (2) if a "Remedies" proceeding is initiated, the aru+unt; finally determined in such "Remedies" proceeding. (g) In arriving at the amount due the Contractor under this clause the:o shall be deducted (1) all unliquidated advance or other payments on account theretofore made to the Contractor, apj?i- calbe to the terminated portion of this contract, (2) any claim which the Owner may have against the Contractor in connection with this contract, and (3) the agreed price for, or the proceeds of tale of, any materials, supplies, or other things kept by the Contractor or sold, pursuant to the provisions of this clause, and net otherwise recovered by or credited to the Owner. (h) If the termination hereunder be partial, prior to the settle- ment of the terminated portion of this contract, the Contractor may file with the Owner a request in writing for an equitable adjustment of the price or prices specified in the contract relating to the continued portion of the contract (the portion not terminated by the Notice of Termination), and such equitable adjustment as may be agreed upon shall be made in such price or prices; howevor, nothing con- tained herein shall limit the right of the Owner and the Contractor to agree upon the amount or amounts to be paid to the contractor for the completion of the continued portion of the contract when said contract does not contain an established contract price for such con- tinued portion. 7. REMEDIES Except as may be otherwise provided in this contract, all claims, counter-claims, disputes and other matters in question between the Owner and the Contractor arising out of or relating to this agree- ment or the broach thereof will -be decided by arbitration if the parties hereto mutually agree, or in a court of competent Jurisdieation 00484 FEDERAL'REGIS. TEivVOL.. 4 •. NO; 251---WEDNESDAY9. DECEMBER 29r 1976 r� t -12- within the State in which the 0•rmc.r is located. , S. LABOR STANDARDS , The Contractor agrees that "construction" work (ars defined by the Secretary of Labor) shall be subject to the follcewine labor stand- , ards provisions, to the extent applicable: (a) Davis-Bacon Act (40 U.S.C. 276a-276a-7); , (b) Contract Work Hours and Safety Standards Act (40 U.S.C. 327-33); ' (c) Copeland Anti-Kickback Act (18 U.S,C, $74); and (d) Executive Order 11246 (Equal Employment Opportunity); and implementing rules, regulations, relevant orders of the Secretar•; of Labor or EPA; and the Contractor further agrees that this •centracw , shall include and be subject to the "labor Standards Provisions. for Federally Assisted Construction Contracts" (EPA Form 5720-4). in effect , • at the time of execution of this agreement. •• 9, -UTILIZATION OF SMALL AND VEENORITY , BUSINESS In accordance with EPA policy as expressed in 40 CFR 35.936-7r , the Contractor agrees that small business and minority business enterprises shall have the maximum practicable opportunity to par- ticipate in the performance of EPA grant-assisted contracts and sub- i contracts, 10. AUDIT: ACCESS TO RECORDS , (a) The Contractor shall maintain booksg records, documents-and , other evidence directly pertinent to performance on EPA grant work under this contract in accordance with generally accepted accounting , principles and practices consistently appliedq and 40 .CFR 30.6051 30,$05p and 35.935-7 to effect on the date of execution of this , contract. The Contractor shall also maintain the financial infomatton and data used by the Contractor in the preparation or support of the cost submission required pursuant to 40 CFR 35.935 in effect on , the date of execution of this contract for any negotiated cont:•act 00485. �� 1 2 1 6 , FEDERAL REGIS,IER. VOL* 41pNO.!. WL�DNESDAY� DECOMER 9, 9? 4: 1 -13- or change order and a copy of the cost summary submitted to the Owner. The United States Environmental Protection Agency, the Comptroller General of the United States, the United States Department of Labor, Owner, and [the State water pollution control agency] or any of their duly authorized representatives shall hav:• access to such books, records, documents and other evidence for the s 'purpose of inspection, audit and copying. The Contractor will pro- vide proper facilities for such access and inspection. (b) If this contract is a formally advertised, competitively awarded, fixed price contract, the Contractor agrees to make (a) through (f) of this clause applicable to all negotiated chat:bt; orders and contract amendments affecting the contract price. In the case of all other types of prime contracts, the Contractor agrees to include paragraphs (a) through (f) of this clause in oil his contracts in excess of $10,000 and all tier dubcortracts in .excess of $10,000 and to make paragraphs (a) through (f) of this clutir.. applicable to all change orders thereto directly related to pro- '' Jett performance. (c) Audits conducted pursuant to this provision shill be in _ accordance with generally accepted auditing standards and establial:;ci procedures and guidelines of the reviewing or audit agency(ies) . (d) The Contractor agrees to the disclosure of all information and reports resulting from access to records pursuant to paragraphu (a) and (b) above,. to any of the agencies referred to in paragraph (a) above, provided that the Contractor is afforded the opportunity for an audit exit conference, and an opportunity to comment and submit any supporting documentation on the pertinent portions of thc. draft audit report and that the final EPA audit report will inclue.3 written comments of reasonable length, if any, of the Contractor. (e) Records under paragraphs (a) and (b) above, shall be maintained and made available. during performance on EPA grant work under this contract and until three years from the date of final EPA grant pay- ment for the project. In addition, those records which relate to 00486 FEDERAL REGISTER, VOL. 41, .NO. 251---WEDNESDAY, DECOMER 29, 1976 t .�5" y ,�- .� r F �,s �:�;+13 � �, � ,if lF f ��3.��.r+,�[.s f"ycMa",���'zrY''���{t�i���`Ytif�m���r+'r.`'�i*tr u`?� _���, �=* kr�f ¢7.4 ;t`• --lir- . ,. 'anj- "Dec cu a pea un P Pp d r .an EPA E.rant agr�" r,�.n�, os• li+ or the settl.ernent of claims is n., out of such or items to �ihich an audit exc6-ption` hzS.- been a i 1r twined and made available until tlrrce years after thv`aatoof . : .,: tioh of such abp_-al; ` lit" gation, claim or . ecc,pt (f) The right of access conferred oy this clau��, ;rill g?t1o:•:,' •r be @XC2 CiSed' (;Pith respect to 3- and. rscords) `u::Ctcl (1) F r r prime ccntracts, (2),`negotiated chah�e .ord-"r ox . contract aw.= n excess of X10;000 affecting, the prYce : of .any `t'orn`.elly adv cometitivelyajaardod, fixed-price contract., and ' (3) >subco,nt � ,c or purchase orders under„any contract other thah a _fertnaJa y ,ea •�, - to sed; competitively �avrarded fixe'd pr�ace -contract. a Hoyeier, 9.'t .of `access Vrill`Igenerally not be`,exc sed rtith"'-re"s' -- �t r pect wo Prime contract, subcontract, or purchase .,order away decd afar ¢�ti tiv@ rice com et"tion. In atl P p y event`; such right '; wF fexerc�sed ,und'er any type of contract .or, sub"conte^act (1) w-ith "<r� ,;. r •{ y` '' `x • to records taining; directly to contract 'perp r }o nt�><ZeL , e.ccl�td.t ntr° any finaricxal' recordsthe Contr,act`.or 2 ; if ` r , ). there 1s any.'�� n��� ����.•. tion that fraud, gross' abuse, or corrupt ,practices mav' be` lnva_ 1'� ol^T ��� E ; the contract is terminated for default or for conver�i e tip t r L r t l 11. PRICE REDUCTION' FOR,DEFECTIVEfCOST 331 K}4tt t t_ 5 (This cl.auS�e ISL_._a livable .to 3� �` t, pP,T atly n gotlat�.d' pr�1�� GOn �i,EIG i � fM i..r":ur r�'� �tecwos`s of: $100,OOQ: (�2negot�`ated corit�ract' ainenc�r��' {� �`� to r. ,TF1�� iii ns ep l J� ZG1 c�L y lrr t orders in e�ccess ,of °00 X000 X ; ,a affecting the, priceformai'1}. { ,y i 4tased, competit�vely arded, °fixeld 'price `contract: ` "or t� contract or purchase order in " ^ o_f $1'00 C1;00� liid� r , s �� , rr exces.� , pr a r>rin vai. �� oter 'than a formally�advertzsed� �'cont �'e. �� � '* , �f`�� �� ,rwf <�� h, Y 7.,r p. titivelS a.rardeu 1 } a f�PC1 0 ]Z� �e,[ tfia L a ia ,,r s � G contract. Cham, ge, orders shall: be Bete rmzned r :h b� u �{ �r ;, 'ni accordance �`wa h` 0 , t <r ,"r .; r ,OAR �35 .93� 5:(g) . However, this clause 1- a a livable fo , P1� r, contracts or subconi,racts to the yes tent that, Uey 'Q awarded on. the: basis ff of eective pr�.cecoripo�itieh. ) C , �f h� �"�Yt 'i•[gPat ?'tf� L}� " a f7 t 4S� 'a a x '�7f to '1t' >'-, t 1 `rt rw4 � 'rrn �3n..'7 f„J�.. ..n.x}.yy�� .rie.�;.�..r:ww,rt�..v�1s3�,�'."�'a+o':))__�' 4E�w ��E.��.}�,'�, .t.. ..S � Yu.t r,>:,�"S�ir�:1 a .i -''.C�1`' SSC. } ,C �,;._.,r :.u:ph7vs y Vi`y ,,,} i iJi-, •�;_ a"5'a :%Y'. ,.twjp .'Y�..'F�}Y �` ?�C.�f.�. - A!� d.�,.wi it.e�"}�.h.�5��� .�.ae'�i �rv�;'{�.. �„•i {, 'ice bY�+r., tx r. 4. � �:,a c. a nr y� ►t �' �- � g ' H ry $7 fi -,aha ram d, 3 F 4 i.� mo��i'[;F;i V' t✓ ri ." n- 1 { t,T°!?7 .x. a y� 7 (a) If the CPA Project Officer detci�; r-es "thea any pr_et: ( ir. lz,�l. r� profit) negotiated in connection with this contor arsZ. reimbur�able under,;this contract, eras increas:�a by any. sums because the Contractor,, or any subcontractor fmini:hed i I I C plete or inaccurated cost or pricing data o;: da;•a nct c.ur_•lcri,, certified . in his certification of current cost. or pricing c'.ata (EPA Form 5700-41) , then such price or coat or p_ : fik, shall t, , reduced accordingly and the contract- shall be rm1� �:ed reflect such _r eduetion..- (b). Failure to agree, on . a reduction shall:.be sub j�cct to th I?,m::?.�. :5 , " Clause of this contract. (NOTE- Since the contract is subject to reduction :under.:thz.s ;. clause by,reason of,�defecti�ve "cost . or pricing `da�� �submitted, .di: ,connection' with cortain.`subcontracts', .the Coritraptor irav -,Q.3h 1;0 - include a clause in each such subcontract re,quirin"g, ;hn. sub cc,iit- j• i, •: to appropriately ;indemnify the C6htre.ctox•:, It is aT o e ,beet(6k It.C. 'r any subcontractor subject .to „such iridemnfcatior trill gPriei�ali �-; "require substantially;similar indenuificaton for defr�c,ti,re: cost: hibovir , r _o >Lzdttebr ,prieing data coritractors 12,iCOI VENMTT, AGAINST CONTINGENT :FET-, The Contractor° ijarrants that ino person or seg 7,1 ng �`Fnc,v ;empl oyed or retained; to solicit or secure, .thz� rcntrect upon. agreement or tuiderstandln� f'or a, commzssi Un,, pei'c�r t ae,. bz �, ret . or contingent, 'feel .except ing bona i de emplovocia; or{.bcna F�a established commercial or selling' agencies ina�nta�nod by t ie 3 y . Contractor for the purpose , f securing busincs�. Fc • t�7•e�.ch Lz• ,i r ,-- '2 -h of the s `warranty _the ,Owner sharp .have the`; r�.ght t , this contract without liability ;or zrI ii,s di�cr�tion to ded�rct Sx�r?i ,. the `cozitract'' price: or cconsid"erat on; or- oth6n;ise re'co�rer, t ac , fFui amount of such conursss�on, 'percentage, brokers ge, ort cont•,i nr; �'� �^`sF. •c Y✓f 4 1 tr. -'s,Mr t- .t 7 w 5 yr 6 a ` + r; .«� "sl�a:�'�52 'S.-n.,,�ry t Sin, 4'< ?.,��' f ''b.;�a�. ,:! J✓i,. rsot J,Yx;at r i y,� � f sL. { d. k S n, c yc i x'' -t Y- ,r �: �^�'_'�cs�' .Sy.,.i ! - b ..... y°� .. _„.._, w, ,, V y.... u-.. r%rst ?, d,,l,r, ,� , .x:,r r„i .,�FFrii' .,✓.. r .�. !. L ' S 3 i r r r s4: k` a n. 1 U c r r• Z ,, ,,�►s, (? 1 0� 2 �1-- rDi 4Y at ,; t3L l� 1�f "I .�:fx:,` ° rp .2s'z '.f'x"'zga2,m 2 Y `";i c�t" `� �. #.}5"k �,e._ :r - x^:°i. }f' - r i ` a- } y� `�• .h �{:.nt ," y x ,e{N�`,i:5} Y ,'a"y+` A 5`n:. .,b£a'.4. ; r�.„...,. i .,.n atg 4 �` alp. W 1,„4' �7 w..x,} k , ? 4i'. { ” te. ..gp: +,:�_ *. ¢r...., n i .:r r X.°w '� rv... vt .4, � , .ri,v� { t •su 7"'..... +fir e..•„ :..,,� t„ ;.,.,s +1^ ;�. ..l ” .a. Z•^. aF�•'s ". .t s si r� r tc s s - +' s,F .r.!* ;,r,d r.....,, Vii,,., i ..x ',:"s+ x .,.x}-.. t,,,;s r � 4,+v"-=.1,'. fg toy:'m + '*.. ^t tr 3C a ,.,: r r{.,: 4`�,t 5%iXr'�• xJ.., +, e�,.,.:.. 5 F.aa. ,`:":. a ..x.Ct xur A ' , J P , £ + szrr,! d , #r r,, 4 t: ? M f Ts r ?H a {, s `r ..r Yt•Y„�,+ r --1G�- xr i( f 7, f 5 1:�T`, .F + - � Si+ ;� ! f R rr ;�} }l • T "� r i3� GR'h, U , S � > ",- ta) If it is ?fod.1 x,a , aI der; *roti ce '�;,d 'hesri n�, *b f :ttie�.��Me- x�i� t ��at uit es ( , n the form of e tertain r.� , t yf is ° : ,.,_ ' �` C n! , t t Vrer offered# or ;given #by' the Contractor or �� , ar agent red 1' -�`:t tive of 'the ConL<raci,or, 1.o any official,,,; Fr ploti ee orr'.' o�" t," ���� �cnt o_ . 1 ., Ovrner of thn State or °. f ,, ' , of EPA t�rith a vz ��r �,,ct�rard secure i�, t nor securing "avorable treatm�iit, witli , ,l ," r spcct toJ the ar' �� r, `� ,� `,I fia l nding�, or' the`mak n` of " ' Y d1 �, o G `!�, r ri any determinat �ori� =�r1th rr�� ��Wit' ' ' erfo 1 t�� + i �� �F , p r'mance of this conract ' +the` Oc�rner f x rt rnay, uby "L" , , riots cA tr ;,�, ' Hx wContractor K yr Y , terminate the r ri lit sof tfy 3 the Contractor `to pro'uceed ur��. t this 'E tti`; contract or ursu , 'rn {, °• fi a f " � °7;z nay p e such other ri rhtssi � .. t• r,: t . }z ' r .4,:° g t hd ' 'cmec�1`ps, �Yx��rs,c ":. �' by lbw or under ,f k � : � ,�,. f ,this�`,lcontraet: PR� ID . ; ry k .?,`J: 3'Y� vY A:. .i,k tY:Y h •f� ';k�yp�4FiThat £theiN3exi-olb�y�cet ^+� 5{•'}�i♦ } P F.� _ . 3 4 .A k ai i f z a ,x, t #` r ,,f C '"v�y.1 :x; •zit:.'.r..,: ra fa P, i haCh. F ;,,,, b S t:: 7"5,f tt a P+ l g.'y 'x +fit$ rx,J�`3'�r x d a l y -' r cts oh it 6'? Q4 nen makes u . ,;` 'x $ is t � _ , , ch x findings Fshall� be�^f n. saga u a3" }and '� , 3 t.' t,ni r +t f 1 'i v x '�i € `u4s ." x fir S':" L 7 m{ ma t l� ,° {„t} f, .+t 'ay try°f ; c t s;}3 F a i+ "t.'s ,s"' a '^Gay h 'i``tx ,} r 5r . �h Y be revs eyed ,int roceddZ s" r.,k 3 A r . ri ; k5 a f, € � ? t x ng Pursuant t�o4�the Lmedis .� ,,,> " „„ trv±.aifx'+ Nhl . C c< xaa�' r�rt S 5 kj4ix7sfs,• „'.$�Srl ,., yc ra+Sa _. 4L. 4tf k,�p 7 zs•"' ,'fr••' ` .fix c" s contract t: k fi .�,. a SK , k 7 ;h , { 2 t+, i; a t-: 1 q*L fi ! d �' t f,. -17 M �, .�� z !:. i ; 4 r :`sty. ik. a.._ A{�Fc c�,." trs ,?2 ' rt.. ' A�I, +. '•ti x S -.n f „:2 Yk:ac .»R utJ xt r YY..kid ;pi7'� S d2 ,? t`.�4.`''"< r t{r ; :t �t"yY>,a`h `t. 2 r 4 r a "::a. o-xz S +•- E f, t S -.°"`5 ''r fn''� 7�' ` ';:` „-k t ?, x . "rya.,. a! C t ar .d } 'e' d(¢ t r ..aF ,` +? �c..4 t� t p 4 i' f 1 ) 3t s tb�: In,Ftthe event 'thi{s y, . }a ..,,. F:;T � r r' f.x,zi' c ,r.,, +rC0•�: .?s`a.�_L•t'�i�.xs:"*`;- : s y q n�.a..s,t«: �1 ,. 5 a1 '` ' ? �:,tsa' tr y s `.ie pN' -n. Yyr�� F ?' t,, i,., .I--t �,,. r4 y, ..:� f wr r �s x ,.- ;;.,Fr x'r .,n ., .'. erm naxt.4. FSS a► rb :t`zo y ..a „i i.p.r r:: ia:,? �,�.7s e.. ..: ;i: 1 ss 3e ,c `" 3, l 4 .. i P", P x t ,f d-"`l;Z? ' -.f t - z d;t t r ? -.•r 't"d xg k'`:"§i ¢,zt{f:th"Ys i '�:`; + a t#fi :";;,raw „s €# �k:::'3 r,,G.;n t;..+ ,. u=:v;.: `, °{ '�` +„ f S,.wn '"'` X d s �'C7'i a` ...... '`„h�i art. ,�f..G;;"t`, ,.... 7.�n,. .y 4 ";E:"n } �'' ,"'S' n f .a'S r,:P} ..$ •:i;�s +r .�. "m}'�+x 6 'P st $ ."a 2.A',,E 1 Fid rr Prxi:r:t :�".!- re�l nth a-••t,0� Vie' o-0. k,..r� a4'r rs gx,sp , ' , ,-!z, „_s. ,y,�t� t�.i.a,.rs >7 �ar"x rA Lt 2 ! e r' k�x cy 9s tr *q� v , �� * S all' CQr ent+4 z.. a,.,sy;, 1 Pzw.: ��v}s ..,`i*,..:a' x - t{+ #s �k,c�:: '°x RC�?'a:. - 3 h usf' j.til.e d;t; "� �o:, '?a,r. "rs ;i'F.. ?a s:. y-p.•'`i.i }., „y2yt a y"`a,.,#�.ii'it - $}?`..t:;. 'trx t < ' 'k"1"xw tt w €.'i? ^k' 7:,_? •'Pma - .1 =£'. .�:r a C, tri:. }�, } �, S.W�+er. .., w.; A dx m.,l� .k vtt"t 2 �"t .`J,fi i° ., t". # ;,,a. .Axa.*v m� .t i,.,:- a a $ .1 he;..iC " .. t r",#!r f 1 >t r kf ,t't?. 'i3r'k�,,"'F a ly.. :tor .'aS'. tC.+ #" . `., cwt, `. t':z�M 5rr s z � w F�,S�, , , " i� , , „ g ont a x. _ i r could �� -u�'::s. �..� .rx"'ztxr” j� i is N.n a ', ,t '�s^r}rd;•r-.,_ tYfi Vit{,�' s.}, c',.P e Z p3;t`th a�y:.( t rtf, _t ;�?. .1 ,57' x i+c°ao..L} a 1 t, G .,, + a,+«;. F 5,< r :;'' 'yr'y' .e`,&t',�m"","'i'T qrx.trt w 3 i. rgtr Yf:- i li ii t? . �j#§' bt each of the contract r bi " t ' �, t+ r � ', ,k .�r� ':x JS z, t,fr, i,f {• , .. a` rr'+Y? tY 'e,, �oritr cto,,,,,,,i^ISta 1J.L.Ir '�' ', 3' `+ {.r , ,F *`^3 •,• , ' , , _a,1��% a Asn �2); S�as a . n�1+� �tac�.dalt �. f U.�✓ ,.M"b .{,}�°;_ fif.?p+{ '+r'r'i x�pt t✓t "Y 1`$.t,.:`fit- +su c;r+l»t-ft,.-,c` d3, " �Tr+ az3 ur '�a't:.. 'ryt on to any ,ether ,dama es . , x : ,.: + _ �z - w. "',' �`2s,3r{ a ,. ,:;vv,, r, 1,.,,. h 'za Fs„a ' t w 1! .:'}:s ..,: • :.:„k` x” !d f a ?� • . .,..,:} , h g � o,rivh�.chit..ma ff, he <ae �,,, �Io� ( .N,;.,4.•- 5v 1�.:, M'a.,R ,, X k. f :y: S{ ar+.?"li, v S 'L 3 s` 4,;ij 4 "�2'3-.z, ¢ ..0 ,.fr, s sir dA' : arm R "„ TxIt', a `,.; m lar ecce Y . .:F9 =r ; t ,r r ., P y dara es;.jznt .an. w ,z :,, , , < +.. .'' .- & P• '``�.. t.,., aSde` r r >"'"v` :`t x?. y' :1-•n,f.; a~h,t ri, ,y':iyc�-,.a"-4. a i fi 4 ll, S' : .` ri, �p te'rtns rze d e 0 ,Y r 1',.. +4 C. t. n J{'�a > -1xn 2 ' t , 't". , S h : U:f it}l C + .i• Z? ,f �"�!1 •.4 d�.. ha= f' e' a�,t, a" ',xj};: •,>n;<.'+ stt,.r+:;c" t z4E rad's,A`, t.^'� 4, '.v�zr', ". �P 5?`. 6> ,.y{a €z+ „„tg 4 i t$ r,:'t ayc.ka ��+. ,m �� t�ef. not ✓n" ri `;� Tt k:;"W i'4��r1 -,„`�t � �" *'u a .rvt , n+'h'�ern,, R f�...t r tt k-.k xY,.. . �,, ,.H¥� less ,thanthr:ee =,normor ,t��Tt c ,F. : , .''�.}w'E,so pV a, s:a. ?k.p.t k.� ,� ',r,'�f':*i'."m -;F"'9).r tx:�a zw,°d' x:. .P.. �fe ,,,,_ ana.ten r V.3x i x.: -is vs;C+ � t sr�:::; �r e the c"ost-s, .. , x t€m : , ,>sr i g-g i7"� ap std.�``;S ° 3" „L .{c � d n r f carred �,i x, ,. ^�e pp /� ,.., r v�Y#t 15+ -sCoYlt-r? +,. 1�r ,x -fi" 'i ,fin.. -:4 r ,i, K'2 r 4 't ? F s 2 `$c ..p } -, x } , i" Td.., i,r,r. Y.+-✓ Ct}or�'�.z;ri� ` ` t ro Y3.*+t`;,.r :k+.uk„"ty..,{.z r, V.t':�j'}t"f.€. r'�_ r I'll K..ii'�,,'`y„srC .Li: b 7 ^v x.€ s•.t r, ., : f fprovidin �:=an 3 M � C t f �] .a..; i, .3,,;, k�Y�xgd,,.a+: } �i'�.Via' `"'2 a•r'K`rS.r S° >fgmesysg12p4?. ,[,^r...�ze sa X: �,.;.; ,`45 LLCh*., `nGl", y. )�� t'';°t'Y •�1}1 )> .4, r` S 1 ,rrt; ,3}",u:v-?.` m •...,.,1 5 t.°,:%rA .,,<>.• :. „nwe°,N. .E& �` Fru t 'ii-,.�y 3�i ..�x,�,.a `.,'„.2�"s"N+' .;'1 . x,,�{v m,..Ys,F' -e... ���.s l'ZVai'a.�Jo. L:Gil.+1: ca ! 1 tk. ,mt -?»., s., „ , + E- ,-;Y:.1,,�1. -+. z ,e±a..:}. '}.+•,q?„„a .E?s ft,.: . GCn•2d:+iv LLsF .fa a ,r, a yx^ .rS e, 2s7� w tS'k*,<,�3�•t0 -,»., x,-`.»�;..,,.^�at'�k 2"�t�:..: m ��a�:S� ! �.. ,..officer '..0.4?.+,+t�j1a.. . .� R ,.rr ,7y�, ,k ,k" #' "> 4 ie,� ar2s + s? x3 ? ? ;' y ,+7 ?+ ak 2 -, "F. :. - 4 em to a �"i?S ,✓ ,sl. ,{z, - r" :...,€ a< &. g�,,�t a,. .,sr;;, t kr .,. i ", ;.'^<' t r�. : _,;,a - E ""u+.C9 �ot.d'`,.. 3t p y • a.. '1 .k i ug .+. •Yxa 3 �.,,. .'�h A+.. a 1 ,,.,„.i +� .. t', i '. 4 9.+'(."� ,, �`:.' ,.m4sr .-„ '' '�f'xht ' ` la a"', Sk"'' `' :Ts.I #. ...3•: t>?* 'k- P «.,;x„'x',fi y...s Yc r•a J' 1h. t,r. .rs Y,... -. a+ �� <i t;l > :..v. t..,.., ,e., ,t,, r, ... � _ qtr.: z� ., 11• rli Y.., .+,, ,& f.:. „ .w.-. A ,.,s ,. ,.,s ,s., ,,. .., 'z„ 5,.: x:,. .�+' P :<<.. ya zr k'y�x,f,.„�.,as s,•ti3: vfn,.r:F xt` 7.0 ,x ."K.w `r ,.. $2, xs`p•'mb. ek ,r. S"i , } .,s`"5 4 -,+ ,%'•fu. .-t +'F .-,,, r,t.pp..^r t } :r .. R.... .a: ~},...``e ro+. e + , .:. S' t' z;P+4`,°s w, ,' 't 1. -: 1 t 'J• °s. f5s.. ,3”[ -,t �,: "" v i t'r€':-# '�,t5x " m,... r3-. !', e, 2�0. '^ .,...,f t srr,.r ,€AX Cxa „^�` c•: y 51:.9.. J C,:-x s'} h3+?..d +�E,y=f a u't.=. '. a "' i � r e.,_ r 1 r r ,.,5};,`� P�"I,y�"�ku'�r,,,;L:4�,t,,t. :� .�,: ,7� ;fi.�y ��. '�•:s9 ti �' ': � e -.t S�s 1•s.,� a� -bx i+y r. hx'}'..t,.. v S t dim..:, r. 'a � U 3 r�{,fk'." i.'�w..2,y-W k "^u} `�,';S;;S,r s,�':c.�. ,. 1'* ," E� :-t,: ,T .5r s C i. 4 �u,:. �. ..,,. *s d y: .f wr~Z.. t� �.'�`f<., 1:-.. S�j{. d 4''c zg ,. 's 4 „r+ ilS�" ,. xj. L ry t n `?, z x+y, ,.;• '$,.. N, K :t. 'k r .z:• _=J -td ,.fi4,, Y scN '� :vs: .w t.Fr�' i. 6J.,, :.�'"',ri;w s `'S t� '# k'. L .'aY tx: a3 `t--. . s ,Q» Y ¢ =r^arf :..: " r" v:t Y�4x. k cwt 7 .k; rr ,# .a .'z^*{ 3^'imp N' �.kip ",x. a.", S,..i#.Gy a as,,"..azri:d`fi s ,��. .,tt + w= i ' � . ,, PA_ .ETS -. ai, 17 .. x{ - `. 4�',�trj�'�^s t 5 zS x ra' .,: '7�1 i• 1 n� `�?+��=',� ,a,�-,, .r x .p. ..aY}•�. '*.,�'s �§�,` �$". e'r''a .:C; t k�a .}4 +, 3�" i ti4 ...t..:�#,.' s, ,,„. a .. -.>,:, ,, tx .>f ,. . .r<„ ��.` �: ' .'�-} '.`'a i ,�,? r i' 'r r }. a , S tu: 4s to} x i, `r i£ i ./�k'2rxti.;: 2 } T kpk, x +�'' x•�wx"k:�}'Tr?''"'ti:,:.'�fis vphf'�^ryy��--t�R.•...F.trt • : ' ..:.)'§ .r'"t`sSd `a2",•,gym Y -?;i¢ h-�' 2 1 x?:a �s r ,r, "3,et. %¢ 'f "'.�" ., ,f •�. rS r ,.e;d S ,Fa.7 3 > r *K` i+?: ' r -x"x'x -R `�;:y '^ •' ! ry `t f E I ,,... a`. v .-+. k 7„*a:>ti c - P + .t.. t i ' '�,�' $x,7' dl's' ku7 fi.� r,. ! pz§ i ,F �'�" :,U�C��i : `�iy v.. .0 r e,. "? tr.g.�zt'fiI'i,c,I:e:i c+` '>. µ;.e3;} 'a'};a'° M- .x 7* }x F'�i+{v c� r,v g: t.s,3`. "�z 3py:,t est,R2" 3` ''x •'`E "'.v:>.tsp s. 'yxa.$r `rpw'ar YrA••gJ.Yes ` e'se•ar.0 .+,#1 ..?'• ;Y • ,:4ct. `t`' -r } �`{{'•yam p 7� {, a.tt-'y,"., r .::.+r« " r,e ,a ``"'�. 7"1, ,,.3,: y, 4`R.. ,,.e, :,, ". t„' m e't"#7R;a;'}.Mx. ,..€dV� o,N F.nl/C:L"' 1..;J;. 11.. �. 'j` r. ..ti, d.. ads=.':nv raA _.'i .,, ., -.0 ,. -. `F k a.# , ,'f c'`"r, .c"Y. s3,4 ,Zj�.: A az,;r v d:,t:'' :'+, _- ,.,iar m Pi'1{`►�.�.1.. "� 1 3 .a.,r ,7a ,.�,?i -.,.;st,E,�.c, ,�... ...�, .a,.'r v..., u.:y..w 3, eai '?**.4 `; ft .,m, r a. l IA,_ y'!', .� a--.';, �J'.!'"f r.'f, C'+ r,--r t4 ,m J +txr ,r.gr.,. ,• a,: .r. w. :,:,+:.; » , .. .,; .-y+ ,,,, S ,:F h+"''y; ,. •+, X "+l. Y- °;'11,`-�• ki ih-f$ji: ^*S;, ✓ti'r• .i*. r +�+`.x or c�oonst,�rat;�.on`t r . .t k ;"k, 1A,4..,, ¢� G . t py . ;4., t k w� ., i`rr,..:'3?,'y,, u is h ,,`:.,, rt!�t i..qq,�,• f+T ..:&'r w, r,- or -and 't F '%i#d:.,j. �� :S".. ,y�"'".,.t1 �i•:. . t .�2.y::..r Fs.,:�.Y .' r,., ,yy + :m. R?7Rs+�t+,a y,t +y 'F H xJ: 2`.JF'' .:.y ' ,"w �`' ..?,1'0 Y1,s:w�r 1S,Go1Yr, ,,C .:�:•• an # `.!'1.�: .,1 'Fi „'�d .I R } I s .. .l, � �. « aY X..nt�' o Mises ,ri �. . !. - x' r �$r ,P � t, t s , pis e x 1� ;. 5 Y 4 t3 ! 3� .,�s hdQ" q,t , m}ri,,' ., :• r gra ;i. 3 #. ,,,, s h r ..,+ s 3�a 2r � s ,lsefr3r fi� en «""i ,. ;a -..t>•5:j t�'df.>~�.,�,'.:.Ye]•OPe„,d� .in ;t a +Q:o1]Y'S: _ ; 'r". ;.k: ey a}. +.tr, fr,; v ,Sr�.7<.ec':i'T txt`2t�.,.."'i to ''' "ya ,4.5'r € $.S�k# @ ` ie S+ y, ,'-�^��.: #S i"-4'�",,_t fit „ yazyS".: *' �, ,-E "; ygw u of�or,Fun�'1e :St Su. ''7"i� ,.,lti,* �.( a .,a •s 1f < a.a,:� ':'• a _ '�:� ,f w: .a - `� ,,�, .� hi -:ont"race.}s .F.�Y. w .�, ;.;' , :., ; F$-:` ;•fi e."nv<, ..:�i,k. ."'...^". v',gr,41 "" k>3. xa r ,3 fi, ,Y '<S{_ •�, .1 C+h zl:nY�.,ri.,._� -i,: r v - , , n e'`„ - , w,.; , :.',? '`., s#w.su, rA..,;st o-. ;...,.`3t + t� 1`,. "" D,ri. , d„c .. '}�� ttr n...o •ta c +'" R ..__�.'�.5 + d.. : sL$. a `�? .. �3n`{`k. .rJ ,f4;..>-• "s.. ...tti t.7� -.-_.x%,rl a'pa+k. _�{��`" �xaK`r• ,+ '^r' * `2" � 5. .°, t } r,, ^: ,,�.,,, GO1r .yY : shall b. ,:, p_, x, s � � . t ,3a ,f wr ..4 "xff+?'• �Y -5 •. .Y �, �S. ks• = e Cti't `"qtr, : ,, - e, C ,,, ..a•'ro 'u� ' :aF,t'M,s.+», :^?N`�: 'z.e•...'..k . W»` �:rti .,.',:. Y1+:. ,' ' Misr s ,: a �, ''t .� � �� h ' r F€ -r : . fl ." w � .. . ., � E ,. ? r`e,po ,. g, ai"�r1/ rte: h €s r� �• i <,.'4y, ♦ i^S ..�4 .d. i r a> gt:zkx.� r' h ,Sw, f," �" �'!a y+i r G�"� '?y+r F,�V+ Ykj� !c?Y,a i,,,R `� : =5']u art .D . w? :; €,." 'i'+. ,•2 �` `.: F.; •.y ,, i; - r " t �t i� s+ ; ',}t a; f'6?. tF,}±s� piat �'` "s'S ` ,4> »+ it .ga" 'aP .3`x a%..' is P,tL C ?R z ,art ' ;0 $a.n , . t r ,. �N, , .� p , v. � >}� ,, ,. �,effect 'on. the d �.n.; •h �. . " L r a�,e Of 4.eXe.Ct1L] ort +:: t..,,. , w '':f - .,x•_' p°`Ru '! o?':.`''.:'..t,ti, ...r <m, r .... f u,?.3* iri};. a4 �"3g:..:-e s>, ,s ,'.r L � x.:f x ,. n` b ."; ,{ ri#~E,;.::n �" r •2.,x+;i�s';,,'k naz.; -a ....x - .y;, .-."�-S ;��Y. �R Y1u...:` ;. ,#k?�vyri , �, .,r..c.1j,' cs �,„,C# ir,y--,. - y,a• .a°h '�"�,5cJ# contact -: �:nc>lu , NSS f� - • m:;,r �...,�,I. �>�. t .}.y ;; rte,;,, d, '�'. ws:.. C l ll A:' C n d'" r j ,: h.a int`; i s?,x+:d x r d k ,.o:4 k m e i;,d z'I k ".`'s �, _m4 Zx ._ Pf ,x of{sa-�.d ,,.7art« , p F # x _,£ •.. ,..,€: ...x+.f.'L:L, r'`c x..:,�4,i?rya. e >� .v..,r f ? __v ,, c e qr.. 9 g, " T `ro ,t d ;t m# t .r, s s + ,a .r .. .- A Fr,;/,,- yy�1.1. f. d ",.;, �t,•, :: {.p-1 z:.7�.1 ,{.h�'4C�`% Y` '�- t�` a.,' x. '"y.!..+�d :" 'p# >kS.`�.v ,YT° vnc�i"'SL�C 1 a.0��.,r pt a +a ,a,'F,i r :*41UZ 4 QF t Co+4,11 ��.0 l/ *,+,,�' -f .s }... h ,, f' t�}«",.- z :';. ..abs.3r:n.$t+ S .x z_ mit ', 7 a" (1:} .A�+,t[t m'Y' Vis' x ... s°c '""tN.;: r. :: e .Aa px' Jhall re: or'•.>i v' {,. ;1T'., fit" ;.».,?•F"`'v` ^r{;ts'€ �.`q,s y ti � S ,ul`.:a t �;z .,.�',, i ;„z '3 �t ,:.`...wf�,ST°"2,'f;5. r5, �s..i4 * � S•r ..''tr +.". St ttr IMt�xP "' ixt�'J es#�'d.i s:';c oY<l^.r ^`. 3L r -�c r 'av�...,,,., Y" .i,.,,•✓: `sm ,,t€ v'»,,y r :,- a v kY..s �H`"'° ",;.k -.°x*3 i hr -;a .tm dh :_ Y or,� nvent=�,on :. /� :,r�f -r"; r6: ¢ } a tf a 2 t a. { " L$' err s s 4to� ;P11r i* ty.,�t `�.. a t € oxo.€� lI'o.Ll 11 [`�..F ,.. c x:.,.s .t'i •k„ -�. c, axx t ?' �,.sg ,1`. .-. ta?+'S` =a °��.?u' ((7}'".i dh.\`..'"O��ry, 1� Yf'`; /�a°i,{ x S`fw ...,i^e "C<.:,_rv�x Fn x 1',.c:,,lI d,+; -"cy.C-'[.,. #sL�(�''.a, 3"" w� F ,.�+ya ,,,'t'�- , `kR'�"" '" `x , C5 �r+"le'i ,an..k ^s, + ,nr; "'T z, `•kms *x ^fi .si^6s z ;.• .' k r ii;' . "�r � t � y ,; F X11 �of ,rice«rycompl a::th the �r r _ , :s..u�� „�.y`=9,7s�m �� u,3,; q��h� �; �t�, .�.r�•.t` �r� »� s t,as n r�. ,i �a S:.t.-?r{ �"�t't.,F+ 'z�. , sa + - 8 .,.'s'� :v *,J ka.ti•< °y+" s`� �E;r�, � S-•$ t$ '=Y $`s'x „T s`, g. ,„,Z`F p,k.�;+t•,* s '�k, "' N .,.i <�: rrag i't axyta f.`a`"�L `a!s.. r .�^...c' f t'•`'st'` ;. -ciXFi`€}r t;., R �v' "'rr 1ry1,r",€ ",za ,t F�l t" ',c+a,r r "'g "F' x- .. 3 �/7, y s 1.., �,u�, -. rw e ft <.-a s' ' a Q >?'+`" ..x -,ar + firs=' Tq'y,.°F" ;}t .v .Y5 3 1. a `r m u ` ,� #� x �i,�* $ , x'9.`7/1 `x �`hr{' q �,$u... r i t t VVVJ +t. i kyr t Y b { .. i t µ� 1 3 1 - 1 x`1,11 � IR i i ' —17— responsibilities in accordance with said Subpart D or 40 CFR i'a:•:. 30. The Contractor hereby agrees that the disposition or right;. to inventions made under this contract shall be in accordance with the torma and conditions of the aforementioned Appendix H. The Contractoz• shall include provisions appropriate to effectuate the purposes of this condition in all subcontracts involving research, devolopc%:ntal, experimental, or demonstration work. 15. COPYRIGHTS ASH} RIGHTS III DATA The Contractor agrees that any plans, drawings, designs, spociri- x cations, computer programs (which are substantially paid for with R1'A grant funds), technical reports, operating manuals, and other work submitted with a proposal or grant application or which arc specified to be delivered under this contract or which are devolow or produced and paid for under this contract (referred to -.in this clause as "Subject Data") are subject to the rights in the United States, as set forth in Subpart D of 40 CFR Part 30 and in - ' Appendix C to 40 CFR Part 30, in effect on the date of execution of this contract, including thb right to uso, duplicate and disclose such Subject Data, in whole or in part, 'in any manner for any pur- pose whatsoever, and have others do so. For purposes of this article, "grantee" as used in Appendix C shall refer to the Contractor. If the material is copyrightable, the Contractor may copyright, such, as permitted by said Appendix C, and subject to the rights in the Government as set forth in Appendix 0, but the Owner and the Federal Government reserve a royaltyi-free, nonexclusive, and irrevocable license to reporduce, publish and use such materials, in whole or in part, and to authorize others to do so. The Contractor'shmll include provisions appropriate to effectuate the purposes of this condition in all subcontracts expected to produce copyrightable "Subject Data." 00490 FLDERAL. ltBGISTER,. VOL.. 41! NO.; 25"1---WhDNESDAY, •DHCHMDER 29, 1976 I 16. PROHIBITION AGAIt1ST LISTED VIOLATING FACILITIES (Applicable only to a contract in excess of "100,000 and when otherwise applicable pursuant to 40 CFR Part 15.) (a) The Contractor agrees as follows: (1) To comply with all the requirements of Section 111 of the Clean Air Act, as amended (42 U.S.C. 1$57, at seq., as amended by Public Law 92-600 and Section 308 of the Federal dater Pollution Control Act (33 U.S.C. 1251, as amended by Public Law 92--500), I respectively relating to inspection, monitoring, entry, reports, ' and information, as well as other requirements specified in Section 114 and Section 306 of the Air Act and the Water Act, respective and all regulations and guidelines issued thereunder before tho award of this contract. (2) That no portion of the work required by this prime contract will be performed in a facility listed on the Enviromental Protcc- , tion Agency list of violating facilities on the date when this contract was awarded unless and until the EPA eliminates the name , of such facility or facilities from such listing. (3) To use his bast efforts to comply with clean air and clean water standards at the facilities in which the contract is being performed. (4) To insert the substance of the provisions of this clause, including this subparagraph (4), in any nonexempt subcontract. (b) The terms used in this clause have the following meanings; (1) The term "Air Act" means the Clean Air Act, as amended (42 U.S.C. 1957 at seq. as amended by Public Law 92-604). (2) The term "dater Act" means the Federal Water Pollution E Control Act, as amended (33 U»S.C. 1251 at seq. as amended by Public Law 92-500). ;y (3) The term "Clean Air Standards" means any enforceable rules, regulations, guidelines, standards, limitations, orders, controls, prohibitions, or other requirements which are contained in, issued 00491 FEDERAL REGISTER, VOL. 41, NO. 251---IC-DNESDAY, DECEINMER 29, 1976 _a ' _19- under, or otherwise adopted purs'uarit to Lite Air Act oi• KXVCUL i Vv Order 117£8, an applicable implementation plan as der-cribod in Section 110(d) of the Air Act (42 U.S.C. 1857c-5(d) , an aj,prov. d implementation procedure or plan under Section 111(c) or Sect:ian 111(d), or an approved implementation procedure under Section 112(4) of the Air Act (42 U.S.C. 1857c-7(d)) . (4) The term "Clean Water Standards" means any enforceable limitation, control, condition, prohibition, standard, or other • requirement which is promulgated pursuant to the Wator Act or contained in a permit issued to a discharger by the Environmontal Protection Agency or by a State under an approved program, as authorized by Section 402 of the Water Act (33 U.S.C. 1342), or by a local government to ensure compliance with perL•reatmont regulations as required by Section 307 of the Water Act (33 U.S.C. 1317) . (5) The term "Compliance" means compliance with Clean Air or Water standards. Compliance shall also mean compliance with a . .schedule or plan ordered or approved by a court of competent Jurisdiction, the Environmental Protection Agency or an Air or Water Pollution Control Agency in accordance with the requirements of the Air act or Water Act and regulations issued pursuant thereto. (6) The term "Facility" means any building, plant, installation, structure, mine, vessel, or other floating craft, location, or sito of operations, ownad, leased, or supervised by a contractor or sub- contractor, to be utilized in the performance of a contract or sub- contract. Where a location or site of operations contains or includes more than one building, plant, installation, or structure, the entire location or site shall be •deemed to be a facility except where the Director, Office of Federal Activities, Environ- mental Protection Agency, determines that independent facilities are located in one geographical area. (Sections 109(b) , 201 through 205, 207, 210 through 212, and 501(a) , 502, and 511, Public-Law 92-50C (86 Stat. 816; 33 U.S.C. 1251) as amended by Public Law 93-243.') [FR Doe. 76-38212 Filed 12-28-76; 8:45 am] 00492 IDERAL REGISTER, VOL. 41 . Noo .251---WEDNESDAYO DECEMER .29 ;976 35.936 PROCUREMMIT PAGE 1 135.936 lVornremeot. 6 3S.936-3 C.m,prtitinn. + r It Is the Miley of the k nvirolunettlal §35.936.4 1 ritpty of rn,nr:,rt. for it po;cleat:rid ininiIfintnmt standards Pra:tcuun Anotscy to eueoutare free slid -tsteyer the a Vnil ta:sRust(t Protection h.nt for prorurerit-sa of arrhes rturat or ,it. uorn comprtu:ibis approlinate to the lytic A..tnry liar lite t'rii tt!I;;;,tSt<rte.!t bat a 61:eermc arr:►:e4 as C.l:ntd its 135.937 et protect wort: to be performed. party to any siibat Yrr::lrta +:sr .1 t still rall"rn-tion tantr"Li :tt OL•sertbed fi + . Centritt5 of subro:;r::•tar, rnr ter a::y „33.)36-I I rnfii.. sotlelt.ttbm or rgt::-t fair in 13:+533 by rrat:tra�ut:ci�r atirsle;ts On!y- fair and reasonable piaGt.t may therefor. sErc 7 of works. t,4 foriiltutmel inn of,tcitY:+ttati nivitt be earned Ity roMractors in s,ibaaree- te,t5r and Apprmlmrr4 t'-I .,:itt C-s t*) be cActed in accarranre opci Part i, n:crtts uneer RI'A grants.flee 135.937-7 thus subpan for ti:e r,gtnrrd t-Osea i•.va be coast i' of +hit ur i nrr.with •r pm• ipront, for di-cc:,aon of prutite under statement and censuart provi•:on.4,) Subshrew-t-Ws of 7 wdt mull:•urvsces steal)Le nrcottated sub tgrrrtacttis for atclrltte• $35,936-0) !)i.pulr.. cotiducttd In urcor,tance attit the provi- tural or tit.isatcrina servicer. and Only an EPA Grantee lna:•l:i:tt:,te atsd 133.033-3#f,fur titrruselost of pro:lts un- itrot.et slams of Yarm 2d a this subchapter. prosecute nn opprat to the Aldr.:att-trifor lbs This t al:;,art dee» not apply to Or ret:otia:ed NirasYe orders to con- under tit*disputes prov,.lrts or a rra nt work beyond ti:e reaps of Chat proje.t for structton contmew.Profit IncIrled Ina with respect to its s::l)srrcctre,11.• which rr:'u%L at!ist,•lnce Is awarded t.e., formally adverr:aed, competitively bid. under for its open mine ani b^neat -Fre fttell„Iblework), fixed 11:ice construction contract { :yaiubtJot•Part30o:this ridAlinliiir,, awardcd purstimit to 135.030 In pre- 6 33.936-1 114itilluu►. seined to be remsonable. ..Mtirr a contractor- may nate a stere :111"nor of a erantte may istrierute r:r :gr;it.d As used in 11 fibu4 l throe?tat ll have ,the 6 35,9364 Grannec resl,unslbilttr.- under lite disputes provisions of a rrailt following wards:olid t*ri:s snail have the ht Its own name or Intertest. meanint set fortis below. All tel'nu nos tat The israntra in responsible for ilia defined herein shall have ilia meaning adminlfitration and sitecessfut rieConn- 6 33.93&-1g federal Ira„urrun ns meso• given to than in 130.155 of this sub- pilsh::ent of ti.*11rojert tot,which PPA laliuos. chapter.end in 1 U00. grant assistance is awarded.The anintee Re„ul3tions applicable to direct Fed- (it) Grant apreernenf. The written it resporAlble for the settlement and oral procurement shall not be piiplicable agreement rind amendments thereto be- satisfaction of All contractual and Ad- to aubr.Ortementi under arants except cis tween EPA one a grantee In which the mtnletrat've ittttrs orishis out of aub- st3tel lit ids st:bchaltier. terms avid conditions governing the barce.ents entered into tinder tine Orant grunt are stand and a8rrtd to by bots +except as prodded In 135.030-0 MPA $33.936-11 General rrgairentrnns for partiesl:ttrssiant to 120.313 (Award of respon►ibllityt below) fit accordance suhnarcemprm+. grant) t:this subchapter. with sound business Judameni and flood Subaaree:ntnts must: Administrative practice. Tilts includes hat Be necessary for acid dlrcrtly (b) SubaprCernent. A written agree- ibut i• not Gingell to) Issuance of In. related to the accompliel)ment of the mens between an EPA grantee slid on- vitatioas for bids or requests for pro- other party +other than another public pntais, seltctlou of contmetors, award project work; agency) and any tier of agreetnelnt of conttncts. protests of award, ciahna, ect Da in the form of a bilaterally thereunder for the furtizhinj of services, small written f SICI.cnt (exotial for supplies,or cquipasent necessary to corn- disputes.mild other related procurement ammii purchases of 8!0,000 or lens) Matters. CO Be for monetary or In-kind con- plate the project for shish a grrint was tbt With the prior written Approval of siderritlon; and awarded. lncluiins con:-nets and sub- Cie Regional Administrator,tiles*fune- contracts for personal-lid professional ids Not be In ills nature of s Grant services and Purchase orders. iSee tions may Id al or arm for til*grantee or gift. 1135.037-12 and 35.038-5 regarding sub- pu mit e.Such nit or titin retained for fila contracts of any tier under 11011/0 con. purpose.Such nn ascot ricta for fire gran- 6 35.93G-13 I)ocsi,nrntutlw,. traots for nrrhitcctural or engin*erhng U-0 and is subject to the provisions of toil Procurement records and flies for senotccs or Archconsitectural curstion awarded crit ceby,the title subpart applicable to the grantee. purchases in excess of $10.000 ahatl in- grantee.-generaily applicable only to 6 35.936-G Fpi mspotuibtllly. chtdo the following: subcontracts In excass of It 10,000.) it) Darts for contractor selection: <01 tracts In ex lits party to wham m Generally.EPA is responsible only for t2) Justification for lack of competf- stdtag Cottentisa 'Ilia%t, reviewing grantee compliance with Fed- tion if competition appropriate to tate qal requirements nisplicablo t0 A Aran- type of project work to be performed is M tlranfre.Any tnunichtality which tee's procurement.however,where ape- required but not obtained:and has been awarded a grant for coitttmo• etficnity provided ht this chapter,l:PA is t3) Dasis for Await cast or price, Rion of a treatntent worts pursuant to responsible for mnkins the determina- (b) Procurement docunentntion re- this subpart. lit addition,where appro- tion coneerthtc compliance with Federal quir'ed by 130.805(Records) of:hies tett- prlat* Inn If 35.030 throisxlt 35.030. tine requirements. chapter rind by this aubpart. ineludina desisnatlon grantee may also refer to all $35.936.7 Small and minority lntfhiess. a copy of each suba0reement, nsust tic applicant for such a grant• retained by the Pro.nte�e or contractors 6 35.93G-'! Gemmae* proenrcm )cnt s s. Positive efforts shall be mad*by mean-. of the grantee for the period of tint, iraal$tote lir)orad law. +ccs to utilize small business and htor- specified lit 130.803 'Records+ of this ity-owned business sources of supplies subchnIster and is subject to nit the re- tal aranteos mar use their own loo- and sernfces. Silch ciforts $11011111 allow qult•oments of 130.003.01 titin subelinpive. .ouretnent systatms and procedures which these sources the MAXIMUM feasible op- A copy of cacti subacieenent mutt be meet applicable requirements of State, portunCy to compete for subacreenents furnnle-hed to the Project Officer upon �• territorial or local laws rind ordtn1111cea and Contra cis to be performed 1111114119 t'Miles& t to the extent+tat such systems and pro- Pectoral grant funds. 33.93643 $1wrifiratimm cedures do not conflict with minimutn (is) Nonrestrictive sprefflcaffons. (1) requirements act.forth in tilts sUbchap- .'. s, No specification for bills or statement of . ter. work In connection with rush storks shall ' + i (b) Slate Or local laws, ordinances, r be writU)n in such a manner as to con- P 'regulations or procedures which are do. Jain proprietary. excluAittary, or dis-t started to or Alienist to hive locAI or tis- critninatory requircmenbi other than Blato bidders or propu-tl ra preference Mos* bared upon performance, uric.x over other bidders or pr0liaters Shall not 3 ���� � such requirements Aro reeessaty to test be employed in evaluating bids or lire- or denionsiLrato it sprelQa thing or to pro- t posals for subagipemeuts under a grunt. :rldo for nearmary interchungcabillty of tete test i f t 01494 35.936 PROCUREMENT ( CONTINUED) PAGE 2 parts and cqu'atrrnf, or at lonst two pollution requirements of the Clean Air tion parauntit to parorraph (b) of tilts brand lraa:ca tr tr:•t:anamesof cn.-apart. Act raid the Federal Water Pollutton section is ueccssary to Accou1p11.11 sound , Me quality or utility f.re INCA ani r.re Crntr•ii Act, vs ret forth. in 1'w0.4:0-3 procufernrnt, followed by Vm v:^r4n -e1,tqu:;l" The Wri•hilltlon arAhlst vit0atirr,tstrilftllst (b) All eirsmlinted prnetirtment shall ilnule bac l9d fns hod of snilr.t.taon for of t:;lit fubrha;slar and fart 15 of tilts be conducted ht a manner to p:o itiv in equlirrtnt and f ilia for rrsrss sssatt^s1 cisalrtc. sAe.ratt.-uni-rist of the (:!rials the m.tsunum p:•asllcAlty rxicnt otst•n cd it lax rc*r..-1,.,t/c bidder r.1.iy nbt V Air Act mid tate t cdcra!licher ftulluttun and tree rauirtutten ap;sltspssstte to tile. utiltrcd. With re:-:,td to materrils,. if A Contrfd Act With Ils.pftt to Vetere; t)'ite of isrojrrt pork to ito perfortned. Manic mAtt-M.1 1:t.:cci:ca, the r rat.tce Can't.:(t-4,Cleans or i.t.is:,);or Milos list Wit of stir.Arrectiten s by the mtut toi retirfsd is) }lbrtai.ita:e ate set T4 ,,fly pernali a1, U:e:nntc.ittt,•s rrontsminouthorir'd• sal mrM-oto re Ultn bawls for tho tchcUnn of the 1 aerial. match fir inetl,:04a.putsuttlit to tt:e cast• the applicable proredurrs of t/,ii slit) - (_) Projert-:;. t liti•.rro 1,h::l,to ti.e facet of h;trre t rcqulYCsaCs:t:of t.10.4.0-4 rlutlita r it ally of the Collo till conti:Utun extent issuctlra`:•s.provide for mins:1811131 Aconfltc:t,f intirerti of Isis subelsaplerctt, , are alsillicable: ulic it file maitre olst tor,trrtttonli a ctho..", F-W E 3ast3+•-lt`i ro.ir ar.Asndnai. fit roll, delay Incidelnt ts)for n ly advenot rti.e t pit-0- equfliment v:•Itlrh are rcad•ly r.-Mable dtirl. cureme)rt to-C., All eslleraciley procure. thtrou;ll prorsrrtrut. or 'at !'Ile 4ranlc0 tnwt trnharin n Cade 'stout►, through standard cr proves-prot'u:tlon ar atnneilyds of cnstduct vrhf.•h shall For- Irl The n;rierato amount fmvuivrA trchnlquet, me:::cdt,and proccsst.•,ex- 01,11 the perfortrince of its alleles. em- does:lot exceed 1110.000 isle {3:s.vLd-10 cent to ale cxir..t that adilanted tech- UioVer•.or anrmta fit lite cendurt of pros• m for: all purcluseat. nolary may U. uttlUed purscant to Oct work,Including provurc-neat firm the 131 The material or service to be pro. , 13fa@G0. Mending of project Rads.Tire trnutce'd cured N nvataWe from only one f:ers.un or (b) Sole rotsrce rsfrfefton. A tpic(n. 0.'sheen..rmpto)•ce!+crarenlashall 1,01ther catty.if Lille prucuscnlent si eatstclad to Callan that!not:(.4ufre tate lite of Arae- solicit nor Acerin arltstlltlCs. favors or argreanto more ifsan 110.0ua,the rras:tce tures,rnalertalm.chui;incnt,Or prt.ctlts anyliriila of monetary veluo front coil« must document its fila wilts n luso:ca- v:hich are knoe.n to lie :s T..:i:t?e witty tractors or poictttlai contrartom. Tire tion of tl:e nerd for ronconttictith•r from it loll-source,miles"such tate has grantee taut avoid pars•nal or oraani• Comment.and ptorldo such tio.usnr:ac. been adettus.tely luat3led fit wsitlny by raIlnitai crssfuets of hmtercAt or noncom- tion to the Project 0.111cer un Ytqum t. Wo branlee's 0n,,-Weer As irer:sna the potitive p-^curemenl practices which re- t4) Tho planar n10nt is to i t:6alsd n1, minimum flee&of tee partlralar project. strict or t-iitninatc cosupctittasl or other- profeun tinI mrvicca tfnrludine f.relli- (o) Vorricnce clause rcttrltticn.The wile rettr•ain trade. tcctural or curinrertme tervlest or ter aenerai est^ of cxperlence clas les re• tb) To the eStent lurntl•stble by State arty Ccrrlce to be rendered by A uristcsslm) quirlon equlpment manufacturers to or local law or formal Imututiatnf i.e.. or other cdurutlonailnstitimon. have it record of tnitsfrctory o;eratton 41drentcitls and procedures,ouch stand• tai) No responsive.ratvisorwtble olds tit for a spccIAcd peeled of thne or o:bonds ards shrill provide fur llrnnitles, sane. neceptable price lsvels have been cert iced , or deposits to pug:cntee rcpt•teement fit tions,or other adequate disciplinary tie• after forestal advertishia. And, wn!r I'C- tleevent of fallum is restricted to special tans to to Iustit tiled for protect-related spoet to procutcrtent under f 3b.036-0, cases Where the grantee's enahmcer ade- violations of law or of such rode or etand. (lbrmai advertWuM.pi for written aft- quAtely /ustfll0s fill)' such rrqulretucut arch of conduct by either the rinntee Proval of ilia lteufana, Admta1311•44tor , in writhna.1�'her0 a::ch lustilrat:un has oflWrs.employees.or aaentx,or by call. lulls been obtained. been made,}utsinl tion of A bond or de- levelers a1,tlmclr aaelr(s. t01 The procurement is for material t lo) The Or'antealnussinformtheProl- or services Where tine prices are c,tab- posh shoo be peraUticd fn ltru of n act Officer in writing tit each serious lishcd by law. specified 0apericnve period. slid the Allegation of a protect-retated violation M The procurement Is for t anneal Wrtod of time for which such band or or known or proven prulect-related via. Items or 04111ptncut rcqulrhnr standard. , deposit Is rcgtilred should 310t exccsd the lation of law or code or standards of ItAtion and intcrcltnn&cabtllty or is.'trts experience period a;teclfled, conduct, by its officers. employees can. with exiatlslr equipment. @x5:)36-!•1 I'arrrarmuatwork. tractoro,or by their agents.and of the tits Tiro procurement !s for txl)erf- (A) A grantee enusl secure prior writ• prosecutho or dtscipliunry action tnl:en mental,developmental or rcacalrh t.crv- ten approval of the Pruleet deicer for by the arantee will respect to such In. Ices. utnlratlon of the force arcowlt mesiad fractions.And must cooperate with Ved. f 33.936..19 ?utall quails-r-. im Iica of subaprrcmeut for any stip l test otiielals with respect to any Federal or lieu:1 of work Im ec tan of ler any stop any prosecutfve or cttsclpllnary actions Instill (a) A small purchase Is the procure- step 3 work les exces of sinew notal tuted wltt respect to such Infractions. ment of ruaterialp,supplies,slid services the force account Inethod !s stipulated Pursuant to 1130-245 s1"raud nod other what) Ararci;utc amount Invuived in unlawful or corrupt practices) of tills stir one transaction does list ex-cord the Crani narccrteut' subchapter, the ProJecl 01.Icer intuit 510.00p.'1'1ne stall purch;nse limitation of tb)11110Project 0:11cer's approval shall !,silly tine Urectur. EPA Security and 510,000 Applies to the arrtcaate totat of be based tilt lite pr"anice's certification Inspection Division,of all such notincn- tun order, Including All ostirnAted that !la)tasaeaatK Uro 3rcce.4aAry ccunprk tatnt.tron,tnearantee, ditna and fr'elpht thoroes.overhead.nill tenco required to accomplish surb work tilt EPA shall cooperate With ilia profit to be imid under ilio order.In ar. and (1) Ilia Work can !Ile neronitslislncd geslnice With mallet to its disciplinary rivhna fit Ilia arsr0sat0 on utlmti htvaived more ecolomicaliy by ilia use of the tune or proseeutivt actions taken with respect fn any one transaction.Utero luust be In- account mental.or 01 eluergency cir- its Any Apparent prolect-related viola. chtdasd all Items which should properly be cumsttnues so dictate, tions of law or at the t.•ranteos code lir grouped together. Rcasotilil0 contps:tl- $35.9361-1.1 l.insilililulc an solar .rer. standards of conduct, tion sisall,be obtained. u►ru1 award. li 35.936-17 }rautl null other uuliwfill (b) Subaarccrments for sinall wir. No subapreclllent shall be awarded: or rorritpt prardecs, chases need trot be In file fornn at aexecuted writtoll , (a) To Any person or organl;aton All procurements tinder events are l�herea plly propr!tfi unit.%leraltripurvhati'C which does not Inlet the resisonsrbility cavcred by Ilia provlalons of 130-245 of orders. sales -.tips, nmcunoron(hl of grill standards act torth !n 130.3404tri) tills subchapter relatin:l to fraud and price quotations, and hilt like nt.ty be j through(da and te) t6taudard%!of this other unlawful or corrupt practice.% utfllred In the s:uerest of luininu::fisr. subeluipter; ;<35.936i-.Ia \caeulniwt of ruL:tisrrc. RIC)Aleperlirork. Retention fit Ilse 1lmtrtllas.n t' Ib)It wit}portion of Lilt rmtlrael work lilt-lits. s of 1110.40 tl0rnnte1114a and of written f' i trot exempted by 130.420-34b) of tills +an 1•olsltnl ndvcrttsinC.whh atlequa(0 cluutatious received,or refvrrurin to rat- + subcbnpter will be performed at a facility purrhaae dt-scription. i-t-al d billststid alogs or printed price Wits usirtl,%•111 suf- listed by the Director.lil'A 001eo of Fell. public openhu:s chail be the 1•equtred flee as tire record suptlertht(l ilia price # tesl Activities,iq violation of the mitt- method of procurement cullers nc•0otla- )mitt. , f ... .... .. . .. . . 1,1 35.936 PROCUREMENT (CONTINUED) PAGE 3 , $3'u.93ri-^.0 .ilfnMnUle eo:t�. A.� (o) Ineurrinz roses under aubacree. nients wriielt are not atsartied or adman- fi tered tit compliance with ims part or Part 33 of tiva rul clus,%ter,na ayproptl file,tlsall be came for diudlowunce of those costr under the ur.int. (b) Appropilate ete,t Urinetvdes nppll• cable to sub.,wi( menta undor)TA grants are fdenitiled in 130.710 !federal cost prinelp!m of this rul,chapter.Pursuant to that sectirm the contractor's actual costs.dimi,t and Indirect,OW151c for Fetl- Brat p.artlelnattoa In a rout reimburse- ment contract,alta{{ L•e those allow bio under the aitidic3bfe provlalons at 41 cm i-1 r.^. tFrinclittrs and Procedures for ute fa Cast-ncoubursrment 7g7ta Supply and Research Contracts Wath Conunarcint Or.ant-ations) and 1-16.4 )Construction end Arcttfteet-Enclnear Contracts). (c) Iteasolrable costs of compliance with the isr-3cnreincnt requirements of these remilationr are allowable costs of administration under the frtutit, Costs or announcement and selection of a colt. �+ aulting euGhtter are allowable,even when the annouverment is conducted prior to award of the brant. @ 35.936-31 Delegailon to State asen.t ' rtes{ rcriifiealton of procurement' trt.tcats. tai In accordance with 135.019(Dole- cation to State nsenelas),14PA may In- eludo In n written acreament with n State • agency certification of the tcohnical and administmilva adequacy of procurcinent documentation required to be&ubntikWit to EPA pursuant to these&aclases&. a (b) In those cases where a State agency believes that State laws which govern municipal procurement include tiro&nine requirements or operate to pro vide the saline protections as do 1136.030, 36.037 and 33,038,the State may request the Administrator to approve the State „ &y&tem as used by munielitalities ht lieu of tiro proredurca of these sections,UPA alta{{ review the Slate system to deter mine Its adequacy. tai lit {{loss cases where a State agency determines that an applicant's procurement ordinaures or applicable statutes include the same requirements or operate to provide tho same protce- tiotut as do 1t 35.036,35.037 and 35.038, the State may certify (accompanied by �► appropriate documentation) the ade- quacy of the municitt My's ordluauaas and statutes and request the Admin Istrator to approve trio municipality's sysstein ht lieu or the procedures of utast. sections. MIA sriall conduct or nuay re- (j f�11 quest tate State to conduct a review of th .0ll 4e 93 munirlpalit}s system to determine Its adequacy. ........ -.i 7� 35.935 CONSTRUCTION CONTRACTS OF GMTEES PAGE ]. 6 3:..930 6-ii-tr0rltors rnntrtirl. (-al,. (4) nexti inslblllly requir6hrtts or aerrruu•m.)elf rr.,ntrr.. criteria uh1Ch will be rintduyf•J In cv:All- 13) Assure a lair and rc^satiable Urtcc r sellim hk:dcrm !fir ll:c rtanges i worn. !a 3.1.13:)-I .11gdir:J,itit,.. ttr,Tl:cto::oxlnwslatc:ncnt• tLr Clroupea to 1•..3'11.11},rb•r or hn+r• '1911% rct•Con fipphss to cosalruction 'Me cnnll•i1CL Pried or tea:,• !say br ,•.'a.::rermrn:r., Anv erntta-t or rositrsrts tiii.Arfl••,1 u:tder rhati;cd c•nly by a 1lt:,:r,e lli.:rr, l.'lsrn eatltrartt, 1 111 r%Ce:f+f (of l:ua l :n'tnli fur lnd# are exp e-trd t„ IM till istt:ftlV1U pre re-mi-r1J, tiled 01.111 !,s $10.010 t.::art.^J by glantics for any lu:r09 In part by a rraot troiu tine-Ururd , staff 3 fita;e:I. atAt:r ):tff.r••!f'i,rl:t.l 11rotectum At-is-y. rondur1rd sit nMdi;!ini t•uv!i;1:,1.,:1 ii•:1 .:ts.r the Vewo•1 rise..imf anv of r.•de- Ir'or'do o.tats/-rill:•-::..1+:;:yrur.:lx::•. 3.1:13.13 ('erGtnnnurrL!ennlrarl• �pv'rrenN,47CA'1-4 c•r ttnpltlyer- H s-1 rill Tile villlsc Of ally Bas;: tn:e-ed 1.5 n Iiia project %:•o:k shalt be pertorinisd br a pvr:y to 0ua P%%slti*n i..:it.ls or tiny ehnitCe or.ler or of ma•vi.i:,:t.d•ir.:r,-.r r under one or hale Contracts itmit tied Loy re-01011:contract Ifile pnuureafent All s be or del•1'tA•V It tL•e cit:.Wl". )+:::c J4101 the grantee to p:hats amts.escrpt far "is•'}c••t to reau;ai.rn-comalued m sJ VI`lt be dalerailned by the me111..i tit•t :urill force acenunt Bank authadied by 130.- 33:1.14,33.fsd. and 33.033. fit p:lrarraplis lb+t1► than— It ib-1:1i 93G-14. and of list$ sertfon V.11101 le nx•,t ad vaaa.f- 1' 35.9311-3 •f}rent r•s,rftrarl. 181 A copy of 1126.034, 30.938 and Crofts to the I:ralltim. f 30.930. 111 Unit prices.Ali 0I•4:1n:11 I.Id nems, ritch contrmt shall be a fined pure Id SeaNdbids.The lirasthesilallIsm- Unit lineal ltrcvlonrly fipprmcrl are ac- flunlp suns or unit ptice or n eembina- vide for biddinit by seined bid find for the 'bid for pricing cLam�c<1,:tier;h.:al tion of the t::ot contract.1.111063 the He- safe;randb:;of b:ds received until pub- bid 110:1:,4. 11wvever. whcn r!►ar.;:c In Wessel AdnnlnUtrat+or gives advance lie a:maim., quantilfes exceed 13 Acrel:::to.,-lie n•: written Apl:.wal for the grantee to use let Addenda to btddbt!I durunients,It Inal bid quantity t:rd the total dulLir some othtr rcrel,table type of contract. a Crrntce desire:, to-intend filly part of change of that bid flc:n Is n•a::Ce:,tit,the The cost-plus-percentage-of•cot WIN of the bldJlaa dectultents Ilncludln);chid•- unit price shall Le rcvle:wed by th:o contract shall no:be used Its asy event. Inns and sperlfirutlonm lurid: Ilia pe- grantee to deternli:.r It fl rvv.•utdt price 6 33,933-1 I'urotal nd.rrll.hie. rlod w1wn bids ate befits prepartd. the should be ner otlnted. Yadi eonaart rhr.11 be awarded offer addenda shell be communicated In u•rIL- IIID llew Metas. Unit priers of nevi fornnal advertising.wilco negotiation t$ hug to till ftrms�v:hlrh have obtained llecns,h:dl be ne,ctfatcd. Lidding documents hit time to Le cotlsld- (2) A ltut:p sum to be :;:dusted. permitted In t.neirdance oath 130.038- cred prior to the bid opening time. to i9► Co-t reitrburflement -the at-t-111 18, 1•brmal ydweftirfq+, Shnll be Ill ac. (fl Did Snodife .Hm i uns. A firnstall cost for I%bar.direct eve:he:ad.mater!:d,4, cordallee wIt5 the followins: has submitted a bld Shall be allowed to Aul9clles, equlpnneim and other s:rvicrA (a) Afti:ate public nofico.The gran- modify or withdraw I's bid prior to filo nece►tary to complete the viol; p:ts -in tee%:Ill cause Adequate notice to be given time of bid opening. amount to be a;rerd %Itself to cover lite of the solicitation by publintlon In nervi- (g)public oprninp o/bids.Tie grantee cost of aencral overh"ad and prorll to be papers or Journals of general circulation shall provide for a public aiming of bids negotiated. beyond the grrntee's locality f8tatwide, at the piece,data and tinea announced ht (a) For each ehnnnse order not In ex. generally), Inviting bids on lite project file bidding documents. can of 0100,000 the contractor shan work,and stating Ilse method by which (It) Airard to the logo•responsive,re- bidding submit sufficient cors and plrlcllug data docunten'smaybeobtainedand/ spol;sfble bidder. (1) After bids aro or examined.Where the estimated cost opened, they shall be evaluated by Use to Ilia grant" to capable the amilive to of Step 3 constructions test million dol. determine file neceuhty And rea.%onabic- lars or more,such notice must generally grantee fn accordance with We methods Sloss of costa and amounts praposed,and slid crllorla pct forth Int the bidding doc- be pubttshed In bade Journals of Nation- Use 0110 ability and dlslblllty of casts umcnta. Rdell ion.distribution.The Create rtlotlld,i- (3) TI►e grantee may reserve the right pr(it) Fl. dons it it maim hide directly from bid- to reject all bids.Unless all bids are ro- (d) For each Change order ll axcea ..•'. . . dors!t!t n►al:►talns a bidders Inst. of 8100.000,thno contractor shall auLlnit M Adequate iliac for prcllorfilp hells, jock•award&!call be made to the low. to the aral►tee for review&uriciennt cost Adequate tlrle. generally not less than resylon&tre. responsible bidder, a»d prlrina daL•v as described 1st para. 3o days, must be allowed between the (3) If award is Intended to be made to graphs (d)(1) through (d)n0) of this date when public notice pursuant to Pat,- it firm which did not submit the lowest section to enable the arantee to ascertain agraph (til of this section is AW pub- bid, a written statement shalt be pre- the recesslty and reasonablentus of costs lish►ed and lila date by which bids must pared prior to any award and retained and annotntts proposed. astd filo Allow. be Submitted. Wilding doc►itents Un- by file gmnleo explaining why arch low- nullity and eligibility,of cols proposed. er bidder was deemed nonrespolnstble or duding spccll:cattons and drawitµs) (1) As a mltnnun, p1•u;►a.4cd chsnl;o &Unit be available to prospective bidders not responsive. order costa shall be prownted in 511111- from the date when ouch notice Is first (4) State or local laws, ordinances, mary format prescribed by the Admin. regulations or procedures which are do- published. signed or which operate to sive local or ficatio executell d bye Corsi.for ie, Adequate bidding.daciunants. A lhcatlon executed by the contractor reasonable number of bidding documents ln•St ito bidders preference over other Uiat proposed costs reflect Complete, (tnvit:tions ter bid shall be prepared by bidders Stull not be employed In ewaluat- current and accurate coal and pricing the fir. and 511.111 be furnished upon Ing bids' data applicable to the flat$of rho change request on n first-cone. first-served §95.931;-5 \s-autinrtun tef mnsmt order. basis. A complete set of Ilddhig docu- ana•minseai-(clutters-order-). (3) In Addition to the 5prciflc ehe- lflcnui shall be nuilutained by tide gran- (a) Oranice responsibility. Ornntera mantes of cost, the estimated alnount of etre and shalt be Available for inspection are responsible trn negotintlan of can- Prollt shall be Act forth rrpa rattily In i and copyhir by:ul)•party,Such bidding stru0tion contract elanao ordeal, Tint$ the cart summary for fixed peke chance documents,•hall hichidin function day be mrfarnnld by the arders and a aiiecitle total dollar an►ount €. IS I•A complete statemept of the work aratneco directly or,it authorized,by his of profit will be set forth r0p11r'ately In •in bs- perfar^ed, Inckallrls orcemary cnµlnccr. burin^ negotiations with lhu Ilia cost summary for cost relniburse. tlrmyings rnd Fptrigcalldnx,And file re- contractor Use uratller shall: . SisentChange orders.. F quhred com;•Icltun 50310111e. dvnawinrs ill Make certain that the contractor' ` find slseclivations inar be- made avail- has fi clear understanding of the arupa able fur hupeetion and purchuae!n:(cad and extent of work And other essential of Lchrt furnifhed.l: requh•rulents: (31 The terms and conditions of the 111 Assure that Ilia cunh:etar demon. 0).496 cont art to lie awarded; str•:it& that Ile will make available or (3) A etvar exlshtn:dhun of the method will abtxin this limessary perximnel, . of bidding fund the method of cvaluatio" equipment mud nnaterlal& to accomplish of bid prices,and the bast$and i etlwd Ulf work within the required Line; cued .for award of the contract; i I 35.938 CONSTRUCTION CONTRACTS OF GRANTEES (CONTINUED) PAGE , ►3) %fare detailed Cott data than lint rt) P►nftt. Tha objerllve of mrulla- rat ParnientA for undriitere(t stierin• , its::td by lite su amain Minns, may tions hind he lite exercise of r.aund bu+l• rally nsanufaclured Rotas or egmpm.nt 1,f a;:..ed by tae rran:cr in:.!:a.eslu• Ise:% jud;meril untl 1:rarl rdnttrclr:,u:'c fexelud!tut oil-the-.hrif or cnln!ar tats :.:e reaturalskiwit. u: i-mi-wed practice luetudimr Ilse clelrrntnatWt, of hent++.m;work thrrrost lir:,rrertirs.slich cs."it order to•:s.l;attt Eel:1%,it d•ecu• A fair stud sewtonaMe prs-fit$.wed on ilia pa)•utelds tntr-t be nintle is pru:f.'luns ,x I:armany teniu mil by IMA rontractor:s an uniptinn 1,f wi: And in- ihrrafor 11170 Imrludad In lisp bld And roll- , er. s cn the twitrat-.4 is unahic to-Put an total pertoluline a and lint merely Inset deruat•:tos.such Prnv!.loe•Islay be eer..fy thti prc;o3:-d c4::r.:;e eager calls, the of+l+tlrallolt of a Iiredeter•rnloed per- Incl.tdcd at Ilse ni:tlr►u of tate cran:ti.•only a:etcra!eV:.eurr`magdaeeurate.F,l•A, crntare factor. ver tae wir•po•a of tie- uhcn All of lite fo!1•314113:; eondltsans c.:a Pdecttd ba.•is,Ins(on" a(:t• col:.+lcd chanre orders to cun!.:nictan cxist: , •r.a•. it I'lloylta oil..%!Omit a urdt:r. eantraets Under E1+A rrsmts.pro:it Is de• ell Ilia cqulpn,eut is so dati••unted In n Ptosha.nal otcticud rate finedaB the net PI•oeccds obtained 1,•y the project•ferlticatpnix; t.I:too s,icedupon. deducting all allov.able cn,ls edirect AM fill 'llle t;u!pm4nt lu be Bpr01 scally •t• 1.pprorrint0 rum Wert tit+,. should Indirect+ (tont Iiia ledre.Ilia rst!ntatc of ma:uifaclursil for ilia i+ro;cct could stat to r:to in 1 30..10 of tills sub:hapur profit Ihould be rcv;c Iif by the i,ra:11,ee be rt%tills'ullfi•ted on nor diverted to An• , pre.. h contains general rot princli4es as Arc,all other Orturno.41 of price. other Job: And v:.:::,:Mins Le used for the deterin5m- eg) firlored trork. )hosted work shall +Ill+ A fabrivation parlod of more Mr. sr d nitowabi ay of costa undcr not be 1,1411, Into two ninendsutslts or than six n:ontl:% Is Duffel.'lated. (saps.The cwrtt:utor's a►tuat coots,oil-• Chains: a•ders Inertly to keep it under re► Pralreflon of progress payntenfs 1,t::as9 ludlrtet. Aaua•aYe for Federal $100,004 and thereby Avoid tilt requite• inside fo► rpeci icatly atanufucfmred , Fsa:;:ufon shill be cict::inf l"t In ac- manta of parnrrnph flit of tilts$".'Jan. equilin-enf.This grantee will rArure pro- c::::r:e with the terms and crn:lidons For chnstao orders whirls Include ball% feel 1011of Lite1edcral Interest litnru-.pari 0' .s:011111 Cf.th$%►ub;Wt and the eo•t Additive And deductito films: paymtnis made for Items or cqu!l+mtnt F:=•:-:ars included Its it Crn 1-13.:Arid t 1) If an, slnuto Item #additive or refetted In,ht parnaraph obiq, 0f till% , 14!.(.£xa:up!cs M costa which Are nwl t:educthe)exceeds$1-0.090,ilio requlra- Breton. Tills prolectlon nuu.t be b1, a under thole cost principles In. menti of 1»racraph ids of this section manner or form ncr0ptablu to the Yut arc not finilwil to,enteitai,- shall be applicable, i:rantee out: muss.take Ilse forty, or'ety r.an,.:nterest on borrowed enpital and 121 It Ito alrale Additive or deductive recordation under the Uniform Con,. ta.,11MA. Kern 1105 a value of 11100,000, but list Inert-lid Coto,nttequato to ItrotcvI Ilse Iii- , ,f` 1br costs under cost relinburse- total pitre of the chance order l% ovcr teres. of lite prantoo Anil the aoter•n. s.-t-;c::an le orders,the contractor shall $100,000,ilio recluiremant1,of parn3rnph Ment.or c•.t recurilles ncantlablu will,. 1,Int s:► Acco►•rnlhis system which ac- (d) of this section shall be applicable, out recourse,cenditlon or restrictions,a ct.ca for such COW In accordance with 179) If the total of additive Items of pro:rues payment bond or nn lrravucal:!e , tc:t:s9yAccepted Accounting prirctplts. work In the chance order exetcda$100,- letter of credit provided 10 Ilia CrArttce Th I.; shall pro:•lde for the floats- 000, or the total of deductive Itcrns 0f eui lacier erten a contractor b,ilia sub. Ccs:,:-. accutr:utal,olt and seatc=alien work lis lite change order exceeds 8100,- contractor ctor o roup Mier.rov►css ltaytrrcnts C.,a_:•xable still unallowable chance or- 000. And ilio net, prIve of ilio change id) all dear.Allowable change order costs shall order Is less than,61,00.000.ilia require- for spcc!llenlly tnatiafactared equip- , W dt;ennined In accordance with param - eats of paragraph Id) of tliU section 0 1,l) Proare reuf, ss pAynunts roads for id)1,•I) of We section.Rlu con- shall apply. speclficnlly manufactured cgtrl:tinellt or use:;,: must propose and account for ,, Items shall be llntlted to the Ictlowlsis: such casts In manner anner couslatent with 33.93M I super.. pa)ntrntr to +1,+n• Il► A first payment upon subndsnlon s=--nal Accounting pracdurea, traetorw by the prime contractor of shop drittrinr,R , ,$+ Chance orders awarded oat the tat Policy.IC is EpA policy that.ex- for the equipment or Items in Int umouut bsl:s of review of A cast clement su:n- sept an tile), be otherwise provided by »o1,0xc0adinif fifteen percent of Ilia cult- it:.% and a c0ntlficaUou of complete. State law, pronlp5 progress pAyulents tract or!tent price plus orproprtale and ass=ent and accurate cost And pricing should ba made by grantees to prime cart- Allowable Islulser-tier costs; tractors and by prime contractors to sub- ell) And, subsequent to the rronlee's , d%:1, shall be subject to downward re- contractors and supplier% for eligible rel0ase or Approval for r,lauufacture•all. at:etuitlan or recoumnent of funds construction, material, and equipment diLlonnl payments not nwre frequently Fhe,v subsequent audit substantiates costs, including those of undelivered than monthly thereafter tip to seventy. the,s.ell Certification was not basal on specifically manufactured equipment.In- Ilve Percent of the contract or ltam price . cr=.-:rte.current and Accurate cost and curled udder a contract under an F.PA Plus appropriate and Allowable Eichel•- p�N:t data and on costs allowable under construction grant. tier costs: Prorlded.That payment sully the 4r proprlate FNIt cost principles (41ry) Conditions of progress payments. treat also be made In accordance with the con. chsons for m;enrder execution at IIIc tii,e of yme is fire definled its follows:ruarps auclllaly�on-site work prior grant fertile find llol Beller I• to l.1,rcrtru•.1n addition to the re- 1,11 Payments for wort: !n place. of lino specifically pnnnufaclured equip- , q•.rr�eats of 1135.035-10 tCoptcs of (") PArmcnl%for materials or equip- meat or Items. rcm-tract doctuncntx) and 33.033-11 meat u•hlrh have been delivered to the (F:c•ett chanscxl,the ot"antreshall sub- inh.prior to the execution of Any change In tile glia,or which arc stockpiled t O:Ca:in excess u1, 5100,000, to tEe F'A In Ilio vkinit) of the construction site.In : c,1 r f 01xcer for$11.1.x•; accordauco with the teruls of the con- ; o.nfin The cost stud ping dela sub- tract,when conditional or al Accept- ricr. r:d::ai by the contcactric once Is mado by or for the pritntee,It is s_+ A certiilentlen of review and tie- lite Items foM a responsibility to rigors that , i:Itemssfor which prop,-0.%s p:q'uunls have a crM:tct of lite conlracto,•'s cost or price, been mado are Adequately insured and :and are protected throuah appropriate se.cu. til A copy of ilia proposed chance guy uleasuet•%. Costs of stroll insurance t Order. and securityare allowable.costa let ac-. !�w(] , t cordnuce with 133.040, 011 `#a77 . yrs I r 35.938 COITSTRUCTION CONTRACTS OF GRANTEES (CONTINUED) PAGE r (21 In no case may progtrs pa1'ntents (4) ilio Grantee may reinstate up to (21 Section 33.930-7,Small or minority for undelivered cqu.pnncnt or itcn.t pur- 10 percent withholding if ilia aranteo business; suanl to parment0i dot1)(11 or till of determines, at its dtarretion, that Ilia (3) Section 35.1+30-if►tb),rtirmubition tilts section he inade In an amount contractor is not making rallrlaetorY 11131tirt )led vlalnWna facllluc:+: and areolar titan Aeventy-five l,creenl of the progress tor there Is other epsrlsic catue (4) Section 35.930-17, Fnsut1 and cumulative lacurrrd awls alloseailte to for Aurh Wsthhuldimi, other untaty lut or carrupt pracUr0.s. contract perfurra:.nce Willi respect to lite tai The prantee nifty accept freurities (c) 'Phe. award of subcatttrara,under Volts poison or Rets" f(inemi+star of rt re- ncaoflst:sle xstltout recourse.condition or cer.ttruction contracts not di :ribed quest for any Auch prowres+ pit)tncntA restrictions.it release of retainatte bort, above in parart.sph +l)) of tltl.. o-,.Corl must tee ActaAtirlisled by a certilwa:lon or nit itravocableletter ofcredit provided And the procurement and furnixhed by the hills icatorof the equi;l- by tho contractor in lieu of till or palt procedures of P.nae cotstrnrtor'i cit ecln- ment or Itern that ttM an"Mit of Pra;sress of4he each retain ne. tracts not meeting glint dctcri:sumn must pnymvnt clalmcd consututr'. not mare Ili) Tao tore,ulna I•elolitfun policy comply with paras tralsha tit,tf+ thrsou4ji than seventy-tire percent of Cumulative shalt be Impletnenttd With respect to (b)t4)of tilts sectims as Well as His-prin- Ineurred costs allocable to coVIVACt Per- nil Step 3 pr11Jecis for which pans and clptes of 135.938••3. formance,and in Addition.in the cake of specifications Are approved after Starch the first pro=ta•s pa,utant request,a car- 1. 1010.Appropriate provision to asaura tifleation that tine Ama:fnt claimed does compliance With tilts policy must be In- flat exceed 15 perccut of ilio contract or eluded In the bid dooutnt nI4 for such Item price quoted by tine fabricator. protects IiilUlly or by riddendunt prlor (3) As used In this section. the Will to ilio bid rubmi :tori date,and as Is.spe- "costs aHacable tocontract r4rforniance" cial condition fit the(:rant Agreement or with respect to undthvercd equipment or in a craut umandment.11ur oil previous Items Includes all expanses of contract active pro}cele.,lite toreaolnz policy may Performance s•hir.h are reasanaWc. at- be Implemauled by the arantea Wnroug locablo to the centraet.cartristent Will' contract amendment upon written re-. sound And tencrally accepted Aeaatint- quest to the Grantee by the contractor Ing princlp:cs Arid practices consis.fently upon consideration Which the Grantee applied.and which are not excluded by daonis adequate. the contract, (c) I►urstiaut to 130.020-3 (Interest (e) 8nlorcronelit. A subcontractor or earned on grant funds) of this subehop- suppltar Which is determined by the no. ter, a grantee whodelays dist)uraement glonal Administrator to have frustrated of grant funds will be required to credit the tntont of the provisions revardln8 to the United States all Interest earned or specifically payments aufacturred equii>m equipment on those funds. throu0s intentional forfeiture of Its bond 33.930-0tract f iicqutrcd euurtruction can• or failure to deliver iiia equipment may tram pr construction be determined nourespatsible and In- (a) Each"OestmucWon contract must •esiglble for turther work under EPA itsciuda tit* General Conditions"of the Grants. "Contract Documents for Construction tf) Contract provisions.Where appli• of Federally Assisted Water and}3awor cable, appropriate protisfoss rc?.urdln8 ProJa In as addition. proptess payments mot be included in Ili) m st Include each construction can- eae contract and subcontract.Grantees tract must prelude rho "Supplemental most use clauses at to the EPA General Conditions"at forth in Appen- Regional Administrator. dlx C-2 W this subpar4. (a) lmptertrnfation. "ilia foregoing 1115.958-9 Yubramtractsunder construe. progress payments poll:y should be Ing- (lost rontrarts. pleniented In Invitations for bids under (a)The award or execution of su%con- Step 3 Grants.It provision for progress tracts by a prime contractor under a payments Is made subsequent to contract construction contract awarded to Wto award,it must he for condderallou which prime contractor by Wte grantee,and the the pranteo decors adequate. procurement and negotintion procedures 35,930-7 Itrirsilmt trans prestress par- used by prima contractors in awarding :1101111), or executing subcontracts aro not re- (a) Tho grantee ring regain a portion quired to comply with,any of this provi- afttienniousitottnarttlscduetltccontrae. bums. aclectlotl procedures. policies or tor,Except As provided fu t>►rte to (a) pratelples set forth In 135.1"30 or 135.838 (+1) A this section,the amount rotalued except Wiese inion.ilia stated in Wo- by the Grantee shall be limited to the section.In addition,the had protest a to following: ceduros.ot ;35.93o aro nal available to a (1) Withholding of not more than to Parties executing attbcalitraets with Percent at tie payment clAimed until primo contractors except ns specifically work is 3o percent complete; provided ht thatsection. (2) 1t'hrri work!s 54 i+rrcettt Mittl►late, (b) The award or exacullon of sub. W of the witk 14 50 pec to S pert Ant contracts by a prime contractor under n formally Advertised, of the dollar value of all work satistac- torily completed to date:Prurfdrd,That fixed prim contitnictioncontract awarded r the contractor is stinking satisfactory to the prime contractor by oto Grout 1)t. ((fi�r A progrests and there Is no specific caure for and tine procurement and neg0 otiation 0498 greaterwitisholdhnt: procedural used by such prime contrite- (3) When the work Is 611blitantinlly tom lit Awarding;or executing such sub- coritpieto tolmnntioriai or beneficial ac- contracts must comply Willi ilio follow•- cupaney).the withhold amount Abaft be Inge t further reducedbak+w 5 t+erc0tnl to auly that amount nevemary to Assure com- til StacWon 35.930-Sibs, (State anvil • tslettoti., , i F I 35.939 PROTESTS PAGE 1 two Tile forty filing the protest mutt (21 The Itrrionol Couretel or ilio Me- 35,939 t wtc•ta concurrently trau.,mtt a c-opy of till-list- ree will afford Moth Coe rranter Anti the (a) Clenercl.A pro'.e.t basad upon All tial protrst &,N.untrut and Any:+::acI%cd ce,:.it�ititllti, pant•,as well as my r•thrr allegoff%i,la::on of the 1-rocorentent re- Ct,cumrntrtwu to all other t•.rtirs ;.,fill p:.rty tsi!h n fimr—clai Inter-t v.tltrh quhrn:jai: of ft 33 3.i,niton.^,h 33.923- a direct fint:rrf•tt httetest ubirli mal be rst:sv be adterreiv Aiferted by detrrrim.- 9 may be fi!t•d wr.altnt a cranue's pro- adversely aAGr•ted by tlac detrinuvatlofl ifnn of the i+rote:•t. +n 6p wrtunity to eurentrt:t wmn by a patty icith net ad- M the protrat (rrne.-illy,all bt,ldcrs or f+rcrent arrttmrnts ht enlr,•m,! (if thtdr veroety eCtct(d c'ercct winctal inter- pmt:o•cra:.1to opinar to bare a m-lutan- %film in writin,or at a conference at a est. Any lath pro:cat nest: be received fiat and reo.00mble prospect of rerelvina t;re and Pla+c rntsvrnfrnt to file I,;.,ti" by the pr:+racers:i.fn lila!tixae rto9 se6 an awtrd If lira protest Is dr»lcd or rs c!etermincil by elle Hertatl:tf t'u+nt^rt or ilia c!cir,cr, and he shall thrreattt•r forth fn paragraph +b+-lo of this sire- snstaineds said to lite approprime EPA tion.The imallee is it-lonittde for res- liett:onttf Athnho!strator. Promptly submit fit WrithV! frit rtliort oluthin of lite prute,t;.r:,ir to tine taktnx Mo Grantee dole.rrstration, cif 7.110 and recomttiendatlorm tenor^ter ilia of lila I'Mrsted nc:!an, in accordance crentre is rcapon:lble for the Initial rcro- P:'oteat to the fi0;i)nnt Adm!»i:•alone. will! Para;,vgih +di of :!+:s section.ex- lotion of protests bated ul'nn alleged o3i Arty such confrrcnre t:sal d toe I cep: at othermse pro.N(d by para- violations of tine Procurement icloulce- lietd within not more titan tc:%t!nys after P.raphs 0i and +k1 of iii:3 section.The menta of tits,zubpart. receipt of the refilo.et for review anti clic Iteglonnl Adminktr.or will review (2) Upon receipt of a timely written rcl.*OYL should be trnrsntitted to fisc t:e- Crantce tlrctea deteinii:;Atimu in ac- protest that:»nNeejoust: Banat Administrator v.-I tiv tri tl;lys oiler fila data sr#for receipt of file t•ar- cordance v1,11 para;r:tph(at of this free- elf Afford the comptrhtfn,2 party and tion,it a timely request for surh review l»terestcd parties r,n opportunity to pro- licfpantr' utitttli tn.ttariafn or for the Is!1!c(1 pureuant,to psraxtaph eb1 t2) of rent aptumctntR Its Rttppert of tiscir vleaa ca»tcrenco.T110 11c,tenni Aihnhtlitrs tar should leaf+snsi#lits dc:ci:tsinattasl nt iiia thlsseatfon.In the ease of 1.otems which in a iting or rt it conference or Miter lie dctermirea are frivole;ls at vAthout suitable meeting (such as a City council Protest with An Adcquatr. ct.t%l tt:ot!ull III merit, the neclo:ial Administrator may mecthnt); thuyol to rho Cranirc and r&7 Ir illn take such action% as are described in (it) Inform ilia complainant slid one week tacit;iartt-Ipt tf i pato ethl paragraphs MU) and tk1 of this sec- other Interested parties of the procedures one mme data rs. 11 of thisroereport lion on tion. which the brantee will observe for reso- ;Ilan constitute fl, 7a. y action. Ill) Thrte ffniftaffons. (1) A protest lution of the protest: shaft cons a shall Ann!ilister action,!iron: pursuant to paragraph (dt of this see- till) Obtain till appropriate extcnslon which villi oil.. 11 o:o turthtr admin- tion should be trade As e3AY sit WAsnble of trio period for acceptance of trio bid nuty ext appeal. Tito llcrtati l Coi►1isc1 during tate pra:urentent prones,tfor ex- and boudis) of each interested party, may extend these thnc lintRntiotts,v.1101.0 appropilnlc. ample, fnuut,flately after Issuance of a where aPPhlcablc: failure to AMC to a it) procedurel. (1) Where resolution solicitation for bids) to avoid dittuplion sultable extcusfen of such bid nod bid of nu issue Propt•1•iv ralsed with respect of or unneccintry delay to We procure- bond(a) by the Party which t»itiated to a procurement requirclopot of thl:1 Ment pnacefs. A protest At'thorized by the protest siin)l be cause for sasnmory subpart rc•utics prior or collateral reso- parasraph (d) of this section must be dismissal of ilio protest by the graffito Julian of a legal Iloilo arising under f uAto received by the erantce withlo one week or t,,a 1te71anal Admhnlumlor; and or local low,and such law is ,at elcaihy after the basis for the protest Is known (top) promptly deliver (preferably by established fit published legal derislonn of or should have been known, whichever certified mail, return receipt requested, the Parte or other relevant Jurisdiction, Is earlier (Ceneraliy.In the rase of for- or by personal delivery) its written do- one orAntea or Jlettiounl Admfnisttator nosily advertised procurement, nithini tennluatlon of the Protest to the coal- may valyupon: . one neck atter bid opening.If the basis plaining party rod to each other par- (1) Ail opinion of ilia grantee's JeCal for the protest is,or should have been, tielpating party. counsel Adequately addressing the Issue. than knormi, 43) Tho grantee's determination must til) The established or cousistvill, (2) A protest appeal authorized by be aiijampanled by a )coal opinion ad- Practice of the Crantea, to the extrnt PRracraph (a) of this' ►ection roust ]1e timpi ns issues arising under state,ter- approprlatc,or received by the Jtesionnt Administrator ritorial.or local law off any),and where (1111 Tho law of other States or local within one week atter the complailoo t Step 3 construction Is bivalved. by fill Jurisdictions an established hl published has recelved' the grautte's determine- engineering report.If appropriate. legal divisions.or tion, (4) The Cronies should seek to resolve 110 If none of the foregoing title. (3) If a protest is malled, the tram- any such protest as promptly as pass!- quately resolve the issue,published deel. WRInIng party bears the risk of non- bla—Ccnerauy within three weeks atter alone of pie Comptroller General of the delivery within the required time period. receiilt of a protest,unless extenuating United States (U.S.General Accounting It Is suggested that nu documents trans- circonostances require a loner period of Office) or of line Federal courts nddrrra- mltted pursuant to this section be time for proper resolution of tine protest. Ilia Federal rouirements comparable to ■ malted by certified mail (return receiptto) Tepfonal.idntfstistratorrertete.(i) procurement requirements of tills sub» requestedi or otherwho delivered fit a A party with a direct financial Interest part• ml-»»or which will oblectivrly catnblish • ttdveisciY attcria'i by a grantee drterini- (2) Ibr the determination of 71cderal rho date of racelpt.Initiation of protest nation made pursuant to pararrAph td) !:tsars presented by ilia protest,tine lie- actio.•nR pursuantt to paraAraphs 'do or of this section with respect to a procure- glonal t.dinlnistrator may rely upon: (a) of tills section tout)•be made by brief Ment requirement of this subpart May (U Determinations of other Protests telographlo notice accompanied by submit a written request to the tteskinal derided under this section,unless such simultaneous malting or ither delivery protests have been revereed,and • of n nnorn'ttetauaair cd #aicmt of trio basis Administrator for his review of suclt da- for thio Protest.Telephonicdetameprotests alis terounatlon. Ally such request must be tip Pubhlshed decisions of the Comp• In writtnC, Must adequately state rho troller General of the United EtateR or slat be coniiicrccl, baste for the protest (Including refer- of tine Federal courts addressbia b`edcrnt (c) Other Initial requiretaenta, (1) core to the spccilho sectlo»ts) of dins requirements comparnhte to procure- The Initial protest document matt briefly subpart aflered to prohibit tine prorile- mcnt requ(rcalents of tills subpart. state the basis for the protest,and should inemt action). and must be received by tp atter to tilt specific rection(s)of tits the Iicaionai Administrator within ono ,A; ,subpart which allegedly protlbit the pro- week Atter tile cenuitlaini»g patty has curOMci L notion,till sticeftletify request received the rranntee'R doWrminatlon of '4 a determination pure-oa»t to tills sec- ilia protest•.A copy of tine Cranttv's do- ' ,clan, (ftp Ide»tdy tine srcrlfic prod""' termination and other dornmodal tot,in Anent ductittient's) or porti.ntts) thereof s»ppom of the request for rovle .shelf 'in Issue,"tiff tivl hu•haic the name,tele- be transmitted with the requeAL, V1/'L#.7V 'p1tono»umber,and addrors of lite pier- 00 99 ,son reliq scnUng the proteltUna duty. r t i E S • 35.939 PItO ESTS (CMITITWO) PAGE 2 q)The itcs:lonal iCatlnsil may esfab• able to the etssr;dainant. tine arantaa'a i i.+h sddlllartal procedural tsnuicemrara procurement action star assasnldr.cols- a-deadlones for file subtas:ayn of ma- groat awards nnust b# taken us accord- by Particas or for the ra tnmpls+h• ort-.t rt other taorrdurr+. SShere tuna once still larirasecuttniliallossrumydlassaa at by ilia so art,live sinal ls�hrs.hp tlttssr ants wilts tt.c Procurement Pralr6lous of tills , at o.the licrfarscl mplUl-s!,in ri wired sui,chapler by the arsn:ra shall be a•tuw: r.;�t lark to a�'cosnpuah rise rrpuitcd for enforcement action In Accordance ae»:n as praun,s•tf As grit+,t far file in- wftil ane or more at the provbdetrsa of It.-tit of eapcdlUng the i:twumnant f SS.p6b. ar»:n• las u the Regional Administrator oto•. *;A'�C nAuut to hi ttrostlaii at a rsc're a � termfaesi that a Protrat ptasteented line- eetfsr:e ltursutnL to y}rtts:s►ttat sdt int t0 this aaet�ss 1s fritrotat+,he lJtaY +c. Cf thta scs,tlon must tsnss�:tsrstcuity bu-it protest the party which Promoted l:rwl•h each other party with a copy lu It profor future be acstracta dr and o:s xh document. also t rg foe hulf this s award taco all The psoseduress etatlf:hrd1y thfsr also I+ar>"[iron tits of this t,may nt. i st: be t%n are not inteneed to tircrhuta in• oj)pursuant t a.il secpration may tot ct tt•:swat resolution or Voluntary With to O e ttssnumt is tltii�rtttott with rcgtapt dsaaai at prate"A cssmPlrhtant may to.hctelues,las wl:.draw its cis ext at any ti,,sa.and the tf) nt pro nut arising under the iter. cttremsnt pravidmn:of this subehspter; '. r:e.cst prott ne shall theroupots be td) lames relating to the wteethm.ot , • , tt»:hated. a consular#onsinw:Prorided.That a Ids The notional Adminhicalor may t.-g'•te appropriate provieloas cf ails see- protest may be tlted Only with require, ' Ven in the dltehar'ae of hiss rtAmis1w sty us the f ismanI&S37 o7r ltrmhprocedutoi tesnrira• ' to stniesr Prasiter procurtment tathods ase3)s of if 7prim primarily 311-11317-9,st- =111-i 35.935-21A 1. t01 infanta aal ir cr or dnces; ad'�1► , tit) Burden of proof. sl) its proceed• St(4) riochim"ar l"Cracesl aw:1 pursumsi to paraetwatu sit)and set tSt l�rnvlsmrns of Mttcrai l"UTAtlolus It the orsnhis ill and(to applicable to larval.»#iteral contracts, of»~_s aactlotl, unless such pri islims ero exnilettiY re- . R:a"d a tornnaltr advathed. romped- tarred to ar,lafte rorated in this suiivartl . tlrely bid.fixed Price contract to a party (b) 3Mdo project dalm determine •.:.• . %t•.o has ealindlicd the apparent lesatt Items (for example, tiro selection of in- ' pale# the paaarty lnitb►urtz the protest ahroeation Versus other methods of din• W21 Saar the burden of proof in the posat of sludge):or >•sro:est Praearsuns a. (s) Award of subcontracts or Instant# In the pracedinrn pursuant to of purchase orders under a formally ad- puagrapth sol of this Milos. vordsed.-compotittveW bid. lump-sum 40 Jr lira Cranke proposes to asard a ametrtutfan contr acti.Provided. That faznali.Y advadlogd, compaittte!r trid, prot"t, may be made,with respect to Alssd-131.100 cemtrsat to a blddar other alieead violation or the railowfaet' Lilts, ilia bWdrr xisl:lt submitted tiro . (1) fionirstrtetive•spoetticall (ace s;:aratlt lowsn~t arlee. the lacuna wilt i 56.Di8-t8(a));or. ba r the Is It of provhN:first its,deter- al) Previsions of this subpart applka. w1natism cancarrine retiombitt, s Is In bie to the procurement'proaedures,na-.... ,. =...;.:;.; act hal, r.ar►d ecnation or award ot'subeontraets or on)u ltro alas!:foe tita nratrtc#s dh Issuance of purchase orders pursuant to;'. . ..•: !#rarinatlon 4 a Artdtats of IusItesytou1• 1311.11317-12 (suiacwrtracta .under nits- r :` ,`_{'.'•:.::.:,.:`.:.< teary. aro erowlee must rstabliW omit aercasmentsfor arahiteetuniaratte!peer- . '::` .- ::;.•...: ;. .. wt+ttantlAta tiro basic for tt+i:ieterattna- tarsi r[cruces)or f i8.ea8-0(Buts=ttacta t.:<';;:•:.:' :'ai:::"=°:' :> floss and mast adostausttair cntatltrh brat under"astruction coritractal, ::•.k:`. '::. tads determination.hike tntw'rI made in tie) Summary dlsPesilloa. The loo- rondtattir. alm ai Administrator may summit I !Deferral N procurement ratios, dismiss a proiaat, without Proccedbnas Cpatt realist of a Protest istimAut to,wider paragprapiss tits or to) of this sac-. l�i:'sstratri) sdf oL .thus Factfani. the iters.if ho datermine s then tho protest is . ' r�aatee mint for the prolultd Pro- frhoiom or without merit--for example.•'.... ": : ' moment action tfor example.deter the that ilia protested action of tho amates tos:tract award or faraannca of »otica Primarily Involves Win of state or local: ;.r :::r•.;'.r,.:: ,' , ' to proceed udder a contract) until.law.Any such determination shalt War . • :'<: Un dors atter delivery of its deter- briefly to tiro facts strbstanaatjasc the innistion to the PartkiPatintt Parties, basis tor.the determlaatlon: V 1t':tete tow itrdiannat Admhiiadrator has recehed a written prakert pursuant , • to raraatapir 10) of Usk tactien, he most nobly the irraideo pswapily to ddar Its psotrtdeti proevivissent action uoui notlfird of the formtai cr informal �Q 1• reMutlon of iiialrrotcstt if a thiersolim- llesn is made 11�either the Rrrtltea or the }[•,.. _ ' _ ftional Admlysistrntar=wtilcir is tavoi+ 4 CALIFORNIA LABOR CODE In accordance with changes to the California Labor Code resulting from ' approval of Assembly Bill No. 2363, the following 5tate'prevaili, wage determinations for Contra Costa County are the'latest wage rates forthis project, and are in addition to the Federal Wage Determinations. The Wage Determination required for the construction project is thatin' effect ten (10) days prior to bid opening. t � ;t F g3 �t lEt ks.. .j d ka G.t, t ..,, rF s 4'-,K e -n,� d ("ri•.t" >r t! i_. 4 7 s 44#rC� fit, 3 ss s °� �. #,t { �Ttt ��,k�'; }A„ -`s �y yF "I ! ^Y{{���.5a'�� t zi 1r ,r �*,x 5t4� �`� tx'li• �#g#i##.. �lq 'at it�:yi5y.tr i4t ,. !t a �t #. .�' fi*4 �` � ��l�tko � B x i x i z t 7 t3 S. "a „a x, 4 r ti a 4s `aka �+35asui�"�' � z a ! h i Aye+ .�$ et33 �` w t Fc A x "Y thG *�-: F' �.' T t t� 'x k2 It att .fix ar+ � iaxd4k ki ;Y"Ti ''r ```����`'`'t�?tt Zk' tiS s � ��,��♦J� k. � - a f'k'L + � .� � - a E 3+rv, ��'t� t•s c x t�`�,z � x. - ;:<ti � r t'` 45 C3S r r t f �' "";.�'{, 3.., -} do ��•' },a tV't. 4 J GENERAL WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE, PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 Ref: 018-00003-001 Determinations 018-07-77-1 Effective date of determination: January 1, 1977. Expiration date of determination: June 30, 1977, unless earlier modified, corrected, superseded, or rescinded by the Director. Locality: All localities within Alameda, Contra Costa, Santa Clara, and San Benito counties. Craft: Bricklayer Wage rates Basic hourly Classification (,j-qurnevmen) rate Bricklayer $11.95 B=12yer payment (Labor Code Section 1773,1) Health and Welfare: $1.05 per hour worked. Pensions $1.05 per hour worked. Vacation/holiday: Included in basic hourly rate,a Training: 20¢ per hour worked. ,mss a95¢ per hour worked withheld from wages and sent to vacation fund. Duras 7 hours daily, Monday through Friday. Overtime: Work from 7:00 a.m. to 12:00 noon and from 12:30 p.m. to 3=30 P-m. is paid at straight time. All other time is paid at 2x the basic straight-time hourly rate. Pr e um nay for Saturdava, Sundays, and holidays, Double time. In accordance with Labor Code Section 1773, holidays upon which the general pre- vailing hourly wage rate for holiday work shall be paid shalt be all holidays recognized in the collective bargaining agreement applicable to the particular craft, classification, or type of worker employed on the project which is on file with the Director of Industrial Relations. Travel and subsistencer pavements: The contractor shall make travel and subsistence payments to each worker needed to execute the work, as such travel and subsistence payments are defined in the applicable collective bargaining agreement filed with the Director of Industrial Relations in accordance with Labor Code Section 1773.8. Y GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 Ref: 061-00302-001 Supersedes Det: 061-06-77-1 Determination: 061-06-77-2 ® Effective date of determination: July 1, 1977. Expiration date of determination May 31, 1978, unless earlier modified, corrected, s superseded, or rescinded by the Director. Locality: All localities within Contra Costa County. Craft: Electrician rates Basic straight-time Classification 0 ourneymen) hourly rate ' Inside Wireman $15.05 Technician 15.05 Cable Splicer 16.55 Employer payments (Labor Code Section 1773.1 Health and welfare: 85¢ per hour worked. Pension: $1.00 per hour worked.a Vaoation/holiday: Included in basic straight-time hourly rate.b Training: 3¢ per hour worked. aIn addition, employer contributes an amount equal to 3% of groes wages to the National Employees Benefit Board. bl1% of wages withheld and sent to vacation-holiday fund. Straight- time hours: 8 hours daily, Monday through Friday. Alternate workweeks of 32 and 40 hours. Over LMe aDA holiday rate: Work from 8:00 a.m. to 12:00 noon, and from 12:30 p.m. to 4:30 p.m. is paid at straight time. All other time, including Saturdays, Sundays, holidays and hours worked after 32 hours in 32 hour workweek is paid at 2x the basic straight-time hourly rate plus employer payments as shown above. Recognized holidays: In accordance with Labor Code Section 1773, holidays upon which the general prevailing hourly wage rate for holiday work shall be paid shall be all holidays recognized in the collective bargaining agreement applicable to the particular craft, classification, or type of worker employed on the project which is on file with the Director of Industrial Relations. Travel and subsistence payments: The contractor shall make travel and subsistence payments to each worker needed to execute the work, as such travel and subsistence payments are defined in the applicable collective bargaining agreement filed with the Director of Industrial Relations in accordance with Labor Code Section 1773.8. 00503 1 GENE AL WAGE DETERMINATION MADE BY THE DIRECTOR OF oil INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1710, 1773 AND 1773.1 Ref: 102-00106-002 Determination: 102-08-77-1 Effective date of determination: January 1, 1977. Expiration date of determination: June 30, 1977, unless earlier modified, corrected, superseded, or rescinded by the Director. Locality: All localities within Alameda and Contra Costa counties. Craft: Brick Tender Waf!e rates Basic straight-time- Classification (Journeymen) hourly rate Brick Tender $8.84 Fployer payments (Labor Code Section 1773.1) , Health and welfare: 95¢ per hour worked. Pension: $1.75 per hour worked, Vacation/holiday: Included in basic straight-time hourly rate.. a70¢ per hour withheld from wages and sent to vacation fund. Hours: 7 hours daily, Monday through Friday. Overtime: Work from 8:00 a.m. to 12:00 noon, and from 12=30 p-m-,to 3:30,.p.m. is paid at straight time. All other time is paid at 2x the basic straight-time hourly rete. Hod carriers starting time shall be 15 minutes before normal work hours, said 15 minutes to be paid at double time. Premium Ra or I aaturdays, Sundays, and holidays: Double time. In accordance with Labor Code Section 1773, holidays upon which the general prevail- ing hourly wage rate for holiday work shall be paid shall be all holidays recognized in the collective bargaining agreement applicable to the particular craft, classifi- cation, or type of worker employed on the project which is on file with the Director of Industrial Relations. Travel and subsistence a en s: The contractor shall make travel and subsistence pay- ments to each worker needed to execute the work, as such travel and subsistence payments are defined in the applicable collective bargaining agreement filed with the Director of Industrial Relations in accordance with Labor Code Section 1773.8. 00504 , {{ A� , i I GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 Ref: 102-00166-001 Correction, supersedes Det: 102-18-77-1 Determination: 102-18-77-2 Effective date of determination: January 1, 1977. Expiration date of determination: June 30, 1977, unless earlier modified, corrected, superseded, or rescinded by the Director. Locality: All localities within Alameda and Contra Costa counties. Craft: Plaster Tender Wage rates Basic straight-time Classification (Journeymen) hourly rate Plaster Tender $8.87 Suployer payments (Labor Code Section 1773.1) Health and welfare: 95¢ per hour worked. Pensions $1.75 per hour worked. Vacation/holiday: Included in basic straight-time hourly rate.a a70¢ per hour withheld from wages and sent to vacation fund. Straight-time hours; 7 hours daily, Monday through Thursday; 4-hour workday on Friday. Overtime and holiday rates Work from 8:00 a.m. to 12;00 noon, Monday through Friday, and from 12:30 p.m. to 3:30 p.m., Monday through Thursday, is paid at straight time. All other time, including Saturdays, Sundays, and holidays is paid at 2x thb basic straight-time hourly rate. Hod carriers starting time shall be 15 minutes before normal work hours; $..50 is to be paid for such set up period. ReNeeoanized holidays: In accordance with Labor Code Section 1773, holidays upon which the general prevailing hourly wage rate for holiday work shall be paid shall be all holidays recognized in the collective bargaining agreement applicable to the particular craft, classification, or type of worker employed on the project which is on file with the Director of Industrial Relations. Travel and subsistence payments: The contractor shall make travel and subsistence payments to each worker needed to execute the work, as such travel and subsistence payments are defined in the applicable collective bargaining agreement filed with the Director of Industrial Relations in accordance with Labor Code Section 1773.8. 00505 GENERAL WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR , CODE, PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1713 AND 1773.1 Ref: 140-00088-001 , Determination: 140-06-77-1 Effective date of determination: January 1, 1977. Expiration date of determination: June 30, 1977, unless earlier modified, corrected, , superseded, or rescinded by the Director. Locality: All localities within Alameda and Contra Costa counties. Craft: Lather Wage rates , Classification ,(Journeymen) Basic hourlyrate Lather $11.36 , Employer Payments (Labor Code Section 1773.1) Health and welfare: $1.09 per hour worked- Pension: Pension: $1.26+ per hour worked. Vacation/holiday: Included in basic hourly wage.a Training: * per hour worked. x$1.00 per hour worked withheld from wages and sent to vacation-holiday fund. Hours: 8 hours daily, Monday through Thursday; 4 hours on Friday. , Overtime: Work from 8:00 a.m. to 4:30 p.m. Monday through Thursday and 8:00 a.m. to , 12:00 noon Friday is paid at straight time. All other time is paid at 2x the basic atraight-time hourly rate. Premium ZZ for Saturdays, Sundays, and holidays: Double time. In accordance with Labor Code Section 1773, holidays upon which the general pre- vailing hourly wage rate for holiday work shall be paid shall be all holidays recognized in the collective bargaining agreement applicable to the particular , craft, classification, or type of worker employed on the project which is on file with the Director of Industrial Relations. Travel and subsistence ,Payments: The contractor shall make travel and subsistence , payments to each worker needed to execute the work,'as such travel and subsistence payments are defined in the applicable collective bargaining agreement filed with the Director of Industrial Relations in accordance with Labor Code Section 1773.8. , f 0 E 1 rJ GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 ® Modification, supersedes Ref: 166--00216-001 Det: 166-07-77-1 Determination: 166-07-77-2 Effective date of determination: January 1, 1977. Expiration date of determination: June 30, 1977, unless earlier modified, corrected, superseded, or rescinded by the Director. Locality: All localities within Alameda, Contra Costa, Napa, and Solano counties. Craft: Sheet Metal Worker WeaeWu Basic straight-time Classification (Journeymen) hourly rate Sheet Metal Worker $11.25 Employer payments (Labor Code Section 1773.1) Health and welfare: 66¢ per hour worked. Pension: $1.95 per hour worked. Vacation/holiday: Employer contributes an amount equal to 12% of gross wages. Training: Q¢ per hour worked. Straight-time hours: 8 hours daily, Monday through Friday. Alternate workweeks of A and 5 days. Overtime and holiday rate: Work from 8:00 a.m. to 5:00 P.M. is paid at straight time. All other time, including Saturdays, Sundays, holidays and the fifth day of a /,,-day workweek is paid at 2x the basic straight-time hourly rate. (Working hours may be changed by mutual agreement, but the starting time shall not be earlier than 7:00 a.m.) Recognized holidays: In accordance with Labor Code Section 1773, holidays upon which the general prevailing hourly wage rate for holiday work shall be paid shall be all holidays recognized in the collective bargaining agreement applicable to the particular orkft, classification, or type of worker employed on the project which is on file with the Director of Industrial Relations. Travel and subgistence payments: The contractor shall make travel and subsistence payments to each worker needed to execute the work, as such travel and subsistence payments are defined in the applicable collective bargaining agreement filed with the Director of Industrial Relations in accordance with Labor Code Section 1773.8. 0050 t _: F 1 � GENERAL WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE , PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 Ref: 200-000OX-001 Determination: 200-15-77-1 , Effective date of determination: January 1, 1977. Expiration date of determination: June 30, 1977, unless earlier modified, corrected, , superseded, or rescinded by the Director. Locality: All localities within Alameda, Contra Costa, E1 Dorado, Napa, Nevada, Placer, n Sacramento, Sierra, Solano, and Yolo counties, excluding those portions lying in the Lake Tahoe Basin Area. Craft: Painter and related trades. Wage rates , Basic straight-time Classification (journeymen) hourly rate Painter $11.12 Spray Painter 11.37 Spray Painter for Coal Tar Products 11.62 , Tapers 11.92 Dnployer payments (Labor Code Section 1773.1) Health and welfare: 99¢ per hour. Pension: $1.30 per hour. Vacation/holiday: 40¢ per hour. Beneficial fund: 40¢ per hour. Training: 3¢ per hour. Hours: 8 hours daily, Monday through Friday. Alternate Fridays are non-working days. , Overtime: Work from 8:00 a.m. to 12:00 noon and from 12:30 p.m. to 4:30 p.m. is paid at straight time. Double the straight-time hourly rate is paid for work on Friday of the 32-hour workweek. All other time is paid at 1*x the basic straight-time hourly rate. a Premium pM for Saturdays, Sundays, ,end holidays: Double time. In accordance with Labor Code Section 1773, holidays upon which the general prevail- ' ing hourly wage rate for holiday work shall be paid shall be all holidays recognized , in the collective bargaining agreement applicable to the particular craft, classifi- cation, or type of worker employed on the project which is on file with the Director of Industrial Relations. Travel And subsistence payments: The contractor shall make travel and subsistence pay- ments to each worker needed to execute the work, as such travel and subsistence payments are defined in the applicable collective bargaining agreement filed with the Director of Industrial Relations in accordance with Labor Code Section 1773.8. n� 00508 Y i GENERAL WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1713.1 Ref: 203-00112-001 Determination: 203-08-77-1 Effective date of determination: January 1, 1971. Expiration date of determination: June 30, 1977, unless earlier modified, vorrectcd, superseded, or rescinded by the Director. Locality: All localities within Alameda and Centra Costa countiou. Craft: Plasterer Wane rates basic straight-time Classification (Journeymen) hourly rate Plasterer $10.60 flnoloyer payments (Labor Code Section 1773.1) Health and welfare: $1.00 per hour worked. Pension: $1.30 per hour worked. Vacation/holiday: Included in basic straight-time hourly rate.a Training: 3¢ per hour.b a 700 per hour worked withhold from wages and sent to vacation fund. In addition, employer contributes $75 per year to Joint Labor-Management Apprentice- ship Committee. Hours: 7 hours daily, Monday through Thursday; 4-hour workday on Friday. Overtimes Work from 8:00 a.m. to 12:00 noon, Monday through Friday and from 12:30 p.m. to 3:30 p.m., Monday through Thursday is paid at straight time. All other time is paid at 2x the basic straight-time hourly rate. Prete pgy Lot Saturdays, Sundays, Ap_d_ holidays: Double time. In accordance with Labor Code Section 1773, holidays upon which the general prevail- ing hourly wage rate for holiday work shall be paid shall be all holidays recognized in the collective bargaining agreement applicable to the particular craft, classifi- cation, or type of worker employed on the project which is on file with the Director of Industrial Relations. a Travel and subsistence payments: The contractor shall make travel and subsistence pay- ments to each worker needed to execute the work, as such travel and subsistence payments are defined in the applicable collective bargaining agreement filed with the Director of Industrial Relations in accordance with Labor Code Section 1773.8. 4� i 1 005-09 x GENERAL WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA EABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 Ref: 204-00159-001 Determination: 204-04-77-1 Effective date of determination: January 1, 1977. Expiration date of determination: June 30, 1977, unless earlier modified, corrected, superseded, or rescinded by the Director. Locality: All localities within Contra Costa County. Craft: Plumber and related trades. Wage rates Basic straight-time Classification (Journeymen)- hourly rate Plumber $13.12 Pipe Fitter 13.12 Employer payments (Labor Code Section 1773.1) Health and welfare: $1.25 per hour worked. Pension: $2.29 per hour worked. Vacation/holiday: Included in basic straight-time hourly rate.a Training: 20¢ per hour worked. Vacation administration: 3¢ per hour worked. a$1.25 per hour worked withheld from wages and sent to vacation fund. Hours: 8 hours daily, Monday through Thursday, 4-hour workday on Friday. Overtimet Work from 8:00 a.m. to 12:00 noon, Monday through Friday and from 12:30 p.m. to 4:30 p.m., Monday through Thursday iu paid at straight time. Starting time may vary up to one hour before or after 8;00 a.m. All other time outside of regular working hours or in excess of 8 hours iu paid at 2x the basic straight-time hourly rate. Premium pgy Lol Saturdays, Sundays, jad holidays: Double time. , In accordance with Labor Code Section 1773, holidays upon which the general prevail- ing hourly wage rate for holiday work shall be paid shall be all holidays recognized in the collective bargaining agreement applicable to the particular craft, classifi- cation, or type of worker employed on the project which is on file with the Director of Industrial Relations. , Travel And subsistence payments; The contractor shall make travel and subsistence pay- ments to each worker needed to execute the work, as such travel and subsistence payments are defined in the applicable collective bargaining agreement filed with the Director of Industrial Relations in accordance with Labor Code Section 1773.8. ii OW-1 il DIU GENERAL WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 177 AND 1773.1 Ref: 204-00342-003 Determination: 204-13-77-1 Effective date of determination: January 1, 1977. Expiration date of determination: June 30, 1977, unless earlier modified, corrected, superseded, or rescinded by the Director. Locality: All localities within Alameda and Contra Costa counties. Craft: Plumber and related trades. Wape rates Basic straight-time Classification (Journeymen) hourly rate Steam Fitter $13.30 Employer payments (Labor Code Section 1773.1) Health and welfare: $1.25 per hour worked or paid. Pension: $2.29 per hour worked or paid. $' Vacation/holiday: Included in basic straight-time hourly rate.a Training: 16J¢ per hour worked or paid. a,, per hour worked or paid withheld from wages and sent to vacation fund. Hours: 8 hours daily Monday through Friday. Alternate workweeks of 4 and 5 days. Overtime: Work from 8:00 a.m, to 12:00 noon, and from 12:30 p.m. to 4:30 p.m. is paid at straight time. All other time and the fifth,day of 4-day workweek is paid at 2x the basic straight-time hourly rate. Pry = Lox Saturdays, Sundays, N d holidays: Double time. In accordance with Labor Code Section 1773, holidays upon which the general prevail- ing hourly wage rate for holiday work shall be paid shall be all holidays recognized in the collective bargaining agreement applicable to the particular craft, classifi- cation, or type of worker employed on the project which is on file with the Director of Industrial Relations. Travel subsistence payments: The contractor shall make travel and subsistence pay- ments to each worker needed to execute the 4ork, as such travel and subsistence payments are defined in the applicable collective bargaining agreement filed with the Director of Industrial Relations in accordance with Labor Code Section 1773.8. E;E'IERAL WAGE DETENMINATION 14ADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, 00 AFTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 Ref: 023-00203-001 Determination: 203-01-77-1 Eft'vetive date or determination: January 1, 1977. , Expiration date of determination: June 15, 1977, unless earlier modified, corrected, cupern:eded, or rescinded b;; the Director. L eali.ty: All localities within Ala;icda, Alpine, Amador, Butte, Calaveras, Colusa, , Contra Costa, Del tiorte, El Dorado, Fresno, Glenn, Humboldt, Kings, Lake, Lassen, Madera, Marin, Mariposa, Mendocino, Merced, Modoe, Monterey, Napa, Nevada, Placer, Pluna:;, Sacra,iento, San Benito, San Francisco, San Joaquin, San Mateo, Santa Clara, Sarii.a Cruz, Shasta, Sierra, Siakiyou, Selene, Sonoma, Stanislaus, Sutter, Tchama, Trinity, Tulare, ':'u-.luuine, Yolo, and Yuba counties. CcafL: Cement Mason. Waa!: rates: Basic straight-tine Classification (Journeymen) hourly rate rmmon t. ::ason $10.00 Men wor".:ing f;-on awing or slip fora scaffolds 10.25 Mastic, :agnrsite, Voxy, polyester, wesin, gypu:s-, and all co;ipositirs masons 10.25 E..► la�var Payiiients (Labe: Code Section 1773.1) :i• Ith and welfare: x"1.15 per hour worked or paid. Pennion: 11,0 per hcur wor4ed or paid. nisLion'huliJa ; $1.50 per hour works] or paid. Ci•alning: 5¢ per hour worked or paid. 'G hours daily, tdo6day through Friday. Overtime: Wor.c frou 8:01) a.ia. to 400 p.m. is paid at straight time. Starting tiiiie :•gay vary on individual jobsites. 'rime and one-half the basic straight-time houoly rata is paid for the first 2 overti:aie hours. All other time and before the regular starting tine is paid at 2x the basic straight-time hourly rate. Premium Pay for Saturdays, Sundays, and holidays: Double time. In accordance with Labor Code Section 1773, holidays upon which the general prevail- ing hourly wage rate for holiday work shall be paid shall be all holidays recognized In the collective bargaining agreement applicable to the particular craft, elassift- cation, or type of worker employed on the project which is on file with the Director of Industrial Relations. Travel and subsistence payments: The contractor ahall make travel and subsistence pay- ments to each worker needed to execute the work, as such travel and subsistence payments are defined in the applicable collective bargaining agreement filed with the Director of Industrial Relations in accordance with Labor Code Section 1773,8. , i 00512 a GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 Modification, supersedes Ref: 200-OWOX-017 Det: 200-31-77-1 Determination: 200-31-77-2 Page 1 of 2 Effective date of determination: January 1, 1977. Expiration date of determination: September 30, 1977, unless earlier modified, corrected, superseded, or rescinded by the Director. Locality: All localities within Alameda, Alpine, Amador, Butte, Calaveras, Colusa, Contra Costa, Del Norte, El Dorado, Glenn, Humboldt, Inyo, Lake, Lassen, Madera, Marin, Mariposa, Mendocino, Merced, Modoe, Mono, Monterey, Napa, Nevada, Placer, Plumas, Sacramento, San Benito, San Francisco, San Joaquin, San Mateo, Santa Clara, Santa Cruz, Shasta, Sierra, Siskiyou, Solano, Sonoma, Stanislaus, Sutter, Tehama, Trinity, Tuolumne, Yolo, and Yuba counties. i Craft: Parking and highway improvement painter. Wage rates Basic straight-time �lassificstion (Journeymen) hourly rate Traffic delineating device applicator $8.87 Mixer operator 8.87 Squeegee man 6.37 Applicator operator 7.72 Shuttleman 6.65 Top man 6.22 Wheel stop installer 8.87 Traffic surface sandblaster 8.87 Helper for above classifications 7.72 Striper 9.97 Striper helper 6.22 Serviceman 6.65 Employer payments (Labor Code Section 1773.1) Health and welfare: 50¢ per hour worked. Pensions 35¢ per hour paid. Vacation: 13¢ per hour worked in first year of employment; 33¢ for one year but leas than five years; 43¢ for five years but leas than ten years; 53¢ for ten years and over. Holidays, 22¢ per hour worked. Straight-time hours: 8 hours daily. Overtime and holi a rates All time in excess of 8 hours daily or 40 hours weekly is paid at lix the basic straight-time hourly rate; double the basic straight-time hourly rate is paid for holidays plus employer payments as shown above. 00013 r a Modification, supersedes Ref:' 200-00007[-017 Det: 200-31-77-1 Determination: 200-31-77-2 Page 2 of 2 , Recognized holidayst In accordance with Labor Code Section 1773, hplidays upon which , the general prevailing hourly wage rate for holiday work shall be paid shall be all holidays recognized in the collective bargaining agreement applicable to the particular craft, classification, or type of worker employed on the project which , is on file with the Director of Industrial Relations. Traveltimid ,subsistence Payments: The contractor shall make travel and subsistence payments to each worker needed to execute the work, as such travel and subsistence payments are defined in the applicable collective bargaining agreement filed with the Director of Industrial Relations in accordance with Labor Code Section 1773.8• { . .4� 00514 GENERAL WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 Rei': 232-OGOOX-001 Determination: 232-02-77-1 Page 1 of 2 Effective date of determination: January 1, 1977. Expiration date of determination: July 31, 1977, unless earlier modified, corrected, superseded, or rescinded by the Director. Locality: All localities within Alameda and Contra Costa counties. Craft: Roofer and related trades. Wane rates Basic straight-time Classification (journeymen) hourly rate Roofer $10.94 Bitumastic, Enamelers, Pipe Wrappers, Coal Tar Pitch Built-Up 11.94 Mastic Workers 11.19 Kettleman (2 kettles without pumps) 11.19 Employer payments (Labor Code Section 1773.1) Health and welfare: $1.17 per hour worked. Pension: $1.10 per hour worked. Vacation/holiday: 600 per hour worked. Training: 4¢ per hour worked. Hourss From March 1 through August 31, the regular work week shall consist of thirty-six (36) hours from 8:00 a.m. Monday to noon Friday, and the regular work day shall consist of eight (8) hours, 8:00 a.m. to 4130 p.m., Monday through Thursday, while the regular work day on Fridays shall consist of four (4) hours, 8tOO a.m. to noon. From September 1 through the last day of February, the regular work week shall consist of forty (40) hours from 8:00 a.m. Monday to 4:30 p.m. Friday, and the regular work day shall consist of eight (8) hours 8:00 a.m. to 4:30 p.m., Mondays through Fridays, both inclusive. Overtime: The first two (2) hours overtime on regular work days of eight (8) hours shall be paid at the rate of time and one-half and at the rate of double time thereafter. During the period March 1 through August 31 each year, the employee may at the option of the Individual Employer be required to work four (4) hours additional at time and one-half on Fridays immediately after completing the regular four (4) hour day, but all additional time worked over 8 hours on Fridays from March 1 through August 31 is to be paid at double time. Starting time may be as early as 6:00 a.m. or as late as 8:30 a.m. (during winter months) with regular length of working days observed. 00 15 f Ref: 232-000OX-001 Determination: 232-02-77-1 Page 2 of 2 , Premium 2M for Saturdays, Sundays, and holidays: Double time. In accordance with Labor Code Section 1773, holidays upon which the general prevail- ing hourly wage rate for holiday work shall be paid shall be all holidays recognized in the collective bargaining agreement applicable to the particular craft, classifi- cation, or type of worker employed on the project which is on file with the Director , of Industrial Relations. Travel and subsistence payments: The contractor shall make travel and subsistence pay- ments to each worker needed to execute the work, as such travel and subsistence , payments are defined in the applicable collective bargaining agreement filed with the Director of Industrial Relations in accordance with Labor Code Section 1773.6. S 1 N1, ,5 , f 4 K R S 5 .t {1 0 0516 C GENERAL PREVAILING WAGE DETEMNATION MADE BY TILE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 Modification, supersedes Ref: 200-00169-001 Det: 200-10-77-1 Determination: 200-10-77-2 Effective date of determination: January 1, 1977. Expiration date of determination: Juno 30, 1977, unless earlier modified, corrected, superseded, or rescinded by the Director. Locality: All localities within Alameda, Contra Costa, Lake, Marin, Mendocino, Monterey, Napa, San Benito, San Francisco, San Matoo, Santa Clara, Santa Cruz, Solano (cities of Fairfield and Vallejo and surrounding vicinity), and Sonoma counties. Craft: Glazier Wage rates Basic straight-time Classification (Journeymen) hourly rate Glazier $11.23 Emplover navmento (Labor Code Section 1773.1) Health and welfare: 92¢ par hour worked. Pension: $1.35 per hour worked. Vacation/holiday: 4 Training: 2¢ per hour worked. a$1.13 per hour worked withhold from wagen and sent to beneficial fund. Employees receive 7 paid holidays or 340 per hour worked. Straight-time ours: 8 hours daily, Monday through Friday. Alternate workweeks of 32 and QO hours. Overtime and holiday rate: Work from 8:00 a.m. to 5:00 p.m. is paid at straight time. Time and one-half the basic straight-time hourly rate in paid for the first 2 overtime hours. All other time, including Saturdayn, Sundays, and holidays is paid at 2x the basic straight-time hol:rly rata. (Starting and quitting times may be changed by mutwal agreement.) Recognized holidays: In accordance with I.ahor Code Section 177: , holidays upon which the general prevailing hourly wage rale for holiday work shall be paid shall be all holidays rec:oL•nized in the collni�Live bargn1ning agreement applicable to the particular craft, classification, or type of worker employed on the project which is on file with the Director of Induatrinl Relations. Travel and subsistence payments: Tho contrnetor shall make travel and subsistence paymenta to each worker needed to execute the work, as such travel and subsistence payments are defined in the applicable collective bargaining agreement filed with the Director of Industrial Relations in accordance with Labor Code Section 1773.8. 00517 GENERAL WAGE DFTE101INATION MADE BY THE DIItFCTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA IABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1775 AND 1775).1 Ref: ?00-01215-0hl , Superseded Det: 200-04-77-1 Determine►tion: ?00-00+-77-' F.ffecti7e date of determination: Mnrch 1, 1977. Expiration date of determination: A+y;ast 1, 1377, unl,-nu enrlier modified, norrected. superneded, or rescinded by the Director. Locality: All locrcl,iLier, within Alnmeda, Contra Costs, Lake, Marin, Mendocino, Merced, , (.rent of San Joaquin River), Monterey, Napn, San Benito, !;tin Francisco, .ren Mateo, Santa Clnra, Santa Cru;, Solnno, and Sonoma counties. Craft: Carpet Layer Wage rates , ' 13ar:ic utraight-time Classification (journeyman) hourly rate Carpet Layer 811.05 Employer payments: (Labor Code Section 1773,1) Health rind v;elfarn: 70¢ per hour srnrked. Pension: 51.15 per hour worked. Vacation/holiday: 90¢ per hour workod.a Training: 10¢ per hour worked. a 81.05 per hour Worked for Jo -rnoymui after 5 years employment or memhurnhip , within Carpet Dyers Confert:tie s No. I. Straight-time hours: 8 hours dnil,y, Monday through Friday. Overtime and holids roti.s: 8 houru work between li:ra0 a.m. rind 5:0n p :n. i;r rn d at straight time. Timm ind one-half the bouia r;trnight-tim,a hourly .rater it:;-paid for the first 2 overtime Wire if work can be completed in P hours. All other , time, including Saturdays, Sundays and holidays in paid at ,?x the bnsic;;rstraight- time hourly rate plus employer payment shown a6vo. (Starting,anci quitting times ray vary by mutual consont by, employer and empin;yeon.) Recognized holida s: In accordance .ith Labor Code .1ent.ion 1.77,5, holidayrr upon which the general prevailing hourly wage rate for holiday work shall be paid shall be all holidays recognized in the ^ol.7ective hnrgaining agreement applicable to the particular craft, clancificatinn, or typo of worker employed on the project which is on file with the Diroctor"of Industrial Relations, Travel and aubsisteace payment-l- Tho c:antrantor ahnll make travel and uubsinton;;a pay- , menta to each worker'needed to eyenuto the work, an ouch trnvel cuter rutaislnnce pay- menta are defined in the applicable cnllecti.ve bargaing agreement filed with the Director of Industrial H-lationu in vocordanoe with Labor Code Section 1773.8. , 00518 GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 Modification, Ref: 162-00007-001 supersedes Det: 162-01-77-2 Determination: 162-01-77-3 Effective date of determination: April 30, 1977. Expiration date of determination: February 28, 1978, unless earlier modified, corrected, superseded, or rescinded by the Director. Locality: All localities within Alameda, Contra Costa, Del Norte, Humboldt, Lake, Marin, Mendocino, Monterey, Napa, San Benito, Sen Francisco, San Mateo, Santa Clara, Santa Cruz, Siskiyou, Solano, Sonoma, and Trinity counties. Craft: Tile Finisher Wase rates Basic straight-time Classification 0 ourneymen) hourly rate Tile Finisher $9.27 Employer payments (Labor Code Section 1773.1) Health and welfare: 69¢ per hour worked or paid. Pension: 51¢ per hour worked or paid. Vacation/holiday: Employer contributes an amount equal to 10% of gross wages to vacation-holiday fund. Training: 3¢ per hour worked or paid. Straight-t a sours: 8 hours daily, Monday through Friday. Overtime and holiday rate: Work from 8:00 a.m. to 4:30 p.m. is paid at straight time. All other time, including Saturdays, Sundays, and holidays is paid at 2x the basic straight-time hourly rate plus employer payments as shown above. Ree_coog ized holiday-s: In accordance with Labor Code Section 1773, holidays upon which the general prevailing hourly wage rate for holiday work shall be paid shall be all holidays recognized in the collective bargaining agreement applicable to the particular craft, classification, or type of worker employed on the project which is on file with the Director of Industrial Relations. Travel and subsistence payments: The contractor shall make travel and subsistence payments to each worker needed to execute the work, as such travel and subsistence payments are defined in the applicable collective bargaining agreement filed with the Director of Industrial Relations in accordance with Labor Code Section 1773.8. a 0(1 r. 519 GENERAL WAGE DETERMINATION MADE BY THE DIRECTOR OF r INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 , Supersedes Det: 018-24- Ref: 018-00007-003 Su p 77-1 Determination: 018-24-77-2 , Effective date of determination: March 16, 1977 Expiration date of determination: July 31, 1977, unless earlier modified, corrected, superseded,sor rescinded by the Director. Locality: All localities within Alameda, Butte, Colusa, Contra Costa, Del Norte, E1 Dorado, Fresno, Glenn, Humboldt, Inyo, Kings, Lake, Lassen, Madera, Marin, Mariposa, Mendocino, Merced, Modoc, Mono, Monterey, Napa, Nevada, Placer, Plumas, Sacramento, San Benito, San Francisco, San Mateo, Santa Clara, Santa Cruz, Shasta, Sierra, Siskiyou, Solano, Sonoma, Sutter, Tehama, Trinity, Tulare, Yolo, and Yuba counties. , Craft: Marble Setter W_ age rates , Basic straight-time Overtime Classification (journeymen) hourly rate rate° Marble Setter 811.09 822.08 Employer payments: (Labor Code Section 1773.1) , Health and welfare: 81.40 per hour worked. Pension: 930 per hour worked. Vacation/holiday: 81.03 per hour worked. , a Includes 100 per hour worked withheld for dues check-off. Straight-time hours: 7 hours daily, Monday through Friday. , Overtime and holiday rate: Work from 8:00 a.m. to 3:30 P.M. is paid at straight time. , All other time, including Saturdays, Sundays, and holidays is paid at '2x (the basic straight-time hourly rate minus 100) plus 100 and employer payments as shown above. (Starting and quitting time may vary to coincide with other crafts.) Recognized holidays: In accordance with Labor Code Section 1773, holidays upon which , the general prevailing hourly wage rate for holiday work shall be paid shall be all holidays recognized in the collective bargaining agreement applicable to the particu- lar craft, classification, or type of worker employed on the project which is on file with the Director of Industrial Relations. Travel and subsistence payments: The contractor shall make travel and subsistence , payments to each worker needed to execute the work, as such travel and subsistence payments are defined in the applicable collective bargaining agreement filed with the Director of Industrial Relations in accordance with Labor Code Section 1773.8. , •d 00520 GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 Ref: 018-00019-003 ® Supersedes Det: 018-21-77-1 Determination: 018-21-77-2 ® Effective date of determination: ,•May 15, 1977. Expiration date of determination: March 31, 1978, unless earlier modified, corrected, superseded, or rescinded by the Director. Locality: All localities within Alameda, Butte, Colusa, Contra Costa, Del Norte, E1 Dorado, Glenn, Humboldt, Lake, Lassen, Marin, Mendocino, Modoc, Napa, Nevada, Placer, Plumes, Sacramento, San Benito, San Francisco, San Mateo, Santa Clara, Shasta, Sierra, Siskiyou, Solano, Sonoma, Sutter, Tehama, Trinity, Yolo, and Yuba counties. graft: Tile Setter RM rates Basic straight-time Classification (Journeymen) hourly rate Tile Setter $12.00 khc_ lo_yer payments (Labor Code Section 1773.1) Health and welfare: 98¢ per hour Oorked. Pensions $1.20 per hour worked. Vacation/holiday: $1.40 per hour worked. Training: * per hour worked. Straight-time ours: 8 hours daily, Monday through Friday. Overtime_ and holida rate: Work from 8:00 a.m. to 4:30 p.m. is paid at straight time. All other time, including Saturdays, Sundays, and holidays is paid at 2x the basic straight-time hourly rate plus employer payments as shown above. Recognised holidays: In accordance with Labor Code Section 1773, holidays upon which the general prevailing hourly wage rate for holiday work shall be paid shall be all holidays recognized in the collective bargaining agreement applicable to the particular craft, classification, or type of worker employed on the project which is on file with the Director of Industrial Relations. Travel and subsistence Payments: The contractor shall make travel and subsistence payments to each worker needed to execute the work, as such travel and subsistence payments are defined in the applicable collective bargaining agreement filed with the Director of Industrial Relations in accordance with Labor Code Section 1773.8. i- t� 00521 t p I i GENEMi, WAGE DETEPXI'Rk :!)N MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECPION3 1770, 1773 AND 1773,1 Ref: 003-00016-001 , Determination: 003-02-77-1 l:"Ppeti.v, date of det.arminut.lon: January 1, 1977. h%piratlon dato of dulmrii.;u,:Ion: July 31, 1977, unless earlier modified, corrected, superse•9ei, or raasnII-ided by the Director. Lc,?ality: All localilios within Alameda, Alpine, Amador, Butte, Calaveras, Colusa, Contra Costa, Del Norte, El Dorado, Fresno, Glenn, Humboldt, Kings, Lake. Lassen, Maulers, Marin, Maripoua. Men-locina, Merced, Mo!ioe, Mono, Monterey, Napa, Nevada, Placer, Pl mun, Sacrimento, San Benito, Sen Francisco, San Joaquin, San Mateo, 3anta Clara, Santa sruz, Shasta, Sierra, Siskiyou, Solano, Sonoma, Stanislaus, Sutter, Tahana, , Tr!ntty, Tulare, Tuolumne, Yolo, and Yuba counties. t r ra#f�t Asboston Worker an rata:; , Basic straight-time Clangifigatlarn,�,�ourr;ey,�en�, _„_1}otxrl�a rete ,�,, Meehan). $12.41 Ll�.y.�:': galtsi (Labor Code Sectinn 1713.1.) Health un-.1 welfare: 90¢ per hour worked. , Pension: $1.10 per hour worked. Va-i tion holiday: $1.50 per hour worked. Vnieai.ionjholiday administration: 2¢ per hou- worked. Trallaingt 6¢ per hour worked. 0•�-mapatinnul health and research: 70 per hour worked. Hours: 8 -hours daily, Monday through Friday. Overtimes .Work beginning at 8:00 a.m. and terminating 8 hours latert exclusive of hour meal period, is paid at straight time. Starting time may begin as early an 6:00 a.m. on individual jobs. All other time is paid at 2x the basic straight-time hourly rate. Premium PAY DZ §Aturd tlt$r Sundays, Ald how@_. Double time; 3x for Labor Day. In accordance with Labor Code Section 1773, holidays upon which the general prevail- ing hourly wage rate for holiday work shall be paid shall be all holidays recognised in the collective bargaining agreement applicable to the particular craft, olassifi- cation, or type of worker employed on the project which is on file with the Director , of Industrial Relations. Travel subsistence payments: The contractor shall make travel and subsistence pay- ments to each worker needed to execute the work, as such travel and subsistence j payments are defined in the applicable collective bargaining agreement filed with the Director of Industrial Relations in accordance with Labor Code Section 1773.8. 4 �S'jS���+����'c�n� ;�41'F� r� t �G.9�'eA..Y{St'i"JYi?•f 1n Y,� �Q iF� 1� � , ^r C-:y t .Y l r .i r t; .'. f ,•:: r ` Chl•11�ri11L'�4fllr�Li 'D]';1 I';ftA}1VA'C T1 I11; ;)i 11 ;C'1'UIi `Lnlf1'JU'1 �;lti; itr;� �.' I '�1;�, �'•P�;,1►h^d',' ;' r;:;�, '�•l;1, I,AI� •l; r ..r•, PATC 7, "Ilk Th1 , 'APT f.(I I-, %'. ;,9.?C,;'I' "„; ( AND 1' I)et,i-r,mirwiI.ton: G i_; Effective dame o?• Je ermlria!on: hvi:ur•, 1 , 191/7. Expiral,ion (ial,e of determination: Junu 15, '19,77, uiilreo� c <,rlicl ;riodifiei, r;+.1 i �,:,, . � , superseded, or rescinded by the Director. Locality: All localities within Alameda, Alpine, A>nador, Butte, Calaveras, Colusa, Contra Costa, Del Norte, El Dorado, Fresno, Glenn, Humboldt, Kings, Lake, Lassen, Madera, Marin, Mariposa, Mendocino, Merced; Modoc, Monterey, Napa, Nevada, Placer, Plumns, Sacramento, San Benito, San Francisco, San Joaquin, San Mateo, Santa Clara, Santa Cruz, Shasta, Sierra, Siskiyou, Solano, Sonoma, Stanislaus, Sutter, Tehama, Trinity, Tulare, Tuolumne, Yolo, and Yuba counties. Craft: Carpenter and related trades. Wade rates . _l3asic, stra:ir ht==time Classification '(,journeymen) Carpenter Hardwood Floorlayers 11 .1,0 4 Shinglers 0 Power Saw Operators 11 :40 Steel Scaffold Erecter and/or Steel ShkT 1,1 .40 Saw Filers 1,1 40 Millwrights 1,1 .'75 Employer payments (Labor Code Ser:t.ion 1773.1 ) Health and welfare: $1 .24 per' h �iir workeA'bi- paid • Pension: X1 ,71 per ,hour worked or pairl, Vacation/holiday':' - 750, per hour .Worked or paid., Training: 6¢ per :hour'`worked or': paid': Hours:. 8- hours daily,_ Monday ,through Friday, except ;4 .-hours on `Fr-iriay i,o Alamorja,' ' Contra,Costa .Iarin,,:Monterey, ,San .Benito, ..San:`FrancYsco, ; San Mateo,, Santa .Clara, and Santa Cruz counties OVerts e�Mateo,ASantaaClai'a�randobtat Marin, Monterey, "San Benito ` San-.Franciseo� t s ,u�r f 0(� coon �e ork roix S m t m Monda thro h Thur`sda'�`and 8 00� a o ` v m t2 OO boon ori Frida is a� ` at araighi For all of4:. y p trine her counties work from g 0� a m to- 30 �p I Monr>a:� l,hrottg ; Fridays paid Bran gh tide ` Time sand ane`half is paid £or the .first r�+� pVer.,ta me Hours;'1'thereafteir 2kL'the' basic "straight-time hourly” rate'. Premium; for Saturdays,, Sundays, and holidays Double t ime. Far al] ~ountl.ps excel) counties 'on' a "36=hour 'regular work week, work on','all heavy, highway., and en r!': it const,ruction:'is paid 1= x straight time after g .hour' d on SaturdayIn accordance With' Labor Code 'Section 1773, ;holidays upon" which the general prevailing hourly wage rade for holiday work ,phall ;be paid shall ;be all holidays recogr>ized in the collective bargaining. agreement applicable to the particular craft; `.clasaifica+ion, or' type ;of worker. emplciyed on'. the project which is on fill with the Direct "o of Industrial Relations'. Travel and subsistence. payments: The contractor shall make travel 'and subsistence payments to each workor needed to e�cecute .the work; as such travel,and sub3,.stence payments, are defined in the applicable collective bar' ining .a reement filed" wrth the Director-of Industrial Relations i'n accordance with Labor Code Secti"qil 1773 g k�3 � 4 r j 1 ` _ 4 •, l $� >4,1,a 1.,.. ' r •y " �'r t e.J, .',.:. wl�om. 't atr �'���' t w,. � 7.��in ih ,rys.,�i r 4',..r'+ a ",•S� "+�.� '�. f v K�xy k I GE!TERAL WAGE DE:ER14INATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 , Ref: 014-000OX-002 Determinati=: 014-01-77-1 , Effective date of determination: January 1, 1977. Expiration date of determiaation: March 31, 1977, unless earlier modified, corrected, superseded, or rescinded by the Director. Locality: All localities within the State of California. Craft: Boilermaker-Blacksmith , Wage rates Basic straight-time Classification (Journeymen) hourly rate , Boilermaker-Blacksmith $12.80 Mployer pgy,-entq (Labor Code Section 1773.1) Health and welfare: 77}¢ per hour worked. , Pension: $1.00 per hour worked. Vacation holiday: 50¢ per hour worked. Training: 2¢ per hour worked. ours: 8 hours daily, Monday through Friday. Overtime: Work from 8:00 a.m. to 4:30 P.M. is paid at straight time. All other time , is paid at 2x the basic straight-time hourly rate. yO iSii �t Saturdays, Sunday@, Ad h211JM: Double time. , In accordance with Labor Code Section 1773, holidays upon which the.`eneral prevail- ing hourly wage rate for holiday work shall be paid shall be ell holidays recognised in the collective bargaining agreement applicable to the particular craft, classifi- cation, or type of worker employed on the project which is on file with the Director of Industrial Relations. Travel AVA subsistence pmts:: The contractor shall make travel and subsistence pay- , ments to each worker needed to execute the work, as such travel and subsistence payments are defined in the applicable collective bargaining agreement filed with the Director of Industrial Relations in accordance with Labor Code Section 1773.8. 00524 j„ L GE14EML WAGE DKrEid4INATION MADE BY THE DIREG-l')R OF INDUSTRIAL REUTIONG PUR DANT T:) CAL1FOPUNTA LABOR CODE PART 7, CHAPTER 1, ARTICLE 21 SECTIONS VI/O, 1773 AND 1773«1 Ref: 020-O000X-401 Determination: 020-01-77-1 Effective date or determination: January 1, 19'17. Expiration date of determination: Junn 30,1977, unInsu earlier modified, corroct:od, superseded, or reseinied by the Director. Locality: All localities within the Statn or Csslifornia. ra t2 Iron Worker and related trades. Ws o rates . Basic straight-Lima , Classificatioq_Uourne eal hourly rate 1, Iron Worker (Ornamental, Reinforcing, Structural) $11.30 . . Fence Erector 10.41 Employer Ra enta (Labor Code Section 1773.1) Health and welfare: $1.14 per hour worked or .paid. Pensions $1.86 par hour worked or paid. . Vacation/holidays $1.20 per, hour worked or paid: Training: 4¢ per hour worked or:paid._ ours2 8 hours daily, Monday through Friday. Ove-„-,rtimos Work from $s0O a.m. to 5200 p.m. is paid at straight time. Starting time may be as early as 6:00.a.m. from May 1 to October 31; on desert 3obsits.. All other time outside of regular working hours or in excess of $,hours is paid at 2x the basic straight-time hourly rate. . remi = LaZ Saud Ays, SSu d al d holidays: Double time. In accordance with Labor Code Section 1773, holidays upon which the general prevail- ing hourly wage rate for holiday work shall be paid shall be all holidays recognized in the collective bargaining agreement;applicable to the particular draft, classifi- cation, or type of worker employed on the project which is on file with the Director of Industrial Relations. Travel ,0i subsistence payments: The contractor shall make travel and subsistence pay- ments to each worker needed to execute the work, as such travel and subsistence payments are defined in the applicable collective bargaining agreement filed with the Director of Industrial Relations in accordance with Labor Code Section 1773.8. i. - Y , 4 i - ` t 1 r GENERAL WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 Ref: 023-00031-011 Determination: 031-04-77-1 Effective date of determination: January 1, 1977. Expiration date of determination: June 15, 1977, unless earlier modified, corrected, superseded, or rescinded by the Director. Locality: All localities within Alameda, Alpine, Amador, Butte, Calaveras, Colusa, Contra Costa, Del Norte, El Dorado, Fresno, Glenn, Humboldt, Kings, Lake, Lassen, Madera, Marin, Mariposa, Mendocino, Merced, Modoc, Monterey, Napa, Nevada, Placer, Plu:mas, Sacramento, San Benito, San Francisco, San Joaquin, San Mateo, Santa Clara, Santa Cruz, Shasta, Sierra, Siskiyou, Solano, Sonoma, Stanislaus, Sutter, Tehama, , Trinity, Tulare, Tuolumne, Yolo, and Yuba counties. Graf t: Pile Driver (Carpenter) Wage rates Basic straight-time Classification (Journeymen) hourly rate , Piledriverman, Bridge, Wharf and Dock Builders $11.35 Employer payments (Labor Code Section 1773.1) Health and welfare: $1.24 per hour worked or paid. Pension: $1.71 per hour worked or paid. Vacation/holiday: 75¢ per hour worked or paid. Training: b¢ per hour worked or paid. H. oura: 8 hours daily, Monday through Thursday; 4-hour workday on Friday. Overt ie: Work from 8:00 a.m. to 4:30 p.m., Monday through Thursday and from 8:00 a.m. to 12:00 noon Friday is paid at straight time. Time and one-half the basic straight-time hourly rate is paid from 12:30 p.m. to 4:30 p.m. on Friday. All other time is paid at 2x the basic straight-time hourly rate. Prem um pay for Saturdays, Sundays, and holidays: Double time. In accordance with Labor Code Section 1773, holidays upon which the general prevail- ing hourly wage rate for holiday work shall be paid shall be all holidays recognized , in the collective bargaining agreement applicable to the particular craft, classifi- cation, or type of worker employed on the project which is on file with the Director of Industrial Relations. Travel and subsistence payments: The contractor shall make travel and subsistence pay- ments to such worker needed to execute the work, as such travel and subsistence payments are defined in the applicable collective bargaining agreement filed with the Director of Industrial Relations in accordance with Labor Code Section 1773.8. 00526 t 6I: ERAL WAGE DETERMINATION MADE BY THE DIRECTOR OF LUDUOTRIAL RELA'T'IONS VUHSUANT TO CALIFORNIA LABOR CODE I'Altt' 'l, C1iAP1'ER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 Ref: 031-OOODX-016 Determination: 031-05-77-1 Effective dnt.c of determination: January 1, 1977. Expirst.ion (into of determination: July 31, 1977, unless earlier modified, corrected, saupertseded, or re:einded by the Director. I.ocality: All loealltles within Alameda, Alpine, Amador, Butte, Calaveras, Colusa, Contra CoW,a, Del Norte, El Dorado, Fresno, Glenn, Humboldt, Kings, Lake, Lassen, Modern, Marin, Mariposa, Mendocino, Merced, Modoc, Monterey, Napa, Nevada, Placer, Plumes, Sacramento, Snn Benito, Sun Francisco, San Joaquin, San Mateo, Santa Clara, Santa Cruz, Shauta, Sierra, Siukiyou, Solano, Sonoma, Stanislaus, Sutter, Tehama, Trinity, Tulare, Tuolumne, Yolo, and Yuba counties. Craft: Drywall Installer (Carpenters) rates Basic straight-time Classification (Journeymen) hourly rate Drywall Installer $11.52 ;rt,ocki.ng and .,crapping 6.912 %ployer payments (Labor Code Section 1773.1) Heal+,h and welCure: $1.22 per hour worked or paid. Penuiotl: $1.71 per hour worked or paid, Vaoution/holiday: 75¢ per hour worked or paid. 'rrainl.ng: 7¢ per hour worked. Houru; 8 hours dally, Monday through Friday. � uvertimo: Work from 8%00 a.m. to 4:30 p.m. (•� hour lunch) or, 5:00 p.m. (1 hour lunch) lu paid at ;straight time. All other time is paid at 1*x the basic straight.-time h-urly rats. Premium pM for Saturdays, Sundays, and holidays: Double time. In accordance with Labor Code Section 1773, holidays upon which the general prevail- ing hourly wage rate for holiday work shall be paid shall be all holidays recognized in the collective bargaining agreement applicable to the particular craft, classifi- cation, or type of worker employed on the project which is on file with the Director of Industrial Relations. Travel and subsistence patents: The contractor shall make travel and subsistence pay- menta to each worker needed to execute the work, as such travel and subsistence payments are defined in the applicable collective bargaining agreement filed with the Director of Industrial Relations in accordance with Labor Code Section 1773.8. r 00521 t; GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 Supersedes Det: 031-08-77-1 Ref: 031-00550-005 , Determination: 031-08-77-2 Effective date of determination: April 30, 1977. Expiration date of determination: June 30, 1977, unless earlier modified, corrected, superseded, or rescinded by the Director. Locality: All localities within Alameda, Alpine, Amador, Butte, Calaveras, Colusa, , Contra Costa, Del Norte, E1 Dorado, Fresno, Glenn, Humboldt, Kings, Lake, Lassen, Madera, Marin, Mariposa, Mendocino, Merced, Modoc, Monterey, Napa, Nevada, Placer, Plumes, Sacramento, San Benito, San Francisco, San Joaquin, San Mateo, Santa Clara, Santa Cruz, Shasta, Sierra, Siskiyou, Solano, Sonoma, Stanislaus, Sutter, Tehama, Trinity, Tulare, Tuolumne, Yolo, and Yuba counties. Craft: Fence Constructor (Carpenters) , Weae rates Basic straight-time Classification hourly rate Fence Worker $9.65 , Journeyman Fence Worker 9.90 Employer payments (Labor Code Section 1773.1) Health and welfare: $79 per calendar month for each employee who works 64 or , more hours during that calendar month and 160 per hour worked to dental fund. Pension: 75¢ per hour worked. , Vacation/holidays: $1.00 per hour worked. Straight-time hours: For Alameda, Contra Costa, Marin, Monterey, San Benito, San Francisco, San Mateo, Santa Cruz and Santa Clara counties, 8 hours between 8:00 a.m. and 5:00 p.m., Monday through Thursday, 4 hours between 8:00 a.m. and 12:00 noon on Friday, is paid at straight time. For all other counties, 8 hours between 8:00 a.m. and 5:00 p.m., Monday through , Friday, is paid at straight time. Overtime Md holiday rate: Time and one-half the basic straight time hourly rate is paid for the first 4 hours after regular working hours; all other time, includ- ing Saturdays, Sundays, and holidays is paid at 2x the basic straight-time , hourly rate plus employer payments as showy► above. (Starting time may be changed by mutual agreement.) Recognized holidays: In accordance with Labor Code Section 1773, holidays upon which , the general prevailing hourly wage rate for holiday work shall be paid shall be all holidays recognized in the collective bargaining agreement applicable to the particular craft, classification, or type of worker employed on the project which , is on file with the Director of Industrial Relations. Travel and subsistence payments: The contractor shall make travel and subsistence payments to each worker needed to execute the work, as such travel and subsistence , iq payments are defined in the applicable collective bargaining agreement filed with the Director of Industrial Relations in accordance with Labor Code Section 1773.8. 00528 �� t ;11;h:ItA1, WAGE DETEHMiNATfON MADE BY '1'111: DII(VA-011 ',I Al. IOIN1'ION.5 PUWIJANT TO CA),I A',-1114 1A LA11011 1, ARTICLE . , SECTIVW, 1770, 177:5 AND Hof: 06,-OOOOX,-001 Wtermination: 062-01-77-1 Uri ol•ive date of determination: January 1, 1977. F;%pi.rr►tion date of determination: July 8, 1977, unless earlier modified, corrected, sept ►•::Eded, or rescinded by the Director. T.: •all.+.ys All localities within Alameda, Alpine, Amador, Butte, Calaveras, Colussa, rontrt, Costa, Del Norte, El Dorado, Fresno, Glenn, Humboldt, Kings, Lake, Loosen, Worn, Marin, Mariposa,Mendocino, Merced, Modoe, Monterey, Napa, Nevada, Placer, Plumes, Sacramento, San Benito, San Francisco, San Joaquin, San Mateo, Santa Clara, Santa Cruz, Shasta, Sierra, Siskiyou, Solano, Sonoma, Stanislque, Sutter, Tehama, Trinity, Tulare, Tuolumne, Yolo, and Yuba counties. Cr:sft: Elevator Constructor Wnrre rates Basic straight-time Classification (journeymen) hourly rate' Probationary helper $ 6.745 Helper 9.44 Mechanic 13.49 Mechanic in charge In oar payments (Labor Code Section 1773.1) Health and welfare: 5b*¢ per hour worked. Pension: 35¢ per hour worked. Vacation/holiday: 8% of hourly rate for hours worked (6$.i£.employed in the industry less then 5 years).a 'rraining: 2¢ per hour worked. . Eligible employeer receive 6 paid holidays. Lm: e.1 1,)ur: daily, Moiidny through Friday. +•vert.lmc:: Werk fri+m 8:00 a.m. to 5:00 p.m. is paid at straight time. All other time i. Isvid oil, :: tar tnnla ;:►.raight-time hourly rate, Premium ►Fa for Saturdays, Sunda s, and holidava., Double time. In accordance with Labor Code Section 1773, holidays upon which the general prevail- ing hourly wage rate for holiday work shall be paid shall be all holidaya recognized in the collective bargaining agreement applicable to the particular ''craft, clasaifi- cation, or type of worker employed on the project which in on file with the Director of Industrial. Relations. Travel and subsistence pa-yments: The contractor shall make travel and subsistence pay- u., , ments.to each worker needed to execute the work, as such travel and subsistence payments are defined in the applicable collective bargaining agreement filed with the Director of Industrial Relations in accordance with Labor Code Section 1773.8. 00529 Ash Y GENERAL WAGE DEI'EIU41NATIUIJ MADE 13Y THE DIRECTOR (IF INDUSTRIAL R13,011 1.1:S.PURSUANT TO CALIFORNIA LAII!ik VIDE PA.►•: 7. CHA V.."-.1t 1. AIC'MI.E; 2, .^,FM' 10115" 1710. 1773 AND 1'17:-.1 , isaf': U. ;-Utorr i:ct.armino' i�n: (k,';_U1-'r':-•. , Page 1 of 7 Effective date of determination: January 1, 1977. Expiration dote of determination: June 15, 1977, unleun earlier mexlifi:xl, corre(Aud. superseded, or rescinded by the Director. >_ Locality: All localities within Alameda, Alpine, Amador, lkntte, Culnvornc, Co1mv,, Contra Costa, Del Norte, El Dorado, Frenno, Glenn, Humboldt., Kira;s, Lake, Lnoreii, Madera, Marin, Maripose, Mendocino, Marred, Modoc, Monterey, Nnpa, Nevada, Plumas, Sacramento, Sar: Bonito, Suri Francisco, ..^.an Joaquin, ..".an Mateo, Sante t:lljrr,, Santa Cruz, Shnatn, Sierra, Siekiyou, Sulano, Sonoma, Sturiiulaue, Sutter, Tehnmt, , Trinity, Tulare, Tuolumne, Yulo, and Yu1w eounrt.ics. Craft: Operating Engineer , Waae rates Basic straight-time Classification groups (1 ourne_ en)a � � hourly rate , groups Area 1 Area 2b Group 1 $6.70 $10.10 Group 2 9.05 10.45 Group 3 9.26. 10.66 , Group 4 9..131 11.21 Group 5: 10.02 11.42 . . Group 6 10.17 11.57 Group 7 10032 11.72 Group 6 10.72 12.12 . Group 9 10.94 1244 Group 10 11.14 12.54 . Group 10-A 11.25 . 12.65 Group 11 .. ;.;.., .,. 11.42 12.62 Group 11-A 12.49,. ... .13.95 , Group.11-,8 12.77 _ 14.25. // . Group. 11-C 13.07 111.55 00530 , a!or classifications within each group, see pages 3 to 7. , Seotiors 24.00.00 of the .Operating Engineers Master Agreement provides a desoription of Areas 1 and 2 based upon.Township and Range Lines. The Area 2 wage shall be paid in all areas of Northern California not included , in Area 1. t . i. i Ref: 023-0006;-rX)1 Determination: 063-01-77-1 N-e 2 3f '! Employer payments (Labor Code Sol-Lion 177.3.1) Health and welfare: $1.j5 Ixar hrnrr worked or Hid.. . Pension: $2.00 per hour worked or paid. Vacation/holiday: 90¢ por hour.worked.nr paid. Training: 24¢ per hour worked or paid. Hours: 8 hours daily, Monday through Friday. Overtime: In Area 1 for six bay counl.ion (San Frnnr•invo, Alamoda, Conn ra Coomn, ;:,,r, ry,•,., Marin, and Solano eortrttieu), double.the hatsic ut:raighL-time hourly ruff• l'or all. W. k performed before .a ahift begins and after it endo. Tho. .rel;ular r.LarLlne, Lime r,l' ►, single shift in 8:00 a.m. In Area 1 excluding the uix bay.couritioa, Lima aiul ono hell' the.kn:s l r• Ft.r f,;. . .- F time hourly rate for the first two hours after eight., double t.imo LheiroarLer. Applicable rate for work before a shift begins and afl.or it ends. I'Iro 1•o1;ulr,r• starting time of a single. rhift, is 8:00 a.m. In Area 2, time and one-half the Wale straight-timo hourly roto Fur 1.1m. :'ir•.:' four hours after eight and before a shift begins and after it-ends: Double after twelve hours. The regular starting time of a-single'shir.L iu 5:00 a.m, Premium ggy LOX Sat�urdav_a, S da s, add id e: Double time. ' In accordance with Labor Code Section 1773, holi3ays upon which the.general prevail- ing hourly wage rate for holiday work shall be paid shall be all holidays recognized in the collective bargaining agreement applicable to the particular craft, classifi- cation, or type of worker employed on the project which is on file with the Director of Industrial Relations. Travel jwd subsistence payments: The contractor shall make travel and subsistence pay- ments to each worker needed to execute the work, as such travel.and subsistence payments are defined in the applicable collective bargaining agreement filed with the Director of Industrial Relations in accordance with Labor Code:Section 1773.8. w.. ,t r ,n. OC 5 3 6 i liar: O.''-000'.';-r.!.: , Uc6arminal.ians O•',�-U1-'J'/-1 Powe 3 or 7 , Clnauification Crounc Group 1 , 5rakoman Sigrm]msur. Deekhand Switchman , Fireman Ter pot. C1 reman Heavy duly repairman heIpur All of the above ars avaiut.ant. :�� �:rr,;ir,��.r•. Oiler ParLsmen (heavy-duty ropolr shop part.:; rn,.m) , roup 2 Compressor operator Mechanical conveyor (handlin4; building Concrete mixer (up to and'inaludinu, materials) , one yard) ' ' Mixer box nporator (coneret.a plant.) Conveyor belt operator (tunnel) . Amsp-operaLor , Fireman hot plant -Sproader boxmen with scroods) . Wdraulic monitor Tfr,pot fireman, power.agit.et.sd) Group , Box operator (bunker) Sell-propelled, automatically nppliect aor�••r•c:•... Helicopter radioman (signalman) ° curing machine (on streeLa,, highwayo, Locomotive (assistant Lo engineer:rsquirod) airports and canala) , Motorman Trenching machine-maximum digging repscit.y Rodman or ohainman :!, ft. depth -.(any assistance.-in the operrrr•int:, Ross carrier (conatruatlon . jobsite)'; "'if needed,. shall Rotomi . . ior), Soresdnan (except asphaltic cancreolie.pert'o��o7;hpr usoiat.nr�t. , ..Truck crane oiler (assistaniv:to engineor) paving) Tugger.hoiaL, single drum Group 4 Ballast hack tramper York lirt.-or'lumber.ataokor? :"" , Ballast- re gulator (conatruation jobsito) Ballast:tamper multi• pots .. . Line mnaber - ?•' Boxman-(asphalt ant -Lubrication-arid service.ongineer plan; :.: :: Elevator operator (shall not apply'•to (mobile and grease rack)' , permanent, fully,automatio elevators Material hoist (1 drum) . when only personnel and tools are Shuttlecar being hoisted) 'Tie spacer. , Towermobile Grow Compressor operator (over 2) Grouting machine operator .. , Concrete mixers (over 1 yard) - Prose-weld (air. operated) Concrete pumps or pumporete guns Pumps (over Generators - . Welding machines (other than electrical) , ftoup Bi,H Lima road pactor or.similar Mechanical bum, curb and/or curb and , Boom truck or dual purpose A-frame truck gutter-machine, concrete or asphalt Concrete batch planta:-:(wet or dry) : . Portablo crushers Concrete 'aawa.(self-propelled unit- on Post driver (M1500 and similar) . streets, highwaye��.:airporta; '.'and.,-canal 00532 i i i Der-ormi na t i on: Clni:nifir•ntion Croons Page 4 of 7 Group G (cont'd) Drilling and borinFmanhinory, varlAc:al Power- Jumbo operator (aot.Linr; clip form,::, (not to apply to waterlinera, wagon etc,., in tunnels) drilla or Jackhammeru) (auviutant to Kollar (except asphalt) engineer or mechanic/welder required) Screodman (Barbar-Croano.f, vlmi1►,r) Highline cableway otgnalman (asphaltic concrete pnvinl;) Locomotives (ateam or over 30-ton Self-propelled compactor (ainele onr„lyre) (assistant to engineer requi.rad; Sell'-propullod pipeline wr•appin;, mrrcrhinc Maginin internal full alai) vibrator (Porault CRC or similar types) yon airporta, highways, cannla and self-propelled power uweepor operator- warehouses) peratorwarehouses) Self-propullud tape machinu Mechanical finisheka (concrete) Slip-form pumpu (lifting doviee for (Clary, Johnson, Bidwell Bridge Dock concrete forma) or similar typos) Small rubber-B rod tratrtora Surface heater Groan 7 Concrete conveyor or concrete,pump, _ Mine or shaft hoi.ut truck or equipment mounted (asniatant . Mixermobile to engineer when requirod).Boom lonoth Pavomont: breaker t{ith orwithout. compr•cnsnr to apply combination Concrete conveyor, building uite Pavement broaker, .truak.mounted, witty (any assistant shall be b an employee. compreaaor combination (assistant to covered by this agreemontl engineer. driver,requIred) Dock engineers Pipe bending machine (pipe lines only) Drilling and boring machinery, horizontal Pipe cleaning machine (tractor propeller! (not to apply to waterlinero, wogon and supported) drills or Jackhammers (assistant to . Pipe wrapping machine (tractor propelled engineer or mechanic welder required).: and supported) Dual drum mixer (assistant to engineer Refrigeration plant required) Roller operator (asphalt) Fuller Kenyon pump and similar types Self-propelled boom-type lifting dovive Gantry Rider (or similar equipment) .(center mount) (10 ton capacity or ler-, Hydra-hammer or similar m.r.c.) Instrument man Self-propelled elevating grade plane Material hoist (2 or more drums) . Slusher operator' '' Mechanical finishers or spreader machine : Small tractor (with boom) (asphalt, Barber-Greene & similar) Soil tester (acreedman required) Truck type loader Group 8 Armor-coater (or similar) (two operators Rubber tired earthmoving .equip Ent (up to and and one assistant to engineer required) including 45 cu. yds. "struck” in.r.c., Asphalt plant engineer. euclids, T pulls, DW-10, 20, 21 and similar) Caut-in-place pipe laying machine Rubber tired dozer Combination slusher and motor operator Self-propelled compactor with dozer Concrete batch plant (multiple. units Sheepfoot Dozer Timber skidder (rubber tired or almilar Gradesetter, grade checker .(mechanical equipment) or otherwise) Tractor drawn scraper Grooving.and'grinding machine (highways) Tractor _ ��4 ou533 I i rlasaifirng.i�n Grour+: . . . , ' Group g (cantrd) Heading shield operator Trenching machine; dwximum rllgg,ing! ealvrr•i'.;. Heavy-duty repairman,-and/or yielder'.' ovar 4 ft. delrth (Aaciul.nnt. to anO ne.-L'. Ken seal machine (or similar) . rcqirlred) s Kolmon- loader (assistant to-snginacr . Tri-bnl.ch ver (acuistant Li, Grrg'inver , required on two (2) or more) requlrodr Loader (up W 2 yards) Tunnel mulo boring; msAinc oporator Merhanical trench shield (any annictanen' tn the operatibon, .Ir , Portable crushing and ocrebning-plintn noodod, .ahsll be pe0f6rmed '4 an dur:i::r.an1. (assistant to engineer required) tr+ englineer) Push cat Woldor Woods-mixer (and other O'lAilar:lui�!mlil : equipment) , Group 9 Canal finger drain dig r (aasisf.ant Ilighline 'cableway (5. tans awl under). to engineer required (in addition . - Lull III-Lift or similar-:(20'ft; .lir aver) to the above there shell be'ane -(1•) Mucking machine (aasintant':"te+'"engineor Group 7 operator) when required) (}�ubbe'r-Lire, rail or Chicago boom track type) :.,. Combination-mixer and compressor:(gunite.) ' Tractor .(with boos")' (D=6 lir larg Combination .slurry mixer and/br-,oleaner and 'siimilar) , Group Boom-type backfilling machin': Loader (2-:yarda'up-to and,including 4 yar•ri:) , (asaistent to engineer required) L000mot.lvo (over 100:toni (tingle dr:. Bridge.crane multiple units) -(assistant.- tci 'engineer Cary-Lift (or similar) required) , Chemical grouting machineMultiple engine earth-moving machine. (assistant to engineer required):.., . (Inolida,.dozers, etc:)°.(no -tandem scraper) Chief of partyPre-streaa.wire wrapping machine. Combination backhoe and loader (up.to.:.; Reservoir-debris tug •(self-propelled flontinr , and including *,ou. yd. m.r.c..);. Rubber-tired scraper, self loading:.. Derricks (2 operators required When ..,.: (paddle wheels; eta:) swing engine remote from hoist)., . . = •. Shuttle car -(reclaim station) Derrick barges (except excavation work)-. Singleengine acraper-over 45 yards (assistant -to engineer required) Soil stabiliser (P a if..Or equal) Do-More loader and Adama elegrador. Sub-grader (gurries or other automatic type) ' ELevating grader operator (assistalnt to engineer required) , FLclid loader and similar types., Track laying type - earth moving machine. (assistant to engineer required) (single engine. with taiulem:s.crapore). Heavy-duty rotary drill rig.. Tractor; -compreanor drill'aimbination , (including caisaion foundation'w'ark (assistant to onginear required) ° and Robbins type drills) :. Train loading station (assistant -to engineer.required) 1; Trenching machinal'multi-engine with Keohring skooper (or similar) . . sloping attachment , Joico or similar ' (assistant to engineer.required):.... (assistant to engineer required) Lift slab machine (Vagtbsrg and Vacuum cooling plant' similar types) .. Whirl ey crane (up to and:including 25 tons) , ... ......... :... . ... .:.... . .. a Ref: 023-00003-001 Determination: 063-01-71-1 Page 6 of 7 Classification Groups (ront.ld) Group 10A Backhoe (hydraulic) (up to and including Grade-ells (up to and including; 1 ca..yd.) 1 cu. yd. m.r.c.) (assistant to (assistant to engineer required) engineer required) Powor blade operator (aingtic ong,ine) Backhoo (cable) (up to and including Power shovels, clamshells, drarlincu, 1 cu. yd. m.r.c. (assistant to (up to and including; 1 cu. yd. m.rw.) engineer required) (assistant to engineer required) Combination backhoe and loader over (long boom pay) j cu. yd. m.r.c. (assistant to engineer Self-propelled boom-type liftingdovi.co required when used as barkhoe if over (center mount) (over 10 tons) I yd. m.r.e.) (asuiutant to engineer required Cont, flight tie back auger (up to and when over 15 ton m.r.c.) including 1 cu. yd.) (crane) (2 operators) Rubber tired scraper, :sole loading; Cranes (not over 25 tons, hammerhead and (paddle wheel twin engine) gantry) (assistant to engineer required) Group 11 Automatic concrete slip form paver Power :hovels, cLwhells, drugslinea, baukhur:::, (gradesettor, sareedman and assistant grade-ails (over 1 cu. yd, and up U. and to engineer required) including 7 cu. yds., m.r.c.) (as:ist•an'.. V Automatic railroad car dumperengineer required) (two (.!)..assistants Lo Canal finger drain backfiller engineer required on '120-B similar or (assistant to engineer required) larger) (long boom pay) (in addition to the above there Rubber tired earth moving machinou shall be two (2) Group 7 operators) (multiple propulsion power uni.tn and Canal trimmer (two (2) assistants to two or more scrapers) (up to and incluc:lnt, engineer required) (in addition to 75 cu. yda. "struck" m.r.c.) the above there shall be two (2) Self-propelled compactor (with.multiplo Group 7 operators) propulsion power units) Canal trimmer (two (2) assistants to Single engine rubber tired oartlunoving engineer required) machines (with tandem scrapers) Canal trimmer with ditching attachments Slip form paver (concrete or asphalt) (one (1) (two (2)operators, one (1)Gradeaotter, operator and two (2) screedmen required) (two (2))assistants to engineer required) Tandem cats Certified Chief of Party (when requested Tower cranes mobile, including rail mount.ud by individual employer) (assistant to engineer required Cranes (over 25 tons up to and Trencher (pulling attached shield including 125 tons) (assistant to (assistant to engineer required))) engineer required) Tower cranes, universal liebhor and similHr Cont. flight tie back auger over 1 cu. yd. types (in the erection, dismantling; and (including crane) (2 operators) moving of equipment there shall be an Drott Travelift 650-A-1 or similar additional operating engineer at (45 ton or over) (assistant to engineer Group 8 rates) when required) Wheel excavator (up to and including, ' Highline cableway (over 5 tons) 750 cu. yds. per hour) Loader (over 4 cu. yds., up to and (assistant to engineer required) including 12 cu. yds.) Whirley crane (over 25 tons) r Power blade operator (multi-engine) 00535 1 I1Ct,l+rl'ti.fltl'.�.1.:.: Q1 •-{;;-,' -• , nage 7 01nnt:ification Groups (con0d) , Grout) 11 Band wagons (in conjunction with'whual Rubber tired multi-purpnuo earth muviul? , excavator) machines (two (2) unite over 71) eu. yd::. Cranes (over 125 tons) (assistant "struck" m.r.c.) to en ineer required) Wheol excavatnr (over 750 cu. ydo. ver 11+ •w; Loader over 12 cu. yda., up to anti (two (2) operat,orc and one (1) noi-lul.nn•. , including 18 cu. yda.) to engineer required; any ndail.itinnl Power shovels and draglines (over 7au.yde. assistance shall be by nssiutant m.r.c.) (assistant to engineer required; to entainoer) , an additional assistant, Lo eneinoer Ir required if the shovel or draglino is olectrically powered) (long boom pay) Group 1 B , Loader (over 18 cu. yda.) Groun 11 Operator of helicopter (when used in.. Remote con trolle. d..earthmovin� equipment (no , erection work) one.,operator:.a;all'operate more than t.w. (: ) pieces of earthmoving:equipment el, onii t1mr:} Booms: The straight time hourly wage rate of employees on cranes,with..Booms- of eighty , (80) tat: or more, ineludinglJib-and/or leads, shall be according to the followine, schedule, and added to the straight time hourly wage rates, and audit increaue in straight time hourly wage rate shall apply for the full shift; and:all over 1.1mu wiirk. Per hour:' ... Booms.of.80 ft. up to but not including 130 ft. $ 20 Booms of 130 ft. up to but not including 180 ft.. .35 Booms of 180 ft, up to-and including 250 ft.. :80 Booms of over 250 ft. In the application of the above, the length of the boom shall be measured:.from' the center of the heel pin to the center of,the boom'or Jib point sheave. Worklna Suspended: The straight time hourly wage rate of employees required' to work suspended by ropes or .cables or performing work an a Yo-Yo Cat ahall.be,50¢ added to the straight time hourly. wage rates and. such increase in.the-`st.raight. time hourly , wage rate shall apply for,the full shift and all overtime work. r ti•i OU�s W� _ w i ='•ii. t' ;Yaai4?:e:r.., i i GENERAL WAGE DL'rEHNINATION MADE BY THE; Dt3E.CT011 OF IND113THIAL RELAT13Nu PUdSITANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTL7NU 1770. 1773 AND 1773.1 Her: 063-00003-Olt Dotarminal.ion: 001-04-'rt-t Pals" t rtr Effective date of determination., January 11` 1977. Expiration date or determination: June 30, 1977, unless earlier modified, correot+::l. superseded, or rescinded by tho Director. Locality: All localities within Alamoda, Alpine, Amador, Butte, Calaveras, Coluua, Contra Costa, Del Norte, El Dorado, Freano, Glenn, Humboldt, Kings, Lake, Lnnuon, Madera, Marin, Maripooa, Mendocino, Merced, Modac, Monterey, Napa, Nevada, Placer, Plumas, Sacramento, San Benito, San Francisco, San Joaquin, San Mateo, Santa:Clnrn, Santa Crux, Shasta, Sierra, Siakiyou, 5olano, Sonoma,.Stanislaus, Suttor,-jehamn, Trinity, Tulare, Tuolumne, Was and Yuba counties. rat : Dredgers (Operating Engineers) Wage ratos _. Basic,straight- i6o classification:(iourne_vmon) rate„'`,_;.,' Clmehol! ad_ D1DnerDrgdain JW.gMan9tkA .. . Group 1 (Deckhand, Fireman, Oiler, .Bargeman) Areal a::8cb9 Area�2 r Area.3 9:94 Area /; 10.62 .:.. Gro 2 (Des i te. u k ineer, Deckma e Eng. o ; Area 1 Aria'2 56 Area 3 Area !+ 11.E44. , Gro (Wach'::E t in' elder er Welderi echanic ng , W Area 1 •y'.._.. ' Area 2' 11.68;' Arse 3 96': Area 4' 12.24 Grou (C7anishall,..Qporator, .ups,<to'•,?:'.cu:':•Yds..:m.r.a- :'Ards:1 Ariaa.;.2. 29 7- res �i2":94'. A • 4 , Grou A (Clamshell:,'. -.•eritar;, over 7. cu..; yds. 'm.r.o') . ,. p.44 . Area 1 '12;1,8..... Area 2 :. :. :',:. ,:.,. . . 13.48. . ' Area 3 t3:?8 .. :Are a 14.:06 tv ids•. h1 .a. r I Ref: 063-00003-0ii Determination: 063-04-77-1 Page 2 of Basic straight-time , Classification (journeymen) hourly rate Hydraulic Suction Dredging and Clamahell , and Dipper Dredgin (except New Construction) Group A-1 (Bargeman, Dockhand, Fireman, , Leveehand, Oiler) Area 1 $ 8.67 Area 2 9.64 Area 3 9.92 Area 4 10.20 Group A-2 (Deck Engineer, Deckmate Levee , Foreman, Stern Winchman� Area 1 9.60 Area 2 10.58 Area 3 10.86 Area 4 11.13 Group A- (Watch Engineer, Welder, Welder/Mechanic) , Area 1 10.25 Area 2 11.23 Area 3 11.51 Area 4 11.76. Grou A- (Clamshell Operator, Loverman) , Area 1 11.09 Area 2 12.07 Area 3 12.35 Area 4 -12.62 Group A- (Chief Engineer) , Basic monthly rate Area 1 $2,252.00 Area 2 2,362.00 Area 3 2,409.00 Area 4 2,464.00 Areas - Four centers designated in northernCalifornia: The City Halls , of Sacramento, Stockton, Oakland, and San Francisco. Area surrounding such center is divided into four areas; , Area 1 - Up to 20 road miles from each center. r Area 2 - More than 20 road miles up to and including 30 road miles from 4 each center. , Area 3 - Any area outside 30 road miles from each center. Area 4 -Area extending 25 miles from shoreline of Lake Tahoe. 1 X0538 CI Ref: 063-00003-011 Determination: 063-04-77-1 Page 3 of 3 Employment payments (Labor Code Section 1773.1) Health and welfare: $1.35 per hour worked or paid. Pension: $2.00 per hour worked or paid. e Vacation/holiday: 90¢ per hour worked or paid. Training: 14¢ per hour worked or paid. Hours: 8 hours daily, Monday through Friday. Overtime: Excluding Alameda, Contra Costa, Marin, San Francisco, San Mateo and Solano counties, work from 8:00 a.m. to 4:00 p.m. is paid at straight time. Time and one-half the basic straight-time hourly rate is paid for first 2 overtime hours; double time thereafter. Alameda, Contra Costa, Marin, San Francisco, San Mateo, and Solano counties: Work from 8:00 a.m. to 4:00 p.m. is paid at straight time. All other time is paid at 2x the basic straight-time hourly rate. emium Lav for Saturdays, Sundays and holidays: Excluding Alameda, Contra Costa, Marin, San Francisco, San Mateo and Solano counties, time and one-half for first 8 hours on Saturday, double time thereafter; double time for Sundays and holidays. Alameda, Contra Costa, Marin, San Francisco, San Mateo, and Solana counties: Double time for Saturdays, Sundays and holidays. In accordance with Labor Code Section 1773, holidays upon which the general prevailing hourly wage rate for holiday work shall be paid shall be all holidays recognized in the collective bargaining agreement applicable to the particular craft, classification, or type of workman employed on the project which is on file with the Director of Industrial Relations. Travel and subsistence payments: The contractor shall make travel and subsistence payments to each workman needed to execute the work, as such travel and subsistence payments are defined in the applicable collective bargaining agreement filed with the Director of Industrial Relations in accordance with Labor Code Section 1773.8. 1)539 . t� GENERAL WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 Ref: 023-00063-001 Determination: 063-07-77-1 , Page 1 of 3 Effective date of determination: January 1, 1977. Expiration date of determination: June 15, 1977, unless earlier modified, corrected, superseded, or rescinded by the Director. Locality: All localities within Alameda, Alpine, Amador, Butte, Calaveras, Coluca, Contra Costa, Del Norte, El Dorado, Fresno, Glenn, Humboldt, Kings, Lake, Lassen, Madera, Marin, Mariposa, Mendocino, Merced, Modoc, Monterey, Napa, Nevada, Placer, Plumes, Sacramento, San Benito, San Francisco, San Joaquin, San Mateo, Santa Clnrn, Santa Cruz, Shasta, Sierra, Siskiyou, Solano, Sonoma, Stanislauu, Sutter, Tehama, , Trinity, Tulare, Tuolumne, Yolo, and Yuba counties. ! Craft: Steel Erectors and Fabricators (Operating Engineers) Wage rates Basic straight-time Classification groups (journeymen? hourly rate Group Group 1 $ 9.22 Group 2 9.60 , Group 3 • 10.61 Group 4 10.75 Group 4A 11.04 Group 5 11.52 , Group 6 11.93 Group 6A 12.49 Group 7 13.50 , aFor classification groups, see page 2. Employer payments (Lagar Cade Section 1773.1) Health and welfare: $1.35 per hour worked or paid. Pension: $2.00 per hour worked or paid. Vacation/holiday: 900 per hour worked or paid. Training; 240 per hour worked or paid. Hours: 8 hours daily, Monday through Friday. Overtime: All time in excess of 8 hours, or outside of regular working hours is paid , at 2x the basic straight-time hourly rate. The regular starting time of a single shift is 8:00 a.m. , Premium Ra Lor Saturdays, Sundays, and holidays: Double time. In accordance with Labor Code Section 1773, holidays upon which the general prevail- ing hourly wage rate for holiday work shall be paid shall be all holidays recognized in the collective bargaining agreement applicable to the particular craft, classifi- cation, or type of worker employed on the project which id on file with the Director of Industrial Relations. 3 Travel and subsistence ,payments: The contractor shall make travel and subsistence pay- ments to each worker needed to execute the work, as such travel and subsistence payments are defined in the applicable collective bargaining agreement filed with the Director of Industrial Relations in accordance with Labor Code Section 1773.8. oo 540 .. 4 { Rei': 023-000(',: 00 i Determl nuLion: Classification prouaa Page of 3 Group Assistant to engineer (oiler) Group Compressor operator Rodman,. rshainnwn . Generator, gasoline or diesel driven Truck crane oilor .'Woistont.to engineer) (100 k.w. or over) (Structural Oteol or tank erection only) Group-3 Compressors, generators and/or welding Deck engineer machines or combination (2 to G.) Fork lift Over _:.e::_t::`. Group d Heavydut ro irmancps , '.. . . . .•.. y, pa Tractor operator Group LA Combination.heavy.duty. ropairmon-Voldor. Grout) Doom truck or A-frame (dual purpose)'' rser-propelled',lioo ..typa`'] ftiing dovice. Boom. cat (center.;mount;)'•{10.:.t;ons.,`or.:le ss MRC) Chicago boom Siogle`drum.:hoiet ,' Chief of. party Tugger hoist Crawler,cranes and truck.cranes (15 tone m.r.c. or:less) (assistant to engineer required) Group Crawler cranes and.truek cranes (over:15 Tower cranes mobile inciiiding,rail mounteci tons MRC)(assiatant to engineer required). (assistant .to'en,gine' er-,required) Derricks (2 operators required.when owing Universal Liebhe.r.and'.tower'cranes (and engine remote from hoist) similar types) (in'.tho erection, diamantlInr Gantry rider (or similar equipment) and moving of equipment,`.there shall Le an Highline cableway (signalman required) additional operating..engineer) Self propelled boom-type. lifting device Two or more drum hoist (center mount) (over 10 -tons:) (assistant to engineer required . .:. . When over 15.tone.m.r.c.); : Grou Cranes..(over 195 tons) (assistant to eng:Ln eer.required) 1. Group7 1 )54 t 0 ao r r"oV f� heli - ao t e - Pe r. P • .... . .. ... i i'7 0. i7eLc-,rminit t.iur:: C1ns:�ificnLi.on (continued) npe^ntora, esaiotanta to inoer and lndent•urcd npin•ent,le .,; c n ornuc:: twi r,i; ; ; , eit',htY (80) feet or more, Inalrulinr; ,jlhhu11 rerelvc rrrhlit,ic,nnl hrc:mirtm r E -•;.r•:; . to t.hrc ;ollouint; schedule: , :, BOOM of 80 feet up to, bui, not, 3noludln+ , i'IIr' lmur , fsooma of 130 feet up to, but, not includiii�,a10 factt W ROOM0 of 18,0 feet up to anti invii1riingncl ;Nin 1'u18 , Rooma Of Over ;g0 feet 80 1-P5 i i} 1 y i 1 S i .. i}Yf l4 lr z z� 00542 1 4 t GENERAL WAGE DETFA MINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFOXIIA LABOR CODE PART 7, CHAPTER 11 ARTICLE 2, SECTIO@1S 1770, 17731 ASID 1773.1 it-,f: 023-00143-/M. /M. Dotetidnation: 063—OS=17-1 Parr: 1 u:' s Effective date of determination: January 1, 1977. Expiration date of determination: Juno 15, •977, unless oarliur• nEX111,10d, rorroct':,:, aupercedodp or rescinded by the Director. Locality: All localities witlsin Alamoda, Alpine, ftadur•, B+tt.to, Co1w,1rf4u, Contra Costa, Del Not-tot L1 Dorado, Fresno, Glenn, 11w4boltlt, Kinga, La%e, Lauctin, Madera, ldarin, Mariposa, Mondocin;•, Merced, Modoc, Mor.i.croy, Napn1 iloveda, Placer, Plumasl Sacramento, San bonito# San Franciscoi Sntr .loaquin, Jan Matur:, Santa Clara, Santa Cruz, Shasta, Sierra, Siskiyou, Solanol Sonoma, Stan.1clau::, Sul-ter, Tchana, Trinityp Tulare,'Tuolumne l Yolo, and Yuba countion.. Crafts Pile Drivers (Operating Engineers). X84rates Haai•o :itraight-titre. Classification (journeyman) r'sto Gr.4ga 1 Assistant to engineer (firuMent'. oilort.cleckluaml) '• Grou 11A Compressor operator Grout) 1_B Truck creno oilo,r (assistant ,trr.angi,near): : G roup 2—A 11.89 ,,: Operator or tugger hoist:(hoisting material-,only):: Grout) 22B 10.10; Compressor operator (.ivor• 2)•. '; .'.. ..'• Generator operator Pump operator (over 2) Welding machine operator. (powered.otlror.tharr-,l); electricity} Gr u 10:x',0 Deck engineer . Fork lift operator A-frames i Self:propolle4 book-:;ype„lifting devi.ii+ (cstiiye�i : - t mount) (l0 :ton crtpscity N j. DeLarminsticn: Basic straight—f,",�(> Classification (Journeymen) hourly_ rsf.,a Group 10.75 Heavy duty repairman and/or weldor Grou 12.33 , Operating engineer in lion of assistant Lo engineer tending boilar or compressor ` attached to a crane piledrivor. Operator.of piledriving rigu, skid or Nlioatin�' and derrick barges {assistant to engineer } required) ..ti Operator of diesel or gasoline powered-orano > piledrivor (without boiler) up to and including l cu. A. rating (assistant to , engineer required) Self-propelled boom-typa lifting device (canter mount) (over 10 tons) (assistant to engineer required when over 15 tons m.r.c.) Truck crane operator (up to,an-). including 25 tons) (hoisting material only) , (assistant to enginoor requirod) tiros 11.1.6 Operating dloael or gasoline powsrod crane , pilodrivor (without boiler) over cu yd.'.- rating (atsi.stant to onginoer required) , Operator of crane (with steam flash boiler? ., pump or compressor attaehodj(Group 4 operating ongineer rcquired) J , Operator of steam powered crawlcr, or Universal:, type driver (Raymond or sind,lar type)' (assistant to engineer requirod) Truck crane operator (over 25 tons) (hoisting material or perfnrming piledrlvinx work) (assistant to ongineor "e4uirod) 1piledriving work) , i # OU5►44 i � Rcf: {}::y-�•E.:•'•--rat!. Detormination: Haa.ic atrali ht-Umn Classification (otirnevmen) hour]._y rate Cranes (over 125 tone:) (assistant:to engineer roquirod) Operators, asaistantn to nrigineer and rogioterod .epprontiecoa ori e.-fluipr.,r,nt with'booms, 'including jib and/or loads, .of, oighty (80) feet or ':.zt•u ..-Alul: receive additional premium according-.W the following schedules .: Per hout . Booms of 80 £out.up to, but nA including, 130 feet 20 ,4 Booms of 130 Peet up to, but.not. including, 180 feat .35 ::::..`..:.: . :....::. Booms of 180 feet up to and including 250' foat .80: Booms of ovor 250 feat 25 In the application of the above, tho length o£ .the boon shall: W. trnonur-ld �® from the aentur of thn hoel pin im tho tip or tho b.);,m or; For'raining steam on any tquip:nun L .b,,roro a shift . begina. :,+•,g.78 _ Emnlo-yer payments (Labor Code Section 1773.1).. Health and welfare: 4.35 per houz• worked or. paid.. Pension: 12.00 per hour worktA or paid. Vacation/holiday: 900 par hour worked, or paid.: Training: 24¢ per hour worked or. paid. Hournt 8 hours daily, Monday. through Ir'riday. Overt et All time in exoons_of a hours, or .cutsido of reoular`working hourd is paid at 2x the basic straight-tiro hourly rakto.: .The rogular:starting tL:to of a singlo shift is 8:00 a.m. Fre um 2SY for Saturdays, Sundays, and, o id at_ Double time. In accordance with Labor Code Section 1773, holidays upon which 'the general prevail- ing hourly wage rate for holiday work shall be pnid..ahall be all holidays recognized in the collective bargaining agreement applicable to the partia.ular,.craft, classifi- cation, or type of worker employed on the project which is on .file with the Director of Industrial Relations. Travel subsistence payments: The contractor shall make travel and:aubsiatence pay- ments to each worker needed to execute the work, as such travel.and subsistence payments are defined in the applicable collective bargaining agreemont filed with the Director of Industrial Relations in accordance with Labor Code Section 1773.8. 54 M. i I GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 Ref: 023-00102-001 , Determination: 102-01-77-2 Supersedes Det: 102-01-77-1 Page 1 of 5 Effective date of determination: July 15, 1977. , Expiration date of determination: June 15, 1978, unless earlier modified, corrected, p superseded, or rescinded by the Director. Localities: All localities within Alameda, Alpine, Amador, Butte, Calaveras, Colusa, Contra Costa, Del Norte, E1 Dorado, Fresno, Glenn, Humboldt, Kings, Lake, Lassen, Madera, Marin, Mariposa, Mendocino, Merced, Modoc, Monterey, Napa, Nevada, Placer, Plumas, Sacramento, Sen Benito, San Francisco, San Joaquin, San Mateo, Santa Clara, , Santa Cruz, Shasta, Sierra, Siskiyou, Solano, Sonoma, Stanislaus, Sutter, Tehama, Trinity, Tulare, Tuolumne, Yolo, and Yuba counties. Craft: Laborer and related trades. e e rates Basic straight-time , Classification (journeymen) hourly rate Group 1 $8.775 Group 1(a 9.00 Group 1(b) See classification below. Group c 8.825 , Group 1 1(d See classification below. Group 1(e) 9.325 Group 1(f See classification below. Group 1 g) 8.975 , Group 2 8.625 Group 3 8.525 Classification Group 1 , Asphalt ironers and rakers, asphalt spreader boxes (all types) Barko, wacker and similar type tampers Buggymobile , Chainsaw, faller, logloader and bucker Compactors of all types Concrete and magnesite mixer and yard , Concrete pan work Concrete saw, concrete sander Cribbers and/or shoring , Cut granite curb setter Dri pak-it machine Form raisers, slip forms Green cutters -' s: Headerboard men, hubsetters, aligners by any method w ra High pressure blow pipe (1j inch or over, 100 lbs. pressure or over ' c } Hydro aeeder and similar type ;" f Jackhammer operators Jacking of pipe over 12 inches 00546 Jackson and similar type compactors , c u +, I I Ref: 023-00102-001 Determination: 102-01-77-2 Supersedes Det: 102-01-77-1 Page 2 of 5 Group 1 (continued) Kettlemen, potmen and men applying asphalt, lay-kold, creosote, lime, caustic and similar type materials, (applying means applying dipping or handling of such materials Legging, sheeting, whaling, bracing, trenchjacking, hand-guided lagging hammer Laser beam in connection with laborers' work Magnesite, apoxyresin, fiber glass and mastic workers (wet or dry) Pavement breakers and spaders, including tool grinder Perma curbs Precast-manhole setters, cast in place manhole form setters Pipelayers (including grade checking in connection with pipelaying), caulkers, banders, pipewrappers, conduit layers, plastic pipe layers No joint pipe and stripping of same, including repair of voids Pressure pipe tester Post hole diggers - air, gas, and electric Power broom sweepers Power tampers of all types, except as shown in Group 2 Ram set gun and stud gun Riprap - stonepaver and rock-slinger, including placing of sacked concrete and/or sand (wet or dry) and gabions and similar type Rotary scarifier or multiple head concrete chipping scarifier Davis trencher - 300 or similar type (and all small trenchers) Roto and ditch witch Rototiller Sand blasters, potmen, gunmen and nozzlemen Signalling and rigging Tank cleaners Tree climbers Vibra-Screed - bull float in connection with laborers' work Vibrators Group 1(a) Joy drill Model TWM-2A Gardener-Denver Model DH 1.43 and similar type drills Track drillers Sack leg drillers Diamond drillers Wagon drillers Mechanical drillers-all types regardless of type or method of power Multiple unit drills Blasters and powdermen All work of loading, placing and blasting of all powder and explosive of whatever type, regardless of method used for such loading and placing High scalers (including drilling of same) Tree topper Bit grinder State licensed blas':er shall receive 500 per hour more than Group 1(e), when designated by employer. Labor foreman shall receive 50¢ above his rate of Y , pay when he is State licensed blaster. 01154'7 i r Ref: 02>00102-001 Determination: 102-01-77-2 Supersedes Det: 102-01-77-1 Page 3 of 5 Group 1(b) Sewer cleaners (any workmen who handle or come in contact with raw sewage in , small diameter sewers) shall receive $4.00 per day above Group 1 wage rates. Those who work inside recently active, large diameter sewers, and all recently active sewer manholes shall receive $5.00 per day above Group 1 wage rates. Grout) 1(c) Burning and welding in connection with laborers work. Men working off or with or from bosh chairs, swinging scaffolds, belts shall receive twenty-five (25) cents per hour above the applicable wage rate. This premium rate shall be reckoned by the day and half day. This shall not apply to men entitled to receive the wage rate set forth in Group 1(a). Group d , Maintenance and repair trackman and road beds and all employees performing work on underground structures not specifically covered herein, shall receive 25¢ per hour above their regular rate. This paragraph shall not be construed , to apply to work below ground level in open out. The twenty-five (25) cent premium shall apply for work bid after June 16, 1977 to cut and cover work of subway construction after the temporary cover has been placed. Group i(e) Work on and/or in bell hole footings and shafts thereof, and work on and in deep footings. (Deep footing is a hole 15 feet or more in depth.) In the event the depth of the Sooting is unknown at the commencement of excavation, and the final depth exceeds fifteen (15) feet, the contractor agrees to pay the deep-footing wage rate to all employees for each and every day worked on , or in the excavation of the footing from the date of inception Shaft is an excavation over fifteen (15) feet of any type, generally vertical in nature, but may decline from the vertical, and whose depth is greater than , its largest horizontal dimension. Group 1 f , Wire winding machine in connection with guniting, or shot crate Basic straight-time , Classification (Journeymen) hourly rate Aligner $9.36 , Helper 8.375 Group 1 Pipelayers (including grade checking in connection with pipelaying), caulkers, , benders, pipewrappers, conduit layers, plastic pipe layer, pressure pipe j; tester, no joint pipe and stripping of same, including repair of voids, precast manhole setters, cast in place manhole form setters in Contra Costa County only. 005 Ref: 023-00102-001 Determination: 102-01-77-2 Supersedes Det: 102-01-77-1 Page 4 of 5 Group 2 Asphalt shovelers Cement dumpers and handling dry cement or gypsum Choke-setter and rigger (clearing work) Concrete bucket dumper and chuteman Concrete chipping and grinding Concrete laborers (wet or dry Driller's helper, chuck tender, nipper p Guinea chaser (stakeman) Grout crew High pressure nozzleman, adductors Hydraulic monitor (over 100 lbs. pressure) Loading and unloading, carrying and handling of all rods and materials for use in reinforcing concrete construction Pittsburgh Chipper, and similar type brush shredders Sloper Si.nglefoot, hand held, pneumatic tamper All pneumatic, air, gas and electric tools not listed in Groups 1 through 1(f) Jacking of pipe - under 12 inches Group All cleanup work of debris, grounds and buildings including, but not limited to street cleaners Cleaning and washing windows Construction laborers including bridge laborers and general laborers Dumpman, load spotter Flagmen Fire watcher Fence erectors Guardrail erectors Gardeners, horticultural, and landscape laborers Jetting Limbers, brush loaders, and pilers Pavement markers (button setters) Maintenance landscape laborers on new construction Maintenance,repair trackman and road beds Streetcar and railroad construction track laborers Street cleaners Temporary air and Water lines, victaulio or similar Tool room attendant (jobsite only) Watchman Wrecking Work Basic straight-time Classification (Journeymen) hourly rate Group 1 $8.775 Skilled wrecker - Removing and salvaging of sash, windows, doors, plumbing and electric fixtures Group 2 8.625 Semi-Skilled wrecker - Salvaging of other 0 CAU building materials Ref: 023-00102-001 Determination: 102-01-77-2 Supersedes Det: 102-01-77-1 Page 5 of 5 Wrecking Work (continued) Basic straight-time Classification (Journeymen) hourly rate Group $8.525 General laborer - Includes all cleanup work, loading, lumber loading and burning of debris Housemover Basic straight-time Classification (Journeymen) hourly rate,_,, Skilled housemover (6 months or less) $8.775 Semi-skilled housemover (less than 30 days) 8.625 Unskilled 8.525 Gunite Basic straight-time , Classification (Journeymen) hourly rate Nozzleman (including gunman, potman) $9.235 Rodman 9.235 Groundman 9.235 Gunite trainee 8.715 Reboundman 8.645 General laborer 8.525 Bmployer payments (Labor Code Section 1773.1) Health and welfare. $1.25 per hour worked or paid. Pension: $1.70 per hour worked or paid. Vacation/holiday: $1.10 per hour worked or paid Training: 10¢ per hour worked or paid. Straiaht-time hours: 8 hours daily, Monday through Friday. Overtime Aad holiday rate: All time outside of regular working hours or in excess of 8 hours, including Saturdays is paid at 14jx the basic straight-time hourly rate; Sundays and holidays are paid at 2x the basic straight-time hourly rate plus employer payments as shown above. !The regular starting time of a single shift is 8:00 a.m.) Recognized holidayst In accordance with Labor Code Section 1773, holidays upon which the general prevailing hourly wage rate for holiday work shall be paid shall be all holidays recognized in the collective bargaining agreement applicable to the particular craft, classification, or type of worker employed on the project which is on file with the Director of Industrial Relations. Travel and subsistence Payments: The contractor shall make travel and subsistence , payments to each worker needed to execute the work, as such travel and subsistence payments are defined in the applicable collective bargaining agreement filed with Er the Director of Industrial Relations in accordance with Labor Code Section 1773.8. , Y 00550 GENERAL WALE DEFEMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIC'NS PURSUANT TO CALIFORNIA LAWR CODE PART 7, CHAI"IHR 1, ARTICLE 2, SECTInNS 1770, 1773 AND 177:3.1 Rr-W: O%;-GU i M-01 1 Detarml na1.i�,tt: 10:•-.!.-'/'!-1 I Page 1 of Effective date of determination: January 1, 1977. Expiration date of determination: June 15, 1977, unleoa earlier modified, corrected, superseded, or rescinded by the Director. Localitys All localities within Alameda, Alpine, Amsdor, Butte, Calaveras, colusa, Contra Costa, Del Norte, El Dorado, Freano, Glenn, Humboldt, Kings, Lake, Laucan, Madera, Marin, Mariposa, Mendocino, Merced, Modoc, Monterey, Napa, Nevada, Placer, Plumas, Sacramento, San Benito, San Francisco, San Joaquin, San Mateo, Gama Clara, Santa Cruz, Shasta, Sierra, Siskiyou, Solano,. Sonoma, Stanislaus, Sutter, Tehama, Trinity, Tulare, Tuolumne, Yolo, and Yuba counties. Crafts Tunnel Worker (Laborers) i F Waste rates Basic straight-time �N Classification (journeymen) hourly rate Diamond driller $9,465", Groundmon 9.86 .'.. Gunite or shotcrete nozzlemen 9:865 Rodman 9.865 Shaft work and raise (below actual escavated ground level) 9.865" Bit grinder 9;555 Blaster, drillers, powdermen - headi'nQ`'.` ': 9:555 Cherry pickormen - where car is :lifted: 9:555.1 Concrete.finisher"in tunnel 9.555 :.. . Concrete screed.man 9:555 Grout pumpman and potman 9.555 Gunite and shotcrete gunmen and potmen 9:555 . Headermon 9;555`;,.: . High pressure nozzlaman 9.ti5S5: Miners - tunnel, including top and bottom.: man on shaft and raise work: 9:555. Nipper 9.555-:.: ;,.. . Nozzleman on slick line 9.555; Sandblaster-pptman (work assignment ..interchangeable).. Steel form raisers and:setters Timberman, retimberman -wood- or steel -: or substitute materials therefor` Tugger Cabletander 9.375' Chucktender 9.375 Powderman-primary house. 9:375 Vibratormen, pavement breakers 9.375 : Bull gang - muckera, trackman. Concrete crew - includes rodding and- spreading 9.255. . Dumpmen (any method) 9.255. :. Grout crew 90255. Reboundmen 9.255. Siam r. Pe 9;255: : ;Watchman V Ll t 1 F1 8M 4 F ti •. lterf: O::i-OOIU:'-1.11 { , Dc Lermina Linn: 102-3r•-77-1 Clannification (JournerMen) (ront1d) Shifter receives 750 per tour above highec'. paid classification ee-vured by agreement over which be han supervision. Shifter who is designated Uste licensed blaster recoiveu 50¢ above hiss rate per hour. When designated by employer, State licensed blaster receives 54¢ per hour above. miner's rate. n la r pa ants (Labor Code Section 1773.1) , Health and welfare: $1.40 per hour worked or paid. , Penaion: $1.70 per hour worked or paid. Vacation/holiday: 90¢ per hour worked or paid. Training: ` 10¢ per hour worked or paid. Hours: 8 hours work between 8:00 a.m. and 5:00 p.m., Monday through .Priday, is paid at straight time. OvertU a: (Excluding Alameda, Contra Costa, San Francisco counties) All,time outside of , regular working hours or in excess of B hours is paid at l*x the basic straight-time hourly rate. (Alameda, Contra Costs, San Francisco counties) Time and one-half the basic straight- time hourly rate is paid for the first A overtime hours, All other time is paid at 2x the basic straight-time hourly rate. , Premiummay for Saturdava, Sundays, and holidays: . (Excluding Alameda, Contra Coats, San Francisco counties) Time and one-half for Saturdays; double time for Sundays , and holidays. (Alameda, Contra Costa, San Francisco counties) Double time. In accordance with Labor s Section 1773, holidays upon which the general prevailing hourly wage rate far ho day work shall be paid shall be all holidays recognised in the collective bergaiang agreement applioable to the particular craft, classification, or type of we mployed on the project which is on file with the Director of Industrial , Relat ns. Travel and .u isbn ee pavments: The gontractor shall make travel and subsistence , payments to each worker needed to.execute the work, as such travel and subsistence payments are defined in the applicable collective bargaining agreement filed with the Director of Industrial Relations in accordance with Labor Code Section 1773.8. , 44 7 t t� i l GENERAL WAGE DETLRMINATION MADE 14Y THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LA13OR CODE PART 7, CHAPTER 1, ARTICLE. 2, SECTIONS 1770, 1773 AND 1773.1 Ref: 023-00:61-00; Det,o rmi.nn Linn: 261=01-77-1 Page i of Effective date of determination: January 1. 1977. Expiration date of determination: June 15, 1977, unless earlier modified, corrected, superseded, or rescinded by the Director. Locality: All localities within Alameda, Alpine, Amador, Du1.to, Cnlaveraa, Coluan, Contra Costa, Del Norto, El Dorado, Fresno, Glenn, Humboldt, Kings, Lake, Ler:{cin, Madera, Marin, Maripooa, Mendocino, Merced, Modoe, Monterey, Napa, Nevada, 11:,r..ur, PlumasI Sacramento, San Benito, Sun Francisco, San Joaquin, San Mateo, Santa Clara, Santa Cruz, Shasta, Sierra, Siskiyou; Solano, Sonoma, Staniulaus, Sutter, Tehams, Trinity, Tulare,.Tuolumne, Yolo, and Yuba counties. Craft: Teamsters Waite rates Davie straight-timo Classification (Journeymen) hourly rate All dump trucks (single or multiple dump units, including Semi's and Double.and Transfer Units): Under 4 yards $ 9.905 4 yards and under 6 yards 6 yards and under 8 yards 10.20 8 yards and including 12 yards `10.1,/;.' Over 12 yards and including 18 yards .10.4.8 Over 18 yards and including 24 yards 10.585 Over 24 yards and including .35 yards .. 10..G4 Over 35 yards and including 50 yards 10.79 Over 50 yards and under 65 yards. 10;94..;.> ` 65 yards and including 80 yards 11.09 ...:'. .`. Over 80 yards and including 95 yards 11.24 All transit mix or agitator trucks: Under 6 yards 10.055 6 yards and under 8 yards 8 yarda through 10 yards 10.255.:.....;..:. Over 10 yards through 12 yards. 10.355 Over 12 yards through 14 yards 10.455: Over 14 yards through 16 yards . 10.585 Transit mix with boom receivesan additional 12}¢ per hour. . Bulk cement spreader (with or:without auger) USE DUMP TRUCK.SCAM . Dumpereto truck USE DUMP TRUCK SCALE, Skid truck (debris box) USE DUMP TRUCK SCALE. Trucks (dry pre-batch concrete mix) . USE DUMP TRUCK SCALE. Triple headers USE DUMP TRUCK SCALE, �n plus $1.00 per shift Ammonia nitrate distributor driver ' and mixer .. 10.48 ._ Combination dump truck.and,dump::trailer: 10.585. A i Ref: 023-00t.G1-001 Determination: 261-01-77-1 Pagel, of 3 Basic straight-time Classification (Journeymen) (cont'd) hourly rate , Water trucks: Under 2,500 gals. $10.015 2,500 and under 4,000 gals, 10.115 , 4,000 and under 5,000 gals. 10.215 5,000 and under 7,000 gals. 10.315 Jetting truck USE WATER TRUCK SCALE , DW 101e, 20's, and 21's and other similar cat type, Terra Cobra, LeTourneau pulle, Tournorocker, Euclid and similar type , equipmept when pulling Aqua/Pak or water tank trailers $10.69 When pullin,; fuel, grease tank miscellaneous , trailers 10.64 Vacuum trucks: Under 31500 gala. 10.065 3,500 gala. and under 5,500 gala. 10.165 5,500 gals. and under 7,500 gals. 10.265 Nipper truck (Flat rack rate when appropriate) •90905 Concrete pump truck (Flat rack rate when appropriate) 9.905 Concrete pump machine 9.905 , Scissor truck 10:10. . Helicopter pilot 10.94 Industrial lift truck (mechanical tailgate) USE FLAT RACK SCALE Dumpster or similar type USE YARDAGE RATE OF PAY • Rubber tired muck car (not self-loaded) , $10.175 Rubber tired truck jumbo 10.215 Lift jitneys and fork life 10.035 . Winch truck and "A" frame drivers 10.215 Small rubber tired tractor 10.10 , Combination winch truck with hoist 10.155. Hydro-lift or Swedish crane type (including Jetting) 10.57, Hydra-lift extension or retracting crane (boom type) 10.57 . Buggymobile 10.215. Rosa Hyster and similar straddle carrier 10.245 , Self-propelled street sweeper with self-contained refuse bin 1x•44. P.B. or similar type self-loading truck 10,54 . . . , Bus or manhaul driver 9.905 Escort orpilot car driver 49.905. Pickup trucks 9:905 , Hook tenders 9.905 Warehousemen, helpers, team drivers 9.905 Warehouse clerk/parts man (Jobsite construction)_ . 10.03 Truck dispatcher (full time) . 10.29 , YUel and/or grease truck driver,or fuelman 10.87 U0554 . .......... i Refs 023-00261-001 Determinations 261-01-77-1 Pap 3of3 Classification (iournevmen) {ecnttd} Basic straight-time hourly rate Oiler and/or greaser and/or service man # 9,98 Tire repairman (full time) 10.44 Truck repairman 10.575 cs•� Truck repairman helper 10.075 Single unit flat rack (2 axle unit) 10.04 Single unit flat rack (3 axle unit) 10.10 Heavy duty transport (high bed) 10,22 Heavy duty transport (gooseneck low bed) 10,45 Double gooseneck (7 or more axles) 10.50 Heavy duty transport tiller pian 10.50 Combination bootman and road oiler 10.345 Road oil trucks or bootman 10,035 ' Heater planer USE RATE FOR POWER UNIT Asphalt burner USE RATE FOR POWER UNIT Scarifier burner USE RATE FOR POWER UNIT Snow buggies (full time) # 9.905 Snow Go and/or plow 10.1,4 Slurry truck USE DUMP TRUCK SCALE Fuel island attendant, or combination pit and/or grease rack and fuel island (full time) #10.07 Fire guard (full time) USE RATE FOR EQUIPMENT Steam cleaning (full time) # 9,945 Tool room attendant (refineries) 9,905 Utility, clean-up truck USE FLAT RACK OR DUMP TRUCK SCALE Tilt bed trailer or flat bed pull trailer 12LV¢ per hour above rate for towing unit Drivers handling raw sewage or dangerous 44 per day in addition to chemicals appropriate wage scale EmyloYor payments (Labor Cale Section 1773.1) Health and welfare; #1.19* per hour worked or paid$ Pension: 700 per hour worked or paid.. Vacation/holiday: #1.00 per hour worked or paid. Hours: 8 hours daily, Monday through Friday. Overtimes All time outside of regular working hours or in excess of 8 hours is paid at 1*X the basic atraight-time hourly rate. The starting time for a single shift is S:OO a.m. Premium pay for Saturdays, Sunda s, and holidays: . Time and one-half for Saturdaya; double time for Sundays and holidays. In accordance with Labor Code Section 1773, holidays upon which the general prevailing hourly wage rate for holiday work shall be paid shall be all holidays recognized in the collective bargaining agreement applicable to the particular craft, classification, or type of worker employed on the project which is on file with the Director of Industrial Relations. . Travel.and subsistence enti: The contractor shall make travel and subsistence t payments to each worker n-,eded to execute the work, as such travel and subsistence +; payments are defined in tie applicable collective bargaining agreement filed with the°Director of Industria. Relations in accordance with Labor Code ect a 773.8. • s.t: f I CULTURAL. TLt::'�)t1RC!:\� ::i'1•;CI)�7rArlc;i In the ovent. ,culburral rn:iour•c!:s are disenvur•ed during nub- nurfnco exc&va7ticn.^., at louaLiunri of tit•.\ wvrkt thole CentratcLnr r•aata t l 'coono all construction col trMA cons at the l oc:at� �,n of such cult.ur!j reso+trc o fired Unca] such W.: e. that .a tttail ific.cl aarchoul to ist can be called to u:sesa Lhc valuo or th#+t;u :'+tt;vas:•Ct::7 i!aid'rirJ::•s. 1'.:>rct::: dations to the State Winwor\ Rn-,ourcum Cu:ai:rol ur.-:,rd Archao'!oglat and Stat•it iiicturic Pru.:,wlrva tion Off icer Oar fux•o.hor d1r6cL v:t. If the .^►tciLu Historic Pro::cry atinn 0.'f'.tct-r :)r tha hngincor d1racLe that work bei tcmporar-U7 coanou at t:h-r 'lic at4c; of L•he t;u1L•urai find, the Contractor oliall t3mrvr.nislly ninlyciid :.he-wor'r.. :ct the location.. If the Lrilrjneor or tho Statta lei:.+.er3.e Preaa,rv&tioti Officar directG' that. 'the work bad tomporarll .:uzilaildod for culL•tt.rO. pur- poses on x portion of the "work wbicK i:s thi currnnV coittro13.tn4 f operation or operations on Llan contr., th6tutr:l nsirtber of drays for which the ausponsion iu in affact sial] ba added- to the-numbar of allcwable ccittract days .in comput;i.n g ,the Lotat nutaber of elloir able contract days. A controlling oparni:ion r;l:r:'.0 -to defined as the only operation which, can tic: pt-krormcd on M.i., .coritr•act. If� other operations can be -.'one on the: nutirract it it not. a contrel.- ling oporati.on. If a portion of work at the time or ucruh ounronsion is not a controlling operat'i.ont but nubsequc\nt l y dosis bacomo the curran+: controlling operation- tiro datorminitti; cat'...camtract gime will bo made-on the basis of the current control]inn oporation .or ,opera- , tions. If, as a result of a temporary-ousponuion or the work at a location or locations the C:intredtor- aut:t:ainz:: it- Loss which could not have been avoidad by-his 3udiciotiu hctfid]Itat; or -forces, equip- ment and plant to porform other work on the -cot:Lract+, thore shall be paid to the Contractor ouch amountss the Enrinoer may rind to bo a fair and reasonably compensation ror� virch. part of the Contrac- tor's -actual lobs, as, in the opinion oF.the Engineor, was unavoid- able, to be datormirrod ata follows: Compensation for idlo ti.me of "aquipitalmt Will. bo -detarminad in the same mannor'as datorminationts arae toad,, -far equipment used in the performance of cixtra"work paid for. un a force account basis, with the following exceptions: (1) The-richt-or-way delay factdr for aach clasuifi.cation or equipirent shown in the Dapar•tmant. of Transportation pub— lication entitled "l±quipmnnt t!cnt al. Rat-di: and the General Provailing"Wago R.•itou" of t.hn Staat .e of'California, will ;.: bo.-appliod to such oquipmrttt. renitai rat©. .0055 ......: v.....!..1..a._a... :.1..' , 14::5 Y l •-1 'r n...• f .Vf C (2) The: tirre for ,iliieh ouci, cc:np.�nrati(-n Drill be raid will , be the acutal normal vrorking time duri-MV, a:i:ich such delay condition 47-iLto, but in no c:a:t,•: Will exceed 8 , hours in any urte day. • (3) The days for hich compentration %•rill l-,, paid,,: a be for all or portions o" calendar dad;:,, excluding , Saturdays, Sundays and legal halid;Va', dt.ring the existence of such delay. Actual loss shall be unders;tcod to incfudr no items o - expense other than idle timeof equir.^erst and necushary payments for idle time of men and the cost of oxtra tnovit:g; of equipment. , Compensation for idle time of oqquipmont will be determined by then' Engineer and coinponnati.on for idle trillo of men will be determined by the Engineer as "Labor" and no markup will be add(:d in either , caro .for overhead and profit. Comoonarttion. or the cost of moving equipment ghall be the actual; cbet,%-ji.thout markup ;Cor.,overhead or profit. 1,7 77, aS t�2� ,si ani °� 4�j c4E F� hj5 �� 4� t - t r-1si G 'F. N i')f '.3•-s 1 rkti�d�k t, `7" ,b y ' k x Za�Av3E,,��;?F x i � p �k � .,•i f - t d 4ye Tt� +r' �".r�+'1"yR� nrk��`rr "4 .. ��Sv ,�3`N o-i-r 5• i C1 d k� —"A :, a' •_. ��.#.i —AM � js � `�� s w -ta �,�,�. y�r 3✓,�t is+y, 'z�1 � 3�j � P� Yk+1A,, i ' rlb �i�QR. J�� 1 4§Nx��rx s #, i i� rctaa3e 4r 2+ t l �Ltt1 � t C�xs, r ``�'-a`kk *a X f,"�� e �� ;� 1 �s �,� P �,� �i�+�'S� 1��1��'i� s�t���iii �f�'��t'•�����'��4� _ lY Y 1 Y } l { k" j 411 •t Rio ap. Fm EXTERIOR TYPE HIGH 9ENSITY OVERLAID PLVWOOO m OR OTHER APPROVED MATERIAL SUITAOLE FOR SIGNS T,� r.r r r r r r r r r r r r r r r r r�r r w w r• d ' p n D § � } = ; O r Om* 1 p x: A rppn 1p1s1�i�p � f z s o d OM 0 Z0 In Z M OvaO r .. P 1 _ 24 di ..� a �piritnN3, 1 ,r in r ; � Z r • ;w < { < N o pwo � �f~ p a � o . py A 1,1 m d t , p t 7 c X IA oQ � ay�fi +� N � 9 � �X � �� •fir. � 'D °.� ���;,; v3y, ?��3 ✓ w_ �y 'R b p�Q 'i't` s+ r } � a' • ; d .I W P .NiY kir. C x x x D A ; a A D < F•12 O .6 p N N ' _ 9 < <� O f v w Q r = �; tads t�. fes'Mli s r " �i i z. } 4 99900 � M n ERTERIOR TVK HIGFI QENSiiY OVERLAID PLVWOOO OR OTHER AP►ROVEO MATERIAL SUITA*LE FOR SIOHS Or� •� • M 02 a s � • a c� w Sao a x G» C,° WAW I 4 { C .; 1 w i 0f :2 2 i Y G 4. � n 04 c • o t >D 1 N p �Y o ro 10 A L t3o o i * i x Q N r A n o -- - - m o k �i f J hn STANDARD FORM OF CERTIFICATION BY MANUFACTURER Subject: Contract No. Located at• This is to formally affirm that the following equipment furnished by us for this project has been inspected, tested and completely installed in accor- dance with our instructions. This equipment has been started up by our field service engineers and is ready for permanent full time operation. If the equipment is operated and maintained in accordance with our instrue- tions and literature the Owner should get satisfactory performance for zx intended use. Our standard warranty conditions are applicable and in full force. Signature Title Date; 00559 r i GUARANTEE , We hereby guarantee for a period of years from the date of filing of Notice of Completion and Acceptance ate the following: which we have provided for the project Weuarantee that the materials and workmanship have been installed t $ P in accordance with the plans and specifications and the manufacturer's recommendations. The work, as installed, will fulfill the requirements and is suitable for the intended use. We agree to repair or replace any or all work, together with any other adjacent work which we may displace in so doing, that may prove to be defective in its workmanship without any expense whatsoever to Owner, ordinary wear and tear and unusual abuse or neglect excepted. In the event of our failure to comply with the above-mentioned condi- tions within days after being notified in writing by said Owner, we collectively or separately do hereby authorize said Owner to proceed to have said defects repaired and made good at our expense and we will honor and pay the costs and charges upon demand. Contractor: (Signature) _ (Date) (Signature) (Date) (Title) (Title) Note: For a corporation, two signatures are required. 00560S ,M R . BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA Re: Releasing Neil .Christensen ) and Liahona Cohristensen ) RESOLUTION NO. 77/605 from Claim of Lien ) The Board of Supervisors of Contra Costa County RESOLVES.THAT: On June 21, 1977, a Claim of Lien was recorded by Contra Costa County pursuant to Health and Safety Code Section 5463 for work done and materials furnished for the abatement of set-rage system at; 41 Provo Lane, Danville, California. The aforementioned Claim of Lien named Michael A. Shouff and Helen M. Shouff and Neil Christensen and Liahona Christensen as owners or reputed owners of the aforementioned property. The Board is informed that Neil Christensen and Liahona Christensen were not owners of the aforementioned property at the time the Claim of Lien was filed. THEREFORE, the County of Contra Costa does hereby release Neil Christensen-,and 'Liahona-:Christensen from the operation of the Claim of Lien. PASSED on July .26, 19?? , unanimously by the Supervisors present-. RM:me cc: Auditor-Controller (original) . Health Department County Counsel RESOLUTION NO. 77/A0__5 oaf M BOARD OF SUPERVISORS, CONTRA COSTA COUNTY; 'CALIFORNIA In the Matter of Subdivisions ) 4904 and 5091 Annexation to } RESOLUTION NO. '77/606 County Service Area M-22 (San Ramon Area) ) (Gov.C. §§56261, 56320, } 56322, 56323, 56450) RESOLUTION OF PROCEEDINGS FOR ANNEXATION AND ORDERING ANNEXATION .TO COUNTY SERVICE AREA WITHOUT HEARING OR ELECTION The Contra Costa County Board of Supervisors RESOLVES THAT: This annexation had been proposed by the landowners of the , subject area and application therefore filed with the Executive, ' Officer of the Local Agency Formation Commission on May 23, 1977 The reason for the proposed annexation is to provide the area to be annexed with street lighting, street sweeping- and landscape maintenance services. On July 6, 1977, the Local Agency Formation Commission approved the proposal for the aforesaid annexation, subject to the condition that the exterior boundaries of the territory proposed-to be annexed be as described in Exhibit "A", attached hereto and by this reference incorporated herein. Said commission also declared the territory proposed to be annexed as legally un- inhabited, assigned the proposal the designation of "Subdivisions 4904 and 5091 annexation to County Service Area M-22," and authorized the Annexation without notice and hearing by this Board. The affected property will not be taxed for any existing bonded indebtedness or contractual obligations. This Board hereby finds that this proposed annexation is in the best interests of the people of County Service Area.24-22 and of the territory to be annexed. This Board hereby finds that.the territory to be annexed is uninhabited, that no landowner therein filed a written protest, and that all landowners in the affected area have consented in writing to the proposed annexation. This Board hereby ORDERS this annexation without hearing, without election, and without being subject to confirmation by the voters. The Clerk shall transmit a certified copy of this Resolution along with the appropriate fees to the Executive Officer of the Local Agency Formation Commission,. in accordance with Government Code 556450. PASSED AND ADOPTED on July 26, 1977• DCG:g RESOLUTION NO. 77/606. 00562. a a A. s rs y,fie' 7�an ��. � tnr5 2yy{7t y r�z R £sr,��- .y x" - 1 4`"`s..r�.+5 €.. �6F•� aS n r 4`4 !� S�� L a`�t $J��'+�."'S� 7�7�Lsa•" . ,� gw�' �4i y��� ,,� r ,e ���� �rw•s �r i,..u�-���:'�e�r.�:.'� s�� r �s � "y�t}..r yK�,k _pz. j��a4� x^�yy �x'� E i �+' "kx x 51 cc: ' LAFC , .,Executive OrFicer= of'Stater xz r -Secret, r of E alization State Board 4u County Assessor a4 r a ti a'war a Fz, a} s J County Recorder ' f1�� k fr t County Auditor-Controller Public Works Director P.G.& E. Dale 8ornberger. Creegan and D'Angelo Consulting Applicant gngineers,.-,1.1822;'Dublin Boulevard, Dublsn, CA 94566 County Administrator z � t�r .{ k`M.-,,,e+ ��..�`.��"8"�` '�•5`a-"nr�s .�..+"r,z= ;Vr"`��.�.�r�a��`��, � f c 3.4r.s ' u^�.se a;•, '� .rr zz?st-`'x- 43`2' � �r ,z�.4".� �s.,`�.� g` "�'���. :ry ,. r- ) i� < s s'� w'� s � a�,r� a ,��°",• e '�v „r ��, ,*�., ��S'�^�tya�s y"�t%��'"m "�t 'k '?fes b ,r� x 5 � '�,'.�s r Hv: •Y,�,^. „�.' } a"3ur+ sz �a � �''� rx.•-��a.� ,ys �..�,, � �` x�a �„ru•,,,,� ,g � r� ���"*'f ray ry."�i � x w ���� ��, �+:.��'�..:'z�'.�5,,�^�'��_.�s��,+�� �ss.�'�'3r* k'S� �Y:�e��� P�s'�, �'•r� r� �` 4 r S'l.y �5`y, �"z,�a"� a 61 �;a k s��$-�• '�`°',�"�}y�,"5� ,�}���,.`�y.S�� "�,�� �d^`#`�'� .,�,��.�ay-sy •+ •t yx��a�y;a� . ��.� k ,.+c '.;, �,� n �.�'' "�t�'�.a � ✓+ ,,,,'sir Y - r, iv t `�',,�t`Xs n+1+.� 5 � a. 4 `4� ea a ,.f + usv° a a r�* r a�� 3..r-"'''� ,'�i+eta � y Y+tig� n�. �`,. �•" S} "'��' +t''x"�" 4ik" �'w �d' »t h � .z. � s �fu z .t , a � a oo�s3 ' "RESO�UTZ —rpm LOCAL AGEXY FOIRMATIO:i C0.'USSIO.1' Contra Costa County, California 132-78 Revised Description Dates 7/6/77 By:� EXUBIT "A"' Tracts 4904 and 5091 Annexation to County Service Area M-22 Being a portion of Rancho San Ramon,-described as follows- Beginning_at the intersection of the center of Crow Canyon Road, as it exdsted on January 1, 1976, with the center bf F.t Capitan Drive, said point being the southern most corner of County Service Area M_2; thence, leaving said boundary of County Service Ares 2in??, S=eth 6l0 30' West, along said center of Crow Canyon Road, 730 feet, more or less, to the northern extension of the eastern line of Alcosta Boulevard; thence Southeasterly, along said extension and the eastern line of Alcosta Boulevard, 1020 feet, more or less, to the southwestern corner of Parcel "C", as shown on that certain map filed Januar_r 22, 1976, in Book 42, of Parcel Maps'. page 32; thence Northeasterly and Northwesterly, along the southern and eastern lines of said Parcel "C" (42 P.M. 32), as followss Borth 640 45' 26" Fast, 1081.44 feet, South 280 48".23" East, 299.97 feet; North 640 45' 26" East, 3002.49 feet; North 260 07' 30" West, 655.10 feat; South 630 37' 0?" West, 737.93 feet and North 260 07' 30" West, 695.94 feet to the northeastern corner of said Parcel "C" (42 P.K. 32), said point being on the southern line of Crow Canyon Road, as it existed on January 1, 1976; thence North 260 0?' 30" West, 42.00 feet to the center of Crow Canyon Road, as it existed on January 1, 1976, said point also being on the southern boundary of County Service Area H-22; thence South 610 30' West, along said boundary of County Service Area X-22, 2630 feet, more or less, to the point of beginning. Containing 107.46 acres, =ore or less. 00554 ONE W BOARD OF SUPERVISORS, CONTRA COSTA COUNTY In the Matter of ) Initiation of Proceedings ) RESOLUTION NO. 77/607 for Maguire Boundary ) (Government Code §§56430-56432) Reorganization ) ) RESOLUTION INITIATING PROCEEDINGS FOR MAGUIRE BOUNDARY REORGANIZATION The Board of Supervisors of Contra Costa County RESOLVES THAT: Application for the subject Reorganization was made by County Sanitation District No. 5 and by the landowner and filed with the Executive Officer of the Local Agency Formation Commission of Contra Costa County on June 10, 1977• The Reorganization proposed was for the following changes of organization: 1. The annexation of certain territory to County Sanitation District No. 5, located entirely within Contra Costa County; 2. The annexation of the same territory to County Service Area L-46, located entirely within Contra Costa County. The reason for, the proposed Reorganization is to provide sanitation and lighting services to the affected territory. On July 6, 1977, after public hearing, the Local Agency Formation Commission of Contra Costa County approved the Re- organization, as set forth above. The particular changes of organization described hereinabove, any terms and conditions applicable thereto, and the legal des- criptions of the territories affected thereby, along with any findings, statements of supporting facts, reasons, and determina- tions of the Local Agency Formation Commission relating thereto, are as more particularly described in the Resolution of the• Local Agency Formation Commission of the County of Contra Costa Making Determinations and Approving the Maguire Boundary Reorganization, passed and adopted on July 6, 1977, a copy of which is on file with the Clerk of this Board. In approving the above-described Reorganization, the Local Agency Formation Commission of Contra Costa County, inter alia, found the property in question to be legally uninhabited, designated the proposal as "Maguire Boundary Reorganization", and designated the Board of Supervisors of Contra Costa County as the conducting agency for the Reorganization. At 10:35 a.m. on Tuesday, September 6, 1977 in the Board of Supervisors Chambers, County Administration Building, Martinez, California, this Board will conduct a public hearing on the pro- posed Reorganization. At that time all interested persons or taxpayers, for or against the proposed Reorganization, will be heard. Anyone desiring to make written protest against said Reorganization shall do so by written communication filed with the Clerk of the Board of Supervisors not later than the time set for hearing. A written protest by a landowner shall -1- RESCLUTION NO. 77/007 a description sufficient to identify the` land owned by-`him ,a. written protest by a voter shall contain the residential address of such voter. At the ''conclusion:"of- the hearing, or 'within 30 days thereof, this Board may either disapprove the proposed: Reorganization, order the Reorganization subject to confirmation ' of the voters, or order the Reorganization without election. , The Clerk- of this Board shall have this Resolution published, once a week for two successive weeks in. the San Pablo News (a newspaper of general circulation published in this County and circulated in the territory of the subject Reorganization), beginning not later than 15 days before the hearing date._- The Clerk also shall post this Resolution on the Board's bulletin board at least 15 days before the'`hearing date and continuing until the time of the hearing. The Clerk also shall mail notice of the hearing by first class mail at least 15 days beforehand and addressed in the manner provided in Government Code $56089 to each of the Districts affected, any affected cities, the petitioner(s)', and each person who has theretofore filed.with the Clerk a request . for a special notice. PASSED AND' ADOPTED on July."-26,, 1977, unanimously by-all Supervisors. a r j r f F cc: County Administrator County Assessor PublicworksDirector Posting a W r a� h 4 fi G X43 00567 CCtt 77/607 III THE BOARD OF SUPERVISORS OF COIITRA COSTA COUNTY, STATE OF CALIFORRIA -In the Matter of Approving Plans ) and Specifications for South ) RESOLUTION N0. .77/608 Danville Storrs Drain Project Projzct 110 4 :?0-0925-76 ) W.E'REAS Plans and Specifications for the construction of 737 feet o` storm drain crossing San Ramon Valley Boulevard (Site A) and Interstate Freeway 6 0 at Boone Court (Site B) have been filed with the Board this day by the Public Works Director; and UniEREAS Site-A of this project is considered exempt from environmental. impact report requirements as a Class III-D categorical exemption under county guidelines; and 14HEREAS a negative declaration pertaining to Site B of this project was posted and filed with the County Clerk on November 27, 1976 with no protests received and it has been determined to conform with the General Plan; and WHEREAS the Board this day determined that the project will not have a significant effect on the environment; and WHEREAS the general prevailing rates of wages, which shall be the minimum rates paid on this project, have been approved by this Board. IT IS BY THE BOARD RESOLVED that said Plans and Specifica-fions are . -hereby APPROVED. Bids for this work will be received on August 25th 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 VALLEY PIONEER. IT IS BY THE BOARD FURTHER RESOLVED that the Planning Director is hereby directed to file a'Notice of Determination with the County Clerk. PASSED AND ADOPTED by the Board on July 26, 1977. cc: Flood Control District. pLblic Works Director Auditor-Controller ` r _Seg « 0056 RESOLUTION NO. 77/608 PROJECT N0. 4400-925-76 CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT MARTINEZ9 CALIFORNIA NOTICE TO CONTRACTORS NOTICE IS HEREBY GIVEN BY ORCER OF THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY* THAT THE PUBLIC 'eXRKS DIRECTOR WILL RECEIVE BIDS UNTIL 2 O'CLOCK P.-). ON AUGUST 25+ 1977. FOR THE FURNISHING OF ALL LABORP MATERIALS* EQUIPMENT. TRANSPORTATION AND SERVICES FOR SOUTH DANVILLE STORM DRAIN PROJECT THE PROJECT SITES ARE LOCATED ON SAN RAMON VALLEY BLVD. AT BOONE CT. AND AT THE END OF' BOONE CT. EASTERLY TO LAUREL DR. IN SOUTH DANVILLE THE a:ORK SHALL BE DUNE IN ACCORDANCE WITH OFFICIAL PLANS AND SoECIFICATIONS PREPARED IN REFERENCE THERETO. BIDS ARE REQUIRED F,'-'R THE ENTIRE 'WORK DESCRIBED HEREIN. ENGINEERS ESTIMATE ITEMA ESTIMATED UNIT OF NQ. QUANTITY MEASURE ITEM 1 1 LS SIGNING AND TRAFFIC CONTROL 2 1 LS TRENCH SHORING AND PROTECTION 3 900 SOFT ASPHALT CONCRETE (TYPE B) 4 1 LS FLAGGING (CONTINGENT SUM) ---------SITE, A - ------------------------. -------- 5 1 LS REMOVE CONCRETE 6 90 LF 30" REINFORCED CONCRETE PIPE (CLASS III) 7 1 EA MINOR STRUCTURE (TYPE A INLET BOTTOM AND WALLS WITH REDWOVD RISERS) 8 20 LF RELAY 181 # REINFORCED CONCRETE PIPE 9 12 LF 1511 REINFORCED CONCRETE PIPE CLASS III 10 312 LF 36' ' JACKED PIPE (DOUBLE CIRCULAR CAGE REINFORCED CONCRETE PIPE. CLASS III l ni)D ilO J 11 266 LF 36' s REINFORCED CONCRETE PIPE Fj (CLASS III ) thaofiimed with board order NOTICE TO CCUTRACTORS (CONT. ) ITEM ESTIMATED UNIT OF »O. OUANTITY MEASURE ITEM 12 24 . LF- -36,".-REI NFORCED,�CONCRETE P.�IPE ;'. -:(CLASS IV) 13 1 EA - MINOR'STRUCTURE tTYPE A INLET) 14 EA MLVOR:STRUCTURE_ (7YPE III: MANHOLE - BASE WITH TOP. SLAB) 15 1; EA MINOR STRUCTURE (TYPE C INLET WITH TYPE II MANHOLE BASE) 16 25 LF, CONCRETE CURB 17 450 . ' SOFT MINOR CONCRETE (SIDEWALK AND ,, DRIVEWAY) 18 1 LS; TEMPORARY. FENCE 6. r Zr 1 , i ,+ c.yy, - ;fit 5 's'4r ^'" K b"J^"' z , ✓ —� ; ; t u 0056 - 2 ,4CT I CE TO CONTRACTORS (CONT. 1 -------------- EACH PROPOSAL IS TO BE IN ACCORDANCE WITH THE PLANS AND SPECI- FICATIONS ON FILE AT THE OFFICE OF THE CLERK OF THE BOARD OF SUPER- VISORS+ ROOM I039 COUNTY ADMINISTRATI0N BUILDING. 651 PINE STREET• MARTINE29 CALIFORNIA. THE PLANS AND SPECIFICATIONS ,MAY BE EXAMINED AT THE OFFICE OF THE CLERK OF THE BOARD OF SUPERVISORS OR AT THE PUBLIC WORKS DEPARTMENT9 - 5TH FLOOR OF SAID COUNTY ADMINISTRATION BUILDING. PLANS AND SPECIFICA- TIOiNS (NOT INCLUDING STATE STANDARD SPECIFICATIONS OR OTHER DOCUMENTS INCLUDED BY REFERENCE) AND PROPOSAL FORMS9 MAY BE OBTAINED BY PROSPEC- TIVE BIDDERS AT THE PUBLIC WORKS DEPARTMENTS 5TH FLOOR. COUNTY ADMINIS- TRATION BUILDING• UPON PAYMENT OF A PRINTING AND SERVICE CHARGE IN THE AMOUNT OF FIVE AND 33/100 DOLLARS (55.33) (SALES TAX INCLUDED) WHICH AMOUNT SHALL NOT BE REFUNDABLE. CHECKS SHALL BE :MADE PAYABLE TO 'THE COUNTY OF CONTRA CCSTA19 AND SHALL BE MAILED TO PUBLIC WORKS DEPARTMENT# H FLUOR9 ADI- INISTRATIUN SUILOING9 MARTIN L• CALIFORNIA 94553. EACH BID SHALL BE :BADE ON A PROPOSAL FORM TO BE OBTAINED AT T;-IE PUBLIC WORKS DEPARTMENTS 5TH FLOOR. COUNTY ADMINISTRATION BUILDING. SIDS ARE REQUIRED FOR THE ENTIRE WORK DESCRIBED HEREIN► AND NEITHER PARTIAL NOR CONTINGENT BIDS ':ILL BE CONSIDERED. A PROPOSAL GUARANTY IN THE AMOUNT OF TEN (10) PERCENT OF AMOUNT BID SHALL ACCOMPANY THE PROPOSAL, THE PROPOSAL GUARANTY MAY BE IN THE FORM OF A CASHIER'S CHECK+ CERTIFIED CHECK OR BI'DDER'S BOND+ MADE PAYABLE TO TNF ORDER OF 'THE COUNTY OF CONTRA COSTA. ' THE ABOVE-MENTIONED SECURITY SHALL BE GIVEN AS A GUARANTEE THAT THE BIDDER WILL ENTER INTO A CONTRACT IF AWARDED THE WORK% AND WILL BE FORFEITED BY THE BIDDER AND RETAINED BY THE COUNTY IF THE SUCCESSFUL BIDDER REFUSES* NEGLECTS OR FAILS TO ENTER INTO SAID CONTRACT OR TO FURNISH THE NECESSARY BCNDS 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 FLO3R9 COUNTY ADMINISTRATION BUILDING, 651 PINE STREET. MARTINEZ9 CALIFORNIA* ON OR BEFORE THE 25TH DAY OF AUGUST. 19779 AT 2 O'CLOCK P.M. AND WILL RE OPENED IN PUBLIC AND AT THE TIME DUES IN THE CONFERENCE ROOM OF THE PU9LIC WORKS CEPART'MENT9 6TH FLCOR9 ADMINISTRATION BLDG. . MARTINEZ9 CALIFCRNIA9 AND THERE READ AND RECORDED. ANY BID PROPOSALS RECEIVED AFTER THE TI"E SPECIFIEL, IN THIS NOTICE WILL BE RETURNED UNOPENED. 005^4 0 NOTICE TO CONTRACTCRS (CON;. ) THE SUCCESSFUL BIDDER WILL BE REQUIRED TO FURNISH A LABOR AND VATERIALS BOND IN' AN AMOUNT EQUAL TO FIFTY PERCENT CF THE CONTRACT PRICE AmD A FAITHFUL PERFORMANCE BOND IN AN AMCUNT EQUAL TO ONE HUNDRED PERCENT OF THE CONTRACT PRICE* SAID BONDS TO BE SECURED FROM A SURETY CO=rPANY AUTHORIZED TO DO BUSINESS IN THE STATE OF CALIFORNIA. BIDDERS ARE HEREBY NOTIFIED THAT PURSUANT TO SECTION 1773 OF THE LABOR CODE OF THE STATE OF CALIFORNIA* OR LOCAL LAW APPLICABLE THERETO, THE SAID BOARD HAS ASCERTAINED THE GENERAL PREVAILING RATE OF PER DIES! 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 CR MECHANIC REQUIRED TO EXECUTE THE CONTRACT WHICH WILL BE AWARDED TO THE SUCCESSFUL BIDDER. THE PREVAILING RATE OF PER DIEM WAGES IS ON FILE :WITH THE CLERK OF THE BOARD OF SUPERVISORS• AND IS INCORPORATED HEREIN BY REFERENCE THERETO* ThE SAME AS IF SET FORTH IN FULL HEREIN. FOR ANY CLASSIFICATION NOT INCLUDED IN THE LIST. THE MINIMUM WAGE SHALL BE THE GENERAL PkIEVAiLtNG RATE FOR THE COUNTY• THE SAID BOARD RESERVES THE RIGHT TO REJECT ANY AND ALL BIDS OR ANY PORTION OF ANY BID AND/OR WAIVE ANY IRREGULARITY IN ANY BID RECEIVED. BY ORDER OF THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY J•R. OLSSOA COUNTY CLERK AND EX-OFFICIO CLERK OF THE BOARD OF SUPERVISORS BY DEPUTY DATED- JUL 2 6 1917 PUBLICATION DATES- -------------------------- 005'71 a �y�y. PROJECT N0. 4400-925-76 BIDS DUE AUGUST 259 1977 AT 2 O'CLOCK P.M. 6TH FLOOR, COUNTY ADMINISTRATION BUILDING. 651 PINE STREET% MARTINEZ% CALIFORNIA 94553 TO THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY MARTINEZ• "CALIFORNIA P R O P O S A L F 0 R SOUTH DANVILLE STORM DRAIN PROJECT NAME OF BIDDER BUSINESS ADDRESS PLACE OF RESIDENCE TO THE BOARD OF SUPERVISORS OF CONTRA COSTA CCUNTY THE UNDERSIGNED% AS BIDDER, DECLARES THAT THE ONLY PERSONS OR, PARTIES INTERESTED IN THIS PROPOSAL AS PRINCIPALS ARE THOSE NAMED HEREI:: THAT THIS PROPOSAL IS MADE WITHOUT COLLUSION WITH ANY OTHER PERSON% FIR"4 OR CORPORATION- THAT HE HAS CAREFULLY EXAMINED THE LOCATION OF THE PRO- POSED WORK% PLANS AND SPECIFICATIONS- AND HE PROPOSES AND AGREES. IF THIS PROPOSAL IS ACCEPTED% THAT HE WILL CONTRACT WITH THE COUNTY OF CONTRA COSTA TO PROVIDE ALL NECESSARY MACHIN ERY% TOOLS% APPARATUS AND OTHER MEANS OF CONSTRUCTION% AND TO OO ALL THE WORK AND FURNISH ALL THE MATERIALS SPECIFIED IN THE CONTRACT* IN THE MANNER AND TIME PRESCRIBED% AND ACCURD ING TO THE REOUIREt-AENTS OF THE ENGINEER AS THEREIN SET FORTE% AND THAT HE WILL TAKE IN FULL PAYMENT THEREFOR AN AMOUNT BASED ON THE UNIT PRICES SPECIFIED HEREINP.ELOW FOR THE VARIOUS ITEMS OF WORK. THE TOTAL VALUE OF SAID WCRK AS ESTIMATED HEREIN BEINS S ( INSERT TOTAL) CC..,, AND THE FCLLOWI`'G BEING THE UNIT PRICES B109 TO WIT- U(���72 Miaofilmed with boord order. PROPOSAL (CONT. ) (PRICE NOT TO EXCEED THREE (3) DECI-tALS) I TE,': TOTAL ITEY ESTIyAT£D UGIT OF PRICEC .7N ( I•. 1)0. QUANTITY MFASURE ITEC' FIGURES) FIGJRES) 1 1 LS SIGNING AND TRAFFIC CONTROL .. 2 1 LS TRENCH SHORING AND PROTECTION 3 900 SOFT ASPHALT CONCRETE (TYPE 9) 4 1 LS FLAGGING (CONTINGENT SUM) 31E A 5 1 LS REMOVE CONCRETE 6 90 LF 30" REINFORCED CONCRETE PIPE (CLASS III ) 7 1 EA MINOR STRUCTURE (TYPE A INLET BOTTOM AND WALLS WITH REDWOOD RISERS) 8 20 LF RELAY i8" REItiE'ORCED CONCRETE PIPE 9 12 LF 15" REINFORCED CONCRETE PIPE CLASS III 1C 318 LF 36' ' JACKED PIPE (DCUPLE CIRCULAR CAGE REINFORCED CONCRETE PIPE. CLASS III ) 11 266 LF 36" REINFORCED CONCRETE PIPE N (CLASS IiI ) 12 24 LF 36" REINFORCED CCNCRETE PIPE (CL4SS IV) --------- 13 1 EA NI%OR STRUCTURE (TYPE A Z%LFT) o l)57 3 PROPOSAL (CONT. ) (PRICE NOT TC EXCEED THREE (3) DECIMALS) ITE*4 TOTAL ITEC! ESTIMATED UNIT OF PRICE( IN ( In NO. QUANTITY MEASURE ITEiM FIGURES) FICURES) 14 1 EA MINOR STRUCTURE (TYPE III MANHOLE BASE WITH TOP SLAB) 15 1 EA MINOR STRUCTURE (TYPE C INLET WITH TYPE II MANHOLE BASE) 16 25 LF CONCRETE CURB 17 450 SOFT iMINOR CONCRETE (SIDEWALK AND DRIVEWAY) i8 1 LS TEMPORARY FENCE NOTE-PLEASE SHOW TOTAL ON PAGE P-1 TOTAL --------------------------------------- 00574 4 AN PROPOSAL (CONT. ) 0o 117 ---------------- jN CASE OF A DISCREPANCY BETWEEN UNIT PRICES AND TCTALS• THE UNIT PRICES SHALL PREVAIL. IT IS UNDERSTOOD AND AGREED THAT THE QUANTITIES OF :ORK UNDER EACH ITEM ARE APPROXIMATE ONLY* BEING GIVEN FOR A BASIS OF COMPARISUN OF PROPOSAL, AND THE RIGHT IS RESERVED TO THE COUNTY TO INCREASE OR DE- CREASF THE AMOUNT OF WORK UNDER ANY ITEM AS MAY BE REQUIRED. IN ACCORD- ANCE WITH PROVISIONS SET FORTH IN THE SPECIFICATIONS FOR THIS PROJECT, IT IS FURTHER UNDERSTOOD AND AGREED THAT THE TOTAL AMOUNT OF MONEY SET FORTH FGR EACH ITEM OF WORK OR AS THE TOTAL AMOUNT BID FOR THE PROJECT• DOES NOT CONSTITUTE AN AGREEMENT TO PAY A LUMP SUM FOR THE 'FORK UNLESS IT SPECIFICALLY SO STATES. IT IS HEREBY AGREED THAT THE UNDERSIGNED. AS BIDDER. SHALL FURNISH A LABOR AND MATERIALS BOND IN AN AMOUNT EQUAL TO FIFTY PERCENT OF THE TOTAL AMOUNT OF THIS PROPOSAL AND A FAITHFUL PERFORMANCE BOND TO BE ONE HUNDRED PERCENT OF THE TOTAL A-MOUNT OF THIS PROPOSALS TV THE COUNTY OF CONTRA COSTA AND AT NO EXPENSE TO SAID COUNTY. EXECUTED BY A RESPONS- IBLE SURETY ACCEPTABLE TO SAID COUNTY, IN THE EVENT THAT THIS PROPOSAL IS ACCEPTED BY SAID COUNTY OF CONTRA COSTA. IF THIS PROPOSAL SHALL BE ACCEPTED AND THE UNDERSIGNED SHALL FAIL TO CONTRACT AS AFORESAID AND TO GIVE THE TWO BONDS IN THE SUMS TO FE DETERMINED AS AFORESAID, WITH SURETY SATISFACTORY TO THE BOARD OF SUPERVISORS• WITHIN SEVEN (7) DAYS• NOT INCLUDING SUNDAYS+ AFTER THE BIDDER HAS RECEIVED NOTICE FROM THE BOARD OF SUPERVISORS THAT THE CON- TRACT IS READY FOR SIGNATURES THE BOARD OF SUPERVISORS MAY. AT ITS OPTION• DETERMINE THAT THE BIDDER HAS ABANDONED THE CONTRACT. AND THEREUPON THIS PROPOSAL AND THE ACCEPTANCE THEREOF SHALL BE NULL AN VOID AND THE FORFEITURE OF SUCH SECURITY ACCOM.PA,NYING THIS PROPOSAL SHALL OPERATE AND THE SAME SHALL BE THE PROPERTY OF THE COUNTY GF CONTRA COSTA. SUBCONTRACTS ------------ THE CONTRACTOR AGREES+ EY SUBMISSION OF THIS PROPOSALS TO CON- FORM TO THE REQUIRE+TENTS OF SECTION 4100 THROUGH 4113 OF THE GOVERNMENT CODE PERTAINING TO SUBCONTRACTORS9 EXCEPT AS PROVIDED UNDER SECTION 4100.51 THE SAME AS IF INCORPORATED HEREIN9 FOR ALL TRAFFIC SIGNAL AND STREET LIGHTING WORK, A COMPLETE LIST OF SUBCONTRACTORS IS REQUIRED AND THE BIDDER WILL BE EXPECTED TO PERFORM WITH HIS OWN FORCES ALL ITEkS OF WORK FOR WHICH NO SUBCONTRACTOR IS LISTED. THE FOLLOWING IS A COMPLETE LIST OF ITEMS INVOLVING TRAFFIC SIGNAL AND STREET LIGHTING WORK TO BE SUBCONTRACTED ON THIS PROJECT. IF A PORTION OF ANY ITEM OF WORK IS DONE BY A SUBCONTRACTOR. THE VALUE OF ThtE WORK SUBCONTRACTED WILL BE BASED ON 71-E ESTIXATED COST CF SUCH PORTI:)N OF THE CONTRACT IT=S?• DETERMINED FROM INFORMATIC% SUBM,ITTED BY THE CC:s- TRACTOR% SUBJECT TO APPROVAL BY THE 'ENGINEER. THE UNDERSIG:DEC. AS BIDDER. DECLARES THAT HE HAS NOT ACCE.PTLD ANY BID FROM ANY SUBCONTRACTOR GR MATERIAL'SAN THROUGH A:VY 510 DEPGSIT:;RY 9 T"E BY-LABS, RULES OR REGULATIC"iS OF WHIC:- PRUHI?IT OR PREVENT TPE CON- TRACTOR FROM CONSIDERING ANY BID FROM ANY SUECUNTRACTCP. OR MATERIALMAN9 .:HICH IS NOT PROCESSED THROUGH SAID BIO CEPQSITORY• JR WHICH HR_VE::T ANY SUBCONTRACTOR GR MATERIALMAN FROM BIDDING TO ANY CONTRACTQR 4ni;: ;CES ,N; T ;:SE THE -ACILI T IES OF CR ACCEPT RIDS FROM, OP IHRLUGri SUCH, BI:% DEPJ51Tv'RY. i PROPOSAL (CONT. ) --------------- ITEM SUBCONTRACTOR ADDRESS ACCOMPANYING THIS PROPOSAL IS A PROPOSAL GUARANTY IN THE AMOUNT OF TEN (10) PERCENT OF AMOUNT 510 ----------------------- (CASHIER'S CHECK, CERTIFIED CHECK OR BIDDER'S BOND ACCEPTABLE) THE NAMES OF ALL PERSONS INTERESTED IN THE FOREGOING PROPOSAL AS PRINCIPALS ARE AS FOLLOWS- IMPORTANT NOTICE --------------- IF THE BIDDER OR OTHER INTERESTED PERSON IS A CORPCRATICNv STATE LEGAL NAME OF CORPORATIONS ALSO :TAMES OF PRESIDENT+ SECRETARYr TREASURER. AND ,MANAGER THEREOF. IF A COPARTNERSHIP, STATE TRUE "A-ME OF FIRM. IF BIDDER OR OTHER INTERESTED PERSON IS AN INDIVIDUAL+ STATE FIRST AND LAST NAME IN FULL. ------------------------------------- LICENSED TO 00 OR SUB%----:TRACT ALL CLASSES OF WORK INVOLVED IN THE PROJECT• IN ACCORDA^:CE WITH A N ACT PROV I D I:G FOR THE REGISTRA- TION EGISTRATION OF CONTRACTORS9 LICENSE t:0. (CLASS- ). ---------------- ------------------------------ --------------------------------- ---------------------------------- ------------------------------------- (SIGNATURE OF SIDLE.;) BUSINESS ADDRESS PLACE OF RESIDENCE ------------------------------------------------- )ATE 17 ----------------------------- -- 0ot'576 n - 5 Part III: Ccrtifications. A. Bidders' Certification, A bidder will not be eligible for award of a contract under this Invitation for Bids un- less such bidder has submitted as a part of its bid the following certifi- cation, which will be deemed a part of the resulting contract: BIDDERS' CERIIF•ICAIION certifies that: (Bidder) 1. it -intends to employ the following listed construction trades in its work under the contract and 2. (a) -as to those trades set--forth in -the-preceding, paragraph one hereof for which it is eligible under Part I of these-Bid.Conditions for . participation in the Contra Costa Plan, it sill comply-with-the Contra 'Costa.Plan on this •and- all future.construction-woeZ-id:Contra Costa-County.. within the scope-of coverage of that Plan, those trades being: t and/or (b) as-to.those--trades--for--which-it is-required-by-these Bid Candi tions-to:camp 4-with-Part-II-of:-these_--Bid:Conditions,r it tadopts the -1-1— minority manpower.utilization-goals=and_the._specifiE_affir mativeraction-steps•contained-in-said-Part II;-on-this end-all future. construction-vork in Contra Costa County'subject-to these Bid ConAitions, those trades.being: ' a and - 3. it will obtain from each of its subcontractors and submit to the - contracting or administering agency prior to .the award of any subcontract under-this-contract the-subcontractor.certification required by these- id . Conditions. y (Signature nf .authorized_-representative of. bidder).7 a i - ti OOW 7 ■ 3, ;.contractors' Certifications. Prior to the award of any subcontract under this Invitation for Bids, regardless of tier, the prospective sub- contractor must execute and submit to the Prime Contractor the following certification,vhicb will be deemed a part of the resulting subcontract: SDBCONFRACMRS' CER=CA2ION " certifies that: (Subcontractor) 1. it intends to employ the following listed construction trades in Sts work under the subcontract 2. (a) as to those trades set forth in the preceding paragraph one hereof for which it is eligible under Part I of. these Hid Conditions for participation in the Contra Costa Pian, it will, comply with the -Contra Costa Pian-on this and all future constw ction work in Contra Costa County subj,ec,,t-to-these-Bid-Conditions,those-trades-being: - and/or (b) as=to-those.trades-.for which.it:is.sequired by -these Bid ' Conditions to;comply with Part II of these Hid Conditiors, i.t adopts the m;ni=c=_minority.manpower•utilization-goals and-the.specific affirmative action steps-contained in said Part II on this and all future construction work in Contra Costa-County-subject to-these-Did Conditions)those-trades.being:- - + and t' 3. it will--obtain,from each.-of-its-subcontractors-prior-.to -the -award of any-subcontract-•imder-_thiti=bcantract--the-subcontractor-.certification__- •requi.red by,these-Bid,Conditions: ' (Signature of-authorized representative of bidder) In order-to'ensute--that-tiue said subcontractors•= certification be- - comes a pa-t.of all subcontracts under the prime contract, no subcontract '. shall be executed until an authorized.representative of-the-:Contra-Costa County ' Publ is Works Department•has determined, in wrij&ng, that .the - said certification-has been incorporated in-such subcontract, regardless ' - of tier. Any subcontract executed without such written approval shall ' ,be voided. :. ooh 8 i South,Danville Storm Drain Project Project No. 4400=0925-76 x t For Pre-Bid Information, Contact: -Contra Costa County Flood Control , and Water Conservation District Phone (415) 372-4470 SPECIALPROVISIONS FOR CONSTRUCTION OF SOUTH DANVILLE STORM_DRAIN:PROJECT FILED L JUL 2 f- 1977 I R OMION �O,ERK BOARD OF SUPER MRS r COSiA CO. PWA 4 SY 005'79 VERNON L. CLINE, PUBLIC WORKS DIRECTOR CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT' MARTItIEZ,:CALIFORNIA JUNE, 1977 AAiaofilmed with board order f INDEX SECTION A DESCRIPTION OF PROJECT PAGE 1. Location A-1 2. Description of Work q-1 3. Contract Documents q-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 6=3 5. Scope of Work g-3 6. Control of Work B-3 7. Control of Materials 0-4 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. Lines and Grades 0-1 2. Materials D-1 3. Public Convenience, Public Safety & Signing D-2 4. Cooperation 0-4 . 5. Obstructions 0-4 6. Relations with Railway Company D-5 7. Temporary Fence -1 8. Removing Concrete D-15 9. Watering 0-15 10. Earthwork 0.16 11. Clean-Up D-18 12. Aggregate Base 0-18 13. Asphalt Concrete 0-18 14. Minor Structures p-20 00580 INDEX (Continued) SECTION D - CONSTRUCTION DETAILS (Continued) PAGE — 15. ReD-21 inforced Concrete Pipe D-21 16. Minor Concrete SECTION E - BID CONDITIONS, AFFIRMATIVE ACTION REQUIREMENTS E-1 STANDARD DRAWINGS INCLUDED IN SPECIAL PROVISIONS STATE BULLETIN 5-158 - EXTRACT TRENCH PROTECTION CC 306 CURB, GUTTER & SIDEWALK CC 310 STANDARD FENCE CC 3010 INLET FRAMES, GRATE AND COVERPLATE CC 3011 TYPE "A" INLET CC 3013 TYPE "C" INLET CC 3021 TYPE II MANHOLE BASE CC 3022 TYPE III MANHOLE BASE CC 3023 CIRCULAR FRAME AND GRATE CC 3024 MANHOLE FRAME AND COYER CC 3040 STAKES AND MARKS 005SI SECTION A - DESCRIPTION OF PROJECT 1. LOCATION The project is located in the South Danville area. Site"A" is at the intersection of San Ramon Valley Boulevard with Boone Court and Site "B" extends from the terminous of Boone Court across I-680 to Laurel Drive. 2. DESCRIPTION OF WORK The work consists of the placement of concrete pipe, including jacked pipe, manhole structures, concrete curb and sidewalk, 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, "South Danville Storm Drain Project," the Standard Specifications of the State of California, Business and Transportation Agency, Department of Transportation, dated January, 1975, insofar as the same may apply, these Special 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 WORK, TIME OF COMPLETION & LIQUIDATED DM4AGES 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: 50 DORKING DAYS counting from and including the day stated as the starting date in the "Notice to Proceed." A - 1 0052 SECTION,A DESCRIPTION OF PROJECT 4. BEGINNING OF WORK TIME OF COMPLETION & LIQUIDATED DAMAGES Continue The Contractor shall pay to the County of Contra Costa the sum of $75.00 per day for each'and every CALENDAR DAY of delay in finishing the work in excess of the number of working days prescribed, above, and authorized extension thereof. 5. PERMITS Grading - The Contractor shall comply with the applicable provisions in a 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. State of California-Department of Transportation - The Contractor shall comply with the requirements or the state of California Department of Transportation relating to encroachment on State freeway right of way and shall obtain the necessary permits to do the said work. 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 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 Not ce 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 Itorks Director (Road " Commissioner-Surveyor; ex officio Chief Engineer), or tiffs authorized agent acting within the scope of his authority, who is the Agency's representative for administra- tion of this contract. d. STANDARD SPECIFICATIONS (S.S.) means the Standard Specifications of the State of California, Business ani-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 PREVAILING WAGE RATES means the latest'edition of the Equipment Rental Rates and GeneralPrevailing 11age Rates of the State of California, Business and Transportation Agency, Department of Transportation, adopted annually by the Board of Supervisors of Contra Costa County, and on file in the office of the Clerk of the Board of Supervisors. f. OTHER PERTINENT DEFINITIONS - See S.S. Section 1. 2. GENERAL a. State Contract Act. Unless otherwise specified in Section A of these special provisions, ore sew ere y 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 S ecifications. The Standard Specifications (S.S.) referred to above are by reference fully incorporated herein, except to the extent that they are modified herein. 3. PROPOSAL (BID) REQUIREMENTS AND CONDITIONS The provisions of S.S. Sec. 2 shall apply, except as modified herein. a. Examination of Plans Specifications, Contract and Site of :fork S.S. 2-1.03) 00581 •..-r �r .y {3.0 y?ji�6 ifs Y�.$.£.d 1 '� .-. yt . B 1 S'EC81 SECTION 8 - GENERAL PROVISIONS 3. PROPOSAL (8I6) REQUIREMENTS AND CONDITIONS (Cont.) have t Records of the Department referred to in the second paragraph Indic 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) COO (1) The provisions of S.S. Sec. 2-1.05 concerning the pre- Witt qualification of bidders as a condition to the furnishing of a proposal form by wit the Department shall not apply. tial (2) All proposals (bids) shall be made on forms to be obtained the from the office of the Public Works Director, at the address indicated on the tic Special Provisions; no others will be accepted. th (3) The requirements of the second paragraph in S.S. Sec. 2-1.05 in are superseded by the following: ac All proposals (bids) shall set forth for each item of work, in clearly legible figures, an item price and a total for the item in the respec- S tive spaces provided, and shall be signed by the bidder, who shall fill out all a blanks in the proposal (bid) form as therein required. t (4) The requirements of the last two paragraphs of S.S. Sec. 2-1.05 shall not apply. ' c. Proposal (Bid) Guaranty (S.S. 2-1.07) The requirements of S.S. Sec. 2-1.07 are superseded by the follow- ing: (1) All proposals (bids) shall be presented under sealed cover. (2) Each proposal (bid) must be accompanied by a Proposal Guar- anty in an amount equal to at least 10 percent of the amount bid. Guaranty may be in the form of cash, certified check, cashier's check, or bidder's bond payable to the specific Agency. d. Competency of Bidders (S.S. 2-1.11) The requirements of S.S. Sec. 2-1.11 shall not apply. Attention is directed to S.S. Sec. 7-1.01E and the requirements of law referred to therein relating to the licensing of Contractors. All bidders must be Contractors holding a valid license to perform ` the required work as provided by the Business and Professions Code, and may be required to submit evidence to the Agency as to their ability, financial respon- sibility, and experience, in order to be eligible for consideration of their V4 proposal. O0% l ..L S: SECTION B - GENERAL PROVISIONS 4. AWARD AND EXECUTION OF THE CONTRACT (S.S. 3) The provisions of S.S. Sec. 3 shall apply, except as modified herein. a. Award of Contract (S.S. 3-1.01) As used in S.S. Sec. 3-1.01 "Director of Public Works" means the Board of Supervisors. b. Contract Bonds (S.S. 3-1.02) , The successful bidder shall furnish a Faithful Performance Bond'in the amount of the total bid and a Labor and Materials Bond in an amount of at least fifty percent (50x) of the total bid, each in the form approved by the Agency. c. Execution of Contract (S.S. 3-1.03) Within seven (7) days after its submission to him, the successful • bidder shall sign the contract and return it, together with (1) the contract bonds, and either (2-a) a certificate of consent to self-insure issued by the Director of Industrial Relations, or (2-b) a certificate. of Workmen's Compensation Insurance issued by an admitted insurer, or (2-c) an exact copy or duplicate thereof certified by the Director or the insurer. A sample copy of the Agreement (Contract) to be executed by the Contractor can be obtained from the County Public Works Department, at the address indicated on the Special Provisions. 5. SCOPE OF WORK (S.S. 4) The provisions of S.S. Sec. 4 shall apply, except as modified herein. In lieu of the provisions in the third paragraph in Section 4-1.038, "Increased or Decreased Quantities," of the Standard Specifications, the following shall apply: If the total pay quantity of any major item of work required under the contract varies from the quantity shown on the Proposal by more than 25 percent, in the absence of an executed contract change order specifying the. compensation. to be paid, the compensation payable to the Contractor will be determined in accordance with Sections 4-1.03B(1), 4-1.03B(2), or 4-1.036(3), as the case may be. A major item of work shall be construed to be any item, the total cost of which is equal to or greater than 10 percent of the total contract amount, computed on the basis of the Proposal. quantity and the contract unit price. 6. CONTROL OF WORK (S.S. 5) The provisions of S.S. Sec. 5 shall apply. E, ra 8J st_ B' 3. t R SECTION B - GENERAL PROVISIONS 7., CONTROL OF MATERIALS (S.S. .0 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) With respect to the Contractor's operations: The Contractor shall provide a policy or policies of comprehensive liability insurance, including coverage for owned and non-owned automobiles, naming the County and its officers and employees as additional insureds, with a minimum com- bined single limit coverage of $500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. (b) With respect to Subcontractors' operations, Contractor shall procure or cause to be procured in they r own behalf: A policy or policies of comprehensive liability insurance, including' coverage for owned and non-owned automobiles, naming the County and its officers and employees as additional insureds, with a minimum combined single limit coverage of $500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. (c) Without limitation as- to generality of the Foregoing subdivisions (a) and (b), a policy or policies of Public Liability and Property Damage Insurance in an amount not less than $500,000, insuring the contractual liability of Contractor under the provisions of this Section as hereinafter stated. THE POLICY OR POLICIES, OR RIDER ATTACHED THERETO, SHALL NAME THE SPECIFIC AGENCY AS A NAMED INSURED. (2) Form, Term, Certificates (a), The insurance hereinabove specified shall be in form and placed with an insurance company or companies satisfactory to the County, and shall be kept in full Force and effect until completion to the satisfaction of and acceptance by Agency of all work to be performed by Contractor under the agreement. (b) The Contractor shall furnish, or cause to be furnished,'to the Agency certificate(s) of insurance or certified copies of the policies of insurance hereinbefore specified. Said certificate(s) shall provide for notice of cancellation to the Agency at least thirty (30) days prior to cancellation of the policy. g ## i 00587 .j 0 � 1 SECTION B - GENERAL PROVISIONS 8. LEGAL RELATIONS AND RESPONSIBILITY (S.S. 7) (Cont.) b. Public Safety The provisions of S.S. Sec. 7-1.09 shall apply, except as modified under Section D - "Public Convenience, Public Safety and Signing" of these special provisions'. Maintenance of all project signing, portable delineators, flashing " lights, and other safety devices, shall be the responsibility of the Contractor at all times. The Contractor shall respond promptly, when contacted by the Engineer, or other public agencies, to correct improper conditions or inoperative devices. Failure to frequently inspect and maintain lights and barricades in proper operating condition when in use on the roadway, or failure to respond promptly to notification of improperly operating equipment, will be sufficient cause for suspen- sion of the contract until such defects are corrected. All expenses incurred by the Agency because of emergency "call-outs," for correcting improper conditions or for resetting or supplementing the Contractor's barricades or warning devices, will be charged to the Contractor and may be deducted from any monies due him. c. Preservation of Property The provisions of Section 7-1.11 of the Standard Specifications shall apply to all improvements, facilities, trees or shrubbery within or adjacent to the construction area that are not to be removed. The last two sentences of paragraph 2 of Section 7-1.11 of the Standard Specifications are superseded by the following: If the Contractor fails to make the necessary repairs to damaged drainage or highway facilities in the vicinity of the construction area or to other damaged facilities or property within the rights-of-way or easements shown on the plans, the Engineer may make or cause to be made such repairs as are necessary to restore the damaged ` facilities or property to a. condition as good as when the Contractor entered on the work. The .cost of such repairs shall be borne by the Con- tractor and may be aeducted from any monies due or to become due the Contractor under the Contract. d. Rights-of-Way and Easements The rights-of-way, easements, rights-of-entry, fill permits and other permits acquired by or on behalf of the Agency are, as far as can be determined, adequate for the performance of the work under this contract. Any additional. rights- of-Way, easements, or permits which the Contractor determines are necessary or conven- ient for the performance of the work shall be obtained by the Contractor at his expense. 00585 Ab SECTION B - GENERAL PROVISIONS 8. 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 Wave or Earthquake Subparagraphs A, C, E and F of Section 7-1.165, "Damage by Storm, Flood, Tidal Wave or Earthquake," of the Standard Specifications are amended to read: 1. Occurrence--"Occurrence" shall include tidal waves, earthquakes in excess of a magnitude of 3.5 on the Richter Scale, and storms and floods as to which the Governor has proclaimed a state of emergency when the damaged work is located within the territorial limits to which such proclamation is applicable or, which were, in the opinion of the Engineer, of a magnitude at the site of the work sufficient to have caused such a proclamation had they occurred in a populated area or in an area in which such a proclamation was not already in effect. 2. Protecting the Work from Damage--Nothing in this section shall be construed to relieve the Contractor of his responsibility to protect the work from damage. The Contractor shall bear the entire cost of repairing damage to the work caused by the occurrence which the Engineer determines was due to the failure of the Contractor to comply with the requirements of the Plans and Specifications, take reasonable and adequate measures to protect the work or exercise sound engineering and construction practices in the conduct of the work, and such repair costs shall be excluded from consider- ation under the provisions of this section. 3. Determination of Costs--Unless otherwise agreed between the Engineer and the Contractor, the cost of the work performed pursuant to this Section 7-1.165 will be determined in accordance with the provisions in Section 9- 1.03, "Force Account Payment," except that there shall be no markup allow- ance pursuant to Section 9-1.03A, "Work Performed by Contractor," unless the occurrence that caused the damage was a tidal wave or earthquake. The cost of emergency work, which the Engineer determines would have been part of the repair work if it had not previously been performed, will be determined in the same manner as the authorized repair work. The cost of repairing damaged work which was not in compliance with the requirements- of the plans and specifications shall be borne solely by the Contractor, and such costs shall not be considered in determining the cost of repair under this Subsection E. B - 6 =p 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 thepcost of is repairrthat than exceeds,$100,000,the County will pay 90 percent of 9. PROSECUTION AND PROGRESS The provisions of S.S. Sec. 8 shall apply, except as modified herein. a. Subcontracting (S.S. 8-1.01) The items of work in the Engineer's .Estimate preceded by the letters (S) or (S-F) are designated as "Specialty Items." b. Assignment (S.S. 8-1.02) Neither the contract, nor any monies due or to become due under the contract, may be assigned by the Contractor without the prior consent and approval of the Board of Supervisors, nor in any event without the consent of the Contractor's surety or sureties, unless such surety or sureties have waived their right to notice of assignment. c. Beginning of Work (S.S. ,8-1 .03) In lieu of the provisions of S.S. Sec. 8-1.03, the Contractor will be issued a "Notice to Proceed" by the Engineer within five (5) working days of the date the contract is approved by the Agency and the working days charged against the contract shall be counted from the day stated as the starting date in the "Notice to Proceed." The Contractor shall not start work prior to the date stated in the "Notice to Proceed" unless a 'change to an earlier date is authorized in writing by the Engineer. d. Progress Schedule (S.S. 8-1.04) The Contractor shall submit to the Engineer a practicable progress schedule before starting any work on the project and, if requested by the Engineer, " supplementary progress schedules shall be submitted within five (5) working days of Ems the Engineer's written request. 00590 a B 7 . 1 - SECTION B - GENERAL PROVISIONS 9. PROSECUTION AND PROGRESS (Cont.) e. Time of Completion (S.S. B-1.06) The following days are designated as legal holidays: January 1, February 12, 3rd Monday in February, s last Monday in May, July 4, 1st Monday in September, September 9, 2nd Monday in October, November 11, 4th Thursday in November, December 25, and any other day established as a general legal holiday . by proclamation of the Governor of California or the President of the United States. If any of the foregoing holidays falls on a Sunday, the following Monday shall be considered to be a holiday. 10. MEASUREMENT AND PAYMENT (S.S. 9) The provisions of S.S. Sec. 9 shall apply, except as modified herein. a. Determination of Rights (S.S. 9-1.045) The provisions of S.S. Sec. 9-1.045 shall not apply.. b. Partial Payments (S.S. 9-1.06) In lieu of conflicting provisions of the third paragraph of S.S. Sec. 9-1.06 and the fourth paragraph of S.S. Sec. 11-1.02, the Agency will withhold 10 Percent from any estimated amount due the Contractor. c. Payment of Withheld Funds (S.S. 9-1.065) The provisions of S.S. Sec. 9-1.065 shall not apply. d. Final Payment (S.S. Sec. 9-1.07) (1) Upon satisfactory completion of the entire work, the Engineer shall recommend the acceptance of the work to the Board of Supervisors. If the Board accepts the completed work, it shall cause a Notice of Completion to be recorded with the County Recorder. (2) Thirty-five (35) days after the filing of the Notice of Completion, the Contractor shall be entitled to the balance due for the completion and acceptance of the work, if he certifies by a sworn written statement that all claims for labor and - materials have been paid, and that no claims have been filed with the Agency based upon acts or omissions of the Contractor, and that no liens or withhold notices have been filed against said work or the property on which the work was done. Payment of the balance due will be made on the day following the regular day for payment of County bills by the County Auditor. 00591. B - B SECTION 8 - 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. Clerical Errors (S.S. Sec. ,9-1.09) The provisions of S.S. Sec. 9-1.09 shall not apply. g. All prior partial estimates and payments shall be subject to correction in the final estimate and payment. y y i f r tp J g g e;i t.,.",�?.�' .,-vlk,•� �is ?'.s° �'`,�..rt�',r`e�+ '£'Nt<.., t �S:m,. 5.... ... ft€x�:A:k� SECTION C - FORCE ACCOUNT AND EOUIP,;EUT 3EtITAL S.S. a-1.03 — ----- ----=----I 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 paid for on a force account basis, compensation will be determined in accordance with the provisions of S.S. Sec. 9-1.03 as modified herein. 2. LABOR. a: The actual wages to be paid, as defined in S.S. Sec. 9-1.03A(la), will be considered to be the prevailing rates in effect at the time the labor is performed, and no revision of payment for labor already performed will be made for any retro- active increases or decreases in such rates. b. Premium wage rates will not be paid for any labor employed on force account work unless such rates have been approved, in writing, by the Engineer. *c. The second paragraph in Section 9-1.03A, "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 9-1.03A(lb), "Labor Surcharge," of the Standard Specifications . is amended to read: —. To the actual wages, as defined in Section 9-1.03A(la), will be added a labor surcharge set forth in the Department of Transportation publication entitled Equipment Rental Rates and General Prevailing Wage Rates, which is in effect on the date upon which the work is accomplished and which is a part of the contract. Said labor surcharge shall constitute full compensation for all payments imposed by State and Federal laws and for all other payments made to, or on behalf of, the workmen, other than actual wages as defined in Section 9-1.03A(la) and subsistence and travel allowance as specified in Section 9-1.03A(lc). 3. EQUIPME14T RENTAL. The provisions of S.S. Sec. 9-1.03A(3) shall apply, except as modified herein. a. No payment will be made for idle time due to breakdown, lack of operator, Weather conditions prohibiting work, or other circumstances beyond the control of the Agency. b. Equipment shall be delivered to the extra work site equipped as ordered. a: c. Idle time ;:siting for the arrival of transporting equipment to rove the x rented equipment wi11 not be paid for. 00593 SECTION D - CONSTRUCTION DETAILS 1. LINES AND GRADES One complete set of stakes will be set by the Engineer after notification by the Contractor as specified in Section 5-1.07 for storm drain pipes and manholes. The Engineer shall be the sole ,fudge of the adequacy and sufficiency of the stakes and marks for the purpose for which they are set. If the Contractor requests additional stakes, hubs, lines, grades or marks other than those set by the Engineer, the cost of labor, equipment and materials required to comply with the Contractor's request shall be deducted from any monies due or to become due the Contractor. The cost of labor, equipment and materials involved in resetting stakes destroyed or displaced because of the following reasons, will be deducted from any monies due or to become due the Contractor: (a) Negligence in use of construction equipment. (b) Stakes ordered by the Contractor that are not used for a long period of time and are lost in the interim. (c) Poor planning of sequence of operations by the Contractor. 2. MATERIALS Certificates of compliance will be required for reinforced concrete pipe. The asphalt concrete and portland cement concrete mix designs shall be designated by the Contractor subject to the approval of the Engineer. The Contractor shall provide the Engineer a minimum mix design review period of four working days for a design from an "Approved" commercial plant and five continuous working days for a design from a "non-approved" commercial plant. For "non-approved" plants the Contractor shall be responsible for obtaining the necessary aggregate samples. Refer to Section "Asphalt Concrete" and "Minor Structures" of these Special Provisions. The Contractor shall give the Engineer not less than 4 working days advance notice to permit adequate testing and plant inspections of materials for asphalt concrete, aggregate base and portland cement concrete from recognized commercial plants and any other material from other than the usual commercial sources. `wr �t 005594 ` D - 1 rr SECTION 0 - CONSTRUCTION DETAILS 3. 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. 4. COOPERATION The following Work by other forces will be under way within and adjacent to the limits of the work specified, as follows: (a) Miscellaneous utility adjustment by P. G. & E., P. T. & T., E.B.M.U.D., and Cable T.V. (b) Ballast, tie and track work by Southern Pacific Railroad Company. 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. 5. OBSTRUCTIONS Attention is directed to the presence of oil, water, sewer, and gas pipe lines; telephone and T.V. conduits and overhead utilities in the construction area. The Contractor shall notify the Southern Pacific Pipe Line Company's District Superintendent, J. W. Futral Jr. (916-624-2431 , Roseville) and the Area Superintendent, Don Lewis (233-2027, Richmond) at least one week before commencement of any work in the vicinity of the high pressure oil line. The Contractor shall expose the high pressure oil line by hand in the presence of a pipeline company representative where the said pipe crosses the storm drain trench. The Contractor shall also provide the railroad with a five working day advance notice of any work to be done within the railroad right of way. 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. e+ti' D - 4 005917 1 SECTION D - CONSTRUCTION DETAILS 5. OBSTRUCTIONS (Continued) 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. The Contractor shall perform his operations at the railroad crossing in such a manner as to cause no delays to railroad traffic. The subject crossing is used by Southern Pacific Transportation Company on Tuesdays and Thursdays. It is our understanding that Southern Pacific may be able to cancel one of its Tuesday or Thursday runs provided the Contractor can coordinate his work with Southern Pacific sufficiently in advance to allow such scheduling changes in the railroad runs. Abandoned ppipe lines, conduits, culverts and foundations, if encountered, shall be removed and disposed of off the fob 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. 6. RELATIONS WITH RAILWAY COMPANY (a) General. The Contractor, as a prerequisite for the award of the contra�sh all satisfy the Engineer as to his responsibility and ability to perform the work under and across the property and over or under the tracks of the Southern Pacific Transportation Company (Southern Pacific) as set forth herein. It is expected that Southern Pacific will cooperate with the Contractor to the end that the work may be handled in an efficient manner, but the Contractor shall have no claim for damages or extra compensation in the event his work is held up by the work of the railway + forces. (b) Agreement. Before doing any work on railway right of way, or property, the Contractor will be required to execute and deliver to Southern Pacifictheir usual form of Contractor's Agreement, in the form attached hereto, obligating the Contractor to provide and keep in full x; force and effect the insurance called for under "Railroad Protective :U Insurance" of these Special Provisions., D - 5 00598 Y SECTION D - CONSTRUCTION DETAILS 6. RELATIONS WITH RAILWAY COMPANY (Continued) (c) Railway Requirements. The Contractor shall cooperate with Southern PacTT c Where works over or under the tracks, or within the limits of railway property in order to expedite the work and to avoid interference with the operation of railway equipment. The Contractor shall comply with the rules and regulations of the railways or the instructions of their representatives in relation to the proper manner of protecting the tracks and property of the railways and the traffic moving on such tracks, as well as the wires, signals and other property of the railways, their tenants or licensees, at and in the vicinity of the work during the period of construction. The Contractor shall perform his work in such manner and at such times as shall not endanger or interfere with the safe operation of the tracks andproperty of the railways and the traffic moving on such tracks, as well as wires, signals and other property of the railways, their tenants or licensees, at or in the vicinity of the work. The Contractor shall not pile or store any materials, track, ork or se his qoverheadulines, thanment er to the permittedcbyter theof the followingrclearanceest s: 10'-0" horizontally from center line of track 22"-61" vertically above top of rail 27"-0" vertically above top of rail for electric wires carrying less than 750 volts 15"-0" horizontally from centerline of track for face of boring pit with approved shoring 281-0" vertically above top of rail for electric wires carrying 750 volts to 15,000 volts 30"-0" vertically above top of rail for electric wires carrying 15,000 volts to 20,000 volts 34'-0" vertically above top of rail for electric wires carrying more than 20,000 volts D - 6 001999 5 SECTION D - CONSTRUCTION DETAILS 6. RELATIONS WITH RAILWAY COMPANY (Continued) The details of construction affecting the railway tracks and property not included in the contract plans and any infringement on the above clearances due to the Contractor's operations, shall be submitted to the railway for approval before such work is undertaken. If the Contractor desires to move his equipment or materials across the railway tracks he shall obtain permission from the railway and should it be required, the Contractor shall obtain a private crossing agreement. The crossing installation for the use of the Contractor, if required, shall be at the expense of the Contractor. In advance of any blasting, the Contractor shall notify the railways in order that proper flagging protection may be provided. The Contractor or any subcontractor, employer or agent of the Contractor or subcontractor may not store any tools, implements or materials on the right of way of the Southern Pacific Transportation Company unless a proper agreement is entered into with the Southern Pacific Transportation Company. In the case of impaired vertical clearance above top of rail, Railway shall have the option of installing protective devices Railway deems necessary for protection of Railway trainmen or rail traffic. Contractor will not be granted a haul road crossing over the tracks. All material to be moved from one side track to the other side, will be moved via an existing Public crossing. The Contractor shall, upon completion of the work covered by this contract to be performed by Contractor upon the premises or over or beneath the tracks of the railway, promptly remove from the premises of the railway all of Contractor's tools, implements and other materials, whether brought upon said premises by said Contractor or any subcontractor, employee or agent of Contractor or of any subcontractor, and cause said premises to be left in a clean and presentable condition. (d) Railway Flagmen. In connection with work performed at the railway cross ng, rallway representatives, conductors, flagmen, signalmen or watchmen, will be provided by the railway to protect its facilities, property, and movements of trains, or engines, when in the opinion of railway representative, same is necessary due to the Contractor's operations while working on or adjacent to the railway property or tracks. D - 7 00600 SECTION D - CONSTRUCTION DETAILS 6. RELATIONS WITH RAILWAY COMPANY (Continued) The cost of all necessary personnel provided by the railway for the protection of railway facilities and trains during the period of use of the temporary grade crossing and during the period of reconstructing the separation as deemed necessary for the protection of railway facilities and trains, shall be borne by the County. The rates of pay of railway employees customarily called upon to act for the protection of the railway are the railway rates in effect at the time of the work for the various classes of labor. Compensation insurance, retirement, vacation and social security taxes shall be added to the above rates. (e) Work bx RailwayCompan . Southern Pacific will rearrange telephone, telegraph and signal and appurtenances, and will make all track changes and will perform any other work in connection therewith. The work by Southern Pacific will be done by its own forces and is not a part of the work under this contract. In addition to any other form of insurance or bonds required under the terms of the contract and specifications, the Contractor shall furnish Public Liability Insurance and Property Damage Liability Insurance in favor of the Southern Pacific Transportation Company, #1 Market Street, San Francisco, California, 94607, and which policy or policies of insurance shall contain an endorsement in the form as hereinafter specified. Such insurance shall be approved as satisfactory by said Southern Pacific Transportation Company before any work is performed on railway property and shall be carried until such work, under the terms of the contract, is satisfactorily completed as determined by the Engineer, and thereafter until all tools, equipment and materials have been removed from the Southern Pacific Railroad Company's property and the premises are left in a clean and presentable condition. The insurance herein required shall be obtained by the successful bidder and one certified copy of each policy shall be mailed to the Contra Costa County Public Works Director, Administration Building, Martinez, California. 00601 �R D - S , t 7 SECTION 0 - CONSTRUCTION DETAILS 6. RELATIONS WITH RAILWAY COMPANY (Continued) Full compensation for all premiums, which the Contractor is required to pay on all the insurance described herein shall be considered as included in the prices paid for the various items of work to be performed under the contract, and no additional allowance will be made therefor or for additional premiums which may be required by extensions of the policies of insurance. RAILROAD PROTECTIVE INSURANCE ENDORSEMENT PUBLIC LIABILITY AND PROPERTY DAMAGE In consideration of the premium charged for the policy of insurance to which this endorsement is attached, it is further understood and agreed as follows: 1. That Southern Pacific Transportation Company is herein- after referred to as the "Insured." 2. That the insurance company hereby agrees to pay to and on behalf of the insured and indemnify the insured against; A. All loss from the liability imposed upon the insured by law for damages for bodily injuries (including death at any time resulting therefrom, and including care and loss of service) suffered or alleged to have been suffered by any person or persons (including, but not limited to, passengers and employees of the insured), caused by, resulting from or in any manner connected with the prosecution of the work hereinafter described; and B. All loss from and liability for damage to or loss or destruction of property and loss of use thereof (including, but not limited to property owned, leased, occupied or used by, or in the care, custody and control of the insured or any employees of the insured), caused by resulting from or in any manner connected with the prosecution of the work hereinafter described. 3. The insurance company hereby agrees. A. To defend in the name of and on behalf of the insured any suit or action brought against the insured seeking damages on account of any such bodily injury or death, or property damage, loss or destruction, even if such suit or action is groundless, false or fraudulent; provided, however, that the defense of any suit or action (or the prosecution of any subrogation rights) within the scope of the coverage of this policy, shall be handled in cooperation with the insured if the latter so chooses. D - 9 00602 t 5 SECTION D - CONSTRUCTION DETAILS 6. RELATIONS WITH RAILWAY COMPANY (Continued) B. To pay, irrespective of the limits of liability stated in this endorsement, all costs, all premiums on attachment and appeal bonds taxed against the insured or required in any such proceedings, all expenses incurred by the insured, and-all interest accruing after entry of Judgment against such part thereof as shall not be in excess of the limits of the insurance company's liability until the insurance company has paid, tendered or deposited in court the amount of such Judgment or such part thereof as does not exceed the limits of the insurance company's liability as expressed in this endorsement. 4. Description of the work: The insurance company hereby agrees that the work herein referred to shall mean all work and operations of the Contractor hereinafter named and its subcontractors, agents and employees, under or in connection with Contract No. dated between the County of Contra Costa, acting by and througHs Public Works Department and , and any amendments (Name of Contractor) thereof and supplements thereto, for constructing County project in Contra Costa County, between and ; 5. The insurance company hereby agrees that all exclusions in the policy of insurance to which this endorsement is attached are hereby deleted, but it is understood and agreed that this endorsement does not cover any liability or loss as a result of bodily injury or death, or property damage or destruction; A. Caused solely by the negligence or the insured, its agents or employees. B. Suffered by any person or persons, or occasioned to any property, on account of whose injury or death or the damage or destruction of which the insured shall have by agreement or otherwise voluntarily assumed or retained liability which, without such agreement, would not attach; provided, however, this endorsement shall cover any liability of the insured arising from or as a part of any contract for the carriage of persons or property as a common carrier, and any liability as a bailee or otherwise of property, including rolling stock and equipment. D - 10 00603 K i SECTION D - CONSTRUCTION DETAILS 6. RELATIONS WITH RAILWAY COMPANY (Continued) 6. It is further understood and agreed that when employees of the insured are loaned or assigned to the Contractor or his sub- contractor, to perform.work in connection with his operations covered by this endorsement which is not in any way the work, business or operation of the trains of the insured, or is not done under direct control of the insured, and if such employees of the insured are subject to the direction and control of the Contractor, his agents, employees or subcontractors, in all matters pertaining to their work, then for the purpose of this insurance such employees shall be regarded as employees of the Contractor. 1. The limits of the insurance company's liability under this endorsement to the insured are as follows: ( Each Each ( Bodily injuries and death Person Occurrence Aggregate coverage $500,000 $1 ,000,000 Not applicable Property damage coverage Not appli- 500,000 $1 ,000,000 cable Deductible Clause -- Property Damage Only. From the amount of claims arising from any occurrence covered hereunder, the sum of $500 shall be deducted and insurance company shall be liable only for the amount in excess thereof within the limit of liability stated above. 8. Anything in the policy to which this endorsement is ' attached to the contrary notwithstanding, coverage provided under this policy is exclusive of any carried by the insured, and coverages provided under this policy shall be exhausted first, notwithstanding the fact that the insured may have other valid and collectible insurance covering the same risk. 9. Anything in the policy to which this endorsement is attached to the contrary notwithstanding, the policy shall not be canceled, altered, amended or coverage reduced, without the giving of not less than thirty (30) days written notice by the insurance company to the insured and the County of Contra Costa, acting by and through its Public Works Department. 00604 D - 11 r SECTION 0 - CONSTRUCTION DETAILS 6. RELATIONS WITH RAILWAY COMANY (Continued) 10. Liability for payment of premiums under the policy to which this endorsement is attached, is solely upon the Contractor named in paragraph 4 hereof. 11. Any of the provisions of the policy to which this endorsement is attached, inconsistent with this endorsement are hereby amended to conform with this endorsement; but, except as hereby modified and supplemented, the provisions of this policy shall be and remain in full force and effect. This endorsement is to be attached to and forms a part of Policy No. issued to the Southern Pacific Transportation Company and shall ecome effective on the day of 19 , at the hour designate" in said policy, IN WITNESS WHEREOF, the Insurance Company has caused this endorsement o be signed y Its president; but the same shall not be binding upon the company unless countersigned by its authorized agent. Countersigned at Mhorized Agent President 00665 D - 12 F `T 6 l t/.ppte:-do .to corm ht t:enetrl Counsel 1.19661 CGNTR r.:TOR'S AGREEMENT (SOUTHERN PACIFIC TRANSPORTATION COMPANY - ONLY) kLt)t� Q:tjrCClliCjt:, made this day of 19 , by and between a corporation,first puny,herein called"Railroad."and �.;:r 1]4,) second party,heroin called"Contractor". < • ,, , ri 1. Railroad hereby permits Contractor to enter upon the property of Railroad to hereinafter referred to as"structure."at L Contractor warrants that Contractor has entered into a contract with herainalter called'Third Party,"covering the work to be performed in connection with said structure at said locatfcrt. J. Contractor agrees to reimburse Railroad for all cost and expense incurred by Railroad In connection with said avrk,Including,but not limited to,the furnishing of such inspectors,watchmen and fiagmen as Rail- road deems necessary to protect its property,tracks,engines,trains and urs and the operation thereof,the Installation and removal of any necessary fdsework beneath the tracks of Railroad and the restoration of Rallroad's property. Contmucr,at Contractor's expense,shall maintain competent fiagmen to protect and control the movement of vehicles and equipment of Contractor at all times while private crossings over the tracks of Railroad are being used in connection with said work. • 4. Contractor shall give Railroad at least five days'notice in advance of any work done upon or adjacent to Railroad's property under said contract. Contractor shall notify Railroad the date said work is completed and also the date the Contractor's work is accepted by Third Party. Upon completion of said work Con• tractor shall promptly remove from Railroad's property all tools,equipment and materials placed thereon by the Centractor and Contractor's agents. Contractor shall restore said property to the same state and condition as when Contractor entered thereon and shall leave said property in a clean and presentable con. ditiom. S. Said week shall be performed In accordance with plans and specifications approved by Railroad and in such manner and at such times as shall not endanger or interfere with the aafe operation of the tracks and other facilities at said location. No materials,tools or equipment shall be stored within ten feet of the center line of any track. The regulations of Railroad and the instructions of its representatives shall be complied with relating to the proper manner of protecting the tracks,pipe lines,wire lines,signals and all ' odder property at said location.tete traffic moving oil such tracks and the removal of tools,equipment and materials. 6. In consideration of the added hazard brought about by Contractors operations upon Railroad's premises,Contractor agrees to release and Indemnify Railroad from and against all cost,expense,claims and Uability for injury to or deaths of any persons and fdr damage to or loss of any property.however caused, resulting from,arising out of,ur in any way connected with the work tinder said contract upon or adjacent to R.tilmvd's prnperty,whether or not causal or contributed to by the operation mf trains nen Railrr.id's adjacent track,or by any necligcace or alleged negligence on the part of my of Railroad's agents or cntpim eeL For p,urrotitu of this Strtion A.tic,term"Railroad"shall include any other railroad rompcany using Railraul's pmpclty at taitl detention With Railroad's consent,and any ancliatc,sub.fdiary or lessor of Railroad. �= • T. Shuuhh Railroad Lrin;,gait to compel performance of or to recover for breach of any rnvenaot or ' eiotulitinn cc ataint+i humin, t'notractur shall pay to Railroad reasanahle attorney fees in addition to the "q amount of juelp;ment And cants. G. Pfiur to conunencenical or any Work upon or adiacunt to Railroad's property under said 00606 cunt-act, Contractor shall lirnvi.le Railroad a eertilici eetpy or an insurance policy. terminable only after ten days'notice its Itailruad,cuvering the nitcwtiom%of Contractor in connection with said work. Willi iinsits licit less Ilion :500,000i1.0�10,000 tiotiily'Iniury and SS00.000/1.000.000 I'ruperty Damage,%hick peulicy sleall insure the contractual liammy of Contractor tinnier thin arrcenient. 0 — 13 9. Co. ttur shill dr;mrk tridl Itaitroad th.amount of ( )Dollvs, (Use c%,i-=t.d ex{),rn:e to be incurred by S?ail:a:d:a ronnect:on with said nor'.). / 1f U:cre is uo amount iusart:J in Use Idanl:apace pro0ticti above for the rlcpo.3it to lie nick by Contractor,ir.lieu of such dcpa-it Contrartor si3ail ct3u•.e the:-mariic.1 suretp bond us ka eXeeutesi by a re. lixble sure:y SSccrptabi. to Itailrond, eonditionmd upon the faithful l,crfnnnancu of the provisions of USis a�rcen:cr3t 10. The permission herein given shall not be nes;.Sed by Contractor without the prior written content of Rail.•oatl,except in the case of subcoatractors who shall be deemed events of Contractor subject to die lams of this acrauotnt 11. This; a:,-roeracrt and tho rcrmiccion Wire in �it•on will tt:rr..inatc on* (1) your :rola thu.datu Pirat• horoin virittun unles o oxtanded by written a5ruoment. IN WITNESS WHEREOF, the rwiles hereto have caused there pr"ents to be extemil In duplicate as of the day and year first herein writmo. 61 r `4 (Title) WITNEWED BY: RY (Tide) NnT1G—ItG.rnrur.ban3uevrs•,.,W��gv..,rho.n,rwrr•F•nh'be•�•eet••11r.n.ur3.ri,�.fofAntU.Yro1.�ItNUSIr IMieua33.tMr.De ►a.r.n,wlG In tb.•,u l t7 IM"mom et Rann.A U emm"t-,U m4 b1.Ai«et•„+rl w,lr. 0060 -.. .. ,.. , , ._ . xY �4�tX:>.ks r.. •? . r., ,> ..., _ ;fit _, 5 .. .._ P i 1 1 SECTION D - CONSTRUCTION DETAILS 7. TEMPORARY FENCE Temporary fence shall be provided at those locations shown on the plans and shall be of the same type as the original fencing. Full compensation for removal and subsequent reconstruction of. the existing fence in its existing location shall be considered as included in the contract lump sumPrice paid for temporary fence and no separate payment will be made therefor. f Full compensation for constructing the temporary fence complete in place shall be considered as included in the contract lump sum price paid for temporary fence and no additional compensation will be allowed therefor. 8. REMOVING CONCRETE Removing concrete shall conform to the provisions in Section 15, "Existing Highway Facilities," of the Standard Specifications and these special provisions. 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. Full compensation for removing concrete as shown on the site "B" plans shall be considered as included in the prices paid for the various items of work at site "B" and no separate payment will be made therefor. The existing concrete slab at site "A" shall be removed as necessary to install the storm drain culvert. The slab need not be cut to a smooth line. The contract lump sum price paid for "Remove Concrete" shall include full compensation for doing all the work involved in removing the slab, including removal and disposal of reinforcing steel if encountered. 9. WATERING Contra Costa County is experiencing a drought period where the water districts have requested a voluntary action or given a mandatory requirement to the general public and agencies to conserve .; water. Y: The Contractor shall take measures to prevent wasteful use of water in the contract work. D 15 00608 y SECTION 0 - CONSTRUCTION DETAILS 9. WATERING (Continued) The Contractor shall make his own arrangement with the water district to assure that water will be available at the site and shall pay all costs involved for furnishing and applying water necessary for the contract. Full compensation for developing a water supply furnishing watering equipment, and furnishing and applying water for compaction and dust control including water used to control dust resulting from Contractor's performance of the work and for the purpose of controlling dust caused by public traffic, shall be considered as included in the prices paid for the various contract items of work involving the use of water, and no separate payment will be made therefor. 10. EARTHWORK General - Earthwork shall conform to the provisions in Section 19, art work," of the Standard Specifications and these Special Provisions. Site "B" has been classified as "potentially gassy" and Contractor's operations shall conform to the applicable requirements of the Division of Industrial Safety relating to tunnel and mine safety. (Title 8 - Tunnel Safety Orders) 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, pipe bedding, compacted fill, or pipe. After having served their purpose, all temporary protective works shall be removed to give a sightly appearance and so as not to interfere in any way with the operation, usefulness or stability of the permanent structures or improvements. Sump holes or similar excavations shall be backfilled to finished grade in conformance with the requirements for earth work as provided in these Special Provisions. The Contractor's attention is directed to Section 7-1.01L, "Water pollution," of the Standard Specifications. The Contractor is advised of the possibility of ponded water in the existing storm drain on the west side of San Ramon Valley Boulevard. z D - 16 .a 00609 t 1 . . a SECTION D - CONSTRUCTION DETAILS 10. EARTHWORK (Continued) Attention is directed to Section 5-1.02A, "Trench Excavation Safety Plans," and 7-1.01F, "Trench Safety," of the Standard Specifications. An extract of State Bulletin S-158, showing the minimum trench protection is attached and made a part of these Specifications. The Contractor and his engineer shall retain the responsibility for the correctness and adequacy of the design and implementation of trench protection during the course of the construction work. The review or acceptance of the plan by the agency will not relieve the Contractor and his engineer of the said responsibility. The Contractor's attention is directed to the requirements of the Division of Industrial Safety pertaining to "Confined Spaces." All manholes, culverts, boxes, and any trenches which could contain air that is not readily ventilated may be considered a "Confined Space." Structure Excavation In roadway sections only that length of trench which can be completely backfilled the same day shall be excavated. The trench shall be backfilled to the level of adJacent surfacing and paved with at least 2-inches of asphalt concrete or cut-back. Structure Backfill Structure Backfill shall conform to Section 19-3.06, "Structure Backfill," of the Standard Specifications except as herein provided. All structure backfill shall be compacted to a relative compaction of not less than 90 percent. Jetting or ponding will not be permitted within road rights of way. Section 19-3.06 "Structure Backfill" of the Standard Specifications is modified as follows: The statement 111. Pipes and culverts outside of slope lines and not beneath any surfacing." is changed to "l. Pipes and culverts outside of slope lines." Payment Full compensation for preparing "Trench Excavation Safety Plans," constructing and removing the planned shoring or protection, shall be considered as included in the contract lump sum price paid for Trench Shoring or Protection. 00610 D - 17: ' e SECTION D - CONSTRUCTION DETAILS 10. EARTHWORK (Continued) Payment (Continued) Full compensation for all structure excavation and structure backfill, including pavement removal, control of water, disposal of excess material, and gas testing and ventilation if necessary shall be considered as included in the contract price paid for items requiring structure excavation and structure backfill and no additional compensation will be allowed therefor. 11. CLEAN-UP All construction debris, materials, and equipment in the area of construction and any adjacent areas used by the Contractor, shall be removed and disposed of outside of the construction area in accordance with the provisions in Section 7-1.13, "Disposal of Material Outside the Highway Right of Way," of the Standard Specifications and these Special Provisions. Full compensation for clean-up shall be considered 'as included in the prices paid for the various contract items of work requiring clean-up, and no separate payment will be made therefor. 12. 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. Full compensation for placement of Class 2 Aggregate Base shalt be considered as included in the price paid for lineal foot of pipe and no separate payment will be made therefor. 13. ASPHALT CONCRETE Asphalt concrete shall be Type B conforming to the provisions in Section 34, "Asphalt Concrete," of the Standard Specifications and these Special Provisions. ttF D ,- 18 00611 t SECTION D - CONSTRUCTION DETAILS 13. ASPHALT CONCRETE (Continued) Unless otherwise directed by the Engineer, asphalt binder to be mixed with the mineral aggregate shall be steam-refined paving } asphalt having a viscosity grade of AR 4000. Aggregate shall conform to the grading specified in Section 39-2.02, "Aggregate," of the Standard Specifications 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). Type RSI. Prime coat and paint binder shall be asphaltic emulsion, 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 wi11 be charged regardless of actual working conditions. Asphalt concrete shall not be placed on any surface which contains ponded water or excessive moisture. 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. The provisions of Section 39-6.03, "Compacting," of the Standard Specifications, are modified as follows: All rolling shall be accomplished by a steel-tired, 2-axle tandem roller weighing at least 8-tons. Rolling shall consist of 6 coverages of each layer of asphalt concrete. D - 19 00612 i SECTION D - CONSTRUCTION DETAILS 13. ASPHALT CONCRETE (Continued) Full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for all the work involved in placing asphalt concrete shall be considered as included in the contract price paid for asphalt concrete and no additional compensation will be allowed therefor. 14. MINOR STRUCTURES Minor structures shall conform to the provisions of Section 51-1.02, "Minor Structures," and Section 90-10, "Minor Concrete." Inlets, manholes,and manhole bases with inlets are identified as minor structures. Three-inch diameter weep holes, backed by filter material in burlap sacks, shall be provided in the inlets as shown on the plans. Filter material shall conform to the provisions in Section 90-3.04, "Combined Aggregate Gradings," of the Standard Specifications for 1" maximum combined aggregates. Forms for minor structures shall conform to Section 51-1.05, "Forms," of the Standard Specifications. The provisions in Section 51-1.02, "Minor Structures," and Section 51-1.23 "Payment," of the Standard Specifications concerning payment for minor structures are superseded by the following: Minor structures will be paid at the contract price per each, which price shall include full compensation for all structure excavation and structure backfill, furnishing and placing bar reinforcing steel and miscellaneous iron and steel (including metal frames and covers, and frames and grates), furnishing and placing sacked filter material , and doing all the work necessary to construct the minor structures complete in place, as shown on the plans, and as specified in these specifications and the special provisions, and as directed by the Engineer, and no separate payment will be made for these included items. The contract price paid for "Type A inlet bottom and walls with redwood riser" shall include full compensation for constructing the Type A inlet bottom and walls with the redwood riser and lid complete in place and no additional compensation will be allowed therefor. i e4s F D - 20 00613 t SECTION D - CONSTRUCTION DETAILS 15. REINFORCED CONCRETE PIPE Reinforced concrete pipe shall be the minimum class as shown on the contract plans and bid schedule. All joints shall be sealed with cement mortar and shall be thoroughly wetted immediately prior to the application of mortar. All pipe stockpiled on the site shall be placed off the travelled roadway and away from intersections, so as to not interfere with the free, safe, and unobstructed passage and line of sight of public traffic. Pipe shall be clearly barricaded with signs, lights and other warning and safety devices to give adequate warning to traffic or to the public passing through the work area. Attention is directed to Section 7-1.09, "Public Safety." Reinforced concrete pipe shall be subject to rejection by the engineer on account of failure to conform to any of the specifications of the American Society for Testing and Materials for reinforced concrete pipe (ASTM Designation: C-76-74) and the following: (a) Significant chipping or breakage at the tongues or grooves. (b) Any shattering or flaking of concrete at a crack. (c) Exposure of any reinforcement arising from misplacement thereof. (d) Separation or "Blisters." (e) Any continuous crack having a surface width of 0.01-inch or more and extending for a length of 12-inches or more, regardless of depth or position in the wall of the pipe. (f) Rock pockets and air pockets in any pipe. (g) Surface defects indicating honeycomb or open texture. (h) Excessive roughness of the interior surface of the pipe. Pipe may be repaired, if necessary, to correct occasional imperfections in manufacture or accidental damage during handling and will be acceptable if, in the opinion of the Engineer, the repairs are sound and properly finished and cured. Any cuts or breaks that are required to conform to structures shall be neatly made. No cracks will be allowed to extend into the remaining pipe. The cuts or breaks shall be grouted to a smooth finish and conform. } 00614 °W f SECTION D - CONSTRUCTION DETAILS 15. REINFORCED CONCRETE PIPE (Continued) "Jacked" pipe shall conform to the provisions in Section 65-1.05 of the Standard Specifications and these Special Provisions. The pipe shall be double circular cage reinforced concrete, Class III, for vertical loading only. The third paragraph of Section 65-1.05 shall be modified so that variations do not exceed one-half of one percent rather than one percent. Under no circumstance shall the flowline in the manhole at Station 10+77.84 "C" be above elevation 374.00. The contract unit prices paid per linear foot of the reinforced concrete pipe shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in installing the pipe, complete in place, as specified herein and shown on the plans or as directed by the Engineer, including the following: (a) Structure excavation and structure backfill, including furnishing and placing Class II Aggregate Base. (b) Concrete saddles, cradles, collars, junction collars, and neoprene filler pads. (c) Removal of the 24-inch concrete pipe. (d) Removal of the concrete headwall and the concrete ditch. Plugging the concrete ditch. (e) Remove and replace the existing fence at Site "A". (f) Miscellaneous grading for surface drainage. (g) Remove the existing redwood bulkhead and cut the existing reinforced concrete pipe at site "A". (h) Connecting the 36" R.C.P. to the existing manhole and shaping the bottom of that manhole at site"B". 16. MINOR CONCRETE Minor concrete for curb, sidewalk and driveways shall conform to the provisions in Section 73, "Concrete Curbs and Sidewalks," and Section 90-10, "Minor Concrete," of the Standard Specifications and these Special Provisions. 0-22 00615 a PT i SECTION D - CONSTRUCTION DETAILS itractors 16. MINOR CONCRETE (Continued) .hey are The combined aggregates for minor concrete used in the work " shall conform to the grading limits for the one-inch, maximum size specified to the in Section 90-3.04, "Combined Aggregate Gradings," of the Standard D those Specifications. .fie greements Minor concrete shall contain not less than 470 pounds of cement hich per cubic yard. atively In lieu of the provisions in Section 73-1.04, "Forms," of the Standard Specifications, surfaced lumber of nominal dimension may be used ades of for forming the back of the curb and the front face of the gutter, provided - Bid the completed curb and gutter are constructed to the full concrete dimensions -actor shown on the plans. ion, in .nprity Any section of curb which does not meet the quality and Df this appearance requirements of the specifications shall be removed and replaced istance at the Contractor's expense. got meet The sidewalk surface shall be finished with a fine hair push broom. Brooming shall be delayed until the concrete has set sufficiently :nvitation so as to just retain the marks made by the broom hairs. s bid Aggregate base for the blanket to be placed beneath concrete driveways, curbs, and sidewalks shall conform to the provisions in Section be 26, "Aggregate Bases," of the Standard Specifications for Class 2 aggregate base, 1-1/2" maximum, or 3/4" maximum grading. The aggregate base provided Wiese must comply wholly with the specifications for 1-1/2" maximum or 3/4" maximum. A combination of the two separate specifications will not be accepted. ,a Costa Existing curbs, sidewalks and driveways shall be neatly removed by saw cutting a smooth joint at the nearest weakened plane joint or at -s.to the locations shown on the plans. Full compensation for constructing the concrete curbs, sidewalks, and driveways complete in place including saw cutting, removing and disposing •o of the existing curb, sidewalk, and driveway, and furnishing and placing sere- the Class II aggregate base blanket shall be considered as included in the contract prices paid for "Concrete Curb" and "Concrete Sidewalk and Driveway" and no additional compensation will be allowed therefor. of ani- 00616 D-23 � r SECTION E - FIU CONDITION3. AFFIM-14M . ACTTOi' REw+UIFi 4ENTS, E(jm1L ERFLOXJ•liiET OPPCETUINUFY Pnrt I: The provisions of this Part I apply to bidders, contractors and subcontractors with respect to those donstruction trades for which they are parties to collective bargaining agreements frith a labor organization or organizations and who together with such labor organizations have agreed to the Tripartite Agreement for Contra Costa County, California (but only as to those trades as to which there are commitments by labor organizations to specific goals of minority manpower utilization) together with all implementing agreements that have been and may hereafter be developed pursuant thereto, all of which documents are incorporated herein by reference and are hereinafter cumulatively referred to as the Contra Costa Plan. Any bidder, contractor or subcontractor using one or more trades of construction employees must comply with either Part I or Part II of these Bid F 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 Plana specific commitment by that union to a goal of minprity manpower utilization for such trade "A", thereby meeting the-provisions of this Part.1, and by-its=commitment to Part II 1n-regard to trade "A" in the.instance .in which it is not included in the Contra-Costa Plan and, therefore,-cannot et the provisions--of this Part I. To be eligible for award of a contract under Part I of this Invitation for Bids, a bidder or subcontractor must execute and submit as part of its bid C the certification required by Part III hereof. Part II: A. Coveraae. . The provisions of this Part II 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 signatories-to the Contra Costa. Plan referred-to•in.Part I hereof; 2.. .Are signatories:to the Contra Costa Plan but-are not.parties.to collective bargaining..agreements; 3. Are signatories to the -Contra Costa Plan but are parties to collective bargaining agreements with labor organizations who are not or here- after cease to-.be signatories to the Contra Costa Plan. t:. Are -signatories to the Contra Costa Plan but as •to which not specific-commitment to goals of minority manpower'utilization by labor organi- zation have-been executed pursuant to the Contra-Costa Plan; or �5 1 ,� 5. Are no longer participating in an affirmative action plan accep- table to the Director, OFCC, including the Contra Costa Plan. B. Requirement -- An Affirmative Action Plan. The bidders, contractors and subcontractors described in paragraphs 1 through 5 above Will not be eligible for award of a contract under this Invitation for Bids, unless it certifies as prescribed in paragraph 2b of the certification specified in Part III hereof that it adopfS the minimum goals and timetables of minority manpower utilization, — and specific affirmative action steps set fourth in Section B.1 and 2 of this Part II directed at increasing minority manpower utilization by means of applying good faith efforts to carrying out such steps or is -deemed to'have adopted such a program pur- suant to Section E.3 of this Part II. Both the goals and timetables, and •• the affirmative action steps must meet the requirements of this Part II ' as set forth below for all trades which are to be utilized on the project, whether subcontracted or not. 1. Goals and Timetables. The goals of minority manpower utilization for the bidder and subcontractors are applicable to each trade not other- wise bound by the provisions of Part I hereof for the following time periods, for each .trade which Will be used on the project within Contra Costa County, California. The ranges for all trades to be utilized on the project shall be as follows: , Frost 10/1/7h 17.0% - 19.5% In the event that under a contract which is subject-to these Bid Con- ditions any irork is performed in a year later than the latest year for which acceptable ranges of minority manpower utilization have been determined herein, the ranges for the period 10/1/7h through 9/30/75 shall be applicable to such work. The percentages of minority manpower utilization above are expressed in terms of manhours of training and employment as a proportion of the total manhours to be worked by the bidder's, contractor's and subcontractor's entire work force in that trade on all projects in Contra Costa County, California during the performance of its contract or subcontract. The manhours for minority work and training must be substantially uniform 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 df -these conditions. Minority is defined as including Negroes, Spanish Surnamed Americans, Orientals and American Indians. - i 00618 S E - 2 t j and for each of the trades. Further, the transfer of minority employees or trainees from employer-to-cm player or from project-to-project for the sole purpose of meeting the*contractor's or subcontractor's goals shall be a violation of these conditions. In reaching the goals of minority manpower utilization required of bidders, contractors and subcontractors pursuant to this Part II, every ; effort shall be made to find and employ qualified journeymen. However, where minority journeymen are not available, minority trainees in pre- apprenticeship, apprenticeship, journeyman training or other training +. programs may be used. in •order that the nonworking training .hours of trainees may be - � counted in meeting the goal, .such trainees must be employeed by the con- tractor during the training period, the contractor must have made a com- mitmeat to employ the trainees at the completion of their training and -the trainees must be trained pursuant to established training programs which must be the equivalent of the training programs now or hereinafter i provided for in the Contra Costa.Plan with respect to-the nature, extent and duration of training offered. A contractor or subcontractor*shall be deemed to-be in compliance { with the •terms.ind requirements.of this-Part.II by the employment and training of minorities in the appropriate percentage of his aggregate work force in Contra Costa County, California for each trade for which it is committed to a goal under this Part II. However, no contractor or subcontractor shall be found to be in + noncompliance solely on account of its failure to meet its goals within its timetables, but such contractor shall be given the opportunity to demonstrate- that it has instituted all of-the specific afiizmative action stepsspecified in this Part II and has .made every good faith effort to make these steps work toward the attainment of its goals within its time- i tables,, all to the purpose of expanding minority manpower utilization- on - all of its projects in Contra Costa County, California. In all cases, the compliance of a bidder, contractor or subcontractor will be determined in accordance with its respective obligations under the• terms of these Bid Conditions. Therefore, contractors or subcontractors who are governed by the provisions of this Part II shall *be subject to the requirements of that Part regardless of the obligations of its prime con- tractor or lower tier subcontractors. All bidders and all' contractors and subcontractors performing or to perform work on-projects subject to these Bid Conditions hereby agree to ' inform their subcontractors of their respective obligations under the tr and requirements of these Bid Conditions, including the provisions rc2;•ting to goals of minority employment and training. 1' E ' 3 - ' _ t 2. Specific Affirmative Action Stens. Bidders, contractors and 'Y subcontractors subject to this Part II, must engage in affirmative ac- tion directed at increasing minority manpower utilization, which is at least as extensive and as specific as the following steps; a. The contractor shall notify community organizations that the contractor has employment opportunities available and shall maintain records of the organizations' response, b. The contractor shall maintain a file of the names and ad- dresses of each minority,worker reff erred 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 pPoniptly notify the COMA COSTA COU14TY PUBLIC WORKS 11rV tiRIMENT when the union or unions with whom the contractor has a collective bargaining agreement-has not referred to the contractor a - minority sror4er sunt, by the contractor or the -contractor -has other information that the union referral process has impeded him in his efforts to meot.his goal. d. The contractor shall participate in.training programs in the area, especially those funded by the Department of Labor. e. The contractor shall disseminate his EEO policy within his ; own organization by including it in any policy manual; by publicizing it ' in comVany newspapers, annual -reports, etc..; by conducting staff, employee and union representatives' meetings to enplain and discuss the policy; by posting of the policy; and by specific-•review-of-the-policy with minority employees. _ f. The contractor shall disseminate his EEO policy externally by informing and discussing it with all recruitment sources; by advertis- ing in news media, specifically including minority news media; and by notifying and discussing it with all subcontractors and suppliers. g. The contractor shall make specific'and•constant personal (both written and oral) recruitment efforts directed at all minority organizations, schools with minority students, minority recruitment 4 organizations and minority training organizations within .the contractor's recruitment area. - { h. ' The contractor shall make specific efforts to encourage present minority employees to recruit their friends and relatives. } i. The con tractor'shall validate all man specifications, selec- tion requirements, tests, etc. j E _ 00620 s .4 J. The contractor shall nake every effort to promote after- school, sum-er and vacation emplo} sent to minority youth. k. The contractor shall develop on-the-job training opportun- ities and participate and assist in any association or employer-group } training programs relevant to the contractor's employee needs consistent with its obligations -under this Part 11. i 1. The contractor shall continually inventory and evaluate all I minority personnel for promotion opportunities and encourage minority em- ' ployees to seek such opportunities. f ' m. The contractor shall make sure that seniority practices job classifications, etc., do not have a discriminatory effect.. n. The contractor shall make certain that all facilities and company activities are non-segregated. o. The contractor shall continually monitor all personnel ac- vi.ties to ensure that his EEO policy'is being carried out. p. 'The contractor shall solicit bids for subcontracts from available minori-ty•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 P-art II. In the event a contractor or subcontractor, who is at the time of bidding ; eligible under Part I of these Bid Conditions, is no longer participating in an-affirmative action-plan-acceptable tothe-Director of the-office of.. Federal Contract Compliance, including the Contra Costa Plan, be shall be deemed to be committed to-Part-11 of these Bid Conditions. Further; when- `ever•a-contractor-or•subcontractor, who-at-the time of bidding is eligible . under Part II of these Bid Conditions, uses trades not contemplated at ' the time he submits his bid, he shall be committed to Part II for those trades. Whenever a contractor or subcontractor is .deemed to be committed '• to Part II of those Bid Conditions, he shall be considered to be committed to a manpower utilization goal.of-the minimum percentage range for that trade for the appropriate year. , 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 or- ganization with whom it has a'collective bargaining agreement subsequently becomes a signatory to the Contra Costa Plan, either individually or through. an associtation, may meet its requirements under these Bid Conditions for -such trade, .if such contractor or subcontractor executes and submits a new certification'comitting himself to Part I of these Bid Conditions. No . contractor or subcontractor shall be deemed to be subject to the require- ments of Part I until such certification is executed and'submitted. • 00621 . S. Non-discri-urination. In no event may a contractor or subcontractor utilize the goals, timetables or affirmative action steps required by this Part II in such a manner as to cause or result in discrimination against any person on account of race, color, religion, sex or national origin. i Part III: Certifications. A. Bidders' Certification. A bidder will ' not be eligible for award of a contract under this Invitation for Bids un- less such bidder has submitted as a part of its bid the following certifi- cation, which will be deemed a part of the resulting contract: BIDDERS' CERTIFICATION certifies that: r (Bidder) 1. it intends to employ the following listed construction trades in its work under the contract i and 2. (a) as to those trades set-forth 'in the•preceding-paragraph one hereof for which it is eligible under Part I of these Bid .Conditions for i participation in the Contra Costa Plan, it will comply with-the Contra •Costa•Plan on this and all future.construction-work.-id-Contra Costa'County within the scope -of coverage of that Plan, those trades beings and/or (b) as.to .those-trades--for--which-it is-required-by these Bid Conditions to.comply_with-Part-11 of=these Bid.Conditions,- it adopts the minimum minority manpower.. utilization-goals and-the =specific•affir- mative-action-steps con tained-in-•said-Part II,-on this.-and all future. construe tion�wozk.--in Contra Costa County subject to these Bid Conditions, j those trades being: - I and f 3. it will obtain from each of its subcontractors and'submit to the contracting or administering agency prior to .the award of any subcontract under this contract the.subcontractor certification required by these-Bid ' Conditions. ; (Signature of authorized representative of bidder) B. S_tcontractors' Certifications. Prior to the award of any subcontract under this Invitation for Bids, regardless of tier, the prospective sub- .contractor must execute and submit to the Prime Contractor the following certification,..which will be deemed a part of the resulting subcontract: 1 E - 6 0�)f22 •_� 1 F SUBCONTRACTORS' CERTIFICATION - certifies that: • ' (Subcontractor) 1. it intends to employ the following listed construction trades in its work under the subcontract 2. (a) as to those trades set forth in the preceding paragrapfi one hereof for which it is eligible under Part I of these Bid Conditions for ' participation in the Contra Costa Plan, it will comply with the Contra Costa Plan on this and all future construction work in Contra Costa County ; subject to these Bid Conditions, those trades beings and/or (b) as-to-those.trades..for which. it is-required by these Bid ` Conditions to'comply with Part II of these Bid Conditiors, it adopts the } mini== minority manpower utilization goals and -the specific -affirmative action steps contained in said Part II on this and all future construction ) work in Contra Costa County subject to-these.Bid Conditions Ithose.trades:being: - ( ; and 3. it will obtain from each of its subcontractors prior to the award of any subcontract,under_this subcontract the subcontractor:certification 'required by these-Bid Conditions: (Signature of authorized representative of bidder) In order to ensure-that-the said subcontractors'-- certification be- comes a part of all subcontracts under the prime contract, no subcontract , shall be executed until an authorized representative of the Contra Costa w - County ' Public Works Department. has determined, in writing, that the • said certification has been incorporated in-such subcontract, regardless of tier. Any subcontract executed without such written approval shall ' be voided. r . C. Materialitv. and Responsiveness. The certifications required to be made by the bidder.pursuant to these Bid Conditions is material and will ,'. .Cavern rho bidder's performance on the project and will be made a part +f his Failure to submit the certification will render the bid { nonresponsive. ' 4, 40623 t ;CC • r - •� . i C Part IV: Comp Iion and Enforcement Contractors .re responsible for informing their subcontractors regardles of tier) as to their respective obligations under Parts I and II hereof (us applicable) . The bidder, contractor or subcontractor shall carry out such sanctions and penalties for violation of the equal opportunity clause including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered by the Contra Costa County Public Works Department. Any bidder, or contractor or subcontractor who shall . .fail to carry out such sanctions and penalties shall be deemed to be in noncom- pliance with these Bid Conditions. Violation of any substantial requirement in the Contra Costa Plan by a contractor or subcontractor covered by Part I of these Bid Conditions Including the failure of such contractor or subcontractor to make a good faith effort to meet its fair share of the trade's goals of minority manpower utilisation, or of the requirements of Part II hereof by a contractor or subcontractor who is covered by Part II shall be deemed to be in noncompliance by such.contractor or subcontractor with the Equal Opportunity Clause of the contract, and shall be grounds of Imposition of the sanctions and penalties provided herein. The Contra -Costa County Public-Works Department shall review its contractors' and subcontractors' employment practices during the performance of the contract. In regard to Part II of these conditions if the contractor or subcontractor meets its goals or- if the contractor..or- subcontractor can demonstrate that it has made every good .faith effort to meet those goals, the contractor or subcontractor shall be presumed to-be a n compliance with these Bid Conditions and no formal sanctions or proceedings. leading toward sanctions shall be instituted unless the agency otherwise determines that the contractor or subcontractor is not providing equal employment opportunities. In judging whether a contractor or subcontractor has met Its goals, the agency will consider each contractor's or subcontractor's minority manpower utilization and will not take into consideration the minority manpower_ut.i'lization of- its.subcontractors. When the-.:agency finds that the contractor or subcontractor has failed.to comply with the-requirements of -these Bid Conditions, the agency shall take such -action.and impose-such sanctions-as may be appropriate. including, but not. limited to: 1 . Withholding of payments to the contractor under the contract-until the contractor_compl.les,. and/or 2. Cancellation, termination or suspension of the contract, in whole or in part, and/or 3. To the.extent allowed by applicable State Statutes, the contractor may be.declared ineligible for further County. Public- Works contracts until he satisfies the County that he has established and. is Implementing an Equal- Employment Opportunity- program-which-conforms•to the--provisions contained herein. When the agency proceeds with such formai 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 `hese Bid Conditions by instituting at least the* Specific Affirmative Action .teps listed above and by making every good faith effort to make those steps P Ilk work toward the attainment of its goals within its timetables. The pendency of such formal proceedings shall be taken into consideration by Contra Costa County E - 8 00624 i r in determining whether such contractor or subcontractor can comply with the requirements contained therein and is therefore a "responsible prospective contractor." It shall be no excuse that .the union with which the contractor has a collective bargaining agreement providing the exclusive referral failed to refer minority employees. The procedures set forth in these conditions shall not apply to any contract when the Contra Costa County Public Works Department determines that such contract is essential to the national security and that its award without following such procedures is necessary to the national security. Contractors and subcontractors must keep such records and file such reports relating to the provisions of these Bid .Conditions as shall be required by the Contra Costa County Public Works Department. Submittal of CALTRANS form HC-7, FEDERAL-AID HIGHWAY CONSTRUCTION-COIITRACTORS"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 hold prior to the start of work. For the informatinn of• bidders, a copy of the Contra Costa Plan may be obtained from the Contra Costa County Public Works Department. t� 00625 ..,��c ( 1 i s E7vs ... .._ . ..,.:,4 n_ ._ - , k. !�.<.R.��.+i...Sc,.� rt_N:,;^t';4. ti.• i' A € t, :�. 1F sw,t+`J Y'_ v_`c3. 5 Q o 1 x -i °,C s3 0 c Qm oaA1 s�o ,a _3 c > ;o Q W amm 0.N � � ='Sa? a� CA 9' o ° • n z n ° err na_ � - c � °-0a aE � ' 03o w p c 0 am O N c e -t -Q n ::o m - ^ ° e . 3 7 0 m G1 ° �'_° o Tg 3 '<'O tr C p O ° A o z s a s •w C -S Q f9 > > .• zi � a o.3 A Q � ° � O � � 3n o ° � 7m0 � n 3 Q c Q O T of °• Q C. o f a ° g ° = Q 3-n °v o 'c n O �• '^' n ° D o M � D q0 °-CA ° N -+ O � r a nom ° � _ 3S °• 3 '� a Q < * '" Q n fp Q• CL CL •••� c ° ^ p O -• �'n.°. O N ° c O _ m °'� 3 C° fe g « a Z �'`! * o' .9 > > O v X =n 9 ! 9 °c n °. n �o o ° 0 7 A fa r �_ ° n O ° < `° -0 to Mo.° c am onca p 3 c' m °3 A >t a s a c u c o c n o n m< = = a C p r �,-O ; n 3 n 0 003 ° .• 7r p n �E'r CL �� °m ° eat •` 7L• "O ,*� N Q rt n ° ? o = u3i o Do o n -.0 _ '� ` /V�• �,cM�3 � ,^1 ° c ao _ pt. � 5.s>? ° n24 O N C i/ ma_ 3 � � % � A 3 ° �i 09 ° n o. Q. -0 S.� e a° n O m, Q O O •+ =• 7� M O n LrS LS MSC ' E � ;• o- O 3 s '° o9nooQ QQ3 o_ O �• = ••r 'D Kcn -40 CL a4 0 o°m 3 ^ � � M '8, =. 3 Q ac ° a -0 w IA Q : � O �• ° 3 t. n „QOQ � '.,�'0$9 °o-- sTQ $`nN � cr14 =ao = 2 �'�e ^ O v o o n'< .^� o ►cog f ^ S., o - •� Q. c_,N o. R 3a 3 n " : °»C 0.^ w ° c n��°' 3O x ° = TA 3 sa ° �° o� a.s 'n � Tom in O v � ce° °.i � � n . nno ^� _M � 3nQ'tQ n�a wo < 3 OnG ii o c �aTn e o e n o^ rr� a '� g -� •Qi 7. O� ° N " 0� n -33 c 3 5 " n u cv° •4 ^ ° g - � Ni a. "m o Q O * cam8(A 0 •� ^ 3 CL a 19 CL jr 0 0 • + AIr ' x•C w Q ° M 4 • A T' M ° n?r T aS X a° C Q C < A 5. o °o.n asn s: °'cv ° ^ O. O3 ? o ° • N y Q c A- LA t° ^ ?^ 3 ^ ' <$ � ° ° °' Q ° RQ34 a. 0� ops� � A O N S a ' g ° � �"S �' � n�m � oS.S � Q n3 aM NQ � C3 n ir° o.' - N o'er o ° a 4.Z a� °� p N O O o 003 >> > o.m ° C O T n a '^ 7 M T A > > 1+ r n .., 11 M °.3 c ,� O N u H '" T fl 1 o e 3 ? n e:a �0zr e° zz ne° oZ f.��N c ° a _ro O -9 =IL 00V ..n .._•• �'. •�yYO•' �•OoV.1+'O'.' "e• �(� =e�rv'• �gN: of ;�: (`�f`��,�1 ����(Jl''��� •.+}w ��'° •:AO: •'• o0.glY. •�.�.�•O•�;o4• Oo.• '1�. � k •••1^ a •S,. �•:0••�• 4• �' e�n t i 1'.0 LV I I A►t6.I b .a, ..W FILLED OR UNSTABLE GROUND ALTERNATE TRENCH PROTECTION Trenches 5 feet or more deep and over 8 feet long Sheeting must be provided, and must be sufficient wusi be braced at intervals of 8 feet or leu. to hold the materiol.in place. Sloping A strut brace is required for each 4-foot zone into Longitudinal-stringer dimensions depend upon Trench or excavation walls must be sloped 'no less ='r the french depth can be divided, with of least = braces for each set of uprights. the strut and stringer spacing and upon the degree of than-vA horizontal to 1 vertical as on alternate method instability encountered. to shoring. Soil instability may, however, require a Steel screw-type french braces must have a foot or flatter slope. plate on each end of the pipe,placed horizontally ' bearing firmly against uprights. Hydraulic metal jack units, properly maintained and of equivalent _a:h, also ore acceptable, ct[as Timber braces must be in good condition, free from L,t✓ t t r_ " �^ <_-'_ctions affecting their strength, well cleated, and �.'ly wedged. suulGtts �-, Horizontal Strut Braces e" X 0•'MINIMUM fWidth of Trench Sire of Sir.of feet(inct.) Wood Iroces Pipe Braces % , Protective Shields 1- 3 .. 4"x4". ... .....1'S"STD 3- 6.. .. 4"x6"..............2" STD .1- SHEET PHINGS Protective shields or welder's huts may be substituted 6- 8 ...... .6"x6'; 2" STD :1 FRENCH DEPTH for shoring systems to provide local protection for work- 8-10.. 6"x8". ... ....3" STD i '� r a r-2"wris.,.r Thideesa men in trenches. 10-12 ... .8"x8 ..3" STD / tree.r-r INiwiere.T1,i.sn.o. _ Trenches rider than 12 foot east fw.e brace. of `' ! Design by Registered Engineer correspondingly larger dimensions. ii A civil engineer,registered in California, may design %- MAX and submit detailed data to the Division of Industrial / r MIHUMMI Safety for alternate effective shoring systems-The design a�a1s x i' must include o soil evaluation study, a slope stability �►3 I, i ,. �� BRACES study, and an estimation of forces to be resisted, to- ,, o" X MtNWUM gather with plans and specificotions of the Irtutesials hcs to be Jf��seF a,o`o S" onupmonlhevew of the application and supporting data, if the Division may accept the provisions of the alternate 'r/ proposal or odd such modifications as appear just and s' ► �`a��o ' I RUNNING MATERIAL reasonable. See Plate C-24-a. b, Appendix, Construc- �.j SWO, SHEETING tion Safety Orders, for engineering design alternate IS REQUIRED Uiteri0. f '�t ACCESS s In trenches S feet or more dee ladders must extend �c ! Trench Shoring Specifications at least 3 feet above the lop, unless a safer means of f� — — - ---- getting in and out of the trench is provided. HARD COMPACT SOIL TYPE DEPTH UP UGHTs BRAES SIMME1IS There must be a ladder within SO feel of any worker > " GROUND —' - - '- in a trench. x S'OR MORE IN DEPTH ""a so" fie ""LI• use 4e•t4. Ilia ems, X = rest InUe Im iooss lees Isman Iowa INSTALLATION D 1Gd. s-r txs - s txt I— lkre wieetni Length or diameter of pipe being installed does not sealers Ism 1R US S IXI S IFUUM iediatel 1 v i t permit variance with shoring requirements. Shoring pro- '.�"' �• u.."W s-to sxs . +xi t WhasLisew faction is required within of least 4 feet of any workman. sx0 2 Ixc s IrkaiJisW 1l tka 10 ]XO Wet 1X0 0TXO 4 if �\ E.i.frl to curru.r..ones..,,.,era nrrnrc � Reeeiet' tI SXt t1.J W . �x0 ` 4 1 (her 4 7X0 6 id IXI I 0X0 s�t _ !4i 1. Cr.•i �&t•T:+Tr st ...4at� .<. w �..,w .�„� wiai w..<....t..rcr6.ii d• .a a•a � JI y''� r - - s►"'.'-- to r r ww• r•.wr rrr•..r ••..•.•.v r•N•Yw...rr rrrru rr r•••w tf rj - / \% l � r r.r rt .w«r.r rrr.. =w» wwr• r rar w jlIdel.r , !� ` �' r»r.•r..r..w rrrr..w arrrr. rr • r�• rw.,r IN .•.. \ }� � y. ywrw wr •.r•• • r w.....•r .wr �u • w rr '` �•• •\• �•• IIWT�T� \ rrNr•• M rrgr w ArY• M• Y. rW Y •I••ar• W ttt TYPICAL SECTOR r•• w.• rrr C� TS / �� y� � wr r •r.r wr. w+• rt .w r .Ir1 rr r ►wt1 I.0 r• w ✓ irir• w v r r .r.• rr. ••r1 •.r rr ...v /r rr• `�. / � �\ .{ •rarr rar• r rr••r •.•rrrarr •rr• Y rrr r M rrrr• \\ ^� O `�1•� •wir=•�. • W r•. rrr rr r ..r. • M rrww t "� _ ...� -�. i \_ r r rrr ur r•rar r• Yr•r• wr• t �. ' rrr.• rr ~• r y�`� � 3 r w,r •a•.. rrr wYw. a•.. r•rr wa r r rrr r•r, Y< r.. r . t»y i «.M� wr!•r rrt� r•r.M wY4r•nrr Y Ir•1•r r••YaY r"' � -.•a I rw•rrr •rr•w - � • M •rrr rrr.• Ir ah V WN• rM ►r+a r•rr N ��— r♦rrr•• ' •M r y Mw V rra r+. Y tiW� ILra W N\ M w•r••W r1w rr N wM•r ' �4 a•:I•M•• •rWa e•I•• r rwr r •..a rr rrr w •rw• w •<rY r O r• rY• -I_'j4 ZA V. rrr+ •rrr w rrr rrr rr Wr •wa r ..rr r •..w r arr.r� TyPICAL-SEMIATEU SIDEWALK •••.r...Y.r ..r w» s•r •M•r••..N••, IN•rr• rrr W r•I•—rt lerha'•f. r• r.. r.rrr. .�.a.�hQ_3lQEY'6llL r•rrr, .rr r r..r..•• rr:r•+-41rto w. ..... •�i ..wr r r r ak \ TYPICAL SECTION C'C 0-4 — w " a wrr r.r• rA •"Y w..a f. r1�w i `•; _ •f.•yy•`• A�`• w:.••i•r' rr..rrr �.r..^A,�.{.rr•u _ rr» w �` • �• rrr � V•-a ♦ W ! 1 ."...�.}..J.�L.� �.`..�� r►+�ar•a w1..1 •'mow• �� i%� I... t �+�'r ar L ` 1•..+r.• y..A�..r�a.-• I:� w1•r.M�wt ��\• C r w •� -� •`•.. All , •r. +- y, T.,f r`w•a7f ••. A // \�•�- ' ��' .t t] lrr.r r..mow:.. i1QEWALK ARAN F08 SEPARATED SgEW_ALK ICCAAL S rLaIsrFaCTaON 0-0 ri rw�' .I•.. �„� w rr.o-. .r rrr.•rrr -----. //f r•. na ra•ww rr.1 TYPICAL DRIVEWAY SIDEWALK AND PEDESTRIAN RAMP FOR THE NANIKCAPPEO - ar �r ��rr.r.rrwa•.r • t r.Yr...rte rii.. r r. , �•r...•» r w Ike A `►•r w•t V ;1 EWAALKDRAIN FOR MONOLITHIC CURB AND SIDEWALK p■p■ K•� �, � .•r•••• rrr w• . � , r•a rrM r•I IY• w I r rr Mr�..� r wr. •.t »t•rr Y. r YI If4r •rr.•• ) •. Y u•IrN• `•`~` • ~`� M Yrfw1 TYPE r�S�Q _ '•__w-.• __ter vr .r�i •war r.r+or A�Y1 � •� ._w 1&�16 f 1 X010%A-A 1 i "' tr..r « .. t•r SIDEWALK CRAW �"`f. 'r f,.� r.r• .. 1. r..► •int �..•w w W rar v/GUTTER LIP PAVING SCOREMARKS AND CONTRA COLT&COUNTT * - k•�+t•• tis �[TAII �A WEAKENEO PLANE JOINTS WILIC VO&al DTTA&TUINT •'•r rr•I.r M.r CCQEr"� N'& CURD.3"WuR �7E1SJ rQliIYE BT _ AIVJRMPAO %QtLX wm I •+r _ DRAIN 04L4113 i 0 catlt•cTt LwlaaTCR aurctrr cotwtuloN � r't"t�r _ rt.Fe•ao4ruurn t.4- .tr s. Kr YiMr F,at li�.>�Mtn•=ai R±t'�.syiU� f tm r • • i N+.� nn • • • t1�w�ti ♦ !.' K41Y • Y •r a' wY. I .w.IL ti �_ - •- `• r .-. Yw• rwa.Yr rY !Wq r r r.M rw r.rlr.Y•I.r11 rra •w^Mr � 4' K •' wr.• +•�! •err 4 ww I4 w •rr•r rr.• .w wr F� ... -�» � K r r1N� t it K t' ._may_ � a_raws _r .wN rr.a r s Y wWw wwwF• r !.r a.1 ..T H rr._Y W t.•wt ya wr Y'1 {/yt• ..r• Wwri .Rw. M Y rM1 M Y.Y Mqt IM w W t Yr.r. _ �•wYr • rr ila.... I I«- •• f wf •r4 raw. I4 �Ir• r44t1� 4s. R w^�.I Y M www• w•_ IwwY.+... F.. 1'•F.r .r.1 wll w Y•rr w.wY 4 w r. rM+ r'r.yw w Wr -I�r awi Kar..Irr — r - !- —� •Y••• i a.r w. .r• wM.. M MYi Yl..w. ir> i rW r wN w W aw.• t r.+•a.rw r •t?. �1 •t• GUTTER LW PAVM10 �•,� —," w1 • •w u+r ► sa r•r4r r w.r 4. ww. r w4•wrt 4rr...Y t rt1 Yw'•'1 (�wN_.r rwr•wr w •wYr w 0-6 Yr.. arY Ir•uw, w Y.w rY w Yrr w e ...I f L�•� SCOMEMARKS AMD .+q • !K a•.a. wtYIt n MIEAKENED PLANE WINT� ••"+ w w .•r. .• r_a rF.w 4 4w r, t.4. Fr w_ w r. _ {� rY1! YM\ 4.1 .ww r Y•. r .rr r•N w.ar 4 MN• .M t• �••••. .I �'.�� •_M r•.M MY ..•' a.. •Irrw1• I.a.. _ arwN q ....r M trr.4 •r. wr R!R TTIILAL ItClwlR TYr6AL O[TAIL Ttl•Y 0440" ...r r • .•Ir.••!1• YwrwrwY M! w _r4 Ir.r _ Y+.. rr . • M!r•IY RIl�wt M rw Y W M ra..ra .Nr r rw Y 0"chfTF LINEO DITC01 r w .►v •rw � r.r • w..•a tW w w wY1 wN Y. Irt Y.w N.r . r^ a+ r K w w•rrl.N ...r..+ 4 rw•Y r1 • 4���\{►� Qlq •wlltiTtl ca�.+.n !Nr r I w.,1w 11 Y• . .�• . �-. _...�--�.µ w._« s' [ «mow Virg .+• 1r UC tN +rt ..t •r Fr• YI �.. 4W.+ rll..r •tlNtlr101t SL ••— Y � •.T iw 1 r1� w. ::�� .�._ I. �J _ •�_ _ , rt of •• r.r. ...r _.w w+ t_ ww w+ iR wR• G -f r.Y 1 r.�Yr 4Y iW1l.wtiwl /r.r r Yw 1 ••r tr• M. ...rw Irr�r r= I��`w rr` �r•. ��Y I...•• .••Y.r• •Y wr11 Irww wWr• .-.:.r f rM•••a -. .rr. Y r Ycr'�rWyt�•Y! r w ..w rt.r.r � • •f•i�t� .I�'•iM•iiF �I Is.s w4 •.. rw...r. rw w..+ rw• •iL7['jt-'* (`,-G a f JUAXIwR nw VALLEY OU 14 _ .r r to •.1w irr[ IS TWIIC irAArMI w 1,7 .• ..• .r. ,(' I�IIa • W l [[LTtW • � Saj!_'1' •s *• 1 VV•dl .�.r�1.`. jftAFfN: J',13 LI..• . TM riar�i -AfY rif.w!r TV" Ni w•at-am w10.4 r �rrrr wt. .w•�r.r L .. .rf/..... ar w q1 •Yq• h.• i•s vr. ... f•wt w•I I.r,F.. -••� w..I..• ..,...G } 'L w w rr wr'. !r w ..+. •.1✓^' :r w1 r Y! �� '-.ra � � .� �- �. rrY r- r ..l. r.0 r 1 N.rr .r. M r.N• '�' _ _ '"' tYr Kr.•r. I' _S •►.r lww• .-w.1 rrtr•w .• I...r Ort A r .rr .4 ..tY • rM.•.I•+•r� �.•.rK .r i r w.rrw<I.w.amu =' '\ww .r w�.re TM[ 02-4 TY►[ •1•• C f.r.f•.w s mow. ++! r.r. YAdC ilACL! 3TANOAPO CURBI [I!LL tIdICCI l.Y.I w./ w w.• �•«. ..� r r.rw ...,.�r •rr .w••I ►YIIIC rr0•[I 01TAIT4ANT • rrr. r ..r. I.J .r.w Iul• _rrw ...... •M IVY. • t....M •w.wr.• r•.-'.rrw+N i w rr.1 rr1 r.+w rwt rrt. F.• 4 w.F•rs.r r .rN: w trr'ICAI Kw "" ' r. - - STANOANO CURS. S•t•ts JI•ICTA•t VALLEY QUIVER ANP VAII EY GUTTER _ r rlc IUANo oLTAtls v rnlrH'• rntw c •wt(Nw w..+•rH•�•w•.•a.ca - •r111r11 prq IM•tYf•v ntca+l•••C• .fPf,l..[rww .r•.••(•....lN p.ylr.a NH�a•tl'.u'J IL•r•r ^�•�/,' y.0•.t• ! WtIN F,y••d•,t• W•p, rq tq - \ `) '( < S. .�'�.'. �S�rT1;rte � �J• ' ~ -..\ �I I 1` EMDPosT CORMER,Aro GATE r s a i1 AsstMBLY 1•••IrtNwC•CWwI. I Mtle•M l.pt r.1•wW• 1_..r� r.••Ir...r uu t...N....+ �W.:��•:wN•n�• � �•..riu � i .1 a�tP•.•.t•.w•w• im a.v:�r�i i.•:• ,CHAIN LINK FENCE .•tro.a.a '.r uw.••.• 1 '.••,a ���.,+1 .trra.taMu . r- _.....—_ .w••r,, �'1' JI'N#�• wt•.•■n LICK' V� a END,CORNER,ANO GATE POST ASSEMBLY PULL POST ASSEMBLY . �...Iww,•iia rriswa,nutwnl PURL POST ASSEMBLY STS METAL POST INSTALLATION cNo,C011NE14Ale GATE POSTySEMKr E WOOD POSTINSTALLATION •"° ".n.., w+wtr•.r...l •Plc••.r � V v u••/4.i.darl pyr �.r�,..�_wll►�., 1f � nay. . - --�._ •.:.w:.:•�:w•� L•l.. '{J .•rr r _...•. .•.... ..... __- rr•• . �_ �•r•Y M r•A�r�i �• try 1�~ I star•rtr•.•. 1 urn•r c1.••tIt• Y r ►' 1 i� t� rtwu ••t•ta• :! , I a tt:� �� �`0s���w".'•u4b �"i Ef •I - I ' rlYxt� ��v�� r•. F.1 ' — l� r— r r F'� ~+M� `tN►� FENCE LOCATION METAL FRAME GATE AND ADJOINING PANELS BRACE POST ON CURVE SPACJNG OF BRACE POSTS NOTES fLs�lE. t"U.•Ir . ,ra w.••rr•w.•+a ••.cw ,wa r•..y Kw w(.rs•.•r.� uq,....•. •rlw a.�••w, C M✓\CMr•r.•N M.rOwY••t N LCtM r-14•r Iy I•r 1.r •ww Na a•, fnru•+nwa•aw sun w trr.n.u,�.•rw a.:c-..•t MK 10•J•r Aw tC.Cra.N, tr••r rttw.N rww.,•t•Mr W 1..•••. r u/.: UA 0••••f I..w rua wt/ n•CC•[CI.•r••tw,•w•af.•a•r••t Mr'••.t,•rt• PROPERTY FENCE -- --- CONTRA COSTA COUNTY •----- - ►UIUC WOIKS OIPASTMINT PSAM - _. STANDARD FENCES 01 M.OA• RLNr•CA•r.R-;SAYn • N I. R�.i>t O.r.Yr MCw�--__. �lS._.=�T}.t..__. v •.,c rt.Mw•„••..rr. w CC 310 }P, �=r..{.;.r-r •� -at.q.{.r-r Ito c1 c1 Fr-, SECTI.ON EE SECTION 00 SECTION HH DETAIL X -••{-'+- r_r-+- '-'r t ;j •� SECTION !! r.{.+.i•r;•wt we n.a�r'� ari.wn sir• 1 I y � �..•a��.r rt rw .. 45j-• //{`._' ('0 ar.t.arw•I,.r1 /[CTrWNt F .� ' r•♦ v::w:�:e rir•+. I——ttT• 1 —r- .atest t.a r .1�1�•a. rc 1119 aiva1 Mit Iat ♦.t �.•.1• DETAIL ! 1 - PLAN w w res. I W.r-r I„, I. COVERPLATE FRAME hr il. �-ice • • _ • r 1j tc ee.r-r {*s.r..1"ft autS 1 at rtr GRATE -- 1 SECTIONAA $•rr E 1 I 1 }-•a. 11111 wc».n woes 1 ++tf i ++11 wn.•re•t••n i W {. ;.t•-II: l 4-• ,w�.}.r•r _ own Few .a.r w t.•trt ,. r•ar a t{..•{•1-.+- a .t. SECTION CC SECTION DO "' •••�•+"'^r L ! }•.a }•.r .rn.t. `d«. DETAIL T r ' .'••itr'.r:» •—•••�,•��r:. r w art DETAIL T COVERPLATE rw— w•.rN.,.r', 'I• r.•r.r. }.o ec...{•w Iw am Sates `' LDRA DETAIL V —"om v.wr•,.....w\..YY.t_,r wrrt wrrr tr.r.arrru • `` r w....• _•t.wr♦wt Flow ...w.r w r w r I.t arr.r.r r...rr...n.•.arw r w w r aIr• 7 ._Ir •won...•.,twrN r r•r.ww._res.,rn+.rr r wYrv_wIw as wtce iu c. tawe _ t►� • wtt a•♦♦ �� ��_ �■ we UP no{kAea taw maim • so— .r.rw n.0 t+w• wwnw rrw rw•..r• `. �� Mtt•tratt Itl,w I•wf te•wM •s 4 tw t. } ♦ rtrw? t•W/.w N\ tWt r,t..R•w •.,..1 .., t..r..,t at�L�r litK».rlC•SitallIS t A-21LO ' It»,iyeJataLSl DETAIL •lash • j•.{'•ww-\w•rW•tWw.Ya..\.Yr{'•••r..awa ORATE FRAME ...__..._....... . w wr.r w.wttr w•ta r M r N•~•'•'t rw.r Nt s,".w t»au w r -: •�.,w w in_.,..�...w tw.rw .r' CONTIW COSTA COUNTY yr!♦tr..t.ti rtc - - RJlLK w011R1 OEMlITYCNT �tt.ty►�f a .ter„ •.•rw :... j./....rs.........q ...._♦.r n.... t a•nJr--A rti i r»L.ar.nw,i,._ •'. tr.tt.1•1111•w tti.n•,... • r:.w r....www.+.r wn . tIANDA•D RAN . N W'•.••..._..nt»OYr•._ • ...r1 .w•Yt_•A t•r.n.n Nw..r •r..t r tatty nr twr.r rL.t. j.. :•ts .:rn+5t w_r•.{• INLET FRAMES. GRATE • t wr» ••» _ - n••�+"••P r - AND COVER PLATE wtt:}:1-ilIiai=i111n Si�i�"."j►•"'£ ��r n...m.n...n:nrN CC 3010 -K � Nsv • •v•t•tt r .rwrr.wrrw •gut "of wa as w. tw Y/ .R l.'•r.1 a tt01 s.1/ti •.■ rt.wn a Mat 8, 0.[IP. t • 1 t wIt0 t v 9--a Awa.•t\r w.n► tw.IM.•tl.l..tt•t I rw.tR•M -amts is e•nst t r.► • to.wt t R rn I ., .a•�` � �,)1 t � Y-d •�d� 'd ..t-r . (F� r-d ..; ecTAIL FOR AMP anl■ uGtc SECTION A-A SECTION 8-8 rrs wr u■r " �ewr.0 wr.■■ r.tr+r-rww tr a•, r w.wr r. •trr. wr at Itwrr twr.■s.••■.■IN twt v..r.■..s. . • ' ' xc10"of SECTION or TYPE *X OPENfMO TYPE •A' OPENWO OR FMCG7r MANKME BAMWL 014 MAN LE NX i Mt•N stb.""of.a"mttt[•to sta■I•./P%-%It tow 2 rRs «a • ta■�...s•�;wlf±•••..•w t.••• wa.•t■o.•w wet n w r.•wr w w twwl• —�___.. _ t .y.w••�Y ttltw t•,wt•.rrs tr..\ws Y..tt wtww..ti wr••O Y On ." 1 wit r rNt.Rt w,a.•._MVM.tr t...■••t�/l V pt ww w M aMM Y V l.•�f. r11 w.•.wr r.a.•t w wr w�r.t r.wI.r.,W.•...Re KR r.•.Im•.' rn wt.•w w• 0/Etf..oNw.....•w w.w aw�w .. w■.•rw .. 'r.'�r r+e ■ CONTRA COSTA CDUNTY "■ 'Y rsml.tt '�t•.rtrr �e •w w,wr iurr.s.o .+. wr wr.. w.r rw PUlK VPORRS OEF"T/iNT "•��--- e.....e w w...nr w w r.r.■w.....r w WML thlFr w •rwww r..• .■•..wtr rn tra w ..w.w w w.r w - a• _ .e.w..aw. wI. w w rrw ■ •.w.tt trwra 43011� - St.W0a11D ttttl on'ssw► .s PLAN r•r.wr. • wwwwrr w ► .wrt +t r. ■.r.n tw.. w s -- tett u...■s[' .'•.r-r : ^Rw,.,w y .• TYPE ■A■ INLET 1 t•.V •111 M.e1 1rd•`to; •t un b s..t« CC A4. ' ' .ir W.�t♦.O[ f [.•tM•,C MOI( •t Wt K w�M ..wrr.•aw� own N� rr ♦♦WN-w Q r �I.�f w.�tc. • �� N i M.•rra r.1 • �iC; utnoM or • e TYPE V OPENMO � � • � 116 wm w♦•r.r nr a I♦I. a r n• • MI O•n[I �♦ +r♦Yr♦W r SECTION A-A r; SECTION B-8OF _ aL' �� TYPE V OPENING �..r w♦•tww...1.1. rwr...n . I •t an !1♦t[•a[t wt u', I M 0/11«Y♦ iM.lN M M[..r' �• �••r-fT ' 1.1M O•(r.{-.r � 1 ••.f t.wrw I♦..✓- wtp w[I♦rr[nr K 1.1. i� w twa♦w.1[- - _ fit[ttOTt• 1 117 �.r W OM.Y ,r SECTION _ 8-8 CLNB OPENING "MFIGTION No ♦.r.•rfYr�w♦M� - I •YN•�.♦�V wW f•♦r.rte.Y-.tY♦•V.!�♦ . I •r/��•M�war 1•.Y•�.�Ati r N M•.Y�Mrt•A!-.r. j •v•YM W r MMtM.w.vJt w♦IM M �•.. •.M .MI••y Mti CONTRA COSTS COLWTT PLANMtOUC 1[011[!00"TMENT .•u .,.......... , ..,. nr.K..!w.o. TYPE 'C aILEr cc 'm3 r . 17i Al PLAN PLAN "a+wt au- w.t 1.00 w .m vf.t"r st•"w"a K1"o"WE wf w w"rrwt t t[ ••w I—~fft me" wnat".•1K w••1Y •Y� OOT K jr AN aw .-f"-a ^-L Mw"11 ta•fwn t.wt�trt•R for wan 1r --ftft w tww tK""otw o�"f • tKw"w —� .-- roml C."MI C10%Of/Ia1K a•t! '' I a Y ww••w"{rwN ar•K N W'•". [Yf w•lllfi Nt • m at aww".••w rw r•wrlrw a.•w .wM . `�• . •t��wNT•�a+.rM.w.�a�a. l wn rI �•�"••+Yt www»M ru••r SECTION C-C ___—•� • w.ia.i war w w..w w•1.�r• •.W • r w•oK.t OPw•1P i waTawat MwM w•HP.t... n•a•N•rwa aw 1r a+a•w wN i I • .w•T r�trrri.i:'..•a•a+w a w w.�a�•• 1� swami,w w•i••w••�• ".ro.t w!yw�+ (, 1 TOP SLAB, w i•..r.w•�•"..�+•ww `a+a•i•Ir M w~r a Ml yvH:•.wy � �3 •=sq.�tw»"w•"tr+r w•ww •...wrt tr F+w•�`.r w.r.•1.'�+N r•. 6•tt Y tt,ww �% sw•sra•w«r nit srrlt rw•.•!. COMMA COSTA WWTY RAIC MONKS KFARTMENT w•w�tw•rr � _. _� � _ ++wa.ls.r ratn.a wn • •` • �ltlp•p taw TYPE"II" sats••r It r It n.a.w"s w • • • _ MANHOLE BASE m�1 •• �e •—%'•••• SECTION A-A _ r t �� cr. Sul r-r a s� I IYM•mw tO•fs f I _ r.af...ora- ..mar-•,ft• _1 ! I � �1 twat yn �R FR41 sons ' laa r°b r _t !![TION ` y TOP SLAB ' .......... - rr•r war•••,r r,•u• . i ....... ... .. •M r r Mt- mmIi Ymr __ rr•r•r•r •rr•r Wim{,•r•,ra I I I: •��r•••Y•Parr.wr ►.yw_.,rrr,r �r r�,•��r•Y err• t PLAN PLAN SECTION /,Mot v'.` aft ca.'r°`Qa's..�rl wee �t.'�he w. r Ir rw•rat stiff w arm Oft M •rrtur at t4&a rfwu own Nom• r•rr,at t No►Y , r,PPPPPP.mwr►�.\r tw ti• t o•fmra•r•r,•r r••rr mar•r•• ••"• Ir••rr+, i N•.• •..•.�,r N,err - � r Parr w.€• .!•. aft,a•rfr rt• ....._. ._... ••.,,•..: ••••rmr,r.waw•••^"f•mr tames tmr"\ �•��, r �+• .m~•ri w i•.wf M ti w s•�t.rtN, cuo"w sr•aM.t•rmm { r • r•••T•mmmmr,•f•w•,r,r�ft,•••",,w•r.w,•w r n. - ` t •-� t w•wfw,. ra m�..•.a...w•wr..,iu.wa �L' i r♦ ,r.r r.r•r,.r .q�•rr+a wrf m.,, ` � s r f.r•,.�r�wnf w r rr. ,••••w,ww.i..t �-Y Orwtf � ! .T € � �, I �.! w�.•i,rr:rfi ri+".,•ri.1 wm,r.+w•ir+• 1.� "ly 1 ' 1 • w.w�•..ter r.a•w.r wr.r, far• ~ KAQa WT10N RMS WIM WEGAL APPUCAT04 Of TYPE Y YAMMIL OAKS ......o:..rr.. .amara .:-.... sur 7 rtnstrR wim•rr.:,w.•r,•,w•r rr. f•r,r.�. f r r•„•t trwr r,••rr•,mmtr OONTNA COTTA COUNTY ,��'��— ram a.•s'.r w.r - P{M•IC Woms OcolkNT1KNt f� f wrmr,rr r,••m".r••-�rr ws•wr ter• - -_ w•..r _��•�� ns art r r•.,.►,,,f Y•srs rt. 1 •.•..f ra\t•m•w+. err. _ _ tutofrf Kra, ••.f s.rr _. N mm0eq rwna ra r1t ••••r•w rr wmwr cdw r at.•woe two rt - w ar,ar.ns t rwr" _ TYPE *M*r t. on wr to r.w•a seat SECTION A-A MANHOLE BASE orr,fKra O In rmtft Hft•t• ��l�1., Lh�ri�r!!K/ • .f"w r w R/R Mt♦we wr[a•.. lfai=ri f 4M1. 1N LNLL_L _ 4^..Yl�w•� • rw err w,vmr r CC 3022 4 A"11110111141116104611 a/ir14w/fr CIRCULAR GRATE wr•.lsa[ CIRCULAR GRATE FRAME to•e V 'LtP1 va�TT. ; 1 a[is>#w f•'C i 1 tri [� ' � i.w Wi4tilYe`'stir i.. U _I owu../wsew Fj! &0119104 — !d'4 ur4 raw i W[+IMi iwYY\tT.iw T■iL.w— r 44TK row 4ttN«w L '410` SECTION AA M w4ai 1 l\ nir/»1a ulart10 WfM L1e/r 411420141 ___ 11----- ...f4.. _ ���-� Qiaws i•fl't 22l1 t I � 214•/uaa 1.._C P � T 1 � + PLAN ` PLAN [•.r-r t•.a-r r f 4 ' REDUCED PLAN '. tae/•Y222J1[/•///" �,. SCALES NOT APPLICABLE iT►\1/i u. .••O'/er\a[M 114,8141t/w MOTEL. M f •.N .a4,IN.IM.a N t.i.a i coot 60 ' 1'IYN' � Y4IK• ." M.M10.N.N.r..i•Mt.t triT Iff•. t.•4.N{rt M•IIY/....tit N.NM4 _ — — _ — _ _ — ! 1 • • • • • ►NYKa1YY\W4.riht lNHY.y KMYt SECTION CC • 1 " • STAN""11«111/1.9 cer10 n4 t•+r-Ir i W • lw.1•NfY.i•41w.M NttW.aM VI.2 UrC112•20.Ia . ...y:.• a.W 1«1 444.w11—4 _ W[LN�aii"t)r+tt tN•+.A4""aiN 1MW Kwt/ OIIaT[ 4a.•att t1/N 910_-4 f•..I •-. _ 2 110\W'1 wt•N.M4.«...tNl N• N•N4 Mt 4Mr W I«N""NYt YN.tYM •�L YMw i�.iN Matt/"RN SECTION 88 t /ar I tttN[ Iyya •/� _ , �.•'-- - _--- CGKik►COSTA COUNTY t+ubt.K w4t,r5 4Ettl/IutM .. �ii4�C i' :TanLa/.P rt fir! rva' ui CIRCULAR GRATE 9 FRAME rGtS!!FrT10?1 OXTAIL _f• .. ''r 7! .w.oa2 A..-.Il(/x7 ..1 .i Yyj�. _ i•. i > 3 cs ox X N aid c � � N D owe mt"1 > f` rao mi Zn to z oz CA ti} M !; x N 4J riz O IIA a>o z N A Z Z p m > Mi Xai wa a o o u z nzi r a o li�'I IA► M m N Q p � m � a �> A �. v �+ Z ; m o > rz :4 n-4 a (t1 Z cl � �► T. O s rq m r_ C) -1 C x i x o s -+ 0 x ai x a WU w o p DZ-t m a N4 ry< 1 m APPROVED; SLOPE STAKE REFERENCE LATH POINT AND WITNESS STAKE PUBLIC WORKS DIRECTOR SLOPE STAKE STAKE R.E CERT. NO 5709 I R/W AND/OR CLEARING STAKE SLOPE STAKE REFERENCE , • POINT AND WITNESS STAKE H FINAL GRADE A/W AND/OR GUARDFINAL GRADE AND AND LINE STAKE CLEANING STAKE STAK[ LINE STAKE Q. STAKE SLOPE STAKE TYPICAL SECTION ROADWAY STAKING � NOTES: L STAKES WILL BE PLACED BY COUNTY FOR SUCH SPECIAL FEA;URES 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- DITIONS, (bJ GRADES MAY BE REFERENCED BY CUT AND/OR FILL MARKINGS, Ue s (c)LONGITUDINAL SPACING WILL VARY AS DICTATED BY ALIGNMENT, GRADE AND TACK CROSS- SECTION CONTROLS. 3. IF TOP OF CURB IS STAKED, THE FINAL GRADE AND LINE STAKE SHOWN ABOVE WILL NOT BE SET. TYPICAL CURB STAKE OFFSET DISTANCE MAY VARY TO FIT CONDITIONS, SUCH AS CONTRA COSTA COUNTY SIDEWALKS' PUBLIC WORKS DEPARTMENT MARTINEZ CALIFORNIA O - STANDARD PLAN BASIC STAKES AND MARKS TO DE ESTABLISHED BY THE COUNTY SCALE: NONE DATE: JAN. 13, 1969 DRAWN: 1 DIMAGGIO FILE NO: No PATE RFVISI1�,I OFS17111hT10f1 BY CHECKED: M.WALFORD CC 3040 C MID OF SUPERVISORS CO\'TRA'-COSTA COMM, STATE OF CALIFOILVIA RE: In the :atter of the Cancellation of ) 77/609 Tax Liens On and Transfer to Unsecured ) RESOLUTION NO. Roll of Property Acquired by Public ) Agencies- ) (Rev. 6 Tax C. 549.86(b) and 2921.5) - Auditor's Memo: Pursuant to Revenue and Taxation Code 4986(b) and 2921.5, I reco.-mend cancellation of a portion of.the following tax liens and the transfer to the unsecured roll of the remainder of taxes verified and taxes prorated accordingly. ICon e 11. DONALD FUNK, County Auditor-Controller J01 CLAU ', o unsel Bs=�`-' �,.rte I n tty e y u gyp" P � � t � r • s ♦ * t * ♦ y * • t � • � t * ♦ * r ,t ♦ s � • t • * The Contra Costa County Board of•Supervisors RESOL : T1MT: Pursuant to the above authority and recommendation, the Co"' ty Auditor shall cancel a Portion of these tax liens and transfer the remaining taxes to 'the 19 76 -.77 unsecured roll. Tax Date of Transfer 'Remaining Rate Parcel Acquiring Allocation Amount � taxes to be Area Number Agency of taxes to unsecured Cancelled 9800L 180-080-0001-3 CITY OF He.AUT CREEK 7-1-76 to $ X35.35 3,105,09 Por 9-1-76 PASSED AND ADOPTO Ot: July 26, 1977. County Auditor I by unanimous vote of the County Tax Collector 3 Sure::-isors present (Secured) (Redemption) RL•SOLUTIO.V T:O. 77/609 (Unsecured) 00639 BOARD OF SUPERVISORS, COMM COSTA COUNTY,,CALIFORNIA In the Matter of the Cancellation of Uncollected Penalty $ Interest On ) RESOLUTIOK.•NO. 77/610 Assessment Reduced by Assessment ) Appeals Board/Officer. ) (Rev. TaxC. �4 2922.S, L98S) Auditor's demo: Pursuant to Revenue F Taxation Code Secs. 2922.5 and 4935, I recommend cancellation from the following assessments on the unsecured.roll,,.of'` penalties and interest which have attached erroneously because such assessment's were reduced by the Assessment Appeals Board or the AssessmentAppeals Hearing Officer. I consen o this cancellation. H. DO,\ALD FUNK, JOHN B USEN, County Counsel County Auditor-Controller By:. 1 eputy B �!/J✓!',.,. The Contra Costa County Board of Supervisors RESOLVES : Pursuant to the above authority and recommendation, the County-Auditor shall cancel penalties and interest on the following unsecured assessments: For year 1976-77 9000 2363 f`ft's J k 9 h.tt„ t CT .4 r M 1 t ke vi t PASSED AND ADOPTED on July 26, 2977. by unanimous vote of the Supervisors present County Auditor 1 County Tax Collector 2 ((UUnsecured) (nedemation) RESOLUTION NO. '77/610 00640' .. BOARD OF SUPERVISORS COMM COSTA COUNTY, STATE OF CALIFORNIA RE: In the matter of the Cancellation of ) Tax Liens On and Transfer to Unsecured ) RESOLUTION NO. 77/611. Roll of Property Acquired,by Public ) - - Agencies. ) (Rev., & Tax C. S4986(b) . and 2922.5) Auditor's Memo: Pursuant to Cevenue and Taxation Code 4986(b) and 2921.S, I recommend cancellation of a portion of.the following tax liens and the transfer to the unsecured roll of the remainder of taxes verified and taxes prorated accordingly. IOe lt. D0.' LD FUNK, County Auditor-Controller JOLAU, N, o �epy By, 454uty -D/ The Contra Costa County Board of Supervisors RESOLV THAT: Pursuant to the above authority and recosmiendation, the County Auditor shall cancel a portion of these tax liens and transfer the remaining taxes to the 19 76 - 77' unsecured roll. Tax Date of Transfer • Remaining Rate Parcel Acquiring Allocation Amount taxes to hk Area \'umberAgency of taxes to unsecured - Cancelled 98004 180-080-001-1 CITT OF WALNUT CREEK 7-1-76 to $ $35.35 $-3,105.09 Por _9-1-76 r. - 5 PASSED Xa) ADOPTED OWN July 26, 1977. County Auditor 1 by unanimous vote of the County Tax Collector 3 Supervisors present (Secured) (Redemption) (Unsecured) RESOLUTION M. 77/61 00641 IN THE HOARD OF SUPERVISORS " or ,CONTRA COSTA COUN17, STATE OF CALIFORNIA In the Matter of Cancellation of ) Tax Liens on Property Acquired ) RESOLUTION 710.77/612 by ?ublic Agencies ) VHEREAS, the County Auditor pursuant to Revenue and Taxation Code Section 086(b) recommends cancellation of a portion of the following tax liens on properties acquired by public agencies; said acquisitions having been verified and taxes prorated accordingly. NOW, THEREFORE, BE IT RISdV►ED that pursuant to the above authority and recommendations, the County Auditor cancel these tax liens for year Of 1074-7Z CONTRA COSTA COLRdTY 110-1.111-019-7 2002 Por 125-072-001-6 79063 Por 125-072-W2-4 79063 For 138-080-019-1 79M Por. 162-263-O03-4 76004 Por , 172-020-0011-5 98010 Por �F s ' e r � � K , PASSED AND ADOPTED ON July 26, 1977. .H. DOIJIKW FUNK, County Auditor-Controller Byz rk (Tax Cancel��. Order) (R&T Sh986(b) ) County Auditor 1 County Tax Collector 2' (Redemption) (secured) O0U`t2 RESOLUTION NO. 77/612 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Hatter of Changes ) of the Assessment Roll ) of Contra Costa County ) RESOLUTION NO. 77/613 WHEREAS, the County Assessor having filed with this Board requests for corrections of erroneous assessments, said requests having been consented to by County Counsel; NOW, THEREFORE, BE IT RESOLVED that the County Auditor is authorised to correct the following assessments For the Fiscal 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 i:-i Revenue and Taxation Code Section 4831, the following defects in description and/or form and clerical errors of the Assessor on the roll should be corrected. Further, in accordance with Section 4985(a) of the Revenue and Taxation Code, any uncollected delinquent penalty, cost, redemption penalty, interest, or redemption fee heretofore or hereafter attached due to such error should be canceled upon the showing that payment of the corrected or additional amount was made within 30 days from the date the correction is entered on the roll or abstract record as it was impossible to complete valid procedures initiated prior to the delinquency date. Although the following properties are eligible for a continuous homeowner's exemption in accordance with Sections 218 and 253.5 of the Revenue and Taxation Code, the exemptions failed to be allowed after submission for machine processing. The exemptions should be allowed on the unsecured roll as indicated below. Tax Rate Account Parcel Number Area Number Allow Assesses 001-071-001-0 60009 066530-0000 *1750 Moffatt, George W. & Evelyn 018-040-018-6 58016 117210-0000 W50 Sherman, Stephen & Linda 028-100-031-5 82038 131860-0001 375 Turcotte, Stella J. SPATON, Assistant Assessor t/7-13 77 Copy for Assessor (Mrs. Rodgers) Assessor (Mrs. Geise) Auditor Tax Collector Page l of 2 RESOLUTION NO. 77/613 00643 Tax Rate Account Parcel Number Area Number Allow Assessee 037-030-004-d53066 — 0 ::o-M 0 NZ111, Florence A. 03?-030-CO5 5 53oo9 065550-0000 1100 Jensen, Merna B. 078 163-CO4-1 79081 076150-0000 1750 Littlejohn, Walter & Florence 097-160-002-8 79132 0026600-0000 1750 Alves, Alaric 161-261-001-2 76042 006637-0000 $ 380 Bacciglieri, John P. 362-080-030-6 62033 071x.119-0000 $1750 Leal, Edward Further, on Parcel No. 053-052-001-4, Tax Rate Area 53022, Joe and Armenda August were erroneously allowed a homeownerts exemption on property identified by Account No. 006020-0001 through clerical error. Therefore, the exemption of $1,750 should be removed from said Account No. 006020-0001 and should be allowed on their residence, identified by Account No. 006020-0000, in the amount of $1,750. I hereby consent to the above changes and/or corrections: R. 0. SEATON# Assistant Assessor JOHN CLAUSEN, Count Counsel By uty PASSED AND ADOPTED ON July 26, 1977. 4 Wage 2 of 2 RESOLUTION NO. 77/613 00644 77---... 1 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATS OF CALIFORNIA In the Fatter of Changes ) of the Assessment Roll ) of Contra Costa County ) RESOLUTION NO. 77/614 WHEREAS, the County Assessor having filed with this Board requests for corrections of erroneous assessments, said requests having been consented to by County Counsel; NOW, THEREFORE, BE IT RESOLVED that the County Auditor is authorised to correct the following assessments For the Fiscal 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 Revenue and Taxation Code Section 4831, the following defects in description and/or form and clerical errors of the•Assessor on the roll should be corrected. Further, in accordance with Section 4985(a) of the Revenue and Taxation Code, any uncollected delinquent penalty, cost, redemption penalty, interest, or redemption fee heretofore or hereafter attached due to such error should be canceled upon the showing that payment of the corrected or additional amount was made within 30 days from the date the correction is entered on the roll or abstract record as it was impossible to complete valid procedures initiated prior to the delinquency date. For the 1976-77 Fiscal Year, on Parcel No. 086-093-021-3, Tax Rate Area 07013, assessed to Richard D. Fernandez, et al, the Auditor was directed by Board Resolution No. 77/44, dated May 31, 1977, to enter an escape assessment to recover the $$1,750 homeowner's exemption pursuant to Section 531.6 of the Revenue and Taxation Code. It has since been discovered that the property was sold subsequent to July 1 of the year of the escape but prior to the date the escape assessment was entered on the roll. Pursuant to Section 531.2 of the Revenue and Taxation Code, the escape assessment should not create a lien on the property, and, therefore, the escape assessment should be canceled on the secured roll. Further, an escape assessment should be entered on the unsecured roll as stated below. A penalty of 25 percent of the amount of the escape assessment should be applied as provided in Section R. 0. SEATON, Assistant Assessor t/7-13-77 Copy to: Assessor (Mrs. Rodgers) Assessor (Mrs. Geise) Auditor Tax Collector Page 1 of 2 RESOLUTION NO. 77/614 00645 . 1 504 of the Revenue and Taxation Code. Interest under Section 506 of the Revenue and Taxation Code should be computed to ,May 31, 1977. The - asseasses have been notified. Escape Assessment for the 1976-77 Fiscal Year: Tax Rate Account Escape Penalty Parcel Number Area_ Number - Amount. RdcT 010_ Assesses 086-093-021-3 07013 042865-FOOD $1750 $437 Fernandez, Richard D., -- at al, a/o Sy141a. Gonsalves I hereby consent to the above changes and/or corrections: 0• _ , Ass start Assessor JOHNY - CLAUSEN, County Counsel' uty PASSED AND ADOPTED ON July 26, :1977.' yt S { s x fi y .1 i y T ft ' 444 fi d k x i x x c fi r f — f <i t ,Page' 2,of.2 BBSOLUTION No 77/614 fi y'f .00 s' IN THE BOARD OF SUPISVISORS OF CODA COSTA COUNTY, STATE OF CALIFCRKTA In the Matter of Changes ) of the Assessment Roll ) rRESOLUTION 110. 77/615 of Contra Costa County ) WH F-kS, the County Assessor having filed with this Board requests for correction of erroneous assessments, said requests having been consented to by the County Counsel; NOW, THS ORE, BE IT RESOLVED that the County Auditor is authorized to correct the following assessments: For the Fiscal Year 1976-77 It has been ascertained from the assessment roll and from papers in the Assessor's Office what was intended and what should have been assessed; and, therefore, pursuant to Section 4631 of the California Revenue and Taxation Code, the following defects in description and/or form and clerical errors of the assessor on the roll should be corrected; FURTHER, in accordance with Section 4986(s)(2) the County Auditor should be directed to cancel all or any portion of any tax, penalty or costs on that portion in error as if it has been levied erroneously; and, if paid, a refund on that portion should be made pursuant to Section 5096 of the Revenue and Taxation Code. Since the following boats were not owned by the assessees on the lien date, these assessmnts should be corrected to zero value. Original Code and Assessed Assort. No. Assessee Boat No. Value 79172-GOUT — Carl G. Bliss CF2306AT $400 ' 79172-0009 David G. Timmons CF98160B 150 82U38-0046 Doyle C. Chester CFo4U1BD 900 The situs of each of these boats has been determined to be another county, where they have been assessed for 1976-77; therefore, the following assessments should be corrected to zero value. 5U09-0337 Hiram G. Hughes CF0566ER 940 59004-0011 Joe F. Ruccione CF7107EN 500 The following boat was erroneously entered in Tax Rate Area 02UO2,. which resulted in using a higher tax rate than if entered in the correct Tax Rate Area 82038; therefore, an adjustment should be made to correct this assessment. 02UU2-0380 Robert Buscaglia CF8498EY ?30 R. O. VMA r UR Assistant Assessor Copies to: Assessor (}1rs. Giese) Auditor Tax Collector R. SOLTJTION 210. 77/615 Page 1 of 2 1 0064'7 � I FIIRTEM, for the fiscal year 1974-75 Code 53009 Assessment No. 9014, boat JU0217 is erroneously assessed to John Senica,>assessed value $7U00. Since the. assessee did not.'own this boat on the lien date, this assessment should be corrected to zero value. A.'D FURTHEM, the following assessments were erroneously assessed to Gary Herren. Since the situs of this boat has been determined to be Oregon and the California Department of iotor Vehicles has a record of the transfer of registration to number OR187FL, these assessments should be corrected to zero value for boat CF1262CM. 1975-76 Code 53009 Assessmc-nt RO-v .u092, assessed value $$440. 1976-77 Code 53009-Assessment No. U2U3,' assessed value $42U. 1977-78 Code 53U09-Bill No. 8152 assessed value $375 I:hereb consent to the above Chang and/or corrections. R. 0. SFATOIti Assistant Assessor JC CLEIIS , Counsel t7/8/77 / D `y PASSED AND ADOPTED ON July 26, 1977 � 3 z is f t xx f e tt p � r p � _ ) f Y t f f G� f J r. } RESOLUTIC11 HO'77/615 Page 2 of 2 00IM8 r IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Ratification ) of the February-June, 1977, ) RESOLUTION NO .-.'77/616 Budget of the Delta Advisory ) _ Planning Council. WHEREAS, the County of Contra Costa-is a member of the Delta Advisory Planning:. Council (DAPC), and the DAPC Joint-Powers Agreement requires ratification of'its budget by the Boards of Supervisors of membercounties;' and The Delta Advisory Planning Council adopted Resolution AR-18,-which is attached, and accordingly is requesting member counties to ratify the DAPC bud- ge: for the period of February;I through June 30, 1977; NOW THEREFORE BE IT RESOLVED that the Board of Supervisors of Contra Costa _ County hereby approves the DAPC budget set forth in DAPC-Resolution -AR-18 for :,. • the amount of twenty-one thousand dollars ($21,000), including,two thousand, dollars ($2,000) for accounting and financial services and nineteen thousand dollars ($19,000) for planning services. PASSED BY THE BOARD ON JULY 26, 1977. 1 . F k'` . c.c. DAPC c% Planningsrr nk Yr, r Director of Planning • County Auditor-Controller :,F C 6=ty Administrators r F a r . c r .� a S.Y r vF : h 3a' ?ry� r-••f'.�.na x�."• ���``' Y i . . � 4 i i'`e t,. '.a' �4'. y J,.st� �� i &���•.J''R� Y M�4 .}. .i ". l t 4 { Y t u F e S # C .i .00649 . I DELTA ADVISORY PLXNNING COUNCIL RESOLUTION NO. AR-18 WHEREAS, the Delta Advisory Planning Council has now determined the planning program of the Council is as yet not complete; and WHEREAS, the signatory counties of the Council has agreed to provide the funding to allow for the completion of the Delta Action Plan; and UMEREAS, the signatory counties have approved the proposed budget for the a Council; and WHEREAS, the Council has entered into a contract for the completion of the plan with the County of Contra Costa; and WHEREAS, Government Code Section 29130 provides the authority for the appropriation of_.unanticipated revenues; , NOW, THEREFORE, BE IT ORDERED, that the amount of twenty-one thousand dollars ($21,000) is appropriated in Budget Unit No. 6263 Account Nos. 2505 Accounting and Financial* Services' two thousand dollars ($2,000) and Account 2551 Planning Services " nineteen thousand dollars ($19,000) On a motion by Councilman Walton, seconded by Councilman Gromm, the foregoing was passed and adopted by the Delta. Advisory Planning Council this 11th day of April, 1977 by the following vote, to wit: AYES: Councilmen, Hasseltine, Walton, Gromm, Kloss, Brugger, Himebauch, Shumluay Brann, J. M. Stewart, Barton. -Kristoff NOES: None ABSENT: Councilmen, Robie, Berglund, Chapin, Canclini, Stewart, Grimm, Edmonds Turner f �Z: .. JL�. .,..� RICHARD BRMNN Chairman of the Delta Advisory Planning'Council ATTESTED: ERIC HASSELTINE Q` 100 " Secretary to the Delta Advisory Planning Council V IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA. In the Matter of Ratification of ) the Fiscal Year 1977-78 Budget ) LL of the Delta Advisory Planning ) RESOLUTION N0. 77/617 Council. - WHEREAS, the County of Contra Costa.is a member of the Delta Advisory Planning Council (DAPC), and the DAPC Joint-Powers Agreement requires rati- fication of its budget by the Boards of.Supervisors of member counties; and The Delta Advisory Planning Council has prepared a budget for Fiscal Year 1977-78, which is attached, providing for a total budget of thirty-five thou.--- sand, hou-sand, eight,hundred and seventy dollars ($35,870), including a.carry-over of twelve thousand, seven hundred dollars ($12,700) and twenty-three thousand, one hundred and seventy dollars ($23,170) of new monies to be provided by the member counties; and The member counties were requested by DAPC (letter, July 19, 1977) to ' ratify the proposed budget prior to a special DAPC budget meeting on August 1, 1977; NOW THEREFORE BE IT RESOLVED that the Board of Supervisors of Contra Costa County hereby approves the FY 1977-78 DAPC budget as set forth above. The Qoard takes this action with the understanding that it is a pre- requisite for DAPC to request FY 1977-78 contributions from the member counties. PASSED AND ADOPTED on July 26, 1977 by the unanimous vote of- the Board. I r F £ x _ 1 i f c.c. DAPC c% Planning Director of Planning , County Auditor-Controller. County Administrator _ t ESOLUTIO1 0. 77/617:, . , r I .,_ Of _ ril N) )a. ct F a ? , is .i- to r r r 1 t! ( r • t,, at m aI u> (� nt IL U -! ?• m ' to .- Itt-.. V,I c (f ut O D to : w t u, 0- as tu; 1 (� lu �� �� c> Q} t t O Q ru �) -t t•- th ) f J t )- Cl ! n f! t iii C Il ir. [I [: U a ,I u , I , t t D SU t� tt c! r, 1 m , _,. ti' [r [u u i tt t,, i tl z rn,(1) v, (- [ ' to fr`, tw .' : I ( L cL Irl } N ,r to Yl ,� ► n r n. �= u.-� L� nt . cL s tn. l t) : is G) t. '11 Ur , t) UI }! W (V :; f[' �). - - to ) r? u •�CI -< i r, v' 1 ► ' U 1 t , _ th,-( bt tl lit.' - N t J J tn:;N cs, }. t f1 q. 1.i -t Ct `3 , dIi W c' ) . ;1 d llt G'. O 7 Uto -_ a _f M 'u; ? ,I QI �tl, 'l W: N, I, -I _ Ch 1 ,I:a n r,) -t p C, s _ G�. u! trt 1, . 0 [1 16, C? [- 1 —I. .� W W W . X -q. _ N.' tth n'" 'r Cl. (_- -, �` �. .,t d ill to . '1 G ,r t:J ',cn {- �; a - ii (v' in f.J -I -1 nt IV l rI J , C) b C) C L —tq Cts Yp n`t O , �� U C .1• 1 v G v.�, c> a_ �� 1 . S � t-1' i U j[: r fir: r. ,U - N;" �! _� ;'; n r i-tr ',t i tD ;U }J t1 t7` n th 'll n C} ;t1 A th 3 h, 1 C7 . ` r. . , ; C7 C) r G } � . ,(1 t t J- JD r`u(Js ,� .l1 rJt C 3 �t(J ' ' u j, - (t lJ <11 �' tC/) ii J I rot>'t k 'I. t� ,R i iJ W ill Z Lhf rc! 3 t .)\ G) C,J .n Q.'Y! i? } (v ;cs - to a t *,:' ► -� tis ts. r -F (. ,'t -, n.(i, . is ;' Iti,_I " 1>') 7t pl 't I _ . 1. tit Itl I, - - ter ',` 4r EA v� r{ c:,r IJJ {V ;tJ y 1 CrJ nl. ' -- Cs f� tlt - ;` ,- 1 h .6 '� t) . I ! �+ n, .. -, t=om- (L r I (z i t __� t a! _. ' _ Y Ef nt (. c teJ ,r u r ',., �; .) U f)rl ,r i 6°► � J Q ,- pt -N IV W -- t I II, 1 IN W Oil N ! f 1 1 i� �= iX} 1 1 =.1 [I v >-j -i _ 0- D O p' ( "' s j� '�,.� '� RESOLUTION NO m 77/6 8 RESOLUTION ACCEPTING WORK AND FINAL CONTRACT COSTS AND DIRECTING CLERK TO RECORD NOTICE OF COMPLETION UNDER CONTRACT WITH RILEY'S STRIPING SERVICE IN CONNECTION WITH REFLECTIVE PAVEMENT MARKERS IN ASSESSMENT DISTRICT NO. 1973-3, SAN RAMON, CONTRA COSTA COUNTY, CALIFORNIA WHEREAS, the Engineer of Work for Assessment District No. 1973-3, San Ramon, Contra Costa County, California, and the Director of Public Works of the C_—unty of Contra Costa, State of California, having certified to this Board of Supervisors that the reflective pavement markers to be constructed in Assessment District No. 1973-3, San Ramon, Contra Costa County, California, by Riley's Striping Service, have been inspected and have been found to comply with the approved plans, special provisions and standard speci- fications, and having recommended that the work be accepted as com- pleted on June 17 , 1977; NOW, THEREFORE, BE IT RESOLVED by the Board of Supervisors of the County of Contra Costa that said work is accepted as com- pleted on June 17 , 1977, and the Clerk of the County of Contra Costa is hereby directed to record a Notice of Completion in the office of the County Recorder of the County of Contra Costa. BE IT FURTHER RESOLVED that the final contract costs in- corporated in said certificates are hereby accepted and that dis- bursement to the contractor shall be made in accordance with said final contract costs. C.C. Sturgis, Ness & Brunsell Coleman, Selmi & Simpkins Public Works Director County Auditor-Controller County-Administrator OU653 Recorded at the Request of AN —151" 1Q9�r82 CO:T::\ COSTA COUNTY ` 1, eturn to: LAND DEVELOPMENT DI-_SIGN 30G'F 8452 FxE517 VSBLIC'WORKS DEPAMIENT 1n the Board of Supervisors ,ttention: Bob Allen Of Contra Costa County, State of California July 76 .19 77 In the Matter of Approving Deferred Annexation Agreement for Subdivision HS 206-76, Oakley Area. The Public Works Director is AUTHORIZED to execute a Deferred Annexation Agreement with Victor Pato, et al., providing for annexation.to 'any future. drainage area, district, or zone formed in the area to'construct and maintain local drainage improvements, or to Drainage Area 300 if it is in existence at the time of annexation. This annexation is required as a condition of approval for Subdivision MS 206-76, Oakley area. PASSED BY THE BOARD on July 26, 1977. - RMff=AT REQUEST OE CONTRA COSTA COUNTY 'AUG-51977, AT ,2 O'CCOCK "CONTRA COSTA COUNTY RECORDS J. IL OLSSON COUNTY RECORDER hereby certify that the foregoing .is o true and correct copy of an order entered on the minutes of said Board of Supervisors an the date aforesaid. Witness my hand and the Seat of the Board of Originating Department: PiJ/CLD) Supervisors cc: Recorder (Via P.W.)(// affixed this aj`day of T,ilg . 197 Public Works Director Director of Planning J. R. OLSSON, Clerk County Assessor p Victor Pato By / . Deputy Clerk Route 1, Box 173 IL POUS Oakley, CA 94561 00654 DEFERRED ANNEXATION AGREMONT ,' Subdivision: 206-76 '.0a3 Owners:. Victor Pato, and Martha Pato R 'Effective:Date. Flit -1 OS3-_Q3j -noi PARTIES S DATE. .Effective.:)' the above:date, the .County of Contra: Costa, California, hereinafter called "County", and the above named Owner; mutually promise and agree as follows, concernings this.subdivision: 2. ANNEXATION'; .Owners sball annex to any future drainage area, district,. , or zone formed in the area.to construct and maintain local drainage improveeients, or to Draiaage Area 300 if it is in existance at the time of annexation,, all.thar- • portion of the subdivision which is not tributary to East.Antioch Creek, which.. .. portion is more particularly described. in Exhibit "A" attached hereto and. ', incorporated herein by this reference. 3. SUBDIVIDER COOPERATION: Subdivider shall cooperate fully in.the. accomplishment of said. annexation.or the.formation of any future.Drainage Area,. which includes in its. purpose.the construction of.the above described drainage improvements. 4. AGREEKENT BINDING ON SUCCESSORS IN INTEREST: This agreement is an.. instrument affecting the title or possession of the real.property described.in Exhibit "A". All the terms, covenants and conditions herein imposed shall.be binding upon and inure to the benefit.of the successors in interest. of Owners.. . Upon the sale or division of the. property described is Exhibit "A" the terms of this agreement shall apply .separately..to each parcel, and the owner of each : parcel shall succeed to the obligations imposed on Owners.by this agreement. Upon annexation to any city, Owners or their successors fa iuterest shall . . . fulfill all the terms of this agreement:upon demand.by. such city.as though. : Owners bad contracted with such city originally.. Any annexing city shall:have`. the rights of a third party beneficiary-'. 5. RECORDED MAP: In consideration hereof, County:shall. allow Owners.:. to file and record the Parcel Hap .for. said Subdivision. - J. On 0.. l� 8452 PAc M COMM COSTA COUNTY OWNERS (see note below) n. Vernon Cline --�. Publi .W Director /i l ��-' Victor Pato By L -yl� _�1 P_�►T §tLj Deputy Martha. Pato RECOMMEN FOR VAL By Assist/at Public W 1 Director FORM APPROVED: JOHN B. CLAUSEN, Note to..Owners: `. Execute acknowledgment, County Counsel fon¢'below.: . : By \?,A.C.t{ Deputy State of Callfornia )ss. (Acknowledgment of Individual. County of '�''-r ✓=.%=: ) Signatures) On ,/Ay :1 19 f i, the person(s). whose names) is/are signed above .: : for Owners and who is/are known to.me..to be the individuals as. stated above.wh.o •. ' ; signed this instrument, personally appeared before me and acknowledged .to me that .. they executed it. (NOTARIAL SEAL) OFFICI :LSIAL Nota=y,.Public'for said County and,State.:. DAN L MOTAF:1r FMOMONU t ONM Ci� flY F4 ori a.1sIS .00 F5 Boot 8452 PAGE520 • EXHIBIT "A" A.P. 053-071-006ubdivision MS 206-76 (S'6 PAI 49) The land referred to herein is situated in the State of California, County of Contra Costa, unincorporated, described as follows: Portion of the East 1/2 of the Northeast 1/4 of Section 34, Township 2 North, Range 2 East, Mount Diablo Base and Meridian, described as follows: Beginning on the west line of the County road known as,Empire Avenue, distant thereon South 1060.5 feet from the north line of said section 34; thence, from said point of beginning, south along said. west line, 2193 feet to the north line of the 5.5 acre parcel of land described in the deed from W.H. Putcamp, et ux, to Walter G. Bloomfield, dated March 19, 1925, recorded. April 1, 1925, in Book 491 of Deeds, Page 96, thence, west along said north line, 557.04 feet,to the east Line of the 20 acre parcel of-land`desdribed 1 in the deed from Catherine Harris to James G. McCullough, dated January,.24 1903, recorded March 4,.1903, ;in Book.97 of Deeds,. Page 352; thence, north along said east line, 2193 feet; thence east 557:04 feet to-the point of:' beginning. 1 r ' s y.r . y b tv f I k N 4 ,7 S s t � F A X f _moi a„ k t 4U� El119 OF'tlnCULME111 1 IN THE BOARD OF SUPERVISORS OF CONTRA.COSTA COUNTY, STATE OF,CALIFORNIA In the Hatter of Releasing'Cash ) Deposit for Subdivision 4087, 1977 San Ramco. Area. ) ' 9 On,April 19, 1977 this Board accepted the improvements in the above-named. Subdivision, with minor deficiencies for which a cash deposit was madeto=insure their correction; and now on the recommendation of- the. Public:Works Directors' The Board finds`that the minor deficiencies have been corrected; and It is by the Board ORDERED that the Public Works Director is authorized to refund to Raisch Construction the $50.00 cash deposited to insure correction'-of the deficiencies evidenced by the Deposit Permit Detail Number 145715 April 11, 1977; _ PASSED by the Board on 4uly 26,;1977 r J't, 'x s z v a x C * Y t h y J M �r J 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 thecdate aforesaid': , Witness'my hand'and the Seal of the Board of Supervisors affixed " Originating Department: PW (LD) this 26th day of July 1977 cc: Public Works Director-LD J_R. OLSSON, CLERIC Raisch Construction P.O. Box 729 Mountain View, CA :94042,` By_ pun Deputy CIerk !I. Pous pp UOWU In the Board of Supervisors of Contra Costa County, State of California July 26 In to Matter of Authorizing an Occupancy Agreement with Bryan McDonald for 1785 Sola_no Way, Concord Re. W.O. 5438-927 IT IS THE BOARD ORDERED,that the Public Works Director is AUTHORIZED to execute an Occupancy Agreement, dated July 21',", , with Bryan McDonald for occupancy of Cou1977 nt at - Solano Way, Concord, on a temporary basis n exchangePforyma nt7785 enance. PASSED by the Board on July.26, 1977. - y { J y i} J i d 4 w I hereby certify that the foregoing is a true a mind carred co nutes of said Board of Supervisors on the dote aforesaid, Py of an order entered on the Originator: Public Works Department Witness my hand and the Seal of the Board of Real Property Division Supervisors cc: Auditor-Controller, affixed this 26thday of_ JuI- 1977 BY A .L R. OLSSON. Clerk N. Pons Deputy Clerk H :�;^'i 11M 00659 =LM In the Board of Supervisors of Contra Costa County, State of California July 26 , 14 77 In the Matter of Approving and Authorizing Payment of Claim for Relocation Assistance from Arthur D. Mulligan Center-Avenue .- Project No. 3471-4342 663-76, Pacheco Area. J' IT IS BY THE BOARD ORDERED that the following Relocation,Assistance Claim Form is APPROVED and the County Principal Real.Property`Agent is AUTHORIZED to sign the claim form on behalf of the County. Reference Claim Date Payee Amount Center Avenue July 12,1977 Arthur D. Mulligan $962.40 Project No. 348 1st Ave., South 3471._4342-663-76 Pacheco, CA 94553 The County Auditor-Controller is AUTHORIZED to draw warrant in the amount specified to be delivered to the County-Real Property Division. PASSED by the Board on July 26.,11977. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the. minutes of said Board of Supervisors on the date aforesaid. Originator: Public Works Department Witness my hand and the Seal of the Board of Real Property Division Supervisor affixed this 26tiday of_ July 79 L cc: Auditor-Controller J. R. OLSSON, Clerk By Deputy Clerk N. Pous -1.,;,,, In the Board of Supervisors of Contra Costa County, State of California AS EX-OFFICIO THE BOARD OF SUPERVISORS OF THE CONTRA COSTA COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT July 26 . 19.77 In the Matter of Authorization for Public Works Staff to Initiate Advance Acquisition, Corps of Engineers,_Pine-Galindo Creek - Project, Zone 3-B, Erb Property W.O. 8692-2520 IT IS BY THE BOARD ORDERED that the Real Property Division of the. Public Works Department is AUTHORIZED to initiate acquisition proceedings including hiring of independent appraisers as necessary for advance hard ship acquisition of property required for a portion of future U.S. Army' Corps of Engineers sponsored Flood Control project on Pine-Galindo Creek between Willow Pass Road and Monument Boulevard in the Concord Area. PASSED by the Board on July 26, 1977 1 hereby certify that the foregoing is a true and correct copy of an order entered-on the minutes of said Board of Supervisors on the dote aforesaid. Originator: Public Works Department Witness my hand and the Seal of the Board of Real Property Division Supervisors cc: Flood Control affixed this 26ttday of July 19 77 Property Owner (via R/P) J. R. OLSSON, Clerk By �OZco . Deputy Clerk N. Pous OU661 tl it:,^f.tiny In the Board of Supervisors of Contra Costa County, State of California July 26 ,i9 77 In the Matter of Finance Committee Report on Additional Superior Court Judicial Positions. The Board having heretofore referred to its Finance Committee (Supervisors R. I. Schroder and J. P. Kenny) the requests of Judge Coleman F. Fannin and the 1976-1977 Grand Jury to create two new judicial positions (a superior court judge and a combination court commissioner and juvenile court referee) for Contra Costa County; and Said Committee having this day recommended that the State Legislature and the Governor be requested to establish one additional position - a superior court judgeship -- in an attempt to strike a balance between the need for speedy justice and the need for property tax relief; and Said Committee (recognizing appropriable new revenue , to be received from the State for the additional department) having further recommended that: 1. Assemblyman John T. Knox be requested to introduce said legislation; 2. An appropriation for establishing said judgeship be included in the 1977-1978 Final County Budget; and _3. Three new county positions to staff the department be authorized IT IS BY THE BOARD ORDERED that the aforesaid recommendations of the Finance Committee are APPROVED. PASSED by the Board on July, 26, 1977• 1 hereby certify that the foregoing is a true and correct copy of an order entered an the minuttis of said Board of Supervisor on the date aforesaid Witness my hand and the Seal of the Board of cc: Finance Committee Supervisor Assemblyman Knox affixed this 26th of July . 1977 Judge Fannin aY y County Auditor-Controller Director of Personnel J. R. OI.SSON, Clerk County Counsel} y Deputy Clerk B ;i i��l �; ,, , De u County Administrator Robbie- utier z 00662 H-14;r74 tim The Board of Supervisors Contra Jam"" °'k an County Clerk and • Costa EX 0"P60 Clerk of the Board IV_ County Administration Building o Mrs.Gerikove Ru»eu P.O.Boz 911 Chief Clerk Martinez.California 94553 County (4t5)1rt 2171 Jamas P.Kenny-RiUanond 121 District Nancy C.Falbsn_uarnnez RECEIVED 2nd Dd22rrCt Robert 1.sr .hroder.utg ette aro D+stnet Waren N.Boggess-Conead / 7 4mDistrw-t JULa/- 1971 stn District trm July 26, 1977 J. P-otssapj wPEM REPORT OF FINANCE COMMITTEE ON ADDITIONAL SUPERIOR COURT JUDICIAL POSITIONS By letter to the Board of Supervisors dated April 18, 1977, the Presiding Judge, Coleman F. Fannin, on behalf of the Judges of the Superior Court of Contra Costa County requested the creation of two new judicial positions--one to be a superior court judge and the other a combination court commissioner and juvenile court referee. The Board referred this request to the Finance Committee on April 26, 1977. On May 16, 1977 the Committee met with Judges Fannin and Rothenberg to review the Court's request. Judge Rothenberg and representatives of the County Bar Associations also testified at the Board hearing on the budget on July 12, 1977. Finally, the Committee again discussed this matter with Judge Fannin on July 18, 1977. In accordance with the Committee's recommendation of June 7, 1977 that this request be reviewed as a policy item during review of the entire 1977-1978 county budget, the Committee has waited until this date, which follows submission of the Recommended Budget, one Board public hearing and the first round review of most county departments, to make the following recommendation- THE BOARD OF SUPERVISORS SHOULD REQUEST THE STATE LEGISLATURE AND THE GOVERNOR TO ESTABLISH ONE ADDITIONAL SUPERIOR COURT JUDGE FOR CONTRA COSTA COUNTY. In making this recommendation, the Committee is cognizant that the courts are a constitutionally separate branch of government whose proper functioning is essential to our system of justice. we are also aware that the property tax burden of our citizens is at crisis proportions, threatening their faith in our entire govern- mental process. 011663 Micro.`Orriad with board ordar Report of Finance Committee July 26, 1977 Page Two In reccnnmending only one of the two requested'positions, we are attempting to strike a balance between the need for speedy justice and the need for property tax relief. While there is some dispute as to the cost of adding the two requested positions, we are persuaded that the Court's request would have a direct county cost of about $170,000 during the first full year of operation. Also, the addition of more than one judicial permanent position commits the County to a capital expenditure beyond that already planned and financed. We also recognize that the Superior Court has historically operated with something less than the full complement of judicial positions recommended by the State Judicial Council. The Committee's recommendation is therefore a compromise that maintains an approxi- mately level relationship of judges to workload and does not allow substantial slippage in the'Court's ability to handle the justice needs of this County. To implement this recommendation for one additional superior court judge, it is further recommended that the following actions be taken: 1. Request Assemblyman John T. Knox to introduce legislation to authorize the additional judge. 2. Approve an appropriation of $64,400 to be included in the Final Budget for fiscal year 1977-1978 to provide funds for establishment of the thirteenth department of the Superior Court. In addition to the $49,400 included in the Proposed Budget, $15,000 is required for temporary facilities for the new department. 3. Authorize establishment of three new county positions to staff the department effective January 1, 1978. 4. Recognize $6G,000 of appropriable new revenue to be 5eceived from the State for the additional tment. i2e W. I. SCHRODER : J. P. KENNY Supervisor, District III 'f Supervisor, �3_sict I �c�ss� r IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Cardroom Variances,) Place, Tables and Hours, Schireck's ) "Trails End," Martinez to "Outpost ) July 26, 1977 San Ramon," San Ramon. ) This being the time for hearing on the application of Mr. John William Schireck for variances in the conditions of his cardroom license as follows: MMM 1) Permit change of location of operations from "Trails End," 2540 Pacheco Boulevard, Martinez, to the "Outpost San Ramon" (presently the "Villa Franco") , 2324 Old Crow Canyon Road, San Ramon; 2) Increase the number of card tables from 4 to 20; 3) Extend the hours of operation from Friday through Sunday continuously; and The Board having received a July 11, 1977 letter from Harry D. Ramsay, County Sheriff-Coroner, recommending approval of the change of location to San Ramon and a 24-hour operation on Friday and Saturday nights but retention of the 2:00 a.m. closing time from Sunday night (2:00 a.m. Monday) through Thursday night (2:00 a.m. Friday); and Sheriff Ramsay having advised that he had no experience on which to base a determination for a specific number of card tables and therefore declined to submit a recommendation on this variance; and The hearing having been opened, and Mr. T. J. Coll, attorney for the applicant, having appeared and urged the Board to approve said variances; and The following persons having appeared in opposition: Mr. G. C. Cushing, President of Twin Creeks Homeowners Association; Mr. H. B. Brumbeloe, 313 Borica Drive, Danville; Mr. Gene DeBolt, Vice Chairman of the San Ramon Valley Planning Committee, suggested that a public hearing be held in the community to allow local residents an opportunity to express their views on the application; Mr. Al Kaplan, 2805 Norris Canyon Road, San Ramon; and Mr. Coll, in rebuttal, having objected to the proposed delay and urged that the application be approved; and Supervisor E. H. Hasseltine having advised that he has visited several cardroom establishments in the County and found them to be well managed, and having expressed the opinion that the Sheriff should be able to naintain surveillance of the existing cardrooms in the County, and that if any should become a problem, the Board can initiate action to revoke the license; and Supervisor Hasseltine having cgmmented that he is familiar with the proposed site in San Raman, that it is zoned commercial, and that he would not be adverse to permitting a cardroom in this location, and having therefore recommended approval of the application for change of location and the variances which would permit 20 card tables and a 24-hour operation on Friday and Saturday nights; and 00665 Supervisor W. N. Boggess having expressed the opinion that Mr. Schireck's application should be referred to the local planning commission for public hearing to allow local residents an opportunity to speak on this issue; and Supervisor Hasseltine having responded that he did e inasmuch not believe Supervisor Boggess suggestion to belappropri without as the Board has acted on other cardroom app *referring them to local agencies; and The Board having discussed the matter, IT IS ORDERED that the hearing is closed and the .recommendation,of Supervisor Rasseltine is APPROVED. PASSED by the Board by the following vote: AYES: Supervisors J. -P. Kenny, N. C. Fanden, R. I. Schroder, and E. H. Hasseltine. NOES: Supervisor W. N. Boggess_ ABSENT: None. 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 26th day of July, 1977. J. R. OISSON, CLERK Byc3 Jamie L. Jo son, Deputy Clercs cc. ' Mr. T: Coll Mr. J. Schireck 730 Graymont Concord, CA County Sheriff-Coroner County Treasurer-Tax Collector County Administrator County Counsel 0066 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Hearing on Request ) of John Caroline, Jr. and John ) Van De Roovaart, Applicants and ) July.26, 1977 Owners, (2116-RZ) to Rezone Land in ) the Pleasant Hill BOARD Station Area. ) The Board on June 21, 1977 having fixed this date for hearing on the recommendation of the Planning Commission with respect to the request of Mr. John Caroline, Jr. , and Mr. John Van De Roovaart, applicants and owners, (2116-RZ) to rezone certain land in the Pleasant Hill BORRD Station area from Single Family Residential District-15 (R-15) to Multiple Family Residential District (M-4) in lieu of Multiple Family Residential District (M-2) as originally requested by the applicants; and Mr. Harvey Bragdon, Assistant Director of Planning, having described the property site and advised that the Planning Commission felt a low density district M-4 would facilitate a gradual transition from single family homes to multiple units in accordance with the General Plan for the area; and Mr. Van De Roovaart having concurred that the proposed M-4 zoning would be more appropriate and having urged that the Board approve the proposal; and The following persons having appeared and spoke in opposition to the proposal: Mr. H. L. Headman, 1371 Seemans Lane, Walnut Creek; `Mr. J. C. Mullins, 21 E1 Paseo, Walnut Creek; Mr. T. E. McDermott, 1361 Seemans Lane, Walnut Creek; Ms. Lydia Ray Gores, 2600 Jones Road 1737, Walnut Creek; and Supervisor R. I. Schroder having stated that after listening to the concerns expressed by individuals living in single family homes adjacent to the property site, he would like to review the proposal and text of the General Plan, and having recommended that the hearing be closed and decision rendered August 2, 1977 at 11:25 a.m.; IT IS BY THE BOARD ORDERED that the recommendation of Supervisor Schroder is APPROVED. PASSED by the Board on July 26, 1977. I HEREBY CERTIFY that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Supervisors affixed this 26th day of July, 1977- J. R. OLSSON, CLERK Jamie L. Johnson, Deputy Clerk cc: Mr. Van De Roovaart Mr. Caroline oo667 Director of Planning In the Board of Supervisors of Contra. Costa County, State of California July 26 . 19 77 In the Matter of ' Joint Exercise of Powers Agreement with the San Ramon Valley Unified School District for the Danville. Boulevard Widening Project, Danville Area. W.O. 4340-665 As recommended by the Public Works Director, IT IS BY. THE BOARD ORDERED that Its Chairman isAUTHORIZEDto execute a Joint Exercise of Powers Agreement with San Ramon Valley Unified School District, under which terms the County-is to pay $14,335 to the District for a portion of the relocation of Love Lane in conjunction with the Danvllle Boulevard Widening Project. PASSED by the Board on July 26, 1977. j t 1 hereby certify that the foregoing is a true and correct copy of an order entered an the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Supervisors Originator: Public Works Department ofhced this26thday of July 1971— Road 971Road Design Division cc: Public Works Director J. R. OLSSON, Clerk San Ramon Valley Unified By e . Deputy Clerk School District N.. ous County Auditor-Controller QrJ�v H-34 i.•76 15M JOINT EXERCISE OF POWERS AGREEMENT PROJECT NO. 5301-4340-661-76 DANVILLE BOULEVARD WIDENING 1. PARTIES Effective on July 18, 19771977, the COUNTY OF CONTRA COSTA. a political subdivision of the State of California, hereinafter referred to as COUNTY, and the San Ramon Valley Unified School District, hereinafter reforred to as DISTRICT pursuant to Government Code, Section 6500,'et seq., mutually agree and promise as follows: 2. PURPOSE County and District propose to construct Danville Boulevard Widening and a portion of Love Lane relocation as a cooperative project near and along the frontage of San Ramon Valley Union High School in Danville. 3. ADMINISTRATIVE RESPONSIBILITY A. District Shall: 1. Deed and offer for dedication specific lands necessary for the construction described above and as shown on the attached Exhibit A - Right of Way. The District shall prepare the deed for the relocated- Love Lane. 2. Construct with their own forces Love Lane relocation and frontage improvement consisting of drainage extension, sidewalk, curb and storn umter inlet along all of Danville Boulevard fronting San Ramon High School. B. County Shall: 1. Prepare and administer a construction contract for the widening of . Danville Boulevard along.the frontage of San Ramon High.School. 2. Abandon or otherwise dispose of the right of way for the existing Love Lane when relocated. Accept the deeds for Danville Boulevard widening and the relocated Love Lane. County will prepare the deeds for Danville Boulevard widening, area to be offered for dedication, and Love Lane to be abandoned, all as shown on Exhibit A - Right of Way. 3. Include in the contract documents provisions requiring the successful bidder of the project to (1) name the District as an additional insured on any required insurance certificates and (2) to promise to hold harmless and indemnify District from liabilities in the same manner as- he must provide such for the County. 4. FINANCIAL RESPONSIBILITY The County agrees to pay District for the drainage extension at Station 3+30 and the cost of the construction of Love Lane relocation from Danville Boulevard to 100•feet west. 5. PAYMctiT AND ADJUSTMENT County and District agree that the lump sum amount owed tKe District is $ 15,335.00 which amount is due and payable upon billing by District upon completion and acceptance by the County of the project. Said amount shall not be adjustable unless the scope of the project is changed or cancelled.- 6. HOLD HARMLESS Nothin- in this Agreement is intended to affect the legal liability of either party by imposing any standard of care respectiny work performed hereunder different from the standard of care Imposed by law. 00669 The District shall fully defend, hold harmless, and indemnify the County, it officers, agents, and employees against-any and all claims, demands, damages, costs, expenses or liability costs arising out of or in connection with any work performed under this Agreement, except for liability arising out of the sole negligence of the County. its officers, agents, or employees. The County shall fully defend, hold harmless, and indemnify the District, its officers, agents, and employees against any and all claims, demands, damages, costs, expenses or liability costs arising out of the sole negl-igence of the County, its officers, agents, or employees. 7. MAINTENANCE RESPONSIBILITY County. shall authorize final acceptance of the contract work as complete for the construction of frontage improvements and pavement widening on Danville Boulevard, except that any portion of the work Involved with Love Lane relocation shall not be considered as complete until the remaining portions are deemed completed and acceptable as required under the road acceptance policy of County Board of Supervisors. Upon acceptance of all or any portion of the work as complete, DISTRICT and COUNTY shall, within their respective limits, immediately accept complete maintenance responsibility for the roadway, and all appurtenances so constructed as described herein. 8. ACCOUNTABILITY Each party is strictly accountable for all funds and must report all receipts and disbursements. 9. TERM.OF AGREEMENT This agreement shall expire upon completion of all works and required actions described herein, or upon mutual agreement of the parties hereto, or five (5) years from the effective date of this agreement, whichever comes first. -� 10. MODIFICATION OF AGREEMENT This agreement may be modified at anytime by mutual consent of both parties hereto. COUNTY OF CONTRA COST SAN RAMON VALLEY UNIFIED SCHOOL DISTRICT • Boggy B S BY Chairman, Board of Supervise ATTEST: ATTEST: J. R. OLSSON, County Clerk By By K J-GLc.c, Deputy ell RECOMMENDED FOR APPROVAL: APPROVED AS TO FORM: Vern Cline, Public Works Director By �•0 j, yeputy Public Works Director FORM APPROVED: John B. Clausen, County Counsel 8 � � Y Deputy i 00670 ..- , , ,. . , ;..:.,. .:, . - y - S _ - y '� " i " - ,... h I , - Ir �� w Iw a � ,i• t1•b A _ ., ': Q 3'w !� ;.. �. (� 1 . • 4.1 y' Q a Vii.: �� i t � ... 1 1 ti .,. ` , o i i. is i• • 1 t I is :.�; t :l + �: 1b 6 Qom• . ' l t�. y c4.s.. 1. �, r _ . s ! ,i, i , �ii 4 •}. •I 8 ��, , i�. e ` Y p - KTP-. i. rt" 1. r If' �r. tjl r • r �; t 35/22 `� 1 Z r f'` . w _ 3� h -- 11_ 3G9 9 �a f ;Rj, �� ! 3 � _N t CI•�._.al : ' mob;_ 4. . .:. . :� 3�9' S 1 349.i �, I :507 w i E � . ... ,7 p - , y - i i 1. r . .k ( 1 (q ^� �I I". 1�t O .aY}3'^ Q� {�,� j� .,. . 3 : '� 3i� SD.15 1 ; 1 a l� p. �] w I .. - K1` _ �— ._-, j `; p� X5021 w=U� \ 1 c / r--I '' �' .. ,.: _.... .... t Sn�. ) .;,I.r.1 tI, x --_ •---_._.. —f sit JU/IJ I t ` ;.f ' =,� ��X.�-' >'. (� e .:o � 1T r ` I R . , '.; 1 •_ .. .0 .� .'.' '' yam `� ,� ,.�,.. 1 aa $. 4. ! �, "'''v BC 1� cN �Bllf/3516/T.C. ;� �. I >. . _. , 1 _- . r , fliOt. .3�!,P, _ t . t�k.,,� _.: ,., .. x �t u> s � A' '„ 35LZ .r� �� 1 „_ a ,....... ... 4 � W :-._ �_ , Q' '. r e 11 r k,` s -, _ .. t r M ..` L ^&T`�e 6 •ro D+ n 09 P, 35D 59T.L __ a t. r �, -_-— 4 . ,V w ; ham' !�,_ f. l- yy .$ .....;.;”. ..._tet �•,. >J��'l.fi•. .. ;...... +• \ " •�. - Rt �, '.var- - - .. ( 34782 y g j y;gi�dd xi.t r 51"4 {� - _ -- rte, r__, S 3P7'C (' e ` 1 �. ` 1 1 : i `,_ B� a2�7d73/�BCt/35/33T.G 1 `.i % , �y ` — _ (( 34112 t is j Ki a1. 8 ' ! `,r � , .� i D - '� -+• �A. i r '1 itt ., {�. �..!( t ,� apt �: 2,• _ o. , o o `j 3 22 , .•.�.. T\ 'u �, 1 .. , w .. .. _ _ z __le_Av ` ,� ., tom_. I. I ��� �, � !� !r is i+'� ,t ,x 1 •1 1• ,�' f'Sr. �} _t �'s ,.- - >: o,7jr'v�C� ^ .345 '� " _ t • n - v.1. k ..._ _.. . ...... t • , ' t__ / p' - 1 , t .i�jf. .it )..�.—...1 •. . - int , '.��'pp'' R Itt ;'3.aT• l � ,t;i-, `'i' ._ RR C'._ t +\ <: E N 344.82 a t•••r• ! I. i �4 c # 4 ; �.� I . x ;} ,;,�.T,'.� •!. .�. ., lk. t} � / :tai • •`` .., v j., ..... eecc��SS a 1 7 3QQPZ w '7j T' / _.. _... .,.... h �'t :,r _ �...♦. ,. .. ..... .. _sx ' 1 .. - 5 '" a i E f - " , ;_n a. r — ' ., ,. - - . L.., z ivy 'i` t ! �o w ' .. .y C 's 10,; - a .r w w r� o0 1 ..A rye _ c, ,• . 1 .r o '3 :34342 � - 1 * r•- mss. = � - , E.. ,y,,. : a% !" _ '� �� 8 .. ... .. .9. J A 1.i\ ._� t t O Y -►1 t1 ,� a, ^ �c�..a! > A -.O - , ���1 I. a t I • R. ` : ' t r� V' ,1r 7 z "��,y „..._.... �i ` . c ,i G7 ��- 111 i Vim_ • r C t J•r"' s4-.'� �k. t v. t' (n('��Its .+„ g �1 ,± t s I, ,3 P z � � �^ z �~ �� a t` , �4 ,1 S yr vl ;� p . ,I . — tt t �.t t __ .._�: .:i r, f ` "*. '`�.•",. D O V1 :. :i e• , 1 7. 1! !I.>( t,t i. 1. .1, O ',Q.. �1►1 3~•• A CJ,� '". .-`,• +�"""- - d • t, i. r •'•t 3. A� .,r r t7. '^ (, �,)�:� i+�� 11j i i 'i11 ' r jj ( 0�/Yi.7 �!r r v, t'n r ,� �: { I�.1 i(E ;. ! , { ( 1I� ' f•+ �+ �. * X1.4 .� �p �} '�� rµ +� „ _. 1 1 , � 111 r 1 t e h �' :Iti IIt I11 t 1{ ;! I 3 - v aT ..,* fC 1 ,� s' Y m �� ..r� i, '1 ii + : ! •.I ' 1 I 1 i • �..1 t��lw 4C t 'xj?'•;. °�.. _ M � �I�t III{ t.Ij! il�� .ilII (!. rl ( �.� .! �- �. ; [ "� - ?� "� W 4�•� •1R �, ! rs ins'' a� y4'x> - •� . , .,,..�.... ^•r•.• .+,+w.i-.... ...:,..•.,..1,_ 'i rw'.wfza.rrw".! '„..,. �h�`f�'�" _-.. ♦•y....,�.. r' •'NS++J'.w.+4AlK\s1fM:FOrIB�rFla`N.4Ju.aY:c✓Qr .CS„♦10'2. ___- u -., _ „ +! . _ , _ IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Cardroom Variances, ) Tables and Hours, Schireck's ) July 26, 1977 "Outpost Casino," Pacheco. ) This being the time for hearing on the application of Mr. John Schireck for variances to his cardroom license at the "Outpost Casino," 5816 Pacheco Boulevard, Pacheco, said variances to permit an increase in the number of card tables from 4 to 20 and to extend the hours of operation from Friday through Sunday continuously; and The Board having received a July 11, 1977 letter from Harry D. Ramsay, County Sheriff-Coroner, recommending approval of said request for a 24-hour operation on Friday and Saturday nights but retention of the 2:00 a.m. closing from Sunday night (2:00 a.m. Monday) through Thursday night (2:00 a.m. Friday) ; and Sheriff Ramsay having advised that he had no experience on which to base a determination for a specific number of card tables and therefore declined to submit a recommendation on this variance; and The Board having received a July 16, 1977 letter from Mr. Les-Benson, Chairman of- the Pacheco Town Council, expressing- concern with respect to the limited parking facilities in the proximity of the "Outpost Casino," noting that the proposed expansion might create a parking problem, and requesting denial of said application; and The Board having received Resolution No. 84-77, adopted by the City of Pleasant Hill on July 18, 1977, expressing opposition to the proposed expansion of cardroom facilities at 5816 Pacheco Boulevard located within the sphere of influence of said City, and requesting the Board to deny said application; and The hearing having been opened, and Mr. T. J. Coll, attorney for the applicant, having advised that Mr. Schireck has amended his application to reflect an increase in the number of card tables to a total of 7, in conformance with the recommendation of the Fire Marshall, in lieu of the 20 as originally requested, and having urged the Board to approve said application as amended; and Mr. Donald C. Wardle, Vice Chairman of the Pacheco Town Council, having appeared and requested denial of said application; and Mr. Paul Rowan of the City of Pleasant Hill Planning Department staff having noted that cardrooms are prohibited under the present City Ordinance and possible future annexation of this area would result in a conflict; and Mr. Coll, in rebuttal, having stated that three additional card tables would not create any problems and urged that the application be approved; and Supervisor N. C. Fanden having expressed the opinion that she felt the cardrooms were well run, that the addition of three card tables would not cause much of a parking problem, and that cardrooms provide a recreational activity for those who wish to participate; and Supervisor Fanden having therefore recommended that z4r. Schireck's amended application for variances to his cardroom license at the "Outpost Casino" be approved; and 00672 i Supervisor W. N. Boggess having indicated that he,would not support Supervisor Fanden's recommendati.oa; .and The Board having discussed the matter, IT IS BY THE BOARD ORDERED that the recommendation of Supervisor Fanden is 'APPROVED PASSED by the Board by the following vote: . AYES: Supervisors J. P. Kenny, N. C. Fanden, R. I. Schroder and E. H. Hasseltine. NOES: Supervisor W. N. Boggess ABSENT: None 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 26th day of July, 1977. J. R. OLSSON, CLERK By Jamie L. Johnson, Deputy Clerk. . cc: Mr. T. :Coll Mr. J. Schireck 730 Graymont, Concord, Ca. County Sheriff-Coroner. . County Treasurer-Tax Collector County Administrator. _ County Counsel - r t c' - a _ 7 'f t _ t t. r 006'73 V { r In the Board of Supervisors of Contra Costa County, State of California AS EX= OFFICIO THE GOVERNING BOARD OF CONTRA COSTA COUNTY WATER AGENCY July 26 1977 In the Matter of Approving Amendment No. 1 to Consulting Services Agreement with Fred H. Tarp, Ph.D. IT IS BY THE BOARD ORDERED that the recommendation of the Public Works Director, as Chief Engineer of the Contra Costa County Water'Agency, , is APPROVED and the Chairman of the Board is AUTHORIZED to,execute Amendment No, 1 to the November 15, 1976 agreement with Fred H. Tarp;'Ph.D.'for consulting services. PASSED by the Board on July 26,1977 r. d t 1 hereby certify that the foregoing is a true and correct copy of an order.entered on the minutes of said Board of Supervisors on the date aforesaid. ORIGINATOR: Public Works Department Witness my hand and the Seal of the Board of Supervisors Environmental Control affixed this 26thday of_ July 1977 ' cc: Fred H. Tarp, Ph.D. Public Works Director J. R. OLSSON, Clerk Environmental Control � County Administrator By 'SLS 'eAel—= , Deputy Clerk N: FOus 006'74 H-Z1;.-nIsm . K AMENDMENT NO. 1 TO AGREErSENT FOR CONSULTING SERVICES The Agreement for Consulting Services,-effective November IS, 1976, between the CONTRA COSTA COUNTY WATER AGENCY, a political subdivision of the STATE OF CALIFORNIA, hereinafter referred to as AGENCY; and FRED H. TARP, Ph.D., hereinafter referred to as CONSULTANT, is hereby amended 'as follows: 1. On page 1, delete the second paragraph of Section 4.- PAYIOU. and replace it with the following: "In no event shall the total amount paid to the CONSULTANT exceed twelve thousand dollars ,($12,000)." 2. SIGNATURES These signatures attest the parties' agreement hereto. COST OUNTY NATER AGENCY CONSULTANT Warren N. Boggess, ChAfi FH. TARP, Ph:D'_ Board of Supervisors ATTEST: J. R. OLSSON, County Clerk and ex officio-Clerk of the Board By Deputy APPROVED AS TO FOR14 JOHN B. CLAUSEN, County Counsel Byi D 00�67a STATE OF CALIFORNIA, County of CONTRA COSTA: . ss On this _ day of �.Tc�%✓ 19 7 7,,before; me, the�undersigned, a Notary Public in and for said County and State, personally appeared. known to me to be the person whose name subscribed to the within instrument, and acknowledged to me that_he,executed the same. 14ITIIESS my hand and official seal. OFFICIAL.SEAL — "`: JAI ES D. FEARS �AM NOTAPYPUSLIC-CAUMPNW O. F , Notary-Public `,. CONTRA COSTA COUNTY kyC=missianEz*iesAn=.LL.ISIS in.and for.said County and State. ern floor Mmam.tjt,on 514_UuturL ei 945M My commission expires August ll, 1978 In the Board of Supervisors of Contra Costa County, State of California July 26, , 19 77 In the Matter of Approving Extension of Agreement with the San Ramon Valley Unified School District, County Service Area R-7. Work Order 5467-927 IT IS BY THE BOARD ORDERED that the Agreement between the San Ramon Valley Unified School District and the County, previously approved by this Board on February 24, 1976, is hereby EXTENDED commencing July 1, 1977 through June 30, , 1978 as requested by the School District. The Agreement provides for reimbursement to the School District from County Service Area R-7 funds for the employment of minors by the District to perform limited maintenance on County property designated as "Parks"in County Service Area R-7. PASSED BY THE BOARD on July 26, 1977. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid Orig-Dept.: Public Works (SAC) Witness my hand and the Seo)of the Board of Supervisors cc: Public Works Director (2) affixed this26th day of July . 19 77 County Administrator County Counsel County Auditor-Controller J. R. OLSSON, Clerk By . Deputy Clerk N. Pous H-24 3/76 tam 00676 .:sd.�`;t���-ms`s.• w IN ThE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the .Satter of County Fire ) Protection District Budgets ) July 26, 1977 for Fiscal Year 1977-1978. ) The Board on July 19, 1977 having continued the hearing on proposed budgets for county fire protection districts for the fiscal year 1977-1978, and having referred to the County Administrator the request of Supervisor E. H. Hasseltine for additional information with respect to certain increased budget requirements for the aforesaid fire districts; and This being the time fixed for continued hearing on said budgets, and Dir. Charles A. Hammond, Chief Assistant County Administrator, having advised that letters had been submitted by the various fire protection districts providing additional information with respect to their increased budget requirements, and that representatives of the districts were present today to respond to any additional questions the Board may have; and Representatives of certain fire protection districts having responded to queries by members of the board with respect to their proposed budgets; and All other persons present having been given an opportunity to be heard with respect to the aforesaid budgets; and Mr. James Cawdrey, Executive vice-President of the Contra Costa Taxpayers' Association, having expressed the opinion that the Hoard should consider his proposal for reducing requested reserves for contingencies for individual districts and establishment of a Central Special District Contingency Fund from which all districts could withdraw funds when needed; and Mr. Frank Fernandez, Assistant County Administrator- Finance, having noted that the suggested district fiscal procedure for a central pooled contingency fund from which all districts could withdraw monies cannot be established as there are some very practical problems, as well as no legal authority, for such an arrangement; and Air. Fernandez having further advised that inasmuch as the State Roll will not be received until August, 1977, precise tax rates cannot be calculated and that the rates provided at this time are estimates; and Following computation of actual tax rates and determination of SB-90 tax rate limits, a number of district budgets will have to be reduced to conform to the financing available under the legal maximum tax rate; and The Board members having discussed the matter, IT IS ORDERED that the budgets for county fire protection districts for fiscal year 1977-1978 are APPROVED as submitted. PASSED by the Board on July 26, 1977. I -idEREBY 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 Fire Protection Witness my hand and the Seal Districts (13) of the Board of Supervisors affixed County Auditor-Controller this 26th day of July 1977. County Administrator J. R. OLSSON, CLERK BY� 04 r r r Gt 1 a k�W Deputy Clerk. wry 0067 Jews olsso The Board of Supervisors Contra County 6e1kan County Ckrk and Ex Officio Clerk of the Board County Administration Building Costa Mrs.Gar kOne Russatf P.O.Boz 911 Cnret Cte*k Martinez,California 94553 County (415)372-7371 James P.Kenny-R�chrnpntl rst pistnct Nancy tr F.htlen.Martinez - [R:ECEIVEDI ?nd District Robert 1.Schroder-Latayette 3rd District Warren N.Boggess-Concord tthaistmi July 26, 1977 1977- Eric H.Hasseltine-Pittsburg 5th District Board of SupervisorsAdministration Building, Room 103 Martinez, CA 94553 Dear Board Members: Re: Fire District Budgets At the public hearing on fiscal year 1977-1978 proposed budgets for county fire protection districts held on July 19, 1977, your Board requested that additional information be provided on the Bethel Island, Brentwood, Byron, Crockett-Carquinez and Oakley district budgets; these districts were not represented at the public hearing. Attached are letters -from the Fire Commission Boards and work sheets prepared on the budget for each of the above districts which present budget requests by major category, the proposed sources of financing budget requirements and general comments with respect to major changes. It is interesting to note that these budgets, if approved, will subsequently have to be reduced to conform to funds available under SB-90 limitations. Also attached are budget revisions furnished by the County Auditor-Controller in accordance with action taken by the Board of Fire Commissioners of the Riverview Fire Protection District. The only change made is that the proposed capital outlay reserve is being reduced by $10,000; total property tax requirements have not changed as a result of this revision.' Respectfully, ARTHUR G. WILL County Administrator by F. Fernandez FF-.lm Attachments 0067 Microfilmed with board order "MINN �r mono BETHEL ISLAND FIRE PROTECTION DISTRICT Proposed Expenditures 1976-1977 Budget. Category 1975-1976 Budget Expenditures 1977-1978 Salaries and Benefits $ 36,040 $ 41,492 $ 39,890 $ 49,200 Services and Supplies 13,875 29,625 33,509 38,615 Fixed Assets. 1,300 33,786 6,.905 , 50,270,' Reserve for Contin- gencies 10,490 13,808 General.Reserve 31,681 Total $ 51,215 $ 147,074 $ 80,304 $ 151,393; Budget Financing Beginning Fund Balance $ 41,799 $. 64,762 . $ 37,888 Revenues $ 5,408 $ 5,702- $ 6,272 Property Taxes $ 68,772 $ 76,610 $ 104,516 Tax Rate .640 .664 .664 Net Assessed Valuation $10,716,216 $11,749,101 $15,769,925 Salaries: In order to provide an acceptable level of fire protection service to a growing area, the Board of Fire Commissioners proposes to add an additional Firefighter position (to a total ofthree) which has increased Salaries and Benefits requirements. Services and Supplies: The increase of $8,990 is attributable mainly to an additional $4,300 for workers` compensation insurance and a $2,380 increase required_ for the lease of equipment. The district entered into a lease-purchase-agreement for a fire truck in fiscal year 1976-1977. Fixed Assets: Funds have been accumulated in a General Reserve which are proposed to be used largely to finance fixed assets, the largest item being a small building addition ($38,000) and a vehicle purchase ($6,070). Comments: This budget must be reduced by about $3,200 when tax rates are fixed to comply to SB 90 limits. 00679 4)ethol Isl-,.nd Fire.. rro;:i:ction 9i:::ric t x. - ....:..•.is^...;.i .... ..... .. .... ... .. .. ..a ' ..c-r.'. lSOaa i� OE .uB �l YIuOrS. .. .. .., , .. .- �. i Contra . t GouA ... . .. .. .... . . . . :... Y ..,, ` rt; ,r,F ffi� Dear Supei .._•,ors. _ c.. . ., ..f�dcri�nisfrct4c This. is an answer.:.to your.-question "Idhy''.ttte 3 2','pek:cent. increase .in the buclget;";of.'the.:Bethel: Island.'F.ire. ..:Protection;:District budget?n First, . it .iiust.be. noted..that the' tax:rate. For: the .district . has`not changed :from last years s rate; and in-fact...the fire commissioners have not voted a tax rate increase forthe past few years. This year, 1977-7$2 thebudget reflects. the hiring of. a. third employee; the addition of a second building at.the.: rirehouse;: and a big payment. for a truck purchase made last:'year.' To make..these.'improvements possible :and still hold the tax. raw constant, the fire commission:has. reduced the general reserve balance. A.check of. this.reserve..amoinit over. the pass:.:years :'trill reveal t.W.P.*.... the.district..p6licy..has Seen'to .npay-4s7we-.go!i.•.with our' now ::,ui-> int purchases and.::distri cr., impt:ovemerits and::.not..;encumbet% the district Faith bond indebtness. As a ;:'balance has fluctuaLt:d over the past..years.,:.. we. hope .these.reasons:are.. .satisfactory ahead an approve our Dodges: =..,;,.:: Thank.you.: .. . Bethel Island isc Protection District 1316b Gromm, finance chairman' : I BRENTWOOD FIRE PROTECTION DISTRICT Proposed:: Expenditures 1976-1977 Budget Category 1975-1976 Budget Expenditures 1977.=1978'. Salaries and Benefits $ 26,313 $ 37,720 $ .270,430 $ 40,000' Services and Supplies 18,468 32,875 29,282' 41,270 Fixed Assets 19,538 4,000 9,100' Reserve for Contingencies 3,093 9,037 General Reserve Total $ _64,319 $ . 77,688 $ 56,712 $ 99,407 Budget Financing Beginning Fund Balance $ 11,341 $ 11,105 $ 16°1.359 Revenues $ 4,528 $ 5,291 $, 51685 Property Taxes $ 50,878 $ 61,292 $ 73,.981 Tax Rate .212 .237 .237 Net Assessed Valuation $24,109,166 $26,070,014 $31,290,,810 Comments: This small department relies upon volunteer assistance. and has one of the lowest tax rates of all county districts. The- cost of repair and servicing fire vehicles is up $4,000 and insurance is budgeted 'at $4,500 more than the prior fiscal year. As indicated in the attached letter, the district is accumulating funds ($8,000 is appropriated including a rebudget of $4,000 from fiscal year 1976-1977) for land acquisition. The Reserve is up $5,944 due to the necessity to reduce the Reserve in fiscal year '1976 1977 to conform to SB 90 limits. It is estimated that similar action will be required in fiscal year 1977-1978 in that about $3,300 will have to be'deleted from this budget. � )�81 BRENTWOOD FIRE PROTECTION DISTRICT P.O.BOX 340 BRENTWOOD.CALIFORNIA 94513 July 19. 1977 Board of Supervisors County Administrator's Office Martinez, Ca 94553 Attentions Mr. Frank Fernandez Dear Mr. Fernandez: This letter is an effort to explain some of the increases in the 1977-78 proposed budget of the Brentwood Fire Protection District, as per yotrrequest. The items with the largest increases are: 1. Workman's Compensatbn Insurance - On the 1976-77 budget, $9.000.00 was budgeted but $12,449.27 was spent. so it seemed reasonable to increase the budget to a more realistic figure. As you know, we have no control over this increase in rates. 2. Land purchased- On the 1976-?7 budget, $4.000.00 was bud- geted by the Commissioners to go toward a future acquisition of a site for a sub-station. They mistakenly believed they could accumulate this money from year to year. The $4,000.00 was not used in 76-77 so in order to add another $4000.00 for 77-78, it was necessary to increase the amount to $8,000.00. 3. Repairs and service equipment - At the time the proposed budget was prepared, an insurance underwriter's evaluation was imminent, and it was known that a great deal of expense would be incurred in preparing the equipment for inspection. As it turned out, most of the expense, about $3500.00. was paid out of the 1976-77 budget. Maintenance will continue to increase in cost as the equipment gets older. The remainder of the increases are due to inflationary trends and the rapid growth in population in our district. If you will look at previous year's records, you will find that the Brentwood District always ends the year with a sizable balance in its budget. so you can see that we do-not spend money indiscrimately, but we feel that it should be there, if needed, because firefight- ing is very unpredictable and can be very expensive. Yours very truly, 4 Janice White, Secretary 00682 BYRON FIRE PROTECTION DISTRICT Proposed Expenditures 1976-1977 Budget Category 1975-1976 Budget Expenditures 1977-1978 Salaries and Benefits $ 6,230 $ 8,360 S 5,528 $ 8,860 Services and Supplies 11,474 131735• 13,587 16,955 Fixed Assets 1,104 4,950 . 131021 13,350 Reserve for Contin- gencies2,631 3,916 General Reserve Total $. 18;808 S 29,676 $ 32,136 $ 43,081 Budget Financing Beginning Fund Balance $1' 7,746 $ 1,704 $ 4,944 Revenues $ 682 $ 818 $ ' 951 Property Taxes $ 21,052 $ 25,294 $ 29,765 Tax Rate .149- .160 .160 Net Assessed Valuation $14,184,102 $15,936,051 $18;647,027 Comments: . This all volunteer district has the lowest tax.rate of all County Fire Protection Districts, and a very small budget. Consequently,-,any minor addition will increase the budget significantly. from a percentage point of view. Items such -as new tires ($1,000) ,, increased workers' compensation insurance premiums ($1,365) , acquisition of a new vehicle' ($6,000) and $1,285 more for the Reserve for Contingencies have. a significant impact. The District has accumulated $13,493 in .a separate reserve for acquisition of capital overlay. This budget will have to be reduced about $7,400 when tax rates, are fixed to conform to the SB 90 limit: 00683 I II I CROCKETT-CARQUINEZ FIRE PROTECTION DISTRICT Proposed Expenditures 1976-1977 Budget Category 1975-1976 Budget Expenditures 197.7-1978 Salaries and Benefits $ 19,337 $ 20,090 $ 18,255 $ 23,020 Services and Supplies 28,132 29,425 33,878- 40,975 Fixed Assets 2,288 25,299 4,020 27 600 Reserve for Contin- gencies 5,000 General Reserve Total $ 49,697 $ 74,814 $ 56,153 $ 96,595 Budget Financing Beginning Fund Balance $ 6,130 $ 22,074 $ 8,091 Revenues $ 10,296 $ 6,220 $ 8,949 Property Taxes $ 36,062 $ 46,520 $ 49,271 Tax Rate .279 .331 .331 Net Assessed valuation $.12,982,454 $14,227,009 $14,920,688 Comments: The budget increase for Services and Supplies is largely for the additional cost of insurance premiums. ($8,630, increase) and an increase of $1,940 for fire fighting supplies. The Fixed Assetsappropriations include $21,000 to be added to an accumulated Capital Outlay Reserve amount of $23,094 for replacement of an old pumper. However, due to the SB 90 property tax limitation, a total of about $30,000 will have to be deleted from the budget. As a result, this appropriation as well as the Reserve for Contingencies must probably be deleted from the budget. It is . apparent that this district with its low tax rate limit will, have' difficulty in maintaining its level of service as equipment wears out and must be replaced by expensive new units. Qt)�84 I CROCKETT - CARQUINEZ TIRE DISTRICT P. O. Box 305 CROCKETT, CALIFORNIA 9 4 s 2 s July 21, 1977 Board of Supervisors Contra Costa County Martinez, CA 94553 Attn: Mr. Frank Fernandez . Administrator's Office— Gentlemen: A county representative has notified me':the Crockett- Carquinez Fire District allowable budget for 1977-78 has been exceeded by $21,781. We have been asked to justify this amount. We have a volunteer fire department on a call basis and, as you know, have maintained a low tax rate for many years. But as costs rise we are forced to increase our tax rate. Most of the budget is mandated by the governments, such as insurance, etc., but we are continually holding a tight budget. This portion of the budget is for a new fire engine to replace one of two old units that have served us since 1951 and 1955. Our department is in Class 4, which is excellent for a volunteer organization. 'In order to hold that classification and provide our taxpayers with low insurance costs we must maintain certain standards, one being adequate pumping capacities. Costs to maintain the 1951 pumper have increased con— siderably and in our opinion it is good business to replace this unit before it fails during a serious emergency where lives and property might be lost. -,� We have saved $23,094 for this purpose. With the ad t ditional $21,000 entered in the budget for this unit, we feel by delivery time of about- one year there will be sufficient funds to cover its cost in "full in the 1978-79 budget. If the assessed valuation of our fire district is not sufficient to provide the funds in the budget submitted at the present tax rate, we will not be able to pay for the unit on delivery. A loan costs money and here again the taxpayers have to pay. Nevertheless, we feel very strongly that this unit must be replaced, as parts are many times impossible to obtain, put- ting the old units out of service. We have not bought a new pumper since 1964. 00685 Pg. 2 ; Bd. of Supvsrs ! 7/21/77 P N ns I''realize the Board of`Supervisors is-faced>'vith a w serious problem trying,to hold dove tax rates,, Yiut-,hope you < can understand our,concern, for. protection of;life`and<•property in: x ' our fire' district. We viil.appreciate your consideration.` Yours truly, Gerald .C. Littleton :. Secretary Board.of Fire Commissioners r Copy: Fs.re Ctuef Fi]e "+-� t �3"at;-�, s,'`hS•t-�.'�^ "r •�"a`'*�i,`FiYG sa�r'gp e"tX�S"'w,�ti a, �.J.l."�^nr ��'7� 7?�F`"�M �. -tom £r ",.•* ^; r�' rqr'' c U,r 3 $'' � . r '�K"rt �*# , � �sir ,{ tri z+ s.�`'+a� ,•n,� z '" '; '� ^ �p'&��'»zywx"'2 "x" r� w"'i>���S •�z -_'ay^+%t��.1 '��°'+� ,tr�,,,�y�,.� ,- ta^� L,yy } . ,.,..� s'' ,rvst, x.c, _ r +iv > �...a,x a'i."j+`.,'*�.^xl .i �•�Z�t"' *-""w� �x '� m } �r .:'"mac ^� ',�, U 3"�yK 5 �` '�a'nx�v-a i�i�'`^� rr �i'�i� s'Y�,`,y'�s-as'a^s`'"S`7 "r✓. �z�'"c'� A�x ��3<°"`"ey a � r 7 s 00685 i S i OAKLEY FIRE PROTECTION DISTRICT Proposed -Expenditures 1976-1977 Budget Category 1975=1976 Budget Expenditures 197:7-L978 Salaries and Supplies $ 5,899 $ 8,280 '' $ 81181 $ 91600 Services and Supplies 41,628 47,150 42,501 55,510 Fixed Assets 6,438 7,295 5,842 15,125 Reserve for Contingencies 6,272 7,425 General Reserve 789 Total $ 53,965 S 69,786 $ 56;524 $ 871*660 Budget Financing Beginning Fund Balance $ 14,041 $ 14,281 $,. 8,052 Revenues $ 5,664 $ 5,499 ;,$: .6,214 Property Taxes $, 48,083 $ 50,006 $'' 63,823 Tax Rate .294 .270 .294 Net Assessed Valuation 416,498,834 $18,496,122 $211,853,246.. Comments This is another all volunteer district with a small" budget andlowtax rate. Relatively small increases become of real significance-to this budget. The most significant increases are for`insurance '.($,5,980) ,and- educational and instructional 'materials. ($3,600) . An appropriationof $8,000 is included for purchase of a vehicle. This budget will have to be reduced by about $9,500 to conform.to the SB 90 limit. 0�1-8`7 Iv . OAKLEY FIRE PROTECTION DISTRICT i...( ' . ' } a p"•=•rte;,e/"�;.'.,.. i..' r `,. . Box;20Ts OakleyCalifornia: 9062::.'.'- Hoard cf Supervisors,. Contra Costa County� _ *:artire�, Califerria AM: Dear STs The Oakley FirrProtection;:Distcquested":aa:.increace, in.:the .tzakAw ey needed to purcha.a supplies and equiy=ent caused by.an inflation Yacto= of:7.550. More money is needed to finance.the:abarp.in rease in 'Insurance: Wbirkmenta_Compensation and preparation of a truck�aad.equipaaent replacement. Ou: two (2) Statics are.manned efficiently by. LT. dedicated fire.personnel.,.. Ne:must continue to supply our Volunteer. fire 'fightars xith all the. training.,and equilment needed to maintain excellent fire coverage for a rapidly expanding Coniunity., Sincere t e... Sa mael"�t�a : ra Z , s.. Pr ct on .. Oakley dire. ote Dialrict Joe ovary Chler, Oakley Fire Protection District Of Ifi88 - Final Budget 1977-78 County Fire Districts' CT? Amount To Be '.." Requirements Available Raised B Taxes ' Est. Est. Expendi- Est. Revenue Total Secd. 1976- 1977- tyre Total Fund other Total Tax Est. Tax 1977 1978 Appropri- General Require- Balance Than Avail- Require- Unsecd. Require- Tax Tax Fire District Name ation Reserve ment 6/30/77 Taxes able mons Levy ment Rate Rate Bethel Island 1SI,893 151,893 37,888 6;272 44,160 104,516 25,947 78,569 .664 .664 Brentwood 99,407 99,407 16,359 5,685 22,044 73,981 2,886 71,095 .237 .237 Byron 43,081 43,081 4,944 951 5,895 29,765 1,827 27,938 .160 .160 Capital outlay Reserve 13,493 13,493 13,493 13,493 Contra Costa 10,208,152 10,208,152 886,000 1,131,732 2,017,732 8,190,420 436,850 7,753,570 .706 .661 Capital Outlay Reserve 27,024 27,024 27,024 27,024 Crockett-Carquinez 96,595 96#595 8,091 8,949 17,040 49,271 2,232 47,039 .331 .331 Capital Outlay Reserve 23,094 23,094 23,094 23,094 Eastern 79,845 79,845 (1,715) 1,974 259 70,338 1,448 68,890 .939 .939 Moraga 1,Q56,185 1,056,185 41,047 104,083 145,130 911,055 18,989 892,066 .880 .959 Oakley 87,660 87,660 8,052 6,214 14,266 63,823 3,083 60,740 .270 .294 Capital Outlay Reserve 2,000 2,000 2,000 2,000 Orinda 1,316,863 10,000 1,326,863 41,948 90,996 132,944 1,193,919 16,812 1,177,107 1.134 1.163 Debt Service 34,200 6,640 40,840 7,398 2,388 9,786 31,054 445 30,609 .030 .031 Pinole 138,118 138,118 6,167 18,896 25,063 113,055 1,753 111,302 .775 .702 Riverview 3,525,586 3,525,586 127,092 441,008 568,100 2,853,109 134,613 2,718,496 .650 .650 Capital Outlay Reserve 190,000 190,000 190,000 190,000 Tassajara 24,S58 24,558 1,089 642 1,731 20,626 105 20,521 .395 .464 Rest County 1,203,345 1,203,345 116,021 138,809 254,830 874,731 52,480 822,251 .803 .803 _Z_ Expenditure Appropriation Cn Proposed Changes Requested © Final Name of District Fund Budget Decrease increase Budget Orinda Debt Service Other Charges 34,200 34,200 General Reserve 6,640 , 6,640 Total Requirements 40,840 40,840 Pinole ' General Services S Supplies 125,562 12S,S62 Reserve for Contingencies 12,SS6 12,SS6 Total Requirements 138,118 138,118 Riverview General Salaries $ Employee Benefits 2,394,079 87,6SS 2,481,734 Services 8 Supplies 657,400 657,400 Other Charges 40,000 40,000 Fixed Assets 274,810 59,900 214,910 Reserve for Contingencies 156000 24 458 131,542 Total Requirements 3,522,289 84� 87�55� 3,525,586 To Adjust Salaries 6 Employee Benefits and Other Items as Requested by the District Riverview Capital Outlay Reserve Fixed Assets 190,000 190,000 Total Requirements x 190 190,000 To Provide for Capital Outlay Reserve T.assajara General Salaries 6 Employee Benefits 1,200 1,200 Services F, Supplies 19,158 19,158 Fixed Assets 2,200 2,200 Reserve for Contingencies _ 1 000 2,000 i County Fire Districts 1977-78 Final Budgets Estimates of Revenue Other Than Taxes Increase Preliminary or, Final, Budget (Decrease)` Budget District Moraga Communications (From Orinda) 27,500 27,500 Homeowner's Property Tax Relief 74,017 74,017i' Business Inventory Tax Relief 2,566 2,566' 27,S00 76,583 104,083 Oakley Homeowner's Property Tax Relief 5,385 5,385 Business Inventory Tax Relief 829 829 6,214 6,214.. Oakley - Capital Outlay Reserve Transfer from General Fund 2,000 2,000 2,000 2,000; Orinda Homeowner's Property Tax Relief 86,030 86,030 Business Inventory Tax Relief 3,566 3,566 Homeowner's Tax Relief-Debt Service 2,293 20293, Business Inventory Tax Relief-Debt Service 1 9S 1 Indemnifying Proceeds 1,400- 1,400i- 93,384 93,384= Pinole Homeowner's Property Tax Relief - 18,468 . 18,468 Business Inventory Tax Relief 428 428 18,896 18,896 Riverview State Subvention -10,000 33,000 43,000; Weed Abatement 75,000 75,000 Homeowner's Property Tax Relief 17S,837 175,837' Business Inventory Tax Relief 142,171 142,171 Other Revenue 5,000 5,000 90,000 351,008 441,008 Riverview - Capital Outlay Reserve Transfer from General Fund 190,000 190,000 190,000 190,000; y_ • _ • 7-2b-77 COMM COSTA TAXPAYERS ASSOCIATION POSITION PAPER RE: COUNTY FIRE DISTRICTS I Reserves For Contingencies The fire districts are requesting a total of $477,739 for contingencies. Historically these reserves have gone virtually untapped. Last year, only 1/4 of the requested reserves was actually required, while in 1975-76 only $930 of a $500,000 reserve was spent. To minimize the tax dollars trapped in unnecessary reserves, we recom- mend establishing a $100,000 Fire District Contingency Fund, from which all districts may draw, upon Board approval. Denial of the individual requests and establishment of the special fund will result in a tax savings of $377,739. II Individual Budgets Exceeding 7.5% Increase The following seven districts have submitted budgets totalling $224,944 more than the amounts consistent with a 7.5% increase over 1976-77. The cause of these budget hikes is not apparent from the budget summaries provided to the public. We believe each of these budgets should be reduced to a maximum 7.5% rise over last year (net of contingency reserves) unless unusual or compelling reasons for the increases are advanced. District Reduction Brentwood $ 10,180, Byron 10, l.s091 R C L .L Crocket-Carquinez 11,169 i Eastern 8,395 ` Horaga 103,284 Oakley 12,816 Orinda 69,009 J a.a.:=, $ 224,944 Mr- .)0 SUKWC-O4 KLI ,uw III Fixed Assets The- following accounts have budgeted significant increases in. their fixed asset accounts. We request the Board to review each of these carefully, to determine whether any local support was received for these items, and to place them in the same perspective as Plant Acquisition items in the County budget. In particular, we want some assurance that none of these items are designed to initiate projects which will have major financial requirements'carrying over into future budgets. District Account Brentwood $ 910100 Byron 13,350 Noraga 62,100 Oakley 15,125 Orinda 22,235 Riverview 214,910 11,•O West County 53,600 OW92 $ 390,420 R. S. Radford, Research Consultant James L. Cawdrey, Executive Vice President Microfilmed with board order I In the Board of Supervisors of Contra Costa County, State of California July 26 ,.1977 In the Matter of Contract Amendment Agreement 028-417-3 with Apollon Research, Inc. (CETA Title I) The Board having authorized by its Order dated July 19, 19770' negotiations for a contract amendment with Apollon Research,,Inc., to add $1,000 to the contract payment limit for the provision of additional CETA Title I training services, IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute Contract Amendment Agreement 028-417-3 with Apollon Research, Inc. for the.provision of additional training- support services, effective July 1, 1977, increasing the contract payment limit to a new total of $34,677, under terms and conditions as more particularly set forth in said contract amendment agreement. PASSED BY THE WARD on July 26, 1977. t. 5 1 hereby certify that the foregoing is a two and correct copy of an order entered an the minutes of said Board of Supervisors on the date aforesaid Witness my hand and the Seal of the.Board of Orig: Human Resources Agency Supers Attn: Contracts 6 Grants Unit cc: County Administrator affixed thi326th day of July 1977 County Auditor-Controller County Manpower 2J. R. OLSSON, Clerk Project Director Contractor r' Deputy Clerk e M. Neufe d 00693 RHP21Y/76 15M CONTACT A?0ND?0- 1T AGR:::.!=l (Contra Costa County Human Resources Agency) Number 2 Q v - 4 1 `ry + 3 1. Identification of Contract to be Amended. Number: 28-417-2 Department: Human Resources Agency Manpower Project Subject: Provision of administration and staff services for an Industrial Technology Classroom Training Program Effective-Date of Contract: October 1, 1976 2. Parties. The County of Contra Costa California (County), for its Department named above, and the following named Contractor mutually agree and promise as follows: Contractor: APOLLON RESEARCH, INC. Capacity: Nonprofit California corporation Address: 1234 Laurel Lane, Lafayette, California 94549 3. Amendment Date. The effective date of this Contract Amendment Agreement is TTJ X 1 1477 u. Amendment Specifications. The Contract identified above is hereby amended as set forth in the "Amendment SDecifications" attached hereto which are incorporated herein by reference. 5. Legal Authority. This Contract Amendment Agreement is entered into under and subject to the following legal authorities: Title I of the Comprehensive Employment and Training Act of 1973 (CETA), as amended (P.L. 93-203, 87 Stat. 839; P.L. 93-567, 88 Stat. 1845); California Government Code Sections 26227 and 53703 [CETA: 29 USCA §80iff] 6. Signatures. These signatures attest the parties' agreement hereto. COUN OF/" OSTA, CP.LIFORNIA CONTRACTOR W. N. Boggess Chairman, Board of Su peFoislqff IDe ignate official capacity in business Attest: J. R. Olsson, Couary Clerk and affix corporation seal) ��- State of California ) By • County of Contra Costa ) Deputy ACKNOWLEDGMENT (CC 1190.1) The person signing above for Contractor Recommended by Human Resources Agency known to me in those individual and business capacities, personally appeared before me today and acknowledged that be/ By they signed it and that the corporation Designee or partnership named above executed the within instrument pursuant to its bylaws or a resolution of its board of directors. Fora A proved: County Counsel Dated: /4 /?77 By 5i Deputy 4"T 0069 ROBERT I PROCTOR Microfilmed with board order DEPUTY COUNTY CLERK Contra Costoutr California ; J ' AMENDMENT SPECIFICATIONS Number2 8 - 417 — 3 In consideration of Contractor's agreement to provide a new individualized training- support service for program participants under the Contract identified herein, County agrees to increase the total amount payable to Contractor under the Contract Payment Limit by an additional $1,000 County and Contractor agree therefore, to amend said Contract, effective July 1, 1977, as specified below, while all other parts of the Contract remain unchanged and is full force and effect: 1. Payment Limit Increase. Paragraph,4. (Payment Limit) of the Contract is hereby amended by increasing the amount specified therein from $33,677 to a new total of $34,677 2. New Individualized Training-Support Service. Paragraph d. of Part 2. (Service Delivery), pages l and 2, of the Service Plan is hereby amended, effective July 1, 1977, by adding a new Subparagraph (6) regarding the provision of a new individualized training-support service for program participants, to read as follows: "(6) Creation of special classroom learning situations which will increase positive attitudinal attributes in enrollees, including greater self- assertiveness. self-esteem, and self-confidence, in order to facilitate academic achievement and employability." 3. Revised Budget_ Paragraph a. of Part 5. (Budget of Estimated Program Expenditures), page 5.; of the Service Plan is hereby amended, effective July 1, 1977, by revising the budget set forth therein to read as follows: "a. Contractor shall provide services under this 'Contract in accordance with the following budget of estimated program expenditures: Cost Categories Contract Term (1) Administration $ 4,452 (2) Enrollee Training"' 30,225 (3) Manpower Services -0- (4) Enrollee Wages -0- (5) Enrollee Fringe Benefits -0- TOTAL (Contract Payment Limit) : $ 34,677" Initials: r for County Dept. 00 695 i 4 APOLLON RESEARCH, INC. 1650 Challange Dr. Concord.CA 94520 1234 Laurel Lane (415)682-3364! Lafayette;CA 94549 (415)937-5998, RESOWTMN# ?-77-1 , Resolved this 10th day of July, 19?? that Apollon Research, Inc. enter a contractual relationship with Contra Costa. County to amend the contract #28-417-2 for the Purpose of adding funds for the_CM Program. Be it further resolved that Jack Hohenstein, president, has full authority to sign singly for the corporation on this contract and amendment. The above is a true and accurate!copy of "resolution asentered in the corporate log book. Thomas MacLean Secretary-Treasurer 00696 In the Board of Supervisors of Contra Costa County, State of California July 26 19 M In the Matter of Social Service Department Contracts for Foster Parent Training The Board having authorized contract negotiations with the below-named contractors by its order dated July 19, 1977; IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute the following contracts for the Social Service Department, to provide Foster Parent Education and Orientation, and under terms and conditions as more particularly set forth in said contracts: NUMBER CONTRACTOR TERM PAYMENT LDlIT 20-129-1 Nola Ashford 7/20/77 - 12/31/77 $30.00 20-131-1 Lynn Stratton 7/20/77— 12/31/77 $30.00 20-158 Dorothy Johnson 7/20/77- 12/31/77 $20.00 PASSED BY THE BOARD on July 26, 1977. 1 hereby certify that the foregoing Is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Orifi: Human Resources Agency Witness my hand and the Seal of the Board of Attn: Contracts 6 Grants Unit Supervisors cc: County Administrator affixed this2fi hday of July . 19 ZZ County Auditor-Controller County Social Service Dept. Contractors J. R. OLSSON, Clerk ' ,. B` ? : Deputy Clerk Maxine N. N of ld tom;3d, tsm 0069'7 Contra Costa County Standard Form SHORT FORPi SERVICE CONTRACT 1. Contract Identification. Number 20 - 129 - 1 Department: Social Service Subject: Foster Home Development (Training Program for Foster Parents) "Foster Parent Education and Orientation Series" 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: NOLA ASHFORD Capacity: Self-employed individual (Training Consultant) Address: 1058 Ernst Nay, Concord, California 94518 3. Term. The effective date of this Contract is July 20, 1977 and it terminates December 31, 1977 unless sooner terminated as provided herein. 4. Termination. This Contract may be terminated by the County, at its sole discretion, upon five-day advance written notice thereof to the Contractor, or cancelled immediately by u-ri;ten mutual consent. 5. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $ 30.00 6. County's Obligations. In consideration of Contractor's provision of services as described below, and subject to the payment limit expressed herein, County shall pay Contractor, upon submission of a properly documented demand for payment in the manner and form prescribed by County (Demand Form D-15) and upon approval of such demand by the head of the County Department for which this Contract is made or his designee, according to the following fee schedule: ( ) hour; or FEE RATE: $ 10.00 per service unit: (X) session, as defined below; or ( ) calendar (insert day, week or month) NOT TO EXCEED a total of three (3) service unit(s). 7. Contractor's Obligations. Contractor shall provide the following described services: Consultation, specialized instruction, and training in Foster Parent Education and Orientation for County-selected persons in the time, place, and manner required by County, including the provision of any related materials and supplies. One session, for payment purposes, shall be defined.as the provision of at least two (2) full hours of such service. 8. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture, or association. 9. Indemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor, its agents or employees, the County, its agents or employees, or any other person or entity. 10. Legal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and 31000. California State Mandate 14-200; State Social Service Letter #75-10; Title XX of the U. S. Social Security Act, as amended (P.L. 96-647) Section 228.84. 11. Si natures. These signatures attest the parties' agreement hereto: 01L)!)J98 C F COSTA, C RM FOA CONTRACTOR ess J B - iLa ! BY P - Recommended by Department 10-Ar (Designate off ial capacity By. Designee (Form approved by County Counsel) _s,; Microfilmed with Board order. .Contra Costa County _ Standard Form SHORT FORM SERVICE CONTRACT 1. Contract Identification. Number 0 - 1 3 1 - 1 Department: Social Service Subject: Foster Home Development (Training Program for Foster Parents) "Foster Parent Education and Orientation Series" 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: LYNN STRATTON Capacity: Self-employed individual (Training Consultant) Address: 1561 Alro Court, Concord, California 94521 3. Term. The effective date of this Contract is July 20, 1977 and it terminates December 31, 1977 unless sooner terminated as provided herein. 4. Termination. This Contract may be terminated by the County, at its sole discretion, upon five-day advance written notice thereof to the Contractor, or cancelled immediately by written mutual consent. 5. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $ 30.00 6. County's Obligations. In consideration of Contractor's provision of services as described below, and subject to the payment limit expressed herein, County shall pay Contractor, upon submission of a properly documented demand for payment in the manner and form prescribed by County (Demand Form D-15) and upon approval of such demand by the head of the County Department for which this Contract is made or his designee, according to the following fee schedule: ( ) hour; or FEE RATE: $ 10.00 per service unit: (%) session, as defined below; or ( ) calendar (insert day, week or month) NOT TO EXCEED a total of three 3 service unit(s). 7. Contractor's Obligations. Contractor shall provide the following described services: Consultation, specialized instruction, and training in Foster Parent Education and Orientation for County-selected persons in the time, place, and manner required by County, including the provision of any related materials and supplies. One session, for payment purposes, shall be defined as the provision of at least two (2) full hours of such service. 8. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture, or association. 9. Indemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor, its agents or employees, the County, its agents or employees, or any other person or entity. 10. Legal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and 31000. California State Mandate 14-200; State Social Service Letter #75-10; Title XX of the U. S. Social Security Act, as amended (P.L. 96-647) Section 228.84. 11. Signatures. These signatures attest the parties' agreement hereto: 00699 ' COI C COSTA IFORNIA CONTRACTOR G!r BY Designee Recommended by Department tel: f' ��uti�-�C�YLd�LGLfy (Designfite offs ial apacity) Y Designee (Form approved by County Counsel) (A-4620 7/76) Microfilmed with board order I Contra Costa County Standard Form SHORT FORM SERVICE CONTRACT K Q 1. Contract Identification. Number 2 O - 1- V v Department: Social Service Subject: Foster Home Development (Training Program for Foster Parents) "Foster Parent Education and Orientation Series" 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: DOROTHY JOHNSON Capacity: Self-employed individual (Training Consultant) Address: 2924 Garfield Place, Antioch, California 94509 3. Term. The effective date of this Contract is July 20, 1977 and it terminates December 31, 1977 unless sooner terminated as provided herein. 4. Termination. This Contract may be terminated by the County, at its sole discretion, upon five-day advance written notice thereof to the Contractor, or cancelled immediately by wricten mutual consent. 5. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $ 20.00 6. County's Obligations. In consideration of Contractor's provision of services as described below, and subject to the payment limit expressed herein, County shall pay Contractor, upon submission of a properly documented demand for payment in the manner and form prescribed by County (Demand Form D-15) and upon approval of such demand by the head of the County Department for which this Contract is made or his designee, according to the following fee schedule: ( ) hour; or FEE RATE: $ 10.00 per service unit: Q) session, as defined below; or ( ) calendar (insert day, week or month) NOT TO EXCEED a total of two (2) service unit(s). 7. Contractor's Obligations. Contractor shall provide the following described services: Consultation, specialized instruction, and training in Foster Parent Education and Orientation for County-selected persons in the time, place, and manner required by County, including the provision of any related materials and supplies. One session, for payment purposes, shall be defined as the provision of at least two (2) full hours of such service. S. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture, or association. 9. Indemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor, its agents or employees, the County, its agents or employees, or any other person or entity. 10. Legal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and 31000. California State Mandate 14-200; State Social Service Letter 075-10; Title XX of the U. S. Social Security Act, as amended (P.L. 96-647) Section 228.84. 11. Signatures. These signatures attest the parties' agreement hereto: 01� 00 COUNTY OF CONT 0 TA CAZIFORNLA CONTRACTOR • mese" By v ZGGJ�j By h W,47-0,\l -JWsignee ti Recommended by Department (DeslignateloffIcial capacity) By Designee ;Form approved by County Counsel) Microfilmed with - - Microfilmed with board order p, I In the Board of Supervisors of Contra Costa County, State of California July 26 19 7L R 1n the Matter of Agreement with Environmental Science Associates for Consulting Services IT IS BY THE BOARD'ORDERED that the Chairman is~AUTHORIZED to execute an agreement with Environmental Science Associates`of:Foster City,;effecti - July 27, 1977, in connection with the preparation of the`'Environmental Impact. - Report_for Subdivision 5045, "Starview" located at the westerly,terminus of._.. ..._ } Starview Drive, Danville, at a cost not to exceed-$3000.00 under the terms and, conditions as set forth in said agreement. PASSED by the Board on July 26, 1977. 71 k f k k Z 3 � t~ 1 hereby certify that the foregoing is a true and carred copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Orig.: Planning Department Usitness my hand and the Seal of the Board of Supervisors cc: Environmental Science Assoc. affixed this2othday of Julv lg 77 % Planning Department Director of Planning Auditor-Controller J. R. OLSSON. Clerk County Administrator g7x�n H. ,f _ , . Deputy Clerke . reu0 00'701 H-24 3/76 ISm i CONSULTING SERVICES AGREEMENT 1. Special Conditions. These special conditions are incorporated below by reference: (a) Consultant's Name and Address: Environmental Science Associates, 1291 East Hillsdale Blvd.,Foster City,CA 94404 (b) Effective Date: (c) Project Name,Number and Location: Environmental impact Report for Subdivision 5045, "Starview,"located at the westerly terminus of Starview Drive,Danville. (d) Payment Limit: Three Thousand Dollars($3,000) 2. Signatures. These signatures attest the parties'agreement hereto: CO RAC A CONSULTANT Chairman, Board of (Designate official capacity in busiaessj' Supervisors a N.�Bo ess ATTEST: J. R. OLSSON, (CORPORATE SEAL) County Clerk and ex-officio Clerk of the Board State of California ) ss ACKNOWLEDGEMENT. QCounty of San Mateo By , The person(s)signing above for Consultant,known eputy_. to me in those individual and business capacities, personally appeared before me today and acknow- Re me ged that he/AlMsigned it and that the corporation or tnership named above executed it. C(3 nt ony A.De aesus / Dqfif 1-3y 19 1!27 irecto of Planning (/l Form approv d: otary u c John B. Clausen -== CoI_L2Counsel (NOTARY SE OFFICIAL SEAL THEODORE D. LANCE NOTARY PUBLIC - CALIFORNIA. By —�" Principal office in sin Iiafeo County Deputy tify commission e.pires Aug.25, 19EOJ 3. Parties. Effective on the above date, Contra Costa County and the above-named o�nsTtant mutually agree and promise as follows: 4. Em to ment. 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. The Consultant shall, at no expense to the County,furnish certificates or other. evvi eco—nce acceptable to the County of (a) public liability insurance of at least $500,000.00 for all damagSs oris g oust of bodily in+uri or death to any one.person and at least $500,000.00 for two or more jWVtohs' Ili b hctidetit or occurrencb;'and (b) property damage liability insurance providing for a limit of not less than $500,000.00. Thirty days' notice to County of policy lapse or cancellation is required. 00 702 Maofilmed with board order NONNI i. 7. 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 30%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 (106) of all charges billed by the Consultant shall be withheld until final acceptance of the Final Environmental Impact Report by the appropriate hearing body or until authorized by the Director of Planning,whichever comes first. 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 a 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. Exclusive Services.` Consultant agrees to restrict its firm and its subcontractors from any employment, of er 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 utt ize 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 �' lo l' � 1"ax ..��•flits `f'` :► Q0703 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 1(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 Department no later than thirty(30)calendar days after the date Consultant is authorized by the Planning Department to proceed with preparation of the report, unless approval of extension of such deadline is given by the Director of Planning. After Planning Department reviews and comments-on the draft, the Consultant shall revise the working draft report in accordance with such comments and submit one copy suitable for duplication and distribution of the"final Consultant draft" for review and acceptance by the Planning Department. The"final Consultant draft"shall be submitted by Consultant to the Planning Department no later than ten(10)calendar days after return of the edited working draft to Consultant by the Planning Department unless approval of the extension of such deadline is given by the Director of Planning. In no event shall the time for completion of the process described in this paragraph extend beyond- June 30, 1978 without written approval of the Director of Planning. Consultant shall as part of the contractual obligation assist County in the preparation of responses to comments on the draft EIR for the purpose of.producing a"Final EIR" for the project. Assistance of County staff required by the Consultant in the gathering of data to complete this report shall be limited to the supplying of,source,documents on County premises. No compiling of data will be done by County staff. All other County staff support effort will be limited to that specifically enumerated below: None. u a 00704 i In the Board of Supervisors of Contra. Costa County, State of California July 26 . 19 77 In the Manor of Expression of the Contra Costa County Position Concerning Property Tax Legislation Now Pending in the State Legislature The County Administrator having called attention to corre- spondence received from the County Supervisors Association of California (CSAC) urging counties to make known their position. concerning property tax legislation now before the Assembly- Senate Committee on Conference on SB-154; and The County Administrator having recommended that a telegram addressed to key legislators involved in property tax legislation and the Governor be sent by the Chairman of the Board - the telegram to include the specific points enumerated in the July 26, 1977 memorandum from the County Administrator; and Supervisor E. H. Hasseltine having recommended that the Board policy on the surplus funds in the State Treasury be referred to in the telegram; IT IS BY THE BOARD ORDERED that the recommendations of Supervisor Hasseltine and the County Administrator are APPROVED. Passed by the Board on July 269 1977. I hereby certify that the foregoing b o true and correct copy of an order entered on the minutes of said Board of Supervisors on the dote oforesaid. Orig: Administrator Witness my hand and the Seal of the Board of Supervisors cc: County Counsel affixed this 26th day of .htl}. 19 _ J. R. OLSSON, Clerk B �� Deputy Clerk AY-ine M. NdufAld 00705 H-24 v77 15m sT I nOvfiSTtC SERVICE ItefE.tlf4TtOM.t4 3EslYttL Chan;\ec2a»a!-acIft nited: a`' � � �� UNION Gh-ft h a e mgt as will azh r ite tkta mesuse-4 be otl&the the masa ed: . seat sa a fast:elrpam S . sent u the Ul rase Car IET._R E TELE 1 - MI.WATC GRAM 1 LETTERrfcCCRs,e wrG.+T LETTER S1rORfiNr> N,.•w0:-C't..Os STC. 1M.Oa COU.. CA%N 1.0. CtraatE TO THE ACCOUNT Or turf ertf0 Sect+the/ +s1.0."&as=so U—s a%"a kffWL fth"aft haeby ap"ft E 97 71 Street=41 Core o,f or Apl.Na 1tpT, The BtJard of Supero;sors of Contra frcTcta (ernmrve1,Q;n_ nv r of ' 2 surplus in the State treasury wh;c*1, ;S -rT nr•rari rn pvr.ndr? t++n one-half billion dollars by the end of the current f;S C, t r ar �snl,a that such surplus should be returned to t-'hp p,p�;p7a 0— ::7-C ::- l.r ornid=gin therfortn'of orcmartzr taxi relief-;-. -The--Boa rt eta Zt St-atp -mliSt accTms= ;#'g rac�»c;T�i l i t4• fpr f;„" „�„ ;fi c frru •-N ';4- level •••level of Qbvernment- Specifically. the Board of Supervisors of Contra-Costa County urges the incorporation of the follovi -, Rrovisions ire property tax le-islat* oa now before the Committee on_Conference concerning SB-7 54 S -?-r3 4 rasa w d cidren(Far mdlt mee) 3ec3r s td 00-706 Microfilmed with board cider NOON 1. Property tax revenue limits should not be applied; if they are, •hovever, it should only be-"after the full cost of Federal and-State mandated cost increases. such as in the Co,mty rledi-tal and SST contributions, are applied. '2. The county contribution to support what are essentially State programs in the health and welfare fields must be frozen and the State must assume the cost of general relief. _3. The cost impact of increasing County retirement contributions to finance existing employee benefits should be recognized. 4. The cost impact of public protection services (Courts, District Attorney. Public Defender, Probation, Sheriff) should be�recognize as should the general cost increases in health care which have greatly exceeded the average increase in recent years. 5. Allowance should be made for the cost impact of workload increases arising in various County services - such as in law and justice activities - which are beyond County control_ The legislation should'provide for maximum relief'for hardp=essed ' homeowners and additionally should. or in conjunction with school finance reform, deal adequately with the problem of decreased school equalization aid when local assessed valuation increases. Supervisor Warren N. Boggess Chairman. Contra Costa County • Board of Super isors` 00707 *2t- 00708 OFFICE OF COUNTY ADMINISTRATOR R Supervisor W. N. BoggesCONTRA COSTA COUNTY �-1 E q LVED Supervisor J_ P. Kenny Administration Building IULa61917 Supervisor N. C. Fanden Martinez, California Supervisor R= I. Schroder a :sou To: Supervisor E. H. Hasseltine Dote: July 26, 1977 aea eoa-, �,,_�.. � 8 t ....�.................. ur C. Hammon Request for County Action 3t Subject Regarding the Conference C From:C i'e!nt AX'�� r Committee 074 on Tax Reform 0- '? On July 25, 1977 a communication was received from CSAC indicating that the deliberations of the Conference Committee on Tax Reform are nearing their conclusion. A number of key items remain to*be resolved and an indication of county position on several of these is suggested by telegram on Tuesday, July 26, 1977. It is recommended that a telegram be sent urging approval of property tax relrif and -incorporating the following features: 1. Property tax revenue limits should not be applied; if they are, however, 'it should only be after the full cost of 7ederal and State mandated cost increases, such as in the County Nedi-Cal and SSI Contributions, are .applied. 2. The county contribution to support what are essentially State programs in the health and welfare fields -must be frozen and the State must assume the cost of general relief. 3. The cost impact of increasing 'County retirement contributions to finance existing employee benefits should be recognized. 4. The cost impact of public protection services (Courts, District Attorney, Public' Defender, Probation, Sheriff) should be recognized as should the general cost increases in health care which have greatly exceeded the average increase in recent years. 010709 5. Allowance should be made for the cost impact of workload increases arising in various County services - such as in law and justice activities - which are beyond County- control. The legislation should provide for maximum relief for hard- pressed homeowners and additionally should, or in conjunction with school finance reform,. deal adequately with the problem of decreased school equalization aid when local assessed valuation increases. 'CAH:lm y Miaofilmed with board order _0UNTY SUPERVISORS ASSOCIATION ` �\\ HEADOUARTM—SuITG 261,11TH G L BLDG..'SAC'AAM04TO.CA 95614—P14014G 9414)4414011 r V WASs+1NGT04 C"= — IT�IGY010C 73- PC W.. SL= 101. WASHINGTON. D. C. 260G6 lJit OF CAL.I FORNIA - `•..` EXECUTIVE COMMITTEE July 22, 1977 C.President SHANNON O.PATTERSON Tehama County First Vice President: T0: All County Administrative Officers and sANDRA FL mentooLEY unt Chairmen of the Board in Counties �``at1N12OcO Second Vice President: without Administrative Officers CLAYTON A.RECORD.JR. Riverside County FROM: Tom Van Horne, CSS!G ,eni_or Legislative Immediate Past President: Representative �.�'d� 1 ARTHUR H.EDMONDS Yolocounty SUBJECT: Request for County Action Regarding the WARREN N.BOGGESS Contra Costa County Conference Committee on Tax Reform RALPH A.DIEDRICH Orange County ADRIAN FONOSE Sark Joaquin County The Conference Committee on SB 154, the Property WILUAMV.D.JOHNSON Tax Reform Act of 1977, has concluded their Et Dorado County meetings for this week. At this point, most QUENTINL.KOPP issues have been discussed, but there has been San Francisco little agreement on important issues regarding FRAKKLONG g o Mariposa County local government. The issues resolved include JACKJ.MADIGAN the level of relief funding (approximately Butte County 550 million for homeowners and 300 million for WILLIAM H.ROYER renters), the reform of the reimbursment system San Mateo County for local government regarding state mandates Si3SANCHEZ (an appeal process to the State Board of Control santacuracoonty with a continuing appropriation as outlined PI:TESCHASARUM in AB 999), and some other minor items. las Angeles County T WILU imperial County The Conference Committee will meet again n the CountyAdministrativeOfficer morning of Wednesday, July 21thIt is, there- RAYMOND O.JOHNSON fore, critical that the members of the Committee Santa samara county receive telegrams and phone calls from Supervisors CountyCounsei; regar ink a unresolved issues on the followingaces. JOHN tracostSEN a acts are reasonably we -noun, tote mem ers `�" Contra Costa County and the decisions to be made hereafter appear to be largely political. Letters and telegrams must be received by the members no later than Tuesday. Copies should be sent to political forces which may be influential in the decisions (the Governor, EXecutiw',irector Roy Bell the State Director of Finance, and RICHARD E.WATSON Leo McCarthy the Speaker of the assembly). Cop=es should also be sent to CSAC for our information, 00710 Page 2 July 22, 1977 Issue Number 1 - Local Property Tax Revenue Limits- The Conference Committee appears to be moving towards the adoption of a local property tax revenue limit. The two options regarding the growth limiting factor are: 1. The use of the implicit deflator for govern- mental goods and services used in the calcu- lation of the Gross National Product (GYP Deflator) for the first. two years. It will then be replaced by an index calculated by a state agency which will be indicative of the growth in local costs. If the GNP Deflator is chosen, as it is projected to be lower than the other alternative (6.5 percent versus 8 percent) the Committee is leaning toward inclusion of local alternative revenue sources (utility users tax,.county authority to license busi- nesses for revenue, parking tax, and amusement - tax). 2. The alternative is to use the 8 percent formula as outlined in AB 999. If the Committee' chooses this alternative, there are indications that the alternative revenue sources will not be included. Recommended County Action: It is unclear which formula will allow counties the most flexibility. If projections hold true (GNP Deflator at 6.5 percent) counties would experience a percent and a half lower growth under that formula. If all counties imposed the utility users tax and the business license fee statewide those alternative sources would more than equal the loss of that percent and a half in growth. It should be noted, however, that those sources are not county wide sources. In Communications,counties should emphasize that their budgets fund rapidly growing mandated programs (courts, medically indigent,-DC) and that the index used should allow maximum flexibility. also, emphasize if either index is used, counties :ill require substantial state protection from rising health and welfare costs.' This protection must be supplied in the form of a freeze in Medi-Cal and SSI growth, and a state assumption o the cost of general relief. Those forms are presently under committee -consideration. 001711 SMe'•c;k', fir,T:a.4i.,c^-s. ----HMO Page 3 July 22, 1977 Issue Number 2 Health and Welfare Funding. The Committee has tentatively adopted a provision that limits the growth in SSI/SSP and Medi-Cal programs to the allowable growth in revenue. Remaining .are the following questions: I. Will the bill include a general relief buy-out as proposed by SB 382 by Senator Alquist. 2. Will the bill provide for a freeze in the growth of SSI and Medi-Cal. Recommended County Action: Emphasize the unpopularity of the impact of the growth. of SSi/SSP and Medi-Cal on the property tax expenditures: Also, as mentioned above; emphasize that any revenue limitation must be accompanied by a protection for county government from escalating health and welfare costs'. Issue Number 3• - Base Year. As AB 1S4 is now written, the Base Year for calculating revenue limits would be 1976-77. Basically, counties would be allowed a two year growth for the period from July, 177 to July, '79 (if the index is 8 percent then the two year growth would be 16 percent). . This mechanism is suggested by the Committee's staff as a way of assuring that the revenue limits will take affect as soon•as possible and will prevent counties from using large increases in assessed valuation for the 1977-78 year. More detail regarding this and other provisions of AB 999 can be found in the July 15th request for information sent to all CAO's. As an alternative, the Committee is considering some sort of averaging of the first two years growth. Recommended County Action: Counties should emphasize that 77-78 budgets have been prepared and that the application of a two year system as proposed would amount to retroactively applying the limitation to this year in which decisions have been 00 712 7 Page 4 July 22, 1977 made. (If the limit were at eight percent, the system would allow the county 16 percent growth for the first two years. Therefore, if your property tax revenues grew by 12 percent in 77-78, you would be allowed only 4 percent in 78-79). If the state cannot control the growth in property tax revenues for the year 77-78, the cost of their homeowner relief will escalate as property tax bills 'escalate. The problem is, therefore, a conflict between state costs, and the administrative problems experienced by counties. Counties should emphasize those administrative problems in their corn- munications. 'Issue Number 4 - Alternative Revenues Sources. If the Committee adopts the- lower'limit, they will probably allow the imposition of the revenue sources mentioned above. Norte of these sources are countywide in nature. The only county wide source of discussion has been an increase in-the motor vehicle- in-lieu-fee from 2 percent to 2.8 percent. This increase would bring the in-lieu fee up to the state wide average' property tax rate. Recommended County Action: Emphasize that if revenue limits are imposed, there will be a need for countywide alternative revenue sources: As this is the only one under discussion, it should be suggested.(Note: The imposition of additional motor vehicle in-lieu fees appears to be a regressive tax and some Supervisors may be reluctant to suggest its imposition). Issue Number S - Level of Relief. Levels of relief under consideration are substantially less than those suggested by SB I54 as passed by the Senate. Although this is not an issue -directiy related to county budgeting, some counties, or supervisors, may wish to comment on the fact that the levels of relief seem to be reduced. Under consideration is $550 million for homeowners and 5300 million for renters. SB 1S4 suggested 5660 million for homeowners and S435 million for renters. 00713 i r s-xx 114 o- Page 5 Jay Z? 1977 i r ; AFx t SLTA�iARY4. It is critical that commu7iiat26th frSuch communications. rI I ived.before.Tuesd y,r Y should emphasize the growth in mandate ' d.progiams;over d for revenue which .counties have no c lexibirol.lity,the nand the need for limits allowing maximum flexibility, additional funding of health and welfare costs. Some of the points outlined in this Memo e lomat neincluded explained in further detail by the in the July lSth Memo. k you for your efforts on this important issue. -rhan1 r y H H { 3 : $a. ri u&'savdt:` i }�r,.A*•�'" r � s *iitw x,. pb,d r4' yr r r '`.i. '•, ,.,"'`'. ,x k `u't' r"`^ ° �' 's "*g", `'r^� Rd`­ xi cr °'n f S 1 Y A Al y. x 7 h,•�.:... ,� :.: i'. > +i^fie S'4 ��AA, f i - 3 l T/H.svt In the Board of Supervisors of Contra Costa County, State of California July 26 , 19 77 In the Matter of Authorization for Contract Negotiations. The Board having considered the recommendation of the Director, Human Resources Agency, regarding certain requests from operating departments for the completion of contracts for the provision of various types of program-related services for the County, IT IS BY THE BOARD ORDERED that the Director, Human Resources Agency, or his designee, is 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 TERM/ EST. AMT. CONTRACTOR DEPARTMENT SERVICES EFF. DATE: FUNDING 1. Meridith B. Cox MS/Mental Staff Training 7/21/77 $ 100 (consultant) Health Short-Doyle (1 day) (90% State/ 10% County) 2. Elite Linen Supply Med. Hospital Laundry 8/1/77 to $40,000 (Martinez, CA) Svcs. Services 7/30/78 (Medi-Cal, PNP, Medicare) 3. Richmond Unified Social WIN Child Care 7/l/77 to $21,660 School Dist. Service Title IV-C 6/30/78 (90% federal, 6.75% state, 3.25% county) 4. Pittsburg Uni- Social WIN Child Care 7/1/77 to $ 81500 fied School Dist. Service Title IV-C 6/30/78 (90% federal, 6.75% state, 3.25% county) 5. YWCA of Contra Social WIN Child Care 7/l/77 to $ 8,500 Costa County Service Title IV-C 6/30/78 (90% federal, 6.75% state, 3.25% county) PASSED BY THE BOARD ON July 26, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date oforesaid. Ori g• Human Resources Agency Witness my hand and the Seal of the Hoard of Medical Director Supervisors MH Director affixed this 26thday of July 19 7 Welfare Director Contracts Unit County Administrator J. R. OLSSON, Clerk County Auditor g�, 1,14611 , Deputy Clerk axine H. Ne eld -001715 H-24 3/7615m In the Board of Supervisors of Contra Costa County, State of California July 26 .,19. ,77 In the Matter of Japanese Auto Plant Site Proposals. The Board having received a July 18, 1977. notice from Mr. Dennis G. Amundson, Deputy Director,; St:ate Business .and Transportation Agency, Office of Business Development, advising that Japanese auto plant site proposals should be submitted no later than August 15, 1977 in accordancewith the attached instructions and standard format; IT IS BY THE BOARD ORDERED that the aforesaid information Is REFERRED to.the Director of Planning and Contra Costa County Development Association. PASSED on July 26, 1977- I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date oforesaid cc: Director of Planning VAtness my hand and the Seal of the Board of CCC Development Assoc. s"PeTvisan County Administrator affixed this26thday of .:ulv 7977 f tt �t J. R. OLSSON, Clerk `y t. T�i s=t�:�•-2�' Deputy Clerk Helen C. Marshall H-24 3176 15m In the Board of Supervisors of Contra Costa County, State of California July.26 011977— In 1977— In the Matter of Authorizing City of Walnut Creek Held Harmless with respect to Certain Liability On the recommendation of the County Administrator, IT IS BY •THE BOARD ORDERED that the City of Walnut Creek is hereby HELD HARMLESS with respect to liability arising from assignment by the Walnut Creek-Danville Municipal Court of juveniles to,, work'details ` on city streets and property. Passed by the Board on July 26, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Orig: Administrator Witness my hand and the Seal of the Board of cc: City of Walnut Creek supervisors Walnut Creek-Danville affixed this2§th day of July I9_M Municipal Court Public Works Director County Counsel J. R. OLSSON. Clerk eye l Deputy Clerk Maxine M. Neufeld H-24417715m v©TI n��f►�� At 9:50 a.m. the Board recessed into Executive Session in Room 108 of the County Administration Building�st Martinez, California, pursuant to Government Code Section 3+957.6, to discuss salary matters. The Board reconvened in its Chambers at 31:07 a.m. and adopted the following four resolutions and two orders: 00718 18 BOARD OF SUPERVISORS, CONTRA COSTA'COUNTY CALIFORNIA, In the flatter of 1977-79 ) Compensation for Employees ) in Units Represented by RESOLUTION N0:`771599 } Contra Costa County Employees ) Association, Local No. 1.- ) The Contra Costa Comity--Board of-Supervisors -RESOLVES THAT 1. On July 26, 1977; the Employee Relations Officer submitted = the :Memorandum of Understanding dated`July. 22,< 1977,-.entered. into with the Contra Costa County Employees Association, Local No.>, l, for the following. Units represented by the Association: Agriculture and Animal Control.Unit _ _.. Attendant'- LVN Aide Unit Deputy Public Defenders Unit -Engineering Unit Fiscal Services Unit ----General Services and ?Maintenance Unit Health Services Unit Investigative Unit Legal and Court Clerk Unit Library Unit Probation Unit; and 2. This Board having thoroughly considered said Memorandum _ of Understanding, the same is approved. 3. Salaries and Terms and Conditions of Employment, CCCEA, Local 1. The Memorandum of Understanding with Contra Costa County pmt loyees Association, Local I is attached-hereto, marked Exhibit . A; and Paragraphs Numbers 1 through 33 inclusive and Appendices A and B and Exhibit A thereto, are incorporated herein as if set forth in full and made applicable to the employees in the above- named units. 4. ,If an ordinance is required to implement any of the fore- going provisions, said provisions shall become effective upon the first day of the month folloi4ing thirty (30) days after such ordinance is adopted. 5. This Resolution is effective as of July 1, 1977• PASSED on July 26, 1977, unanimously by the Supervisorspresent. cc: Contra. Costa County Employees Association, Local No. 1 Director of Personnel Cot,nty auditor-Controller (6) County Administrator County Counsel , t 00719 RESOLUTION Nth. Memorandum of Understanding Between Contra Costa County And Contra Costa County Employees Assn., Local ;No. 'I This Memorandum of Understanding is entered into pursuant to the authority contained in Division 34 of the Contra Costa County Ordinance Code'and has been jointly prepared by the parties. The Employee Relations Officer (County Administrator) is the representative of Contra Costa County in employer-employee relations matters as provided in Ordinance Code Section 34-8.012. Contra Costa County Employees Association, Local Pio. i is the formally recognized employee organization for the representation units below, and such organization has been certified as such pursuant to Chapter 34-12 of the Contra Costa County Ordinance Code. Such representation units are as follows: A. Agriculture and Animal Control Unit B. Attendant-LVN-Aide Unit C. Deputy Public Defenders Unit D. Engineering Unit E. Fiscal Services Unit F. General Services and Maintenance Unit G. Health Services Unit H. Investigative,Unit I. Legal and Court Clerk Unit J. Library Unit K. Probation Unit The parties have met and conferred in good faith regardingwages, hours and other terms and conditions of employment for the employees in said representation units, and have freely exchanged information, opinions and proposals and have . endeavored to reach agreement on all matters relating to the.employment conditions , and employer-employee relations of such employees: This Memorandum of Understanding shall be presented to the Contra Costa County Board of Supervisors as the joint recommendations of the undersigned for salary and employee benefit adjustments for the fiscal years commencing July 1, loll and ending June 30, 1979. As used throughout this Memorandum of Understanding, the pronoun designation "he" or "his" is intended to be applicable to both the male and female gender. 1. For the fiscal years 1977-1978 and 1978-1979, the salary ranges for each classification of the representation units represented by Contra Costa County Employees Association, Local Pio. 1, shall be as set forth in Exhibit A which is attached hereto and made a part hereof. L�„'A1ltU�o U� Q 0011-120 2. Health Plan The County and the Union agree to .contnue the existing County Group Health Plan program of combined Medical, Dental and Life Insurance coverage through California Dental Service, Occidental Life Insurance and the medical insurance options of Kaiser-Permanente Foundation and Blue Cross of Northern California. Effective August 1, 1977 through July 31, 1978, employee contribution rates for either plan option for all permanent 20/40 or greater employees covered by this Memorandum of Understanding shall be S6.90 Employee Only or $23.00 Employee and Dependent(s). Corresponding rates for employees receiving Medicare covered by this Memorandum of Understanding shall be $1.00 for Employee Only receiving Medicare; $15.30 for Employee and Dependent(s) with one member receiving Medicare; and $7.60 for Employee and Dependent(s) with two members receiving Medicare. The County shall contribute the necessary balance of costs to maintain the Plan on behalf of the eligible employees for this period. Effective August 1, 1978 through July 31, 1979 the County agrees to increase its contribution toward each health plan option by $4.50 per month for Employee Only and $8.00 per month for the Employee and Dependent(s); any increase in the health plan costs in excess of $4.50/8.00 per month shall be borne by the employee. Corresponding Medicare rates for employees covered under this Memorandum of Understanding shall be as follows: for Employee Only on Medicare by taking the Employee Only rate for the option selected and subtracting the monthly Part B Medicare premium withheld from Social Security payments for one enrollee; for Employee and Dependent(s) with one member on Medicare by taking the Employee and Dependent(s) rate for the option selected and subtracting the monthly Part B Medicare premium withheld from Social Security payments for one enrollee; for Employee and Dependent(s) with two members on Medicare by taking the Employee and De- pendent(s) rate for the option selected and subtracting the monthly Part B Medicare premium withheld from Social Security payments for two enrollees, provided however that the minimum employee health plan contribution will be $1 per month. Unless modified by mutual agreement, any increased premiums from the Health Plan Carriers, effective after July 31, 1979 shall be the responsibility of the employee-subscriber. Upon retirement, employees represented by Contra Costa County Employees Association, Local No. 1 may remain in the same County group medical plan if immediately before their retirement they are either active subscribers to the County health plan or if on an authorized leave of absence without pay they have retained individual conversion membership from the County plan. 3. The Union has been given a copy of a revised administrative bulletin pertaining to pay for work in a higher classification. It is understood that this administrative bulletin is to be implemented when the appropriate changes in the County Ordinance Code have been effectuated. ` �JI 4. Employees desirous of reassignment to a position in the same classification at another work location should submit a request for reassignment in writing to the department head. When openings occur in.various work locations, requests for reassignment will be reviewed with consideration given to various factors including but not limited to distance of employee's residence from desired work location and relative length of service of the applicants for a particular location. The department head or his designated representative shall make the sole determination as to assignment of personnel. In no event shall reassignments be utilized for disciplinary purposes. This reassignment provision applies to intra-departmental transfers only. The provision for work location reassignments applies only to the following units: Agricultural Unit (excluding the Weights and Measures Division); Health Services Unit; Library Unit; General Services and Maintenance Unit (excluding Hospital employees in this Unit); Legal and Court Clerk Unit. 5. The Countv Medical Services policy (4202) pertaining to bidding open job positions shall remain in effect for the duration of this Memorandum of Understandino. 5. The County agrees to provide a written statement to each new employee hired into a classification in any of the bargaining units represented by Contra Costa County Employees, Local No. 1, that their classification is represented by Local No. 1 and the name of a representative of the Contra Costa County Employees Association. 7. The County and Contra Costa County Employees Association, Local No. I agree that: a) Whenever time limits are specified in Chapter 34-28 Grievance Procedure of the County Ordinance Code, the words "day" or "days" shall be 2ef nea3 as work day or work days. b) With respect to "Fact-finding" as referenced in Chapter 34-28.004 of the County Employer-Employee Relations Ordinance, the County and Local No. l agree to continue the review of the practicality of utilizing the following procedure. Upon selection by the grievant and department head of a factfinding team, the team in conjunction with the Employee Relations Officer or his designated representative shall, as soon as possible, schedule a day, utilizing a County conference room, in which to hear the presentation of facts from parties involved in the grievance being investigated. Parties scheduled to attend this meeting shall be given no less than one week's notice. Parties unable to attend the initial fact-finding meeting shall be requested to attend a subsequent meeting(s) which shall be scheduled as soon as possible following the initial fact-finding meeting at the mutual convenience of the fact-finders. In the event the Business Representative of Contra Costa County Employees Association, Local No. 1 and a representative of the County Employee Relations Officer mutually agree to a written stipulation of the issue(s) of a grievance, and such stipulation shall be the accepted issue(s) for a subsequent arbitration of the crievance, 'the waiver of fact-finding set forth in Section 34-28.OM of the County Ordinance Code shall be deemed to be satisfied. 8. The length of service credits of each employee of the County shall date from the beginning of the last period of continuous County employment (including temporary, provisional, and permanent status, and absences on approved leave of absence). When an employee separates from a permanent position in good standing and within two years is reemployed in a permanent County position, service credits shall include all credits accumulated at time of separation, but shall not include the period of separation. The Personnel Director shall determine these matters based on the employee status records in his department. 9. The County Training Bulletin shall continue to limit reimbursement for career development training to $200 per semester or $150 per quarter, not to exceed $600 per year. 10. The County shall continue to maintain its existing mileage allowance for the use of personal vehicles on County business. All reimburseable mileage shall be paid according to the following per month formula: 1 - 300 miles $.17 per mile 301 - 700 miles $.12 per mile 701 plus miles $.07 per mile 11. All employees who are members of Contra Costa County Employees Association, Local No. 1 and who are in representation units wherein Local No. l is the majority representative tendering periodic dues, and all employees in the aforementioned unit(s) who thereafter become members of Contra Costa County Employees Association, Local No. 1 shall, as a condition of employment, pay dues to Contra Costa County Employees Association, Local No. 1 for the duration of this Memorandum of Under- standing, and each year thereafter. During a period of thirty (30) days prior to June 1, 1979 and thirty (30) days prior to any June 1 thereafter, any employee who is a member of Contra Costa County Employees Association, Local No. 1 in the aforementioned unit shall have the right to withdraw from and discontinue dues deduction as of the earnings period commencing May 1 (as reflected in the June 10 pay check). Said withdrawal shall be communicated by the employee in writing to the County Auditor-Controller's Department which shall accept and process the written withdrawal only during the above mentioned 30 day period. A withdrawal submitted to the Auditor-Controller outside of the 30 day period shall be returned to the employee. Immediately upon the close of the above mentioned 30 day period the Auditor-Controller shall submit to the union a list of the employees who have rescinded their authorization for dues deductions. An employee who is subsequently employed in a position outside of the Unit represented by Contra Costa County Employees Association, Local No. 1 shall not be required to pay dues to Contra Costa County Employees Association, Local No.l. Contra Costa County Employees Association, Local No. 1 shall defend, save, indemnify and hold harmless the County, and its officers, agent, and employees from any and all liabilities and claims for damages, from any cause whatsoever arising from or connected with and on account of dues deductions made on behalf of and received by Contra Costa County Employees Association, Local No. I 00723 12. As referenced in Section 34-26.002 and 34-26.004 of. County,.Ordinance >73-32. only a majority representative may have-dues deduction;-and-as such the majority representative has the 'exclusive privilege of dues deduction for new members recruited in its units). 13. The County will observe the following holidays during the term covered by this Memorandum of Understanding: Independence Day July 4, 1977 Labor Day September 5, 1977 Admission Day September 9, 1977 Columbus Day October 10, 1977 Veteran's Day November 11, 1977 Thanksgiving Day November 24, 1977 Day after Thanksgiving November 25, 19771- Christmas 977Christmas -December 26, 1977 New Years' Day January 2, 1978 Lincoln's Day February 13, 1978 _ Washington's Day February 20, 1978 Memorial Day May 29, 1978 Independence Day July 4, 1978 Labor Day September 4, 1978 Columbus Day October 9, 1978 � Veteran's Day November 10, 1978 Thanksgiving November 23,1978 = 4 Day after Thanksgiving November 24, 1978 - Christmas December 25, 1978 New Year's Day January 1, 1979. Lincoln's Day February 12, 1979 Washington's Day February 19, 1979 : Memorial Day May 28, 1979 Every day appointed by the President or Governor for a public-fast- thanksgiving, or holiday. Such other days as the Board of Supervisors may by resolution designate as holidays. If amendments to Government Code Section 6700 and/or 6701 become effective to delete any of the above as holidays or to add new holidays, such amendments shall be made part of this Memorandum of Understanding and shall be effective for employees represented by Contra Costa County Employees Assn., Local No. 1. If an ordinance code amendment is required to implement the-foregoing provision, the County shall enact such an ordinance code amendment. 00'724 14. The parties have met and conferred in good faith on issues involving retirement pending as of the date of the Memorandum of Understanding. Effective August 1, 1977, pursuant to Government Code Section 31581.1, the County will pay 35% of the retirement contributions normally required of employees covered by this Memorandum of Understanding, and effective August 1, 1978, the County will increase its payment to 50% of such retirement contributions; but such payments shall continue for the duration of this Memorandum of Understanding, and shall terminate thereafter. Effective July 1, 1977, employees covered by this Memorandum of Understanding shall be responsible for payment of the employees' contribution for the retirement cost of living program as determined by the Board of Retirement of the Contra Costa County Employees' Retirement Association without the County paying any part of the employees' share. The County will pay the remaining one-half (11) of the retirement cost-of-living program contribution. 15. The County agrees to a salary differential of thirty-five dollars ($35.00) per month to incumbents of positions allocated to classifications covered by this Memorandum of Understanding requiring bilingual proficiency as designated by the County. Said differential shall be prorated for employees working less than full-time and/or on an unpaid leave of absence during any given month. Designation of positions for which bilingual proficiency is required is the sole prerogative of the County, and positions which may now or in the future . require special language skills may have such requirements amended or deleted. 16. The County agrees to amend the County Ordinance Code to provide that effective January 1, 1978, when an employee voluntarily demotes to a classification paid at a lower salary range, the salary of the derated employee shall remain the same when the salary steps of the new range permit, otherwise, the salary shall be set at the step in the new range next below the salary the employee received prior to demotion. 17. Effective as soon as possible after the execution of this Memorandum of Understanding but no later than April 1, 1978, employees covered by this Memorandum of Understanding may be compensated for overtime worked either by monetary payment in accordance with Section 36-8.1002 of the County Code or by compensatory time off, said time off not to exceed five (5) work days (40 straight-time hours) in any one fiscal year (July 1, to June 30). Utilization of compensatory time off shall be by mutual agreement between the department head and the employees. 18. The Employer-Employee Relations Ordinance Chapter 34-12 shall be modified to accomplish the following: 34-12.008 - Unit Determination (a) shall be modified in the first paragraph to de ete the ten percent requirement for an employee organization intervening in the unit determination process and substitute therefore a thirty percent requirement. 34-12.012 - Election Procedure b) shall be modified in the first paragraph to delete the ten percent requirement for any recognized employee organization(s) to appear on the ballot and substitute therefore a thirty percent requirement. OW725) 3412.016 Modification of Representation Units shall be modified in the first sentence by adding words to the effect of "most recent" to the date of determination. This section shall be modified in the second sentence to require that petitions for modification of a representation unit be filed during a period of not more than one hundred and fifty days nor less than one hundred and twenty days prior to the expiration of the Memorandum of Understanding in effect. The last sentence of this section shall be modified so that modification of a representation unit shall not negate the term of an existing Memorandum of Understanding between the County and the recognized employee organization of the unit prior to the modification proceedings. 3412.018 Decertification Procedure shall be modified in the first sentence by adding words to the of ect of "most recent" to the date of formal recognition and by requiring the petition be submitted during a period of not more than one hundred and fifty days nor less than one hundred and twenty days prior to the expiration of the Memorandum of Understanding in effect. 19. If an employee receives a pay warrant which has an error in the amount of compensation to be received and if this error occurred as a result of a mistake by the Auditor-Controller's Department, it is the policy of the Auditor- Controller's Department that the error will be corrected and a new warrant ' issued within 48 hours, exclusive of Saturdays, Sundays and holidays from the time the Department is made aware of and verifies that the pay warrant is in error. 20. It is the position of the County Medical Services Department that personnel who work an 8-1� hour day are on their own time during their lunch period. Personnel who work an 8 hour day are to be considered on tail. 21. Employees in the County Medical Services Department will not be required to take X-Ray examinations in excess of what is required by applicable Federal and State Laws. 22. The County Medical Services Department safety committee shall continue to meet on a regular monthly basis to discuss various safety problems. Par- ticipation on this safety committee shall continue to consist of one employee representing each of the following units: Attendant-LVH-Aide; General Services & Maintenance; and Health Services Unit. 23. The County and Contra Costa County Employees Association, Local No. 1 agree that there shall be no discrimination because of race, creed, color, national origin, sex or union activities against any employee or applicant for employment by the County or by anyone employed by the County; and to the extent prohibited by applicable State and Federal law there shall be no discrimination because of age. 24. Attached hereto as Appendix B fs County Administrative Bulletin 311.2, "Sick Leave Policy". 00 126 25. Agriculture-Animal Control Unit a) Letters of commendation received by the Department shall be placed in the individual Animal Control Officer's and Animal Control Center Attendant's files. b) The County agrees to continue to pay each Animal Control Officer employed by the County prior to August 1, 1975 a flat monthly fee of sixty-five dollars dollars ($65.00). The above fee shall not apply nor be paid to Animal Control Officers who shall continue to use a departmental pickup vehicle for purposes of regularly assigned "on-call" work. When an Animal Control Officer, who is receiving the above-specified flat monthly fee of sixty-five dollars ($65.00) is assigned to "on-call work is allowed to use a departmental pickup vehicle for commuting purposes, either on a regular or part-time relief basis (e.g. vacations and/or sick leave), the sixty-five foliar ($65.00) fee shall be eliminated if such assi nment is for a full month or reduced on the basis of fifteen dollars ($15.00 for each full workweek said employee is allowed to utilize the departmental pickup vehicle for commuting purposes. The provision of this section dealing with fee payment does not and will not apply to any Animal Control Officer hired on or after August 1, 1975. c) The present uniform allowance for Animal Control Officers of twenty-two dollars and fifty cents ($22.50) per month shall remain unchanged throughout the term of this Memorandum of Understanding, provided however, that if the uniform allowance for Deputy Sheriff's is increased, the uniform allowance for Animal Control Officers will be increased by the same amount as the agreed upon increase in uniform allowance for Deputy Sheriff's on the same effective date or as soon thereafter as is required to effectuate the required change in the County Ordinance Code. d) Animal Control Center Attendants shall be provided with raingear of the same quality as that provided Animal Control Officers. e) The Agriculture Department anticipates that the 4-10 shift schedule for Animal Control Officers will- be instituted in the Fall of 1977, prior to December 1, 1977. f) The Agriculture Department will consider the residence location of employees in the classes of Weed 5 Vertebrate Pest Control Inspector and Weed Control Leadman, when a transfer of employees in these classifications is required. g) The Animal Control Division of the Agriculture Department has instituted a one-half (k) hour lunch period for all employees in the classification of Animal Control Center Attendant. Management will determine the time of the lunch period and the starting and quitting times for each emrpioyee. Crucial to the continuance of the one-half (31) hour lunch period will be the impact on service to the public. oo N j J�_ h) No later than January 1, 1978, the Department of Agriculture will establish safety committees for the Animal Control Division, Agriculture Division and Weights and Measures Division to be constituted as follows: Animal Control Division The Safety Committee shall include one Animal Control Officer and one Animal Control Center Attendant and appropriate management representatives. Agriculture Division The Safety Committee shall consist of one Agricultural Biologist and one Weed and Vertebrate Pest Control Inspector and appropriate management repre- sentatives. Weights and Measures Division The Safety Committee shall consist of one Weights and Measures Inspector and appropriate management representatives. As circumstances dictate these committees may meet jointly to discuss safety problems of mutual interest. 26. Attendant-LVN-Aide Unit a. A 51 salary differential shall be paid to those Hospital Attendants and Licensed Vocational Nurses identified by the administration as being required to requlariy respond to emergency "stat-calls" who do not now qualify for other hazard assignment differential. b. The County hereby agrees to recognize the establishment of an advisory Professional Standards Committee comprised of Licensed Vocational Nurses and Hospital Attendants employed in County Medical Services. Such a committee shall develop and communicate recommendations only to the Director of Nursing and Hospital Administration. The Professional Standards Committee shall schedule one (1) regular meeting the second Tuesday of each month during working hours, starting at 10 a.m. and County Medical Services agrees to release three (3) Licensed Vocational Nurses and two (2) Hospital Attendants for a period not to exceed two (2) hours for any one member to attend such meeting. Such Committee members shall be selected by Local No. 1. Numerical membership on the Professional Standards Committee shall be such as to preclude disruption of work activities of any particular work area. Upon two (2) weeks notice, the Committee may request, with approval of the Administrator-County Medical Services, that other personnel attend the monthly meetings, provided that such personnel are furnished with the reasons they have been invited and a written agenda for the meeting they have been asked to attend. A representative of Contra Costa County Employees Association, Local No. 1 and of I.c.D.A. wily attend and participate in the monthly meeting scheduled in September or October, 1977. O�f`"r28 c. The County shall continue to pay twenty dollars ($20.00) per month uniform allowance for employees in the Sheriff's Department who are required to wear a uniform in the or•formance of their duty in the classifications of Coroner's Aide and Senior Coroner's Aide. d. Effective January 1, 1978 or as soon as possible, Licensed Vocational Nurses assigned to work in the Jail shall receive in addition to their base pay a differential of 5% of base pay as premium compensation for this assignment. e. It is our understanding that the hospital intends to implement as soon as possible the new rotation schedule for days off recently voted on by the day shift Nurses, LVN's, Hospital Attendants and that Local No. 1 has advised the County that said rotation schedule is acceptable. 27. Deputy Public Defenders Unit a. The County shall pay membership dues in the California Public Defender's Association for all Deputy Public Defenders. b. A Professional Advisory Committee shall be continued. Said Committee shall be composed of not more than two employee representatives appointed by the Public Defenders Unit of Local No. 1 and two department representatives and shall meet at the mutual convenience of the parties once every two (2) months. c. The County agrees to reimburse incumbents in the classifications within the Deputy Public Defenders Unit for their membership in the California State Bar, such reimbursement not to include any penalty fees assessed for late registration. d. Upon receipt of the appropriate P-300 as submitted by the operating department and approved by the County Administrator's Office, the County agrees to conduct a review of the feasibility of increasing the number of Deputy Public Defender IV positions. The County shall make its findings known to the Union no later than October 14, 1977 unless extended by mutual consent of both parties, without obligation of the County to take action upon the results of the study. During the course of said study, the County shall review any information submitted by the Union relevant to the study. e. The Public Defender's Office shall continue the current leave policy for Deputy Public Defenders. 00729 28. Enoineerino Unit a. As soon as possible following the execution of the Memorandum of Understanding, the Public Works Department and the Clerk-Recorder's Office will institute a one-half (h) hour lunch period on a trial basis for all employees in the classification of Junior Draftsman and Senior Draftsman. Management will determine the time of the lunch period and the starting and quitting times for each employee. When the trial period has been concluded, the department will evaluate the one-half (h) hour lunch period to determine if it will be instituted on a permanent basis. Crucial to the continuance of the one-half (h) hour lunch period will be the impact on service to the public. The existing system of one-half (]�) hour lunch periods in the Assessor's Department will be continued. b. After the Gradina Technicians and Senior Grading Technicians in the Building Inspection Department submit the cost figures on raingear, the department will review the data and approve a maximum rate of reimbursement. The employees shall purchase their own raingear and be reimbursed for the amount they spent up to the maximum rate approved by the department. c. The Public Works Department shall conduct a study of the feasibility of instituting a flexible forty hour workweek for Junior Draftsman and Senior Draftsman. During the course of said study the department shall take into account information developed by the Union concerning the feasibility of instituting a core time workweek. The department shall make its findings known to the Contra Costa County Employees Association, Local No. l and the County Administrator's Office in approximately six (6) months without obligation upon the department to take action based upon the results of said study. 29. Fiscal Services Unit a. Local No. 1 will select a spokesperson who is an employee of the Auditor-Controller's Office to bring to the attention of and discuss with the department head or his designee at convenient times any safety problems existing within the department. The above does not exclude any other employee from bringing to the attention of the management of the Auditor-Controller's Office any safety problems that may exist. b. The Auditor-Controller's Department shall review the feasibility of institutine a one-half (h) hour lunch period on a trial basis for all employees in the classification of Programmer Trainee, Programmer I, and Programmer II no later than January 1, 1978. If management finds that it is feasible to institute a one-half (;:,) hour lunch period on a trial basis, management will determine the time of the lunch period and the starting and quitting times for each employee and will evaluate, at the conclusion of the trial period, the .one-half (-�) hour lunch period to determine if it will be instituted on a permanent basis. Crucial to the continuance of the one-half (2) hour lunch period will be the impact on service to the public. , .�iUo c. During the term of this Memorandum of Understanding the Auditor-Controller will receive information from the Data. Processing staff regarding the weekend work schedule, and review and respond to proposed work schedules.without obligation to implement said schedules. d. The Union has been given a copy of the vacation policy and procedures of the Data Processing Division of the Auditor-Controller's Department. It isnot the intent of the Department to change such policy during the term of this Memorandum of Understanding. If changes are required, the Department will notify the Union of such changes and upon request discuss with the Union the need for these changes. e. The Data Processing Division of the Auditor-Controller's Department is currently revising its overtime policy both with regards to overtime worked on. holidays and emergency overtime. The Department will provide the Union with a copy of said policy and upon request discuss it with the Union. f. Before October 14, 1977 the District Attorney or his.designee will meet_ ; with two representatives of the Collection's Services staff to discuss training needs of the Collection Services division. 30. General Services and Mainteance Unit A. Field Service 1. The County shall continue its contribution towards safety shoes in an amount not to exceed $10.00 per pair to a maximum of two pairs in any year and shall continue its contribution of $4.00 towards safety glasses. 2. The County will provide coveralls or overalls to each employee assigned to the Paint Crew & Bridge Crew in the Public Works Maintenance Division of the Public Works Department and will launder such clothing on a regular basis. The employees will be required to select either coveralls or overalls; this choice shall be considered a permanent selection. The $7.00 monthly allowance for bridge carpenters shall be discontinued. 3. The Safety Committee of the Public Works Department, as previously referenced in a Departmental Memorandum of Understanding, shall continue for the duration of this agreement. 4. Employees in the Flood Control District shall participate on the safety committee. 5. Laborers participating in the Public Works Department Equipment Operator I training program and who are employed as Laborers prior to July 1, 1977 will be paid mileage allowance in accordance with the existing County policy for such miles driven each day which exceed by ten (10) miles the miles driven between their residence and the location they worked immediately prior to entering said training program. It is understood that this agreement was made to take into account the very specialized nature of the aforementioned training program and should not in any way be considered as setting a precedent with regards to the County mileage allowance policy. 00 731 B. Shop Personnel 1. The Public Works Department agrees to provide one additional set of metric tools to be kept at the Shell Avenue Garage and further agrees to meet with two (2) Equipment Mechanics prior to November 1, 1977 to discuss whether an additional set of metric tools is needed at each garage. 2. Upon receipt of the appropriate P-300 as submitted by the operating department and approved by the County Administrator's Office, the County agrees to conduct a review of the Storeroom Clerk position at the Shell Garage. The County shall make its findings known to the Union no later than January 13, 1978 unless extended by mutual consent of both parties, without obligation of the County to take action upon the results of the study. During the course of said study, the County shall review any information submitted by the Union relevant to the study. 3. Upon receipt of the appropriate P-300 as submitted by the operating department and approved by the County Administrator's Office, the County agrees to conduct a review of the Lead Equipment Service Worker classification to determine if the title should be changed. The County shall make its findings known to the Union no later than November 15, 1977 unless extended by mutual consent of both parties, without obligation of the County to take action upon the results of the study. During the course of said study, the County shall review any information submitted by the Union relevant to the study. 4. The County has prepared and presented to each Equipment Mechanic a list of those tools required by the County to perform his/her duties. Recognizing that mechanics prefer certain types of tools over other types and that the nature of hand tools change or are modified from time to time, this list was a general one and not intended to be all inclusive. The County indicated the tools it will supply and will review said list periodically. C. Building Maintenance 1. Union Stewards in the Building Maintenance Division shall be relieved from their assigned work duties by their supervisors within twenty-four (24) hours (excluding Saturdays, Sundays, and holidays) upon receipt of a request by an employee in that division to investigate and/or process a grievance initiated by said employee. 2. The Building Maintenance Division of the Public Works Department will continue the seven day per week maintenance coverage of County facilities by Operating Engineers. 3. Custodians in the Probation Department specifically assigned res- ponsibility in writing for providing work training to assigned juveniles shall receive in addition to their base pay a differential of 51.rof base pay as premium compensation for this additional responsibility. Such differential to be computed on the basis of hours actually spent in directing juveniles in o k training. 66 732 4. Upon receipt of the appropriate P-300 as submitted by the operating department and approved by the County Administrator's Office, the County agrees to conduct a review of the feasibility of flexibly staffing all Custodian I and II positions. The County shall make its findings known to the Union no later than September 1, 1977 unless extended by mutual consent of both parties, without obligation of the County to take action upon the results of the study. During the course of said study, the County shall review any information submitted by the Union relevant to the study. 5. Effective January 1, 1978, the existing vacation scheduling procedure for Custodians I and II in the Buildings and Grounds Division of the Public Works Department shall be modified to provide as follows: All employees, in order of seniority, with the Buildings and Grounds Division of the Public Works Department shall be afforded the opportunity to indicate their preference of vacation dates for their vacation entitlement by area. If an employee wishes to split his/her vacation entitlement and schedule a portion of his/her vacation at another time, he/she shall be afforded a second opportunity to exercise his/her seniority in scheduling each second choice after all other employee's vacations have been scheduled. For example: If an employee has a vacation entitlement of four (4) weeks and wishes to take two (2) of those weeks in July, his/her preference for the specific dates in July would be reviewed by the department in accordance with his/her seniority. Once the first choice of vacation dates for this employee and all other employees have been reviewed by the department and scheduled by area in accordance with seniority, the employee may indicate his/her preference of vacation dates for the remaining two (2) weeks of his/her vacation entitlement which again will be reviewed and scheduled by area by the department in accordance with his/her seniority. 6. When a custodian vacancy occurs in the Building Maintenance Division of the Public Works Department the department will consider reassignments to those vacant positions which the Department intends to fill based upon the following criteria: (1) Work performance (2) Attendance (3) Seniority (4) Proximity of work location to the worker's home The Department Will post a notice of those permanent vacancies to be filled in the Martinez Building Maintenance Office, the Richmond Administration Building and the Pittsburg Administration Building. Such notices shall be posted for not less than ten (10) working days. Nothing in this provision shalt be interpreted as preventing the Department from temporarily filling a vacancy during the posting period and until any reassignment is effected. 7. The Building Maintenance Division of the Public Works Department shall continue the safety committee of no less than two employees selected by Contra Costa County Employees Association, Local No. 1 in the classes of 'Window Washer and Lead Window 'clasher to discuss various safety problems. This committee shall meet not less than once every three (3) months nor more than once a month upon request of the employees. ��(!1)ry D. Juvenile Hall Upon receipt of the appropriate P-300 as sumbitted by the operating department . and approved by the County Administrator's Office, the County agrees to conduct a review of the Hospital Services Worker positions at Juvenile Hall to determine if the title should be changed. The County shall make its findings known to the Union no later than September 30, 1977 unless extended by mutual consent of both parties, without obligation of the County to take action upon the results of the study. During the course of said study, the County shall review any information submitted by the Union relevant to the study. E. Communications 1. Communications Technicians shall receive the 5% hazard pay for each month in which they are assigned to climb high towers. 2. The Communications Division Safety Committee shall be continued. Said Committee shall consist of two Communications Division employees selected by the Union. Said Committee shall meet quarterly with the Communications Engineer and the Departmental Safety Coordinator. Said meetings shall not exceed one hour in duration except by mutual agreement of the parties. F. Sheriff's Personnel 1. The County shall continue to pay twenty dollars (520.00) per month uniform allowance for employees in the Sheriff's Department who are required to wear a uniform in the performance of their duty in the following classifications: Sheriff's Dispatcher, Senior Sheriff's Dispatcher, Sheriff's Services Assistant, Sheriff's Technican and Storekeeper. 2. Sheriff's Dispatchers and Senior Sheriff's Dispatchers shall be given the opportunity to meet periodically with the Sheriff's Departmental Safety Officer to discuss various safety matters. 3. The letter of understanding dated August 17, 1976 between the Union and the Sheriff's Department concerning the shift schedule and time off for vacation for Sheriff's Dispatcher and Senior Sheriff's Dispatcher is attached to this Memorandum of Understanding and made a part thereof. G. Building Inspectors The Building Inspection Department is reimbursing the employees in the classifications of Building Inspector, Building Inspector I, Building Inspector II, Mechanical Inspector and Electrical Inspector for the actual cost to purchase raingear and coveralls up to a maximum amount of Eighteen Dollars ($18.00) plus sales tax for coveralls and Fourteen Dollars (514.00) plus sales tax for raingear for a total of (532.00) plus sales tax. 00134 t • j H. Messenger Upon receipt of the appropriate P-300 as submitted by the operating department and approved by the County Administrator's Office, the County agrees to conduct a review of the Messenger classification. The County shall make its findings known to the Union no later than January 16, 1978 unless extended by mutual consent of both parties, without obligation of the County to take action upon the results of the study. During the course of said study, the County shall review any information submitted by the Union relevant to the study. I. Central Service Local No. 1 will select a spokesperson who is an employee of the Auditor- Controller's Office to bring to'the attention of and discuss with the department head or his designee at convenient times any safety problems existing within the department. The above does not exclude any other employee from bringing to the attention of the management of the Auditor-Controller's Office any safety problems that: may exist. J. Hospital Workers 1. Upon receipt of the appropriate P-300 as submitted by.the operating department and approved by the County Administrator's Office, the County agrees to conduct a review of the Hospital Services Maker position in the Clinical Laboratory in the Medical Services Department to determine if it is properly classified. The County shall make its findings known to the Union no later than January 13, 1978 unless extended by mutual consent of both parties, without obligation of the County to take action upon the results of the study. Durino the course of said study, the County shall review any information submitted 6y the Union relevant to the study. 2. Upon receipt of the appropriate P-300 as submitted by the operating department and approved by the County Administrator's Office, the County agrees to conduct a review of the Central Supply Assistant classification to determine if the title should be changed. The County shall make its findings known to the Union no later than August 15, 1977 unless extended by mutual consent of both parties, without obligation or the County to take action upon the results of the study. During the course of said study, the County shall review any information submitted by the Union relevant to the study. 3. The County agrees to provide pants suits as an option to employees in the classes of Central Supply Assistant, Central Supply Leadman, Hospital Services Worker, I,and'Hospital Services 'Worker II who are normally furnished uniforms by the County. 00f35 31. Health Services Unit A. The current Public Health Nurse Professional Standards and Practices Committee shall continue for the duration of this Memorandum of Understanding. B. The County shall continue the Professional Standards Committee comprised of Registered Sanitarians selected by Local No. 1 and employed in the County Health Department who may, as a committee, develop and communicate recommendations to the Chief of the Environmental Health Services Division of the Health Department. The Professional Standards Committee may schedule only one (1) regular meeting each month during working hours, and the County will release from duty a maximum of two (2) sanitarians for a period not to exceed one (1) hour for any sanitarian to attend such meeting. The agenda and minutes of each meeting shall be forwarded to the Chief of the Environmental Health Services Division. It is understood that the Professional Standards Committee is advisory only and the subjects it reviews shall be restircted to those directly related to sanitarian's practices. C. The Public Health Department shall conduct a study of the feasibility of instituting a staggered starting time system for Sanitarians and Senior Sanitarians. The department shall make its findings known to the Contra Costa County Employees Association, Local No. 1 and the County Administrator's Office in approximately six (6) months without obligation upon the department to take action based upon the results of said study. D. As soon as possible following the execution of this Memorandum of Understanding, County Medical Services will institute a staggered lunch period system for the Clinical Laboratory Technologist and Senior Clinical Laboratory Technologist classifications in order to ensure uninterrupted lunch periods for these employees. E. Not later than January 1, 1978 the County Safety Officer will meet with a Business Agent of Local #1 and two members employed at the County Health Building at 38th and Bissell in Richmond to review the safety problems that may exist at this facility. F. The Health Department agrees to allow Public Health Nurses to take compensatory time off for educational workshops attended on weekends on the basis of one hour off for each hour spent at the workshop, subject to the following limitations: a) All workshops for which compensatory time will be given must receive departmental approval prior to the PHN attending the workshop. Only Board of Registered Nurses accredited workshops will receive departmental approval. b) The department will be allowed 45 working days following the workshop in which to schedule time off for those PHN'S who attended. c) All time off for weekend workshops will be included in the maximum of 48 hours per PHN which is currently allowed for attendance at workshops which are held on working weekdays. 0 0 3 6 G. Upon receipt of the appropriate P-300 as submitted by the operating department and approved by the County Administrator's Office, the County agrees to conduct a review of the Occupational Therapist, Physical Therapist and Recreation Therapist classifications in the Medical Services and Public Health Departments to determine if a Senior level classification is justified. The County shall make its findings known to the Union no later than May 1, 1978 unless extended by mutual consent of both parties, without obligation of the County to take action upon the results of the study. During the course of said study, the County shall review any information submitted by the Union relevant to the study. H. Public Health Nurses who work in the field shall have a normal work day commencing 8:00 a.m. through 4:30 p.m. with a one-half hour lunch break; provided, however, that on the day or days a Public Health Nurse is working in a field clinic which remains open after 4:30 p.m., she shall schedule her day to provide an eight (8) hour workday; and, provided further, that at the expiration of this Memorandum of Understanding the Health Department and/or the County may review this schedule change to determine whether the needs of the County and the community are properly served and may recommend a return to the 8:00 a.m. to 5:00 p.m. normal workday with a one hour lunch break. 32. Library Unit A. The Memorandum of Understanding between the Union and the County concerning the Library Practices Advisory Committee will be revised to reflect the changes agreed upon during the meet and confer process. B. The in-service training program for Library Assistants being developed by Library management shall be discussed at the next quarterly meeting of the Library Practices Advisory Committee. C. The Library reassignment policy will be modified by September 30, 1977 to include recognition of mutual transfers with departmental approval and to add proximity of employees' residence to the work location as another criteria considered by the department when employees are reassigned. D. It is the position of the Library Department that employees in classes represented in the Library Unit are on their own time during their lunch period and are not subject to be called back to work during their lunch period. E. For those Library employees whose day off occurs on a Friday payday, the Library Administration will make every attempt to have their paychecks available at the Regional and Central Library Offices prior to 6:00 p.m. on the Thursday immediately preceding that Friday payday. Representatives of the affected employees shall submit by 12:00 noon on that Thursday to the Supervising Clerk in Library Administration a list of names and work locations of the employees whose day off will occur on the Friday payday and who are desirous of picking up their checks on Thursday. F. The Library agrees to continue to explore maximizing two days off in a row for library personnel covered by this Memorandum of Understanding. G. County Library personnel shall get a 5: differential for all scheduled hours worked between o p.m. and 9 p.m. 00 737 1 H. Employees in the Library Unit, who are scheduled to work and who work five (5) days in a week, and who work Saturday as one of the scheduled days, shall receive a 5% differential for all hours worked on such Saturday in any week in which the employee does not get two (2) consecutive days off work. A consecutive Sunday and Monday off work shall be considered as two consecutive days off work for the preceding week. Said 5% differential- shall not apply to any overtime hours worked on Saturday. I. In the event that Sunday is to become part of the scheduled work week for Library Unit employees, the County agrees to meet and confer with the Union regarding those employees who will be assigned to work Sunday as part of their regularly scheduled work week. 33. Probation Unit A. Pursuant to the Departmental Memorandum of October 28, 1974, the Probation Department will continue to receive and consider proposals for adjusted hours for employees in the Department-subject to the criteria set forth in the aforementioned memorandum. B. The current reassignment policy of the Probation Department shall remain in effect for the duration of this Memorandum of Understanding modified- only by the following: In order to provide for timely filling of vacant positions, the procedure to apply for consideration of transfer to other comparable positions is as follows: 1. The employee will submit, through regular administrative channels, a separate request asking to be considered for vacancies which will occur in the unit, division, or location into which he desires to transfer; 2. These requests will be promptly forwarded to the Department Personnel Clerk; who will record the request and return an acknowledgment slip to the employee. 3. As vacancies occur in any unit, division, or location, the Personnel Clerk will contact the persons who have on file a request for transfer to verify their current interest, and forward those names to the appropriate Division, and the clerk will issue a memo announcing the vacancy for information purposes and post same. 4. The Personnel Clerk will also submit a Personnel Request for certification of names from the appropriate employment list and forward them to the Division. 5. Applicants will be considered and a selection made. 6. A monthly report of personnel transactions will be issued. This policy will not apply to transfers within a unit which involve only a rearrangement of workload or work hours within that unit. All newly created jobs will be posted by memo in each work location and appropriate time given for applicants to apply for transfer consideration. 00138 f ' MEN Requests to be considered for transfer will be valid for one year following their submission. If the applicant wishes to be considered beyond that time, he should submit a new request. C. The Probation Department has developed an administrative policy that shall instruct all unit Supervisors to hold personal evaluations and submit a written evaluation to all Deputy Probation Officers whenever such Officers transfer from their units. D. The safety committee at Juvenile Hall shall continue for the duration of this memorandum of understanding. E. Upon receipt of the appropriate P-300 as submitted by the operating. department and approval by the County Administrator's Office, the County agrees to conduct a review of the feasibility of increasing the ratio of positions that may be flexibly staffed to the Senior Deputy Probation Officer level to one hundred percent (100%). The County shall make its findings known to the Union no later than September 1, 1977 unless extended by mutual consent of both parties, without obligation of the County to take action upon the results of the study. During the course of said study, the County shall review any information submitted by the Union relevant to the study. F. Effective September 15, 1977 or as soon thereafter as possible, all employees in a classification in the Probation Unit shall receive a shift differential in the amount specified in Section 36-8.604 of the Contra Costa County Ordinance Code, said differential to be paid only for a shift in which the employee works four (4) or more hours between the times of five p.m. through nine a.m. (5:00 p.m. through 4:00 a.m.) G. The Probation Services Advisory Committee shall continue during the term of this Memorandum of Understanding. It is mutually recommended that the modifications shown above be made applicable on the dates indicated and upon approval by the Board of Supervisors. Resolutions and Ordinances where necessary, shall be prepared and adopted in order to implement these provisions. It is understood that where it is determined that an Ordinance is required to implement any of the foregoing provisions, said provisions shall become effective upon the first day of the month following thirty (30) days after such Ordinance is adopted. This Memorandum of Understanding shall remain in full force and effect from July 1, 1977 through June 30, 1979. Date: c? 1 CONTRA COSTA COUNTY CONTRA COSTA COUNTY EMPLOYEES ASSOCIATION, LOCAL NO. 1 00 X39 APPENDIX A SALARY A!RICULTURE R ANIMAL CONTROL Un IT EFFECTIVE 7/1/77 EFFECTIVE 7/1/78 f.GlrC'JLT'JPAL BIOLOGIST TRAINEE 954-1160 1002-12I8 A,',RICULTURAL BIOLOGIST I 3078-1310 1132-1376 1aRICULTUPAL BIOLOGIST II 1218-1480 1279-1554 ANLIIAL CONTROL CENTER ATTENDANT. 914-1111 960-1167 ANIMAL CONTROL OFFICER 945-1149 993-1207 HEAVY CAPACITY WEIGHTS & MEASURES INSPECTOR 1214-1476 ,1275-1549 LEAD VECTOR, CONTROLLER 9904203 1039-1263 VECTOR CONTROLLER $9$-1091 :,` 943-1146 NEED & VERTEBRATE PEST CONTROL INSPECTOR 984-1196,,, 1033-1255 WEED CONTROL LEADMAN 1084-1318 1139-1384 WEIGHTS & MEASURES INSPECTOR I 1049-1275 1101=1338 WEIGHTS & PEASURES INSPECTOR II 1156-1405 1214-1476 WEIGHTS & MEASURES INSPECTOR TRAINEE 900-1094 945-1149 Nil-NAL HEALTH TECHNICIANt 1052-1279 1104.-1342 ATTENDANT-LVN-AIDE UNIT CORONER'S AIDE 847-1030 889=1083 DENTAL ASSISTANT 710-863 745406 HOME HEALTH AIDE I 644-783 676-822 HOME HEALTH AIDE II 710463 745-906 HOSPITAL ATTENDANT 714-868 750-911 LEAD DENTAL ASSISTANT 783-951 822-999, LICENSED VOCATIONAL NURSE (LYN), ;. $124$7 852-1035 MORGUE ATTENDANT 812-987 852-1036 PUBLIC HEALTH AIDE 710-$63 745-9I45 SANITATION AIDE 716-871 752--914 SENIOR CORONER'S AIDE 931-31,42 978-1188 THERAPIST AIDE 727-884 764-928 DEPUTY PUBLIC DEFENDER UNIT DEPUTY PUBLIC DEFENDER I 1351-1489. .. . >1418-1564. DEPUTY PUBLIC DEFENDER II 1745=2123 = 1832=2227" DEPUTY PUBLIC DEFENDER III 2070-2516 2173-2642 DEPUTY PUBLIC DEFENDER IV 2310-280$ 2426-2948 ENGINEERING UNIT ASSISTANT REAL PROPERTY AGENT 1294-1573 1359=1652 ASSOCIATE REAL PROPERTY AGENT 1573-1912 16524200$ DRAFTING ESTIMATOR. 1440-158$ 1512-1667 GRADING TECHNICIAN 1267-1540 1330-1617 GRAPHICS TECHNICIAN I 903-1098 -948-1153 GRAPHICS TECHNICIAN II 1055-I282 1108-1347 JUNIOR DRAFTSMAN 887-1078 =931-1132 JUNIOR REAL PROPERTY AGENT 1014-1233 1065-1294 REAL PP.OPERTY TECHNICIAN 868-1055 911-1108 SENIOR DRAFTSMAN - 1055-1282 1108-1347 SENIOR GRADING TECHNICIAN 1397-169$ 1467-1783 SUPERVISING DRAFTSMAN 1270-1471 1271-1545 TRAFFIC SAFETY INVESTIGATOR 1115-1355 1170-1423 p ' 00'740 r SALARY - .. FISCAL SERVICES UNIT EFFECTIVE 7/1/77 EFFECTIVE 7/1/78 ACCOUNTANT II 1322-1607 1333-1:87 ACCOUNTANT III 1431-1740 1503=4827 ACCCUNTANT-AUDITOR I 1094-1330 1149-1397 AUDITCR II 1330-1617 1397-1698 BUYER i - 1196-1453 1255-1526 BUYER II 1318-1602 1384-1682 COLLECTION SERVICES ASSISTANT I 802-975 855-1039 . COLLECTION SERVICES ASSISTANT IL. 914-1111 - `` 975=1185 COLLECTION SERVICES OFFICER, : - 1033-1255 1101-1338 DATA PROCESSING EQUIPMENT OPERATOR I -865=1052 909=1104 DATA PROCESSING EQUIPMENT OPERATOR II 954-1160 1002-1218 DATA PROCESSING EQUIPMENT OPERATOR TRAINEE 748-909 785=954 FIELD TAX COLLECTOR 1002-4218'"' 1052-1279 KEY PUNCH OPERATOR 768-934 807-981 PROGRAMMER I 1174-1427 1233-1498' PROGRAMMER II 1359-1652 1427-1734 PROGRAMMER TRAINEE 1033-1255 1084-1313' SYSTEMS ACCOUNTANT 1540-1872 1617-1965 SYSTEMS SOFTWEAR ANALYST 1462-1777 1535=1866, GENERAL SERVICES 8 MAINTENANCE UNIT AIRPORT SERVICES ASSISTANT 990-1203 1039-1263 - APPRENTICE MECHANIC 1167-1286 .1225-1351 . ASSISTANT AUTOMOTIVE PARTS TECHNICIAN 928-1128 975-1185- . AUTOMOTIVE PARTS TECHNICIAN 1042-1267 1094-1330 BOOKMENDER 754-917 792463 BUILDING INSPECTOR I 1218-1480 1279-4554 BUILDING INSPECTOR II 1458-1772 1534-1860' BUILDING PLAN CHECKER I 943-1146 990-1203 BUILDING PLAN CHECKER II 1091-1326 1146-1393 i CENTRAL SUPPLY ASSISTANT 799-972 839=1020_ ° COMBINATION WELDER 1517-1672 1592-1756 COMMUNICATIONS EQUIPMENT AIDE 940-1142 987-1199 COMMUNICATIONS TECHNICIAN 1322-1458 1388-1531 COOK 993-1094" 104Z=1149 COOK'S ASSISTANT 802-975 842-1023 CUSTODIAN I 768-847 807-889 CUSTODIAN II 868-957 9.1171005., i DRIVER CLERK 879-1068 923=1121 DUPLICATING MACHINE OPERATOR 827-1005 -868-1055 ' ELECTIONS TECHNICIAN 940-1142 987-1199 ELECTRICAL INSPECTOR 1564-1901 1642-4996 EQUIPMENT MECHANIC 1414-1559 -1485-1637 EQUIPIMENT OPERATOR GRADE I 1192-1314 1252-4380 EQUIPMENT OPERATOR GRADE II 1334-1471 1401-1545 EQUIPMENT SERVICES WORKER 1111-1225 1167-1286 FINGERPRINT EXAMINER 1314-1597 1380-1677 GARAGE ATTENDANT 884-975 928-1023 GARDENER 1005-1108 1055-1163 HOSPITAL SERVICES WORKER 1 714-868 750-911 HOSPITAL SERVICES WORKER II 783-951 822-999 LABORER 1036-1142 1088-1199 LEAD CENTRAL SUPPLY ASSISTANT 892-1084 937-1139 00'741. { --I AMV F mum== SALARY GENERAL SERVICES & MAINTENANCE UNIT EFFECTIVE 7/1/77 EFFECTIVE 7/1/78 LEAD COOK 1149-1267 1207-1330 LEAS CUSTODIAN 957-1055 1005-1108 LEAD EQUIPMENT SERVICES 14ORKER 1225-1351 1286=1418 LEAD FOOD SERVICES WORKER 858-1042 906-1094 LEAD GARDENED 1163-1282' 1221-1347 LEAD WINDOW 14ASHER 1020-1125 -1071-1181 MECHANICAL INSPECTOR 1564-1901 1642=1996:. MESSENGER 644 783 676-822 h1ICROrILP1 TECHNICIAN I660-802 693-842 : MICROFILM TECHNICIAN II 727-884 764-928, MICROFILM TECHNICIAN III 802-975 842-1023_ OFFICE SERVICES WORKER I 676-822 710-863 '- OFFICE SERVICES WORKER II 754-917 792-963 OPERATING ENGINEER 1314-1449 1380-1521. ROAD MJAINTENANCE CARPENTER 1334-1471 1401.-1545 SENIOR COMMUNICATIONS TECHNICIAN 1467-1617„ 1540-1698' SENIOR SHERIFFS DISPATCHER 1068-1298 _ 1163-1414: SHERIFF'S DISPATCHER 969-1178 1055-1282 SHERIFF'S PHOTOGRAPHER 1049-1275 1101-1338 SHERIFF'S SERVICES ASSISTANT 1084-1196 1139-1255 SHERIFF'S TECHNICIAtt 911-1108 957-1163 SPECIAL QUALIFICATIONS WORKER 664-807 697-847 STATIONARY FIREMAN 1128-1244 1185-1306" • :. STOREKEEPER 1042-1267 1094-1330 STOREROOM CLERK 863-1049 906-1101 TELEPHONE OPERATOR 727-884 7647928. ;. TRAFFIC SIGNMAN 1275-1405 1338-1476 UTILITY WORKER 809-984 850-1033 WASTEWATER TREATMENT OPERATOR I 1149-1267 ;1207-1330 WASTEWATER TREATMENT OPERATOR II 1263-1393 1326-1462 WATER QUALITY CONTROL OPERATOR 1267-1397 1330-1467 WEED CONTROL TECHNICIAN 1084-1318 1139-1384 WINDOW WASHER 948-1045 996-1098 HEALTH SERVICES UNIT ALCOHOLIC REHABILITATION COUNSELLOR 1371=1667 1440-1750 ALCOHOLISM REHABILITATION AIDE 693=842 :727.-884 ALCOHOLISM REHABILITATION ASSISTANT 871-1058 t< '914-111.1 ASSISTANT SANITARIAN 1065-1294 1118-1359 CLINICAL LABORATORY TECHNOLOGIST 1199-1458 "1259-1531 CLINICAL PSYCHOLOGIST 1627-1977 1708-2076 COhw.IUNITY MENTAL HEALTH NURSE 1156-1405 1214-1476 DIAGNOSTIC RADIOLOGIC TECHNOLOGIST 1033-1255 1084-1318 DIETITIAN 1101-1338 1156-1405 HEALTH EDUCATOR 1306-1588 1371-1667 LABOP.ATORY ASSISTA`aT 710-863 745-906 MEDICAL RECORDS LIBRARIAN 1017-1236 T068-1298 MENTAL HEALTH PROGRAM AIDE 710-863 745-906 MENTAL HEALTH PROGRAM ASSISTANT 906-1101 951-1156 OCCUPATIONAL HEALTH SPECIALIST 1588-1930. 1667-2026 OCCUPATIONAL THERAPIST 1135-1380 1192-1449 00 742 9 SALARY HEALTH SERVICES UNIT EFFECTIVE 711177 ; _ EFFECTIVE 7/1/78 PHARMACIST I 1637-1805 1719-1895 PHARIACIST II - 1761-1942 1849-2039 FHAIMACY ASSISTANT 764-928 :'802-975 PHYSICAL THERAPIST 7135=1380 1192=1449, PUBLIC HEALTH MICROBIOLOGIST' 1207-1467 >1267=1540 PUBLIC HEALTH NURSE 1252-1521 1314-1597 PUBLIC HEALTH NUTRITIONIST: ' : ; 1214-1476 1275=1549 PUBLIC HEALTH RADIOLOGIC TECHNOLOGIST 1128-1371 1185-1440 CYTOLOGY TECHNICIAN 1075-1305 1128-1371 ' CYTOLOGY'TECHNOLOGIST 1314-1597 -1386-1577 RECREATION THERAPIST 1023-1244 - 1075-1306 ' SANITARIAN -1244-1512 : 13d6-1588 SENIOR CLINICAL LABORATORY TECHNOLOGIST- 1322-1607- -('1388-1687 SENIOR MiCRflBIOLOGIST 1330=1617 1397-1698 SENIOR SANITARIAN 1338-1627 1405-1708 SENIOR PUBLIC HEALTH NURSE 1347-1637 y 1414-1719, VENEREAL DISEASE INVESTIGATOR 1252-1521 .1314-1597% INVESTIGATIVE UNIT PUBLIC DEFENDER INVESTIGATOR-1 1449-1761 1521-1849 PUBLIC DEFENDER INVESTIGATOR:II ..,; : 1597-1942 1677-2039 PUBLIC DEFENDER INVESTIGATOR`ASSISTANT 889-1081 934-1.135 WELFARE INVESTIGATOR 1275-1549 1338:1627 LEGAL AND COURT CLERK UNIT LEGAL CLERK 1049-12751101A338 COURT CLERK 1185=1440y 1244=1512- LIBRARY UNIT BRANCH LIBRARIAN I -1221--1485 1282-1559 BRANCH LIBRARIAN II 1282-1559 1347-1637 BRANCH LIBRARIAN III 1347-1637 f 1414=1.719 LIBRARIAN 1062-1290 .1,115, 1355 LIBRARY ASSISTANT GRADE I 771437- 809-984,' LIBRARY ASSISTANT GRADE II _ 892-1084937-.:11139 LIBRARY SPECIALIST 1210-1471 1271-1545 PROBATION UNIT DEPUTY PROBATION OFFICER I - 1042-1267 1094-1330 DEPUTY PROBATION OFFICER II 1290-1568 1355-1647 GROUP COUNSELLOR I 914-1111 960-1167 GROUP COUNSELLOR II 1033-1255 1084-1318 GROUP COUNSELLOR III 1139-1384 1196-1453 PROBATION ASSISTANT 917-1115 963-1170 PROBATION TRAINEE 934-1135 981-1192 PSYCHOLOGIST 1405-1748 1476-1794 SENIOR DEPUTY PROBATION OFFICER 1388-1687 1458-1772 00743 i '• 1 Number 311.2 J•rr' . +\' OFFICE OF THE COCOUNTYTY AOMlNlSTRa7OR SeC:1Qr1 PersonnPT r lssuee 10/17/75 ADMINISTRATIVE BULLETIN 311.1 t�.• Replaces ioan � ccaaacaaaacoaaa . a = � � � APPENDIX B SUBJECT: Sick Leave Policy This bulletin states County policies on-the accumulation, use and administration of paid sick leave credits. I. Purpose of Sick Leave The primary purpose of paid sick leave is to insure employees against loss of pay for temporary absences from work due to ill- ness or injury. It is a privilege extended by the County and may be used only as authorized; it is not paid time off which employees may use for personal activities. II. Credits To and Charges Against Sick Leave Sick leave credits accrue at the rate of eight (8) working hours credit for each completed month of service, as prescribed by County ordinance. Employees who work a portion of a month are entitled to a pro rata share of the monthly sick leave credit computed on the same basis as is partial month compensation. Credits to sick leave and charges against sick leave are made in minim= amounts of one hour. Unused sick leave credits aceu*mc:late from year to year. When an employee is separated, other than through retire- ment, his accumulated sick leave credits shall be cancelled, unless the separation results from layoff, in which case the accumulated credits shall be restored if he is re-employed in a permanent position within the period of his layoff eligibility. As of the date of retirement, an employee`s accumulatedsick leave is converted to retirement time on the basis of one day of retirement service credit for each day of accuax:lated sick leave credit. 00 744 r 2. t, II:. Policies Governim the Use of Paid Sick Leave As indicated aboue, the primary purpose of paid sick leave is to insure employees against loss of pay for temporary absences from work due to illness or injury. The"following definitions apply: "Immediate family" means and =includes only the .spouse, son, daughter, fa—cher, mother, brother, -sister, grand- parent, grandchild, father-in-law, mother-in-law, son-in-law, daughter-in-law, brother-in-law, or sister-in-lata, of an employee." "Employee" means any person. employed by-Contra Costa 'County in an allocated position in the County service. . "Paid sick leave credits" means those .sick leave credits provided for oy ounty ordinance. Accumulated paidsickleave credits MM oe used, subject to ` ` appointing authority approval, by an eaployee in _pay status, but only in the following instances:. A. Tewoorary Illness or Iniury of an Employee. An -e loyee may use paid sick weave crealts when ne is or* warx because of a temporary illness or injury: B. Permanent Disability .Sick Leave. Permanent disability means the e=p!oyee surfers from a a_sao-Ing physical injury or illness and is thereby prevented from engaging in any. County occupation for which he is qualified by reason of edLca_itr•1, training or experience. Sick leame may be used by per—.nently disabled employees until all acctua-ls of the employee have been, exhausted or until the employee is retired by the Retirement Board, subject to the following conditions: 1. An application for retirement due to } disabling has been filed with the Retirement Board. 2. Satisfactory medical evidence of such disability is received by the appoi__ice authority ..-i thin 30 days of the start o: use of sick leave fo= per.- gist disability. { �U r4� 3. 3. The appointing authority may review medical evidence and order further examination as he deeds necessary, and may terminate use of sick leave when such further examination demonstrates that the employee is not disabled, or when the appointing authority determines that the medical evidence submitted by the employee is insufficient, or where the above conditions have not been met. C. Communicable Disease. An employee may use paid sick leave credits when ne is ander a physician's orders to remain secluded due to exposure to a ccmmmicable disease. D. Sick Leave Utilization. for Pregnane Disability. Employees whose disabuicy is caused or contributed co by pregnancy, miscarriage, abortion, childbirth, or recovery there- from, shall be allowed to utilize sick leave credit to the maxim= accrued by such employee during the period of such disability under the conditions set forth below: 1. Application for such leave must'be made by the employee to the appointing authority accompanied by a written statement of disability from the employee's attending physician. The statement = t address itself to the employee's general physical condition having considered the nature of the work performed by the employee, and it must indicate the date of the commencement of the disability as well as the data the physician anticipates the disability to termi^ate. The County retains the right to medical review of all reauests for such leave. 2. If an employee does not apply for leave and the appointing authority believes that the employee is not able to properly perform her work: or that hat- general health is impaired due to disability cz•.ased or contributed to by pregnancy, miscarriage, abortion, child- birth or recovery therefrom, the employee shall be required to undergo a phys ;cal examination by a physicizin selected by the Qi)i 6 ---- __ Pat. M t County, the cost of such examination -to be borne by the County. Should the medical. report so recommend, a mandatory leave shall be imposed upon the employee for the duration of the disability. 3. if all accrued sick leave has been utilized by the employee, the employee shall be considered on an approved leave without pay. Sick leave may not be utilized after the employee has been released from the hospital unless the employee has provided the County with a written statement from her attending physician stating that her disability continues and the projected date of the employee's recovery from such. disability. E. Medical and Dental Annointments. An employee may use paid sick leave ere its: _ 1. For working time used in keeping medical and . dental appointments for the employee's oun care; and �. 2. For working time (not over 24 hours in each fiscal year) used by an employee for pre- scheduled medical and dental appointments for an immediate family member living in the employee's home. F. Emergency Care of Family. An employee may use paid sick leave credits kup to two days, unless the County Administra- tor approves more) for working time used in cases of- illness i or injury to, an immediate family member living in the employee s home, if there is a real need for someone to render care and no one else is available therefor, and if alternative arrangements for the care of the ill or injured person are immediately under- taken. G. Death of Family Member_ An employee may use paid sick lea,.►e credo is to_ N-orlang t=e used 3eca-ase of a death in the elployee's immediate family, but this shall not ekaeed three Worming days, plus up to two days of =r1r: time.for IIecessa=*f t�aV21. 00`"t41 IiL 5. Accumulated paid sick leave credits may not be used in the following situations: - Self-Inflicted Injury. Paid sick leave credits may not a uses For time off from work for an employee's illness or injury purposely self-inflicted or caused by his willful misconduct. Vacation. Paid sick leave credits may not be used - Tor an employee's illness or injury which occurs while he is on vacation but the County Administrator may authorize it, when extenuating circumstances exist and the appointing authority approves. - Not in Pay_Status. Paid sick leave credits may not be used when the employee would otherwise be eligible to use paid sick leave credits but is not in pay status. IV. Administration of Sick Leave The proper administration of sick leave is a responsibility of the employee and the department head. The following•procedures apply: A. Employees are responsible for notifying their department of an absence prior to the commencement of their work shift or as soon thereafter as possible. Notification shall include the reason and possible duration of the absence. B. Employees are responsible for keeping their department informed on a continuing basis of their condition and. probable date of return to work. C. Employees are responsible for obtaining advance approval from their supervisor for the scheduled time of pre-arranged personal or family medical and dental appointments. D. The 24 hour araLal allotment of sick leave which may be used to take immediate family members, living in the employee's home to pre-scheduled medical and dentes- appoLitments should be accounted far by the department on a fiscal year basis. Any balance of the 24 hours remaining at the end of the fiscal year is not to be carried over to the next year; departments Should notify the employee if the rrpx4^ — allowazice is reached. Authori- zation to use sic leave for this au pose is contingent on avail- ability of accumulated sick leave creels; it is not am additionl allotment of sick leave yes._;cr employee may charge. 00'748 6. r The use of sick leave may properly be 'denied' if these procedures are 'not followed. Abuse of the sick leave privilec- on the part of the employee is cause for. discipl=nary action-0- Authorization ctionAuthorization of sick leave is a certification of the legitimacy of the sick leave claim. To ascertain the propriety of claims against sick leave, department-heads may"make such investigations as they deem necessary. Use of one or more of the following procedures may be helpful: - Calling the employee, his family or attending physician if there is one: - Obtaining the signature of the employee on the Absence and Extra Time Card, or on another .form._... established for that purpose; as a certification of the legitimacy of the claim. Obtaining a written statement explaining the claim for use of accumulated sick leave credits. - Obtaining a physician's certificate covering the i absence(s) indicating that the employee was incapacitated. - Writing a letter of inquiry about the employee's condition, enclosing a fora to be'filled'out, " signed, and returned. = - Obtaining a periodic state-meat of progress and medical certification in absences of an extended nature. Department heads are responsible for es_ablishing timekeeping procedures unhi h will insure the submission of a time card,cover- ing each employee absence and for:operating-their respective- offices in accordance with these policies and with clarifying regulations issued by the Office of the County Administrator. 00 749 7. To help assure uniform policy application, the utter office should be contacted with respect to sick leave determinations about which the department is in doubt. References Ordinance Code Section 36-6.604 (Ordinance 73-47, Jame 5, 1973) Ordinance Code Section 38-4.602 (Ordinance 73-55, July 2, 1973) Resolution Number 72/465 dated July 22, 1972 Resolution Number 74/322 dated April 9, 1974 Resolution `umber 75/592 et. al. dated July 313. 1975 Q W�r T—�OunCy A 0 00'"150 ATTACHMENT A Contra Costa County Employees Association- Local 'No, 1 Post Office Box 222 Martinez, California 94553 Attention: Mr. Henry Clarke Dear Sirs: This letter will confirm the agreement reached concerning`the scheduling of Sheriff's Dispatchers. It is hereby agreed and understood'that the shift- schedule for employees in the classifications of Sheriff's 0ispatcher and Senior Sheriff's Dispatcher as represented by Exhibit A attached hereto shall remain in full force and effect unless modified by mutual agreement; provided, however, that should emergencies arise during this period the County may revise the schedule to meet the needs of the department. Prior to implementation of such schedule, the department shall meet with the Union to advise it of the reasons for suc\change. In addition to the agreement on shift scheduling, it was agreed that for employees in the classification of Sheriff's Dispatcher and Senior Sheriff's Dispatcher, vacation time shall be taken in full week units, except that individual days off may be granted when there is a full complement of personnel on a particular shift. It is further agreed that up to three employees rmay be allowed to take their vacation-at the same time. If the foregoing conforms to your understanding, please indicate your approval and acceptance in the space provided below. Dated: /9� CONTRA COSTA COUNTY 04PLOYEES CONTRA COSTA COUNTY ASSOCIATION, LOCAL NO. 1 SHERIFF'S DEPAR11MENT By _ EXHIBIT A tt T H Th F S Sys 0 2. 0 0 4. 0 0 SS-4 5. 0 0 , o. 0 0 7. 0 0 8. 0 0 9. 0 0 10. PULL a1 0 0 11... 0 0 54-12 12 - 12. 0 0 13. PULL =2 0 0 14. 0 0 15. PULL 14 0 0 16. 0 0 17. 0 0 18. 0 0 19. 0 0 6-2 20. 0 0 S ier 21. D/9 D D S S 0 0 22. 0 S S 0 0 0 0 23. PULL =3 0 D D D 0 0 G S-Ke ger 2Y. G D D 0 0 0 G Graveyard 3 3 3 3 3 4 4 Days 8 7 S 7 7 7 5 Swing 6 7 7 7 8 7 7 00'252 BOARD OF SUPERVISORS, CONTRA COSTA GOUNW,, CALIFORNIA, In the Matter of 1977-.79 ) Compensation for Employees ) RESOLUTION N0. 77/600 Represented by Contra Costa } Building & Construction } Trades Council ) ) The Contra Costa County Board of Supervisors RESOLVES THAT: 1. On July 26, 2977, the Employee Relations_Officer submitted the Memorandum of Understanding entered into with the Contra Costa Building and Construction Trades Council, for the Craft Maintenance Unit represented by said Union;- 2. This Board having thoroughly considered said Memorandum of Understanding, the same is approved. 3. Salaries and Terms and Conditions of Employment, Contra Costa Bui d ` - - onstruct on rades Council. The Memorandum of Understanding with Contra Costa Building and Construction Trades Council, is attached hereto, marked Exhibit A; and Paragraphs Numbers l through 15 inclusive and Appendix A, thereto, are incorporated herein as if set forth in full and made applicable to the employees in the above-named unit. 4. If an ordinance is required to implement any of the fore- going provisions, said provisions shall become effective upon the first day of the month following thirty (30) days after such ordinance is adopted. 5. This Resolution is effective as of July 1, 1977. PASSED on July 26, 1977, unanimously by the Supervisors present. cc: Contra Costa. Building and Construction Trades Council Director of Personnel County Auditor-Controller (6) County Administrator County Counsel r RESOLUTION HO- j7/600 0�X53 it Memorandum of Understanding Between Contra Costa County And Contra. Costa Building and Construction Trades Council This Memorandum of Understanding is entered into pursuant to the authority contained in Division 34 of the Contra Costa County Ordinance Code and has been jointly prepared by the parties. The Employee Relations Officer (County Administrator) is the representative of Contra Costa County in employer-employee relations matters as provided in Ordinance Code Section 34-8.012. Contra Costa Building and Construction Trades Council AFL-CIO is the formally recognized employee organization for the Craft Maintenance Unit, and such organization has been certified as such pursuant to Chapter 34-12 of the Contra Costa County Ordinance Code. The parties have met and conferred in good faith regarding wages, hours and other terms and conditions of employment for the employees in said representation unit, and have freely exchanged information, opinions and proposals and have endeavored to reach agreement on all matters relating to the employment conditions and employer-employee relations of such employees. This Memorandum of Understanding shall be presented to the Contra Costa County Board of Supervisors as the joint recommendations of the undersigned for salary and employee benefit adjustments for the fiscal year commencing July 1, 1977 and ending June 30, 1979. 1. The County shall continue to supply employees in the Craft lHaintenance Unit with specific tools which shall be maintained and secured on County premises. No tools other than those supplied by the County may be used except upon prior authorization of the County. 2. The County shall continue to pay each employee in the Craft Maintenance Unit a reinaursement of _icht Dollars (58.00) per month, such to defray the cost of supplying and cleaninc clothing worn in the performance of recular duties. 0Ui54 3. the County and the Union agree to continue the existing County Croup Health Pian program of combined Medical, Dental and Life Insurance coverage through California Dental Service, Occidental Life Insurance and the medical insurance options of Kaiser-Permanente Foundation and Blue Cross of Northern California. Effective August 1, 1977 through July 31, 1978, employee contribution rates for either plan option for all permanent 20/40 or greater employees covered by this Memorandum of Understanding shall be $6.90 Employee Only or $23.00 Employee and Dependent(s). Corresponding rates for employees receiving Medicare covered by this Memorandum of Understanding shall be $1.00 for Employee Only receiving Medicare; $15.30 for Employee and Dependent(s) with one member receiving Medicare; and $7.60 for Employee and Dependent(s) with two members receiving Medicare. The County shall contribute the necessary balance of costs to maintain the Plan on behalf of the eligible employees for this period. Effective August 1, 1978 through July 31, 1979 the County agrees to increase its contribution toward each health plan option by $4.50 per month for Employee Only and $8.00 per month for the Employee and Dependent(s); any increase in the health plan costs in excess of S4.50/8.00 per month shall be borne by the employee. Corresponding Medicare rates for employees covered under this Memorandum of Understanding shall be as follows: for Employee Only on Medicare by taking the Employee Only rate for the option selected and subtracting the monthly Part 3 Medicare premium withheld from Social Security payments for one enrollee; for Employee and Dependent(s) with one member on Medicare by taking the Employee and Dependent(s) rate for the option selected and subtracting the monthly Part B Medicare premium withheld from Social Security payments for one enrollee; for Employee and Dependent(s) with two members on Medicare by taking the Employee and De- pendent(s) rate for the option selected and subtracting the monthly Part 8 Medicare premium withheld from Social Security payments for two enrollees, provided however that the minimum employee health plan contribution will be $1 per month. Unless modified by mutual agreement, any increased premiums from the Health Plan Carriers, effective after July 31, 1979 shall be the responsibility of the employee-subscriber. Upon retirement, employees represented by Contra Costa Building and Construction Trades Council may remain in the same County group medical pian if immediateiy before their retirement they are either active subscribers to the County health plan or if on an authorized leave of absence without pay they have retained individual conversion membership from the County plan. 4. The Union has been given a copy of a revised administrative bulletin pertaining to pkv for work in a higher classification. It is understood that this administrative bulletin is to be implemented when the apprcpriate chances in the County Ordinance Code have been effectuated. 00750 5. For the fiscal year 1977-1978, the salary ranges for each classification covered by the Craft Maintenance Unit shall be increased, effective July 1, 1977, within the County Salary Plan to provide salary ranges as follows: Carpenter $1545 - 1703 Lead Carpenter 1729 - 1906 Electrician 1652 - 182I Lead Electrician 1799 - 1983 Painter 1545 - 1703 Lead Painter 1729 - 1906 Steamfitter 1901 - 2095 For the fiscal year 1978-1979, the salary ranges for each classification covered by the Craft Maintenance Unit shall be increased, effective July 1, 1978, within the County Salary Plan to provide salary ranges as follows: Carpenter $1627 - 1794 Lead Carpenter 1810 - 1996 Electrician 1734 - 1912 Lead Electrician 1866 - 2057 Painter 1627 - 1794 Lead Painter 1810 - 1996 Steamfitter 1983 - 2187 6. The County shall continue its contribution towards safety shoes in.an amount not to exceed $10.00 per pair to a maximum of two pairs in any year and shall continue its contribution of S4.00 towards safety glasses. 7. The length of service credits of each employee of the County shall date from the beginning of the last period of continuous County employment (including. temporary, provisional, and permanent status, and absences on approved leave of absence). When an employee separates from a permanent position in good standing and within two years is reemployed in a permanent County position, service credits shall include all credits accumulated at time of separation, but shall not include the period of separation. The Personnel Director shall determine these matters based on the employee status records in his department. 8. The County Training Bulletin shall continue to limit reimbursement for career development training to $200 per semester or SI50 per quarter, not to exceed $600 per year. 9. The County agrees to amend the County Ordinance Code to provide that effective January 1, 1978, when an employee voluntarily demotes to a classification paid at a lcwer salary range, the salary of the demoted employee shall remain the same when the salary steps of the new range permit, otherwise, the salary shall be set at the step in the new range next below the salary the employee received prior to demotion. 00756 10. The County will observe the following holidays during the term covered,by this Memorandum of Understanding: Independence Day July 4 1977 Labor Day September 5, 1977 Admission Day September 9, 1977 Columbus Day October 10, 1977 Veteran's Day November 11, 1977 Thanksgiving Day November 24, 1977 Day after Thanksgiving November 25, 1977 Christmas December 26, 1977 New Years' Day January 2, 1978 Lincoln's Day February 13, 1978 Washington's Day February 20, 1978 Memorial Day May 29, 1978 Independence Day July 4, 1978 Labor Day September 4, 1978 Columbus Day October 9, 1978 Veteran's Day November 10, 1978 Thanksgiving November 23, 1978 Day after Thanksgiving November 24, 1978 Christmas December 25, 1978 New Year's Day January 1, 1979 Lincoln's Day February 12, 1979 Washington's Day February 19, 1979 Memorial Day May 28, 1979 Every day appointed by the President or Governor for a public fast, . thanksgiving, or holiday. Such other days as the Board of Supervisors may by resolution designate as holidays. If amendments to Government Code Section 6700 and/or 6701 become effective to delete any of the above as holidays or to add new holidays, such amendments . shall be made part of this Memorandum of Understanding and shall be effective for employees represented by Contra Costa Building and Construction Trades Council. If an ordinance code amendment is required to implement the foregoing provision, the County shall enact such an ordinance code amendment. 1I. Effective as soon as possible after the execution of this Memorandum of Understanding but no Tater than April 1, 1978, employees covered by this Memorandum of Understanding may be compensated for overtime worked either by monetary payment in accordance with Section 36-8.I002 of the Ccunty Code or by compensatory time Off, said time off not to exceed five (5) xerk days (40 straight-time Fours) in any one fiscal year (July 1, to June 0). Utilization of compensatory time off shall be by mutual agreement between the cepartament head and the employees. 00 05, 12. The parties have met and conferred in good faith on issues involving retirement pending as of the date of the Memorandum of Understanding. Effective August 1, 1977, pursuant to Government Code Section 31581.1, the County will pay _15A of the retirement contributions normally required of employees covered by this Memorandum of Understanding, and effective August 1, 1978, the County will increase its payment to 500 of such retirement contributions; but such payments shall continue for the duration of this Memorandum of Understanding, and shall terminate thereafter. Effective July 1, 1977, employees covered by this Memorandum of Understanding shall be responsible for payment of the employees' contribution for the retirement cost of living program as determined by the Board of Retirement of the Contra Costa County Employees' Retirement Association without the County paying any part of the employees' share. The County will pay the remaining one-half (;I) of the retirement cost-of-living program contribution. 13. The Employer-Employee Relations Ordinance Chapter 34-12 shall be modified to accomplish the following: 34-12.008 - Unit Determination (a) shall be modified in the first paragraph to delete the ten percent requirement for an employee organization intervening in the unit determination process and substitute therefore a thirty percent requirement. 34-12.012 - Election Procedure b) shall be modified in the first paragraph to delete the ten percent requirement for any recognized employee organization(s) to appear on the ballot and substitute therefore a thirty percent requirement. 14. Upon receipt of the appropriate P-300 by the department as approved by the County Administrator's Office, the County agrees to conduct an organization and classification study of the Lead Electrician classification in the Public Works Department. The County shall make its findings kncwn to the Union without obligation of the County to take action upon the results of the study. l5. Attached hereto as Appendix A is County Administrative Bulletin 311.2 "Sick Leave Policy". The County and Contra Costa Building and Construction Trades Council agree that there shall be no discrimination because of race, creed, color, national origin, sex or union activities against any employee or applicant for employment by the County or by anyone employed by the County; and to the extent prohibited by applicable state and federal law there shall be no discrimination because of ace. 00 X58 It is mutually recommended that the modii:ications" shown above be made;ap- plicable on the datesindicated and upon approvai' by the Board of.Supervisors. Resolutions and Ordinances Where.necessary, shallrbe,prepared and adopted in. order to implement these provisions. It is understood that".if'it is.determined.. that an Ordinance" is required to implement any of'the foregoing provisions,' said provisions shall become effective upon the first day of the month.following thirty (30) days after such ordinance is adopted. This Memorandum of Understanding shall remain..in full force.and effect from..., July 1, 1977 through June 30, 1979. Date: JUL 2 G 1977 CONTRA,COSTA BUILDING AND..CONSTRUCTION CONTRA COSTA COUNTY TRAOES COUNCIL. r, A,/ A e 1 A 001759 i 31 1.2 �.lSeCioe Pnrsm—el y ii OFFICE CF THE CawsrY ADMtNtST?ATO2 issued 70/17/75 ADMINISTRATIVE BULLETIN 311.1 Reataces aCa � CaaCaaaa3C0-a aaaa ., 2aa APPENDIX a SUBJECT: Sick Leave Policy • This bulletin states County policies ou the-accumulation, use and adminilstration of paid sick leave credits. I. Purpose of Sick Leave The primary purpose of paid sick leave is to insure employees against loss of pay for temporary absences from work cue to-ill- ness or injury. It is a privilege e.Ntended by the County and may be used only as authorized; it is not paid time off which employees may use for personal activities. II. Credits To and Charees.Against Sick Leave Sick leave credits accrue at the rate of eight (3) working hours credit for each completed month of service, as prescribed by County ordinance. Employees who work a portion of a month are entitled to a pro rata share of the monthly sick leave credit, computed on the same basis as.is partial month compensation. Credits to sick leave and charges against sick leave are made in minimum amounts of one hour. Unused sick leave credits accum:late from year to year. When an amp- ?ogee is separated, other t: A 2. 1 III. Policies overning the Use of Paid Sick Leave As indicated above, the primary purpose of paid sick leave is to insure employees against- loss of pay for temporary absences from work due to illness or injury. The following definitions appy: "Immediate family"means and includes only the spouse, son, eaugr._er, racner, mothe=, brother, sister, .grand parent, grandchild, father-in-law, mother-in-law, son-in-law, daughter-in-law, brother-in-law, or sister-in-law, of an employee." "Emnlovee" means any person employed by Contra Costa Cot—E-ty 3n an allocated position in' the County service. "Paid sic={ leave credits" means those, sick leave creaics p_oti_eec ror by County ordinance. Accrosulated paid sick leave credits may be used, subject to appointing authority approval , by an eaployee in pay states, but only in the =olloA-=— instances,: A. Teoora:^r Illness or In- Jury of an Employee. An employee many use para HERleavecrecFER w- en He is or. warkoecause of a te.+�parary i.ltv%ess or injury. B. Pe--m—z-..ent Disability Sick Leave. Permanent disability means the e=aso ea s•:rrers rrcm a c_saoi_La physical injury or illness and is the:eby prevented from engagir_g a»y CoL*zty. occupation for wh d' ase isq-ualified by reason of edu tion training or ex;erience. Sick leas_ may be used by per���a-:tly disabled employ ees ==til all zcc_ als of the employee wr_ 'oaen exhausted at until therm eloyee is retired by the Retirwer._ Board, subject to the folj oseing conditions: 1. An application for retirement due to disabling has been feed with the Retirement Board. 2. Satisfactory y_dical evidence of such disability is received by t:.e appoint-4-4 it:Ur 30 days cf the SIL=L c_ use o= sick leave for v::^="_:.+: disabZI-It . k ... ....... 3. 3. The appointing authority may review medical evidence and order further examination as he deems necessary, and nay terminate use of ' sick leave when such further examination demonstrates that the employee is not disabled, or when the appointing authority determines that the medical evidence submitted by the employee is insufficient, or where the above conditions have not been met. C. Communicable Disease. An employee may use paid sick leave credits when ne is uneer a physician's orders to remain secluded due to exposure to a comm g mm-4 cable disease. D. Sick Leave Utilizatio: for Pregnancy Disability. Employees wase aisabi icy is causee o= contributed to by pregnancy, miscarriages abortion, childbirth, or recovery there- -from, shall be allcwed to utilize sick leave credit to the maximbm accrued by such employee during the period of such disability ceder the conditions set forth below: 1. Application for such Leave must'be made by the employee to the appointing authority accompanied by a -written statement of disability from the employee's attending physician. The statement mt:st address itself to the employee's general physical condition havinS considered the nature of the worn berfo=ed_by the employee, and it d =st indicate the ate of the co=encement of the disability as well as the data the . physician anticipates the disability to terminate. Tae County retains the right to medical review of all reauests for such leave. 2. If an employee does not apply for leave and the appointing authority believes that the employee is not able to prope_ly perfarm her work or that her f em- ara-1 health is '. a.4:=ed due to disa ilizy cai:se_ or cavtrZb'.:=ed to by pregnancy, misca-_iage, abo==zan, child- birth or recovery theref=or, the e=::avea s'nall be required -a =cargo a 2h;s=c_i exam in-tit. by a =h sician select--ed by the 00;62 4. County, the cost of s' h examination.to be bo"a by tha County. '. -Should. the" midical report so recotrmend, a maedatorf Zea.%e`shall be imposed upon the'emplcyee for the duiatioZ of the disability. 3. If all accrued sick leave has been :4tilized -by the employee, the e-ployee shall -be considered on an approved leave w1itaou:t pay. Sick leave may not be utilized after the employee has been released from the hospital unless the employee has provided the..CouInty with a written statement from her attending physician stating that her "disability continues and the projected date of the employee's recoverr .rroa such disability.. E. Medical and Dental Aucointments. An employee may use. paid sick leave cre its: . 1. For w-o_king time used keep;-g medical and dental appo!mtments for the employee's own care; and ; 2. For working time (not ores 24 hours in each fiscal yea=) used by an employee for pre- scheduled =edical and death appointments for as immrd=�te family member living in the employee's home. F. Fm=tmenty Care of Family. An employee may use paid sick leave credits kup to two days, =less the Cotnzty �.^.r�inistra- for approves more) for working time used in cases of illhess� or injury to, amn mediate family member living is the employee s home, is mere is a real need for someone to render care and no one else is avai?able therefor, and if alternative arzargements for the care of the ill or injured person are immediately under taken. G. Death of F�Uv Y-.,---be-.. An employes may use. paid sick leave crad_ts sor «'oring Lire used because se Q= a ceat:. :n the employee's 4—ec_e.te family, but this shall l of exceed -e.a «'Q-ki':� dad's, plus to two Calfs of W0=1c t'4a fQ� necessa-1 t:ay2_. 00153 Accumulated paid sick leave credits mai: not be used in. the fcllowing situations: - Self-Inflicted Injury. Paid sick leave credits may not oe used =or time off from work for an employee's illness or injury purposely self-inflicted or caused by his willful misconduct. - Vacation. Paid sick leave credits may not be used . ' =o ananr'neemployee's illness or injury which occurs while he is on vacation but the County Administrator may authorize it, when extenuatingcircumstances exist and the appointing authority approves. - Not in Pa Status. Paid sick leave credits may not Be—used w'nen tae employee would othenzise be eligible to use paid sick leave credits but is not in pay status. IV. Administration of Sick Leave The proper administration of sick leave is a responsibility of the employee and the department 'read. The following procedures apply: A. Employees are responsible for notifying their department of an absence prior to the commencement of their work shift or as soon thereafter as possible. Notification shall include the reason and possible duration of the absence. B. Employees are responsible for keeping their department informed on a conti -ni-g basis of their condition and. prob_ble date of return to C. Employees are responsible for obtaining advance approval from their supervisor for the scheduled time df pre-arranged-- personal re-arranged -personal or family medical and dental appoin=--ts. ' D. The 24 hour annual allotment of sick leave which Ta be used to take i.medwte family members, lining in the employee s �'om- to pre-sc^e 'Ule_ mee=cal and cental a:.pL3.s=ents i'_'^',=i= a e.Gco :ted _C-_r b.' the de?a=_We-_t an a _iscali t:ai basis. An7 balance o= the 2, ho`s re= -.in& at t1he L-.:c cf t're 2' scal ;%aar is not to b =i_ c er o === nex= ea= d e ca. v t r epa:t.::ezn=s shc:::c --m oyes if tA8 a 11;-w.nce is _-a�.r- _,jut -z4- zation to_use Si=k lea-,,re LC: =:!i.s 0* r?CSe GO-t' �� Ca a z—:; ,n,.i _ -,moi : s;­Ie r-= =•3 a _.y o. .-GC's. J G - ==i == :3 =?= an cC—it:and? allotment of sick leave which e=- Icyee may charge. 00!i64 b. , The use of sick leave may-properly be denied. if these proced=es are 'not followed:. Abuse of the sick leave privilege an the part of the employee is cause for disciplinary action. Authorization of sick leave is a certification of the legitimacy of the sick leave claim. To ascertain the-propriety of claims against sick leave, department heads may m--'<e such investigations as they deem necessary. Use of ane or more of the following procedures may be helpful: - Calling the employee, his family or attending physician if there is one. - Obtaining the signature of the employee an the Absence and Extra Time .Card, or on another form established for that purpose, as a certification of the legitimacy of the claim. - Obtaining a written statement e..:plaining the claim for use of acc=-elated sick. leave credits. - Obtaining a physician's certifiCate covering the. absence(s) indicating that the employee was incapacitated. - Writing a letter of inquiry about the employee's condition, enclosing a form to be filled out:, signed, and returned. - Obtaining a periodic statement of progress ana medical certification in absences of- an extended nature. Department heads are responsible for establishing ti—mekeeping procedures w=hich will insure the submission of a, time. card cover- ing each employee absence and for ooeratheir respectilre o*'fices in accordance with these policies and with clarifying reou?ati ors issued by the Office of the Ca=ty :�n_istrator. 0076 7. To help assure uniform policy application, the Latter office should be contacted with respect to sick leave detenminations about Which the department is in doubt. References: . Ordinance Code Section 36-6.604 (Ordinance 73-47, June 5, 1973) Ordinance Code Section 38-4.602 (Ordinance 73-55, July 2, 1973) Resolution Number 72/465 dated July 22, 1972 Resolution Ntmber 74/322 dated April 9, 1974 Resolution Number 75/592 et. al. dated July 31,, 1975 1. oun.cy Acmi tIscram:or 0076 BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA In the Matter of 1977-79 ) Compensation for Employees ) RESOLUTION'NO. 77/601: Represented by Deputy District ) Attorney's Association ) The Contra Costa County Board of Supervisors RESOLVES THAT: 1. On July 26, 1977, the Employee Relations Officer submitted the Memorandum of Understanding dated July 26, 1977, entered into with the Deputy District Attorney's Association, for the Deputy District Attorney's Unit represented by said- Association; 2. This Board having thoroughly considered said Memorandum of Understanding the same is approved. 3• Salaries and Terms and Conditions of Employment, Deputy District ttorney s Assoc ation. The Memorandum or- Understanding witb Deputy District Attorney's Association is attached hereto, marked Exhibit ,A; and Paragraphs Numbers l through 15 inclusive and Appendix A, thereto, are incorporated herein as if set forth in full and made applicable to the employees in the above-named unit. 4. If an ordinance is required to implement any of •the provisions of the Memorandum, said provisions shall become effective upon the first day of the month following thirty (30) days after such ordinance is adopted. 5• This Resolution is effective as of July 1, 1977• PASSED on July 26, 1977, unanimously by the Supervisors present. cc: Deputy DistrictAttorney's Association Director of Personnel County Auditor.-Controller (6) County Administrator County Counsel OU is :RESOLUTION NO. 77/601 Memorandum of Understanding Between Contra Costa County And Deputy District Attorney's Association This Memorandum of Understanding is entered into pursuant to the authority contained in Division 34 of the Contra Costa County Ordinance Code and has been jointly prepared by the parties. The Employee Relations Officer (County Administrator) is the representative of Contra Costa County in employer-employee relations matters as provided in Ordinance Code Section 34-8.012. Deputy District Attorney's Association is the formally recognized employee organization for the Deputy District Attorney's Unit, and such organization has been certified as-such pursuant to Chapter 34-12 of the Contra Costa County Ordinance Code. The parties have met and conferred in good faith regarding wages, hours and other terms and conditions of employment for the employees in said representation unit, and have freely exchanged information, opinions and proposals and have endeavored to reach agreement on all matters relating to the employment conditions and employer-employee relations of such employees. This Memorandum of Understanding shall be presented to the Contra Costa County Board of Supervisors as the joint recommendations of the undersigned for salary and employee benefit adjustments for the fiscal year commencing July 1, 1977 and ending June 30, 1979. 1. For the fiscal year 1977-1978, the salary ranges for each classification covered by the Deputy District Attorney's Unit shall be increased, effective July 1, 1977 within the County Salary Plan to provide salary ranges as follows: Deputy District Attorney I $1351 - 1489 Deputy District Attorney II 1745 - 2121 Deputy District Attorney III 2070 - 2516 Deputy District Attorney IV 2310 - 2808 For the fiscal year 1978-1979, the salary ranges for each classification covered by the Deputy District Attorney's Unit shall be increased, effective July 1, 1978 within the County Salary Plan to provide salary ranges as follows: Deputy District Attorney I $1418 - 1564 Deputy District Attorney II 1832 - 2227 Deputy District Attorney III 2173 - 2642 Deputy District Attorney IV 2426 - 2948 ����qpMMpp(�pp 00l�6$ L�ln1WU�tl� t 2. The County shall continue to reimburse incumbents of the abcve classifications for their membership in the California State Bar, such reimbursement not tc include any penalty fees assessed for late registration. 3. Subject to approval of the District Attorney, the Director of Personnel, and the Contra Costa County Deputy District Attorney's Association a sabbatical leave program may be implemented effective January 1, 1978 for the Deputy District Attorney III's and Deputy District Attorney IV's. If the program is implemented, only one employee may take sabbatical leave at any given time and each sabbatical leave shall be two months in duration and shall be taken consecutively. 4. The County and the Union agree to continue the existing County Group Health Plan program of combined Medical, Dental and Life Insurance coverage through California Dental Service, Occidental Life Insurance and the medical insurance options of Kaiser-Permanente Foundation and Blue Cross of Northern California. Effective August 1, 1977 through July 31, 1978, employee contribution rates for either plan option for all permanent 20/40 or greater employees covered by this Memorandum of Understanding shall be $6.90 Employee Only or $23.00 Employee and Dependent(s). Corresponding rates for employees receiving Medicare covered by this Memorandum of Understanding shall be $1.00 for Employee Only receiving Medicare; $15.30 for Employee and Dependent(s) with one member receiving Medicare; and $7.60 for Employee and Dependent(s) with two members receiving Medicare. The County shall contribute the necessary balance of costs to maintain the Plan on behalf of the eligible employees for this period. Effective August 1, 1978 through July 31, 1979 the County agrees to .increase its contribution toward each health plan option by $4.50 per month for Employee Only and $8.00 per month for the Employee and Dependent(s); any increase in the health plan costs in excess of 54.50/8.00 per month shall be borne by the employee. Corresponding Medicare rates for employees covered under this Memorandum of Understanding shall be as follows: for Employee Only on Medicare by taking the Employee Only rate for the option selected and subtracting the monthly Part B Medicare premium withheld from Social Security payments for one enrollee; for Employee and Dependent(s) with one member on Medicare by taking the Employee and Dependent(s) rate for the option selected and subtracting the monthly Part B Medicare premium withheld from Social Security payments for one enrollee; for Employee and Dependent(s) with two members on Medicare by taking the Employee and De- pendent(s) rate for the option selected and subtracting the monthly Part B Medicare premium withheld from Social Security payments for two enrollees, provided however that the minimum employee health plan contribution will be $1 per month. Unless modified by mutual agreement, any increased premiums from the Health Plan Carriers, effective after July 31, 1979 shall be the responsibility of the employee-subscriber. Upon retirement, employees represented by Deputy District Attorney's Association may remain in the same County group medical plan if immediately before their retire- ment they are either active subscribers tc the County health plan or if on an authorized leave of absence without pay they have retained individual conversion membership from the County plan. 00 ,69 5. The Union has been given a copy of a revised administrative bulletin pertaining to pay for work in a higher classification. It is understood that this administrative bulletin is to be implemented when the appropriate changes in the County Ordinance Code have been effectuated. 6. The length of service credits of each employee of the County shall date from the beginning of the last period of continuous County employment (including temporary, provisional, and permanent status, and absences on approved leave of absence). When an employee separates from a permanent position in good standing and within two years is reemployed in a permanent County position, service credits shall include all credits accumulated at time of separation, but shall not include the period of separation. The Personnel Director shall determine these matters based on the employee status records in his department. 7. The County Training Bulletin shall continue to limit reimbursement for career development training to $200 per semester or $150 per quarter, not to exceed $600 per year. 8. The County agrees to amend the County Ordinance Code to provide that effective January 1, 1978, when an employee voluntarily demotes to a classification paid at a lower salary range, the salary of the demoted employee shall remain the same when the salary steps of the new range permit, otherwise, the salary shall be set at the step in the new range next below the salary the employee received prior to demotion. 9. Effective as soon as possible after the execution of this Memorandum of Understanding but no later than April 1, 1978, employees covered by this Memorandum of Understanding may be compensated for overtime worked either by monetary payment in accordance with Section 36-8.1002 of the County Code or by compensatory time off, said time off not to exceed five (5) work days (40 straight-time hours) in any one fiscal year (July 1, to June 30). Utilization of compensatory time off shall be by mutual agreement between the department head and the employees. The accrual limitations identified in this paragraph do not apply to compensatory time earned under the conditions of "Homicide Watch" identified in the Memorandum of Understanding of September 15, 1974, 10. Effective July 1, 1977, the County agrees to reimburse incumbents in this unit for the annual membership of Twenty Dollars ($20.00) paid to the California District Attorney's Association. 11. Incumbents in the classifications of Deputy District Attorney II, Deputy District Attorney III, and Deputy District Attorney IV only shall be eligible for a maximum reimbursement of $125.00 for the fiscal year commencing July 1, 1977 and a maximum reimbursement of $175.00 for the fiscal year commencing July 1, 1978 for the purchase of new law books and training expenses for educational courses the subjects of which are directly related to the job duties of a Deputy District Attorney. The reimbursement of training expenses shall be consistent with the Administrative Bulletins on Travel and Training. Any unused accruals may be carried forward to the next fiscal year. The maximum accrual may not exceed $300.00. Requests for reimbursement pursuant to this provision must be approved by the Department Head or the authorized representative. OY.7!0 A will 12. The County will observe the following holidays during the term covered by this Memorandum of Understanding: Independence Day July,4, 1977 Labor Day September 5, 1977 Admission Day September 9, 1977 _ Columbus Day .October 10, 1977. Veteran's Day November 11, 1977 Thanksgiving Day November 24, I977 Day after Thanksgiving November 25, 1977 Christmas December 26, 1977 New Years' Day January 2, 1978 Lincoln's Day February 13, 1978 Washington's Day February 20, 1978 Memorial Day May 29, 1978 Independence Day July 4, 1978 Labor Day September 4, 1978 Columbus Day October 9, 1978 Veteran's Day November 10, 1978 Thanksgiving November 23, 1978 Day after Thanksgiving November 24, 1978 Christmas December 25, 1978 New Year's Day January 1, 1979 Lincoln's Day February 12, 1979 Washington's Day February 19, 1979 Memorial Day May 28, 1979 Every day appointed by the President or Governor for a public fast, thanksgiving, or holiday. Such other days as the Board of Supervisors may by resolution designate as holidays. If amendments to Government Code Section 6700 and/or 6701 become effective to delete any of the above as holidays or to add new holidays, such amendments shall be made part of this Memorandum of Understanding and shall be effective for employees represented by Deputy District Attorney's Association. If an ordinance code amendment is required to implement the foregoing provision, the County shall enact such an ordinance code amendment. 13. Attached hereto as Appendix A is County Administrative Bulletin 311.2, "Sick Leave Policy". 14. The parties have met and conferred in good faith on issues involving retirement pending as of the date of the Memorandum of Understanding. Effective August 1, 1977, pursuant to Government Code Section 31581.1, the County will pay 35% of the retirement contributions normally required of employees covered by this Memorandum of Understanding, and effective August 1, 1978, the County will increase its payment to 50% of such retirement contributions; but such payments shall continue for the duration of this Memorandum of Understanding, and shall terminate thereafter. Effective July 1, 1977, employees covered by this Memorandum of Understanding shall be responsible for payment of the employees' contribution for the retirement cost of living program as determined by the Board of Retirement of the Contra Costa County Employees' Retirement Association without the County paying any part of the employees' share. The County will pay the remaining one-half (11) of the retirement cost-of-living program contribution. 15. The Employer-Employee Relations Ordinance Chapter 34-12 shall be modified to accomplish the following: 34-12.008 - Unit Determination (a) shall be modified in the first paragraph to de ete the ten percent requirement for an employee organization intervening in the unit determination process and substitute therefore a thirty percent requirement. 34-12.012 - Election Procedure b) shall be modified in the first paragraph to delete the ten percent requirement for any recognized employee organization(s) to appear on the ballot and substitute therefore a thirty percent requirement. 34-12.016 Modification of Re resentation Units shall be modified in the first sentence by adding words to the effect of "most recent" to the date of determination. This section shall be modified in the second sentence to require that petitions for modification of a representation unit be filed during a period of not more than one hundred and fifty days nor less than one hundred and twenty days prior to the expiration of the Memorandum of Understanding in effect. The last sentence of this section shall be modified so that modification of a representation unit shall not negate the term of an existing Memorandum of Understanding between the County and the recognized employee organization of the unit prior to the modification proceedings. 3412.018 Decertification Procedure shall be modified in the first sentence by adding words to the effect of "most recent" to the date of formal recognition and by requiring the petition be submitted during a period of not more than one hundred and fifty days nor less than one hundred and twenty days prior to the expiration of the Memorandum of Understanding in effect. The County and Deputy District Attorney's Association:agree that.there shall be no discrimination because of race, creed, color, national origin,: sex or. union: activities against any employee or applicant for employment by the County or by anyone employed by the County; and to the-extent prohibited. by. applicable state and federal law there shall be no discrimination because of age. It is mutually recommended that the modifications. shown above be made ap- plicable on the dates indicated and upon approval by the Board of Supervisors. , Resolutions and Ordinances where necessary, shall be prepared and adopted in order to implement any of the foregoing provisions, said provisions shall become: effective upon the first day of the month following thirty (30) days after such : Ordinance is adopted. This Memorandum of Understanding shall remain in full force and effect from . July 1, 1977 through June 30, 1979. Date: CONTRA COSTA COUNTY. DEPUTY DI RICT ATTORNEY'S ASSOCIATION 3 �L "L Imo• I�i�? 00, 5 0773 w'• Sec-,an ML �:•:':. :;w OFFICE CF :Kc COUNTY AOAINISTBATOR - _: AB1 „ 1STR ,iT1VE BULLETIN .11 . ' Revcaces 311.1 APPENDIX A SUBJECT: Sick Leave Policy This bulletin states County policies, on the acct..*-*-ulatiau, use and administration of paid sick leave_ credits'." I. 1hurpose of Sick Leave The primary purpose of paid sick leave 'is t�o•insure employees against loss of pay for temporary absences from work due to ill- ness or injury. It is a privilege extended by the County and may be used only as authorized; it is not paid time off wl-d ch eAmployees may use for personal activities. 'II. Credits To and Cha_,&es Against Sick Leave Sic'_ leave credits accrue at the rate of eight- (8) working hours credit for each completed month of service, as prescribed ( by County ordinance. Employees Vao work a portion of a month are entitled to a pro rata share of the monthly sick leave credit computed on the same basis as is partial month compensation. Credits to sick leave and charges against sick leave are made in minirrim amounts of one hour. Unused sick leave credits accu*mUate from year to year. When an employee is separ'ated, other than through retire- ment= his accumulated sick leave credits shall be cancelled, unless the separation results from layoff, in which case the acct-elated credits shall be restored if he-is re-employed ir_ a permanent position within the period, of his layoff'eli gibs l ity. As of the date of retirement, an employee's accu n ated sick leave is converted to retirement time.on the basis of one day of retirement service credit for each day of accumulated sick leave credit. .i . .. .. . ...... 2. III. Policies Governing the Use of Paid Sick Leave As indicated above, the primary purpose of paid sick leave is to insure employees against loss of pay for temporary absences from work due to illness or injury. The folloc-ring definitions apply: "Mediate family" means and includes .only zhe spouse, son, daughter, tacheri mother, brother, sister, grand- parent, grandchild, father-in-law, mother-in-iaw,- sou-in-lxu, daughter-in-law, brother-in-law, . or sister-in lac•:, of an employee." . "Employee" means any person employed by Contra Costa County in an allocated position in the County service'. - ' "Paid sick leave credits" means those sick leave credits proviaea for by county ordinance. Accumulated paid sick leave credits may be used, subject to appointing authority approval, by an eaployee in pay status, but only in the following instances: A. Temporary Illness or Injury of an Employee An employee may use paid sic` leave credits m-nen he is off rK because of a temporary illness or injury. B. Permanent Disability Sick Leave. Permanent disability- means the employee sutrers from azsabl:ng physical injury or illness and is thereby prevented from engaging in any County occupation for which he is qualified by reason_ of education, tiaix-g or experience. Sick leave may be used by pe—_m nently disabled employees until all accruals of the employee have been exhausted or imtil the employee is retired by the Retirement Board, subject to the follocti-ing conditions: 1. An application for retirement due to , - disabling has .been filed with the Retirement Board. 2. Satisfactory medical evidence of such disability is received by the appointing authority :,rithin'30 days of the start of use of sick leave for permanent disability. { OO/75 3. 3. The appointing authority ray reviiw medical evidence and order Bather examination as he deems nacassary, and may terminate use of sir-L-, leave wren such further examination demonstrates that the employee is not. disabled, -� or then the appointing authority determines that the medical evidence swm=tted by the' employee is insufficient, or where the above conditions have not been met. C. Communicable Disease. An employee may use paid sick leave credits when a is uneer a physician's orders to ruin secluded due to exposure to a*comv_1rdc_--b1le disease. D. Sic?: Leatre Utilization for Pre-MMI-CZ Disability. Employees w ho visa z ity ins cause o. contributed to y prep ancy, miscarriage, abortion, childbirth, or recovery there- from, shall be allowed to utilize sick leave credit to the maxim_= accrued by such employee during the period of such disability under the conditions set forth below:- t 1. - Application for such leave must be made by the employee to the appointing authority accompanied by a written statement of disability from the employee's attending physician. The statement mst address itself to the employee's general physical condition having considered the nature of the work performed by the employee, and it must. indicate the date of th-e caencemrnt' of the disability as well as the date the physician anticipates the disability to terminate. The County retains the right to medical •revie:r of all requests for such leave. 2. If an employee does not apply for leave and the appointing authority believes that the employee is not able to properly perform her ivork. or that her general health is impaired due to disability caused or cont,kibuted to by pregnancy, miscarriage, abortion, - child- birth or recover; th erefram, the emaployee shall be required to undergo a p:^_ sical examination b, a p`ysiciar: se?e:.t_d by the x 00776 s. [ 4 4 - . ii Cotmzty, the cost of such examination to be bogie by the County. Should the medical report so reco=en , a mandatory leave shall be imposed 'upon the employee for the duration- of the disability. 3. If all accrued sick leave has been utilized - by the employee, the employee shall be considered on an approved leave urithbut pay. Sick leave may not be utilized after the i employee has been released from the hospital . unless the employee has provided the County wsth a written statement from her attending physician stating that her disability continLes• and the projected date of the employee's recovery from such disability. • . 'E. Medical and Dental Fgoointments. An employee-may use paid sick ieave credi s: 1. For woek.Lng time used in keeping medical and dental appointments for the employee's own care; and j 2. For working time (not over 24 hours in each fiscal vear) used by an Employee for pre- sched•tSled medical and dental appointments ' for an immediate family member living in the employee's home_ F. Emergency Care of Family. An. employee may use paid sick leave credits up to two days, unless the Coumty Adm-iristra- for approves more) for workLn- time used in cases of illness; or injury to, an mediate family member living in the employee s home, if there is a real need for someone to render care and no one else is available therefor, and if alternative arrangements for the care. of the ill or injured person are immediately under- taken. G. Death of Family Member. An employee may use paid sick leave credits tor tie used because of a.deatii in the ' employee's imm dizte family, but this shall not ehceed three working days, plus up to two days of work tie for necessar; travel. OU ,�7 .D C ' Accuunulated paid sick leave credits not be used :Ut the fcllorzing situations: - Self-Inflicted iujuty_ Pad sick leave credits may not be usea tar time off from t.ork for an employee's illness or injury purposely self-inflicted or caused by his willful misconduct. - Vacation. Paid sick leave credits may not be used or an employee's illness or injury ,e4hich occurs while he is on vacation but the County Administrator may authorize it, when extenuating circuhistances exist and the appointing authority approves. - Not in-Pay States. Paid sick leave credits may not e used mien the employee 'would othern.•i se be eligible to use paid sick lea;re credits but is not in pay status. M Administration of Sick Leave i The proper administration of sick leave is a responsibility of the employee and the department head. The following procedures apply: A. Employees are responsible €or notifying their department of an absence prior to the co encement of their *work shift or as-- soon s soon thereafter as possible. Notifications ail include the reason and possible duration of the absEnce. B. Employees are responsible for keening, their department informed on a cant*—nirg basis of their condition and. probable date of return to stork. C. Employees are responsible for obtaining ad;ra^ce approval from their supervisor for the scheduled time df pre-arranged.- personal or family medical anddental appointments. D. The 24 hour annual allotment of sick leave i4hich may be used to take icmitediate family members, living in the employee's homeP to pre-scheduled medical and dental appointments should be accounted for by the department on a fiscal .ea: bas-is- Any balance of the 24 hours rpm-inins at the end of the fiscal year . is not to be carried over to the next year; departments should notify the employe: if the allowance is rzact:w. Authori- zation uthor - zation to use sick leave for this purpose i S C�3nC1L:sent a, av ail- { ability of accumulated sick leave credits; it is not 4z add_tior_aj allotment of sick leave which employee =xcrarC2 00778 5. The use of sick leave may properly be denied if these 1' procedures are not followed. Pb se of the sick leave privilege on the part of the employee is cause for disciplinary action. • Authorization of sic-k leave is a certification of the legitimacy of the sick leave claim. To ascertain the propriety of claims against sick leave, department heads ray make such investigations as they deem necessary. Use of one or more of the following procedures may be helpfL:I : - Calling the employee, his family or attending Physician if there is one. - Obtaining the signature of the employee on the Absence and Extra Time Card, or on another form established for that purpose, as a certification of the legitimacy of the claim. - Obtai_ni-ig a written statement explaining the clams for use of accuarilated sick leave credits. - Obtaining a physician's certificate covering the absence(s) indicating that the employee was incapacitated. ; - Writing a letter of inquiry about the Employee`s condition, enclosing a form to be filled out, signed, and -returned. - Obtaining a periodic statevent of progress and medical certification in absences of an extended nature. Department heads are responsible for establishing timekeeping procedures ui i.ch will insure the submission of a time card cover- ing each employee absence and for operating their respective Off ices in accordance with these policies and with clari€ying regulations issued by the Office of the County Administrator. 00779 t . - 7. To help assure worm policj',application,.;-.tne:,lacter=office should be contacted with respect`to sick leaYe determinations about which the depestent.;is.i*L doubt, References: Ordinance .Code Section 30=61604' (Ordir.an7ce 73-47 , .Tune 5, 1973) Ordinance Code Section 38-4.602 (Ordinance 73755 July 2, 1973) Resolution Number 72/465 dated July 22 19797 Resolution Neer 74/322 dated April 9, 197-4 Resolution Number 75/592 et al. 'dated July 31, 1 1975 x1A4�'Lf ' e�A�'n1StLac.O a , fi K t Ag,' N t " r:ax,8,'a,���-t x �., c`"r t o yt s t `n 5 k x BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA Re: 1977-79 Compensation. for ) County Officers and ) RESOLUTION NO. 77/602 Some Employees _ ) The Contra Costa County Board of Supervisors in its capacity- as govern- ing board of the County of Contra Costa and all districts of which it is the ex officio governing board RESOLVES THAT: 1. The 1977-79 compensation review for officers and certain employees of Contra Costa County has been accomplished in accordance with established procedure, and on this date the County Administrator submitted a report proposing salary adjustments for elective and appointive officers and management employees not included in repre- sentation units, and other employees not included in representation units except project, (exempt) and CETA employees. 2:­_This Board having thoroughly considered this repor`t-approves it in part. 3. It being necessary to implement certain of the provisions of the report, this Board enacts the following: a. Salaries. Effective July 1, 1977, the salaries of the officers and employees whose'classifications are set forth in the document entitled "Management and Unrepresented" marked "Exhibit A", attached hereto and incorporated herein, are as specified therein, except that the salaries for members of the Board of Supervisors shall not be effective until an ordinance amending County Ordinance Code §24-26.006 becomes operative. The salaries for those classifications, the top step of which exceeds $45,000 per year, are temporarily frozen pending review and recommendations of the Board Finance Committee. Effective July 1, 1978, a basic salary increase of 16 levels (5$) shall be made to those employees whose classifications are set forth in the document entitled "Management and Unrepresented", marked "Exhibit A"' attached hereto and incorporated herein, and including any management or unrepresented classes which may be added thereto. Nevertheless as to those employees, the top step of whose classification's salary range exceeds $3333.42 per month but is less than $3750 per month, the salary increase shall be to a salary range on the Basic Salary Schedule the top step of which is the lessor of (a) $167 per month above the top step of the former salary range, or (b) that step next above an increase of $167 ner month; but in no event shale the top step exceed level 697 on. the Basic Salary Schedule ($3752 per month) . The salaries for those classifications, the top step of which exceeds $45,000 per year, are temporarily frozen pending review and recommendations of the Board Finance Committee. b. Holidays. The County will observe the following holidays during the term covered by this Resolution. Independence Day July 4, 1977 Labor Day September 5, 1977 Admission Day September 9, 1977 Columbus Day October 10, 1977 Veteran's Day November 11, 1977 Thanksgiving November 24, 1977 Day after Thanksgiving November 25, 1977 Christmas December 26, 1977 New Year's Day January 2, 1978 Lincoln's Day February 13, 1978 Washington's Day February 20, 1978 Memorial Day Hay 29, 1978 Independence Day July 4, 1978 Labor Day September 4, 1978 Columbus Day October 9, 1978 Veteran's Day November 10, 1978 Thanksgiving November 23, 1978 Day after Thanksgiving November 24, 1978 Christmas December 25, 1978 New Year's Day January 1, 1979 Lincoln's Day February 12, 1979 Washington's Day February 19, 1979 Memorial Day May 28, 1979 Every day appointed by the President or Governor.for a public fast, thanksgiving or holiday. Such other days as the Board of Supervisors may by resolution designate as holidays. If amendments to Government Code Section 6700 and/or 6701 become effective to delete any of the above as holidays or to add new holidays, such amendments shall be effective for employees whose classifications are listed on the document entitled "Management and Unrepresented" attached hereto, marked "Exhibit A", and incorporated herein. c. Group Health Program. The County will continue the existing County Group Health Plan program of combined Medical, Dental and Life Insurance coverage through California Dental Service, Occidental Life Insurance and the medical insurance options of Kaiser-Permanente Foundation and Blue Cross of Northern California. Effective August 1, 1977, through July 31, 1978, management, unrepresented, project, exempt, CETA and retired employee contribution rates for either plan option for all permanent 20/40 or greater employees shall be $6.90 Subscriber Only or $23.00 Subscriber and Denendent(s) . Corresponding rates for employees receiving Medicare shall be $1.00 for Subscriber only receiving Medicare; $15.30 for Subscriber and Dependent(s) with one member receiving Medicare; and $7.G0 for Subscriber and Dependent(s) with two members receiving Iiedi- care. The County will contribute the necessary balance of costs to maintain the Plan on behalf of the above listed categories of employees. RESOLUTION No. 77/602 -2- Effective August 1, 1978 through July 31, 1979 the County will increase its contribution toward each health plan option by $4.50 per month for Subscriber Only and $8.00 per month for the Subscriber and Dependent(s); any increase in the health plan costs in excess of $4.50/ $8.00 per month will be paid by the management, unrepresented, project, exempt, CETA or retired employee. Corresponding Medicare rates for employees are as follows: for Subscriber Only on Medicare by taking the Subscriber Only rate for the option selected and subtracting the monthly Part B Medicare premium withheld"from Social Security payments for-one enrollee; for Subscriber' and Dependent(s) with one member on Medicare by taking the Subscriber and Dependent(s) rate for the option selected and subtracting the monthly Part B Medicare premium withheld from Social Security payments for two enrollees provided however that the minimum employee health plan contribution will be $1.00 per month. Any increased premiums from the Health Plan Carriers, effective after July 31, 1979 shall be the responsibility of the above listed categories of employees. Effective July 1, 1977, upon retirement, management, unrepresented, project, exempt or CETA employees may remain in the same County group medical plan if immediately before their retirement they are either active subscribers to the County health plan or if on an authorized leave of absence without pay they have retained individual conversion membership from the County plan. After August 1, 1977, retired subscribers of the County group medical plan may elect to switch medical plan carriers during the annual open enrollment period. ..d.- 'Disability 'Income Program. Effective January 1,`7:978, a disability income protection plan nor management employees whose classifications are set forth on pages 2 through 13 and page 14 of the document entitled, "Management and Unrepresented", marked "Exhibit A", attached hereto and incorporated herein shall be established.- e. Term Life Insurance - Elected Officials. Effective January 1, 1978, the term life insurance for elected County officials listed on page 13a of "Exhibit A" attached hereto shall be increased from $30,000 to $50,000. f. Retirement Contribution. Effective August 1, 1977, pur- suant to Governmento e 5 8S;T-the County will pay 35% of the retirement contributions normally required of management, unrepresented, project, exempt and CETA employees and elected officials and effective August 1, 1978, the County will increase its payment to 50% of such retirement contributions; but such payments shall continue only for the duration of this resolution, and shall terminate thereafter. Effective July 1, 1977, such employees and elected officials shall be responsible for payment of the employees' contributions for the retire- ment cost of living program as determined by the Board of Retirement of the Contra Costa County Employees' Retirement Association without the County paying any part of the employees' share. g. voluntary Demotions. Effective January 1, 1978, when a manageme.-st or unrepresented classified employee voluntarily demotes to a classification paid at a lower salary range, the salary of the demoted employee shall remain the same when the salary steps of the new range permit, otherwise, the salary shall be set at the step in the neer range next below the salary the employee received prior to de.netic_^.. RESOLUTION NO. 77/602 n �� -3- 007081) 4. The benefits listed below shall continue as modified herein. a. Life Insurance Policy. Those management employees whose classifications are listed in the document entitled "Management and Unrepresented" (at pp. 2-13,14) marked "Exhibit A" attached hereto and incorporated herein, shall be provided with a $30,000 term life insurance policy. Premiums for this insurance to be paid by the County with conditions of eligibility to be reviewed annually. b. Professional Organization Dues. It is a policy of reim- bursing management employees for m ers ip fees in one professional organization directly related to County employment but not to exceed $150. Department Heads and their chief assistants will be reimbursed for membership in two such professional organizations but not to exceed a total of $300. The County Administrator shall work out specific details, concerning organizations and procedures for approval. c. Incentive Pa Plan. Management employees and elected officials whose c asst ications are set forth in Exhibit A (at pp. 2-14) and who have completed ten years of service for the County in either an appointive or elective capacity shall receive an 8- level (approximately 2 1/2%) longevity differential. For purpose of deter- mining qualification for this differential the records utilized for service awards purposes will control. Approval of the appointing authority based on work performance is required prior to the granting of the longevity differential. d. Vacation Payoff. Management employees whose classifi- cations are 1-1sted in Exhibit A (at pp. 2-13,14) are eligible for pay for one-third of their annual accumulated vacation at such time as they eldct such payment and have during that calendar year'83ready used the equivalent of two weeks of their accrued vacation. Vacation balances will be reduced by the number of hours paid for. This option may be utilized by each eligible employee only once each calendar year. e. - Overtime Exclusion. In recognition of their management status, appropriate action wi 1 be -initiated to include management employees listed in Exhibit A (at pp. 2-13,14) on the Overtime Exempt List. f. Juvenile Court Referee. An additional 8 level (2.47$) differential to be prov-1de-a-t-F-OW incumbent of a Juvenile Court Referee position who has an active membership in the California State Bar Association. g. Sick Leave. Employees whose classifications are listed on Exhibit A sh=a receive the following benefits under procedures to be established by the County Administrator: .. .. . . (1) Sick leave utilization for re nan.EX disability: Employees whose disability as caused or contributed to by pregnancy, miscarriage, abortion, childbirth, or recovery therefrom, shall be allowed to utilize sick leave credit to the maximum accrued by such employee during the period of such disability under the conditions set forth below: (a) Application for such leave must be made by the employee to the appointing authority accompanied by a written statement of disability from the employee's attending physician. The statement must address itself to the employee's general ohysicial condition having considered the nature of the work performed by the employee, and it must indicate the date of the commence- ment of the disability as well as the date the physician anticipates the disability to terminate. RESOLUTION ::O. 77/602 -4- 00",181 0 The County retains -the right to medical review of all requests for such leave. (b) If an employee does not apply for leave and the appointing authority believes that the employee is not able to properly perform her work or that her general health is impaired due to disability caused or contributed to by pregnancy, miscarriage, abortion, child- birth or recovery therefrom, the employee shall be required to undergo­a physical examination by a,physician-selected by the County, the cost of such examination to be borne by the County. Should the medical reports so recommend, a mandatory leave shall be imposed upon the employee for the duration of the disability. (c) If all accrued leave has been utilized. by the employee, the employee shall be considered on an approved leave without pay. _ Sick leave may not.be utilized after the ' employee has been released from the hospital unless the employee has provided the County with a written statement from her attending physician stating that her disability continues and the projected date of the employee's recovery from such disability. .. ....... .. ...... (2) Permanent disability sick leave. Permanent disability means the employee suffers from a disabling physical injury or illness and is thereby prevented from engaging in any County occupation for which he is qualified by reason of education, training or experience. Sick leave may be used by permanently disabled employees until all accruals of the employee have been exhausted or until the employee is retired by the Retirement Board, subject to the following conditions.-,. (a) An application for retirement due to disability has been filed with the Retirement Board. (b) Satisfactory medical evidence of such disability is received by the appointing authority within 30 days of the start of..use. of sick leave for permanent disability. (c) The appointing authority may review medical evidence and order further examination as he deems necessary, and may terminate use of- sick leave when such further examination demonstrates that the employee 'is'not disabled, or whein the appointing authority determines that the medical evidence submitted by the employee is insufficient, or where the above conditions have not been met. (3) Definition of "Immediate Family°: The following is the definition of-" ,maedia'eFamily" ror purposes of special sick leave utilization as currently detailed in Administrative Bulletin 311.1. Said Bulletin shall be revised and the following language incorporated therein: "Immediate Family" means and includes only the spousef son, daughter, father, mother, brother, sister, grand- parent, grandchild, father-in-law, mother-in-law, Bon- in-law, daugther-in-law, brother-in-law or sister-in- law, of an employee. (h) Training Allowances. Reimbursement for career develop- ment trainin4—shall be 11mitea to $200 per semester or $150 per quarter, not to exceed $600 per year. RESOLUTION :YO. 77/602 -5- 001'8-) (i) Provision of i4ana ement Benefits to Part-Time Management Employees. Part-time management employees whose classifications are listlist-'min the document entitled"Management and Unrepresented., attached hereto marked "Exhibit A" (at pp. 2-13, 14) and incorporated herein, who work at least 50% of full time on a continuing basis' shall be provided the management benefits listed in this Resolution. (j) Uniform Allowance for-Animal Control Supervisor. The uniform allowance or positions in-the class of Animal Control Super- visor shall be $22.50 per month. (k) Application of Length of Service Credits. For employees whose classifications are listed in the document entitled, "Management and Unrepresented", marked Exhibit A, attached hereto and incorporated herein, the length of service credits of each permanent employee shall date from the beginning of the last period' o€ continuous county employment including temporary, provisional and permanent.status and.- -•- absences on approved leave of absence except that when an employee separates from a permanent position in good standing-is subsequently re-employed in a permanent county position, priortothe completion of two years from date of separation, the'period of separation will be bridged. Under these circumstances, the. service.credits- shall" include all credits accumulated at time of.separation. but -shall not include the period of separation. The service credits of an employee shall be determined from employee status records of the Civil Service Department. 5. Effective July" 1,'1977, Resolution- No-.: 76/624, 76/712 'and- 76/772 are repealed, provided however, the repeal of Section 4.g(c) of Resolution-No. 76/624 shall not become effective until August-1, 1977. PASSED July 26, 1977 unanimously by the Supervisors present. EVL'/j cc: Director of Personnel County Auditor-Controller County Administrator County Counsel f - RESILUTION No. 77/602 0078 -6- • - - r i " MANAGEMENT AND UNREPRESENT E,_.D RECOMMENDED SALARIES 1977-78 MANAGEMENT —CLASSIFIED & EXEMPT. . . . . . . „ s „„ PG 2=13 MANAGEMENT — ELECTED OFFICIALS PG 13A. - MANAGEMENT — . PROJECT l. . . . . . . . . . PG 14 UNREPRESENTED - CLASSIFIED $ EXEMPT . . . . . . . . . , . .PG, .15-17, ; 00"10 LASS 6 SaLA<Y LISTItrGPaaE 2 MANAGEMENT CLASSES - CLASSIFIED AND EXEMPT CLASS TITLE LEVEL SALARY RANGE ACCOUNIING MANAGEn 539 1906.00 - 2317.00 ADM SVCS ASST LI 424 1342.00 - 1632.00 ADM SVCS ASST LII 488 1632.00 - 1983.00 ADMIN SVCS OFFICE2 11 551 1977.00 - 2404.00 ADMINISTRATIVE ANALYST 352 1076.00 - 1310.00 ADMINISTKATOFNCJ !!EO SVCS 645 2634.00 - 3201.00 ADMINISTRATVE SVCS OFCR I 520 1799.00 - 2187.00 AFFMTV ACTION OFCR 531 1860.OU - 2261.OU AGRI COMMR-DIR W/M 634 2547.00 - 3096.00 AIRPGRT MANAGER 476 1573.00 - 1912.00 ALCO REHAB ADAM 495 1667.00 - 2026.00 ALCOHOLISM PR05RAM CHIEF 534 1878.00 - 2282.00 AN CLINIC- VETERINARIAV 507 1729.00 - 2102.00 ANIMAL CONTROL DIRECTOR 487 1627.00 - 1977.00 ANIMAL CONTROL SUPERVISOR 399 1244.00 - 1512.00 APPLS S COMP COJRD 441 1414.00 - 1719.00 APPLS AND COMPLTS SPEC 363 1185.00 - 1440.00 ASSISTANT AIRPORT MANAGER 367 1128.00 - 1371.00 ASSISTANT BUDGET ANALYST 445 1431.00 - 1740.00 ASSISTANT COUNTY ASSESSOR 591 2234.00 - 2715.00 ASSISTANT COUNTY CLEi%,( 549 1965.00 - 2389.00 ASSISTANT COUNTY C]JNSEL 640 2594.00 - 3153.00 ASSISTANT COUNTY RECORDER 500 1693.00 - Z057.00 ASSISTANT FIRE CHF GR II 5661 2282.00 - 2x16.00 ASSISTANT HEALTH OFFICER 684 2966.00 - 3606.00 ASSISTANT PUBLIC DEFENOEA o40 2594.00 - 3133.00 ASSISTANT SHERIFF 636F 3115.00 ASSMNT PRJC AINALYST 462 Io02.00 - 1947.aJ ASSOC ARCH ENI: 493 1657.0v - 2014.00 ASSJC SUPT SCH/AaA SVCS oli 2404.00 - 2922.00 ASSOCIATE CIVIL ENGINEER 453 1657.00 - 2014.OJ ASST +4GRI COMMA-01i 6/4 57l 2102.00 - 2555.00 ASST 6LOGS SVCS SUPT 5357 2070.00 - 2269.JU ASST CriF JPTG ENG 431T 151.2.00 - 1667.00 t�U 183 CLASS SALA<Y LLSTLNU PAGE 3 MANAGEMENT CLASSES - CLASSIFIED AND EXSMPT CLASS TITLE LEVEL SALARY RANiiE ASST CLX 8D/SUPV 340 LU39.00 - 1263.00 ASST CO ADM (FINANCE) 657F 3321.00 ASST CO ASM-DLR OF PEKS 657 2732.00 - 3321.00 ASST CO AUD CONT 629 2506.00 - 3049.00 ASST i.0 BLDG INSP 571 2102.0U - 2555.00 ASST CO LIBRN 559 2026.00 - 2463.00 ASST CO PROS OFCR 663 2782.00 - 3382.00 ASST CO TREAS-TAX COLL 545 1942.00 - 2360.00 ASST CO ,SELF DIK 563 2180.00 - 2650.00 ASST COUNTY REGISTRAR 517 ' 1783.00 - 2167.00 ASST COST SUPT 363 1115.00 - 1355.00 ASST DIR NRSG 467 1627.00 - 1977.00 ASST DLR PERS 614 2396.00 - 2913.00 ASST DIR PLNG-ADV PLN3 578 2147.00 - 261U.00 ASST DIA PLNG-CUR PLN3 578 2147.00 - 2610.00 ASST DIST ATTY 640 2594.00 - 3153.00- ASST OP OPR SUPV 423 1338.00 - 1627.00 ASST EQUIP SUPT 454T 1622.00 - 1788.00 ASST FIRE CHF I 607 2346.00 - 2851.00 ASST FIRE CHIEF-RIVER 589 2220.00 - 2699.00 ASST MEDICAL DIRECTOR 70OF 3786.00 ASST MGR UP 553 1990.00 - 2418.00 ASST PROS OTRCA ACTY SUPV 435 1388.00 1687.00 ASST PORCH AGNT 469 1540.00 - 1872.00 ASST SECY/SUP CT JUDGES 280 865.00 - 1052.00 ASST SUP CT ADM/JUR COMMR 468F 1866.00 ASST/CO ADM 654 2707.00 - 3290.00 AUDITOR III 469 1540.UO - 1872.00 6ATTALION CHIEF 5t8T 2296.00 - 2531.00 ' 'i BLDG LVSP STRUCTURAL ENGR 535 1883.00 - 2289.00 6LOG INSP-8R OFC MGR 459 1494.00 - 1816.00 OLOG SVCS SUPT 575 2128.00 - 2586.00 BN CHF-RFPD 547( 2154.00 - 2374.00 BUDGET ANALYST 494 1662.00 - 2020. �� CLASS 6 SALARY LISTING PA;3E 4 :dANAGEt!E.NT CLASSES - LLASSIFIED AND EXEMPT CLASS TITLE LEVEL SALAk Y RANGE oUJGET CFA-S/S 520 1799.00 - 2167.OJ BUILDING PLANS Er1:,INEEk 493 1657.00 - 2014.OJ BUSLP42SS SEkVICES ASST 508 1734.00 - 2106.00 CtiLENDAP CGNTRJL SUPVR 326 99o.00 - 1210.00 CAPTAIN 520 2160.00 - 2626.00 CASE SERVICES MANAGER 551 1977.00 - 2404.00 CENTRAL ACCTG SYST SPLCST 539 1906.00 - 2317.00 ChAS COORD 463 1512.00 - 1838.00 CHF ASST DA 090 3021.UO - 3o72.00 CHF CLIN LAd TCHNGLST 465 1521.00 - 1849.00 ChF CL IN PSYCHUL 52c, 1832.00 - 2227.00 CHF CLK - 8D/SJPV 464 1517.00 - 1843.00 CHF COMM HLTH SVCS 697 3086.00 - 3752.00 CHF DEP AGkI COMMR 4b8 1632.00 - 1933:00 CHF DEP DIST ATTY- CRIM 657 2732.00 - 3321.00 CHF DEP PJb DEF 679 2922.OU - 3551.00 CHF DEP PW DIA 662 2774.00 - 3372.00 CHF .OEP SEALER W/H 451 1458.00 - 1772.00 CHF DEP-PUB AOM 503 1703.00 - 2076.00 . ChF INVSTGR-PUBLIC GEF 525 1627.00 - 2220.00 ChF ME3 AEC Lid 383 1135.00 - 1440.00 ChF MED SVCS ELIC 431 1371.00 - 1667.00 CHF PH MED SVCS 697 3086.00 - 3752.OJ CHF PU8 HLTH NJTRITIOVIST 426 1359.00 - 1652.00 CnF TmIAL DEPUTY PUd DEF 646 2656.00 - 3231.OJ CHF-E,APL DEVELOP 551 1977.00 - 2404.00 CHIEF APPRAISER 591 1234.00 - 1715.00 ChIEF ASST CO ADAIN 670= 3455.00 ChIEF DEPUTY CHER( 447 1440.00 - 1750.00 CHIEF 3EPJTY C3 C3JI SEL 075 Yiie'-,c:.U'Ci - 3i51.J..' Cr:IEF :3 r.AFTS+•ItA d 4 y 14%)5.4U - :7J6.OJ Cn1EF uAc�JE:'Jc,� 4uti 1262.30 - 1559.03 Lh1EF HEALTH E3JCAT-'% 463 1514.OJ - 1630.00 �' .:nI_F %,PEIAT!N; E`GI-NE=r� 5JoT 1912 .00 - 21�a,t' O CLASS i. SALARY L I ST I N; PA3E 5 -MANA00EMENT CLASSES - CLASSIFIED 440 EXEAPT CLASS TITLE LEVEL SALARY RANGE CHIEF TELEPHONE OPERATJk 356 1096.00 - 1334.00 ChIEF, BUSINESS JIVISION 553 199U.00 - 2416.00 CHIEF, STANDARDS DIV151ON 553 1990.0 - 2418.OU CHIEF#PROGRAM EVALUATION 533 1883.00 - 2289.00 CHILDREN'S SVCS PAGM SPLT 465 1521.00 - 1849.00 CLERK-AOM OF COURT 519 1794.00 - 2180.00 CU VET SV: OFCR 463 1512.00 - ld3d.00 COMMUAICATIONS DIRECT3A 580 2160.00 - 2626.00 CCNTRACTS/GRANTS SPECLST 472 1554.00 - 1889.00 CCOKD LIS AUD/VIS SVCS 472 1554.00 - 1885.00 CGORO OF VOL SVCS 366 1125.00 - 1367.00 COORD/LIB AGE LEV SVCS 472 1554.00 - 1839.00 COST ACCOUNTAta 4b9 1540.00 - 1872.03 • •' COUNTY ADMINISTRATOR 754 3672.00 - 4464.00 COUNTY COUNSEL 70 3153.00 - 3832.00 , CGUNTY HEALTH OFFICER 717 3280.00 - 3987.00 CGJwTY LIBRARIAN 615 2404.00 - 2922.00" COJNTY MEDICAL DikECTOii 725F 4086.00 COUNTY PROBATION OFFICER 663 2762.00 - 3332.00 CGJNTY kELFAR-m DIRECTOR 697 30d6.00 - 3752.03 CUSTODIAL SUPERINTENDENT 477 1576.00 - 1918.OJ DA Chr INSP 525 1327.00 - 2220.00 OA SUPV INSP 486 1622.30 - 1571.OJ DATA PROCESSINi MANAGci 594 2254.00 - 2740.00 DATA PaOCESSIN.i TECH 347 1062.00 - 1290.00 DEL PREV COORD 495 1667.00 - 2 26.00 DEP AGRI CGtdMR 440 1410.00 - 1713.00 JEP CJ TAX COLL 419 1322.UO - 1607.00 OEP CJ WELF DIA 653 2699.JG - 326u.00 OE? P/n DIK-3"s , 626 24db.OJ - 3021.00 DEP P/ n JIR-AD ?i2J 620 2460.00 - 3i121.j3 JEP PJ3 ADM I 335 1023.0i. - I2•t4 00 OE? PJ6 ADM II 407 L275.OJ 154'i.;)o :1E? SHEA-SU'PV 1RI'4LST 545 1942.JJ - 216u.00 s 00,791 CLASS 6 SALAKY LISTIN5 NAGE 6 MANAGEMENT CLASSES - GLASSIFIEO AND EXEMPT CLASS TITLE LEVEL SALAkY RANGE DEPARTMENTAL ACCOUNTANT 4b9 1540.OU - 1872.00 OEPTL SYST SPCLST 463 1512.00 - 1638.00 DEPUTY CHIEF ENGINEER 626 2486.00 - 3021.00 DEPUTY COUNTY COUNSEL 1 394T 1351.00 - 1489.00 DEPUTY COUNTY COUNSEL 1I 510 1745.OU - 2121.00 DEPUTY COUNTY COUNSEL 111 566 2070.00 - 2516.OU DEPUTY COUNTY COUNSEL IV 6U2 2310.OU - 2803.00 DIR OF BLDG INSPECTION 619 2433.00 - 2957.00 DIR OF DISASTER OFFICE 541 19.18.00 - 2331.00 DIR OF JUV INST PRGMS 592 2241.00 - 2724.00 01R PH L48 SVCS 529 1849.00 - 2248.00 DIR PH NURSING 567 2076.00 - 2524.00 AR SCHL BLDG PLANG 521 1805.00 - 2193.00 DIR-OR REG SVC AREA 411 1290.00 - 156d.OJ DIRECTOR OF NURSING 543 1930.00 - 2346.00 DIRECTOR 3F PLANNING 644 2626.00 - 3192.00 DIRECTOR OF SANITATION 523 1816.00 - 2207.00 OP OPR SUPVR 483 1607.00 - 1953.00 DP SHIFT SUPVR 375 1156.00 - 1405.00 DPT PUd PIKS DIR - AOM SVC 615 2404.00 •- 2922.00 DS-CHF, CkIM LAS 580 2160.00 - 2o2b.00 ELECTION DATA PRCSG C33KD 347 1062.00 - 1290.00 ELECTION PRECINCTS COOK D 414 1302.00 - 1583.00 ELECTRICAL TRADES SUPVSR 508T 1912.00 - 2108.00 ELIG TRNG SPLST 3d8 1203.00 - 1462.00 ELIG WORK SUPV I 331 1011.00 - 1229.00 ELIG WORK SUPV II 368 1203.00 - 1462.00 EMERG PLNG COORD 413 1298.00 - 1578.00 ENG TECH SUPV 477 1578.00 - 191d.00 ENG TECH SUPV - ,MATS TST3 477 1578.OJ - 1916.00 ENVIkON CONT EV`'?R 493 1657.00 - 2014.OJ EOP FROG DIR 537 1895.00 - 2303.00 ,} EOP SPLST 111 479 15ba.00 - 1933.00 4s tu1P MECH FKMN 4547 1622.00 - 1788.00 1)0'792 4 i i GLASS 4 SALARY LISTING PAGE 7 MANAGEMENT CLASSES - CLASSIFIED AVO EXEMPT CLASS TITLE LEVEL SALARY RANGE EwUIP AND MAT JISP 457 1485.00 - 1805.00 EQUIPMENT SUPERINTENDENT 4941 1632.00 - 2020.00 EX ASST FAM/CHILD ADV COM 495 1667.00 - 2026.00 EXEC ASST ALCOHSM AJV 80 495 1667.00 - 2026.00 EXEC ASST M/H ADV 80 495 1667.00 - 2026.00 FAM SUP COLL SJPVK 431 1371.00 - 1667.00 FAM SUP PAUG AOM 510 1745.00 - 2121.00 FAM SUP Pk OG ASST 458 1489.00 - 1810.00 FAMILY LAo COMMISSIONER 610 2367.00 - 2677.00 FAMILY PLNG PROGRAM C30RD 471 1549.00 - 1883.00 FIRE APPARATUS FOREMAN 465T 1677.00 - 1d49.00 FIRE CHIEF 672 2860.00 - 3476.00 FIRE CHIEF GROUP Il 608 2353.00 - 266u.UO FIRE CHIEF-RFPD 64U 2594.00 - 3153.00 FIRE DIST COMM SUPV 4o3 1512.00 - 1836.00 FIRE MARSHAL GROUP II 516 1788.00 - 2173.00 FIRE TRAINING SUPERVISOR 566 2070.00 - 2516.00 FLO EQUIP SUPV 425T 1465.00 - 1637.00 FCOD SERVICES MANAGER 407 1275.00 - 1549.00 GENERAL TRADES SUPERVISOR 508T 1912.00 2108.00 GRADING ENGINEER 473 1555.00 - 1895.00 GRAPHICS ARTIST 383 1185.00 - 1440.00 GKNDS MTCE SUPT 469 1540.00 - 1872.00 HEAD CATALOGUER 393 1221.00 - 1485.00 HEAD OF LI8RARY TECH SVCS 508 1734.00 - 2106.00 HEALTH PROGRAM ASSISTANT 471 1549.00 - 1883.00 HLTH SVCS ADM I 4b9 1540.00 - 1672.00 HLTH SVCS ADM II 501 1698.00 - 2Ub4.00 HLTH SVCS ADM III 545 1942.00 - 2360.00 HUME HEALTH NJASING SUPV2 444 1427.00 - 1734.00. HOME HLTH NRSG COORD 527 1638.00 - 2234.00 HG,AE nLTH SVCS TRNG COORD 495 16o7.00 - 2026.00 HOSPITAL OFFICE MANAGER 427 1355.00 - 1647.00 HOUSEKEEPING MANAGER 369 1135.00 - 1380*OU 0093 .1 dZ ,,�L tip;, r 1tia"£ + j Pr'` C � `�y X51- St 4gafry ,:s i I CLASS 6 SALARY LISTIN5 PAGE 6 MANAGEMENT CLASSES - CLASSIFIED Alf) EXEMPT CLASS TITLE LEVEL SALARY RANGE HGUSEKEEPING SUPERVISOR 293 900.00 - 1054.00 HSG IMPVNT COORO 498 16b2.00 - 2045.00 HUMAN RESOURCES DIRECTOR 726F 4098.00 HUMAN RESOURCES STAFF AST 421 1330.00 - 1617.00 HYDROLOGIST 493 1657.00 - 2014.00 INCOME MAINTENANCE CHIEF 471 1549.00 - 1683.00 INCOME MTCE PROG SPLST 399 1244.00 - 1512.00 INCOME MTCE STF ASST 447 1440.00 - 1750.00 INST SUPV I 417 1314.00 - 1597.00 INST SUPV II 463 1512.00 - 1838,00 INST SUPV III 505 1719.00 - 2 089.00 INTERNAL AUDIT SUPERVISOR 532 1866.00 - 2268.00 INVESTMENT SUPERVISOR 496 1682.00 - 2045.00 JUVENILE COURT REFEREE 601 2310.00 - 280b.00 LEGAL CLERK SUPERVISOR 404 1263.00 - 1535.00 LI-d CIRC d OVD REC SJPVR 306 937.00 - 1139.OU LIBRARY SJPERVISOR I 472 1554.00 - 1669.00 LIBRARY SUPERVISOR 11 50d 1734,00 - 2108,00 LIEUTENANT 522 1810.00 - 2200.00 MANAGEMENT ANALYST 11 424 1342.00 - 1632.00 MANAGEMENT ANALYST III 4*8 1632.00 - 1983.00 MARSHAL 542 1924.00 - 2336.00 MECHANICAL TRADES SUPVSK 535T 2076.00 - 2289.00 MED CARE ADM 507 1729.00 - 2102.00 MED CARE ADM AOV 583 2180.00 - 2650.00 MEd SOC SVCS SUPV 448 1444.00 - 175b.00 MED SVCS ADM COORD 431 1371.00 - 1667,00 MEDICAL LIBRARIAN 377 1163,00 - 1414.00 MENT RETARD PROD COORD 495 1bo7.00 - 2026.00 MkNTAL HLTH OUTRCH SUPER 342 1045.00 - 1271.00 MGR OF HUSP ENVIANTL SVCS 391 1214.00 - 147o.UU MGR-EMPLOYMENT PROGRAMS 5b2 217x.00 - 2642.00 MICKUFILM SUPERVISUk 295 906.OU - 1101,00 NEIGHBORHOOD SERV CTR SUP 461 1597.UO - 1942.00 00794 n •lam c"i.',. wx '.s.�1,h{p}�.+.".+.; . . .. : i CLASS C SALAkY LISTI145 PAGE 9 MANAGEMENT GLASSES - CLASSIFIED AND EXEMPT CLASS TITLE LEVEL SALARY RA14GE OI.0 HLTH PRCG COORO 515 1712.OU - 2154.00 OFFICE MANAGER I 384 1166.00 - 1444.00 OFFICE MANAGEK 11 427 1355.00 - 1647.00 OTPT OLIN MED JIk 694 3058.00 - 3717.00 PERS SVCS ASST 11 424 1342.00 - 1632.00 PERS SVCS ASST III 468 1632.00 - 1963.00 PERS SVCS OFCR 537 1895.00 - 2303.00 PERSONNEL ANALYST It 424 1342.00 - 1632.00 MSCNNEL ANALYST II1 486 1632.00 - 1963.00 PH CLINIC COORDINATOR 471 1549.00 - 1883.00 PH DATA 4 PROD COORD 488 1632.00 - 1983.00 PH DENTAL OFFICER 678 2913.OU - 3540.00 PLANNER I 352 1078.00 - 131UoOO PLANNER 11 413 1298.00 - 1578.00 PLANNER III 480 1592.00 - 1936.00 PLANNER IV 529 1849.00 - 2248.00 PLANNING COORDINATOR 550 1971.00 - 2396.00 PLANNING ECOLOGIST 413 129b.00 - 157d.00 PLANNING ECONOMIST 413 1298.00 - 1578.00 PLANNING 3EOLOGIST 493 1657.00 - 2014.00 PLANNING METHODOLOGIST 413 1296.00 - 1576,0 U PLANNING SPECIALIST 480 1592.00 - 1936,00 PLANNING TECKNICIAN It 352 1078.00 - L310.00 PLANNING TECHNICIAN 111 432 1376.00 - 1672.00 ' PLNG GRAPHICS SUPV 413 1306.00 - 1568800 PLNG TECH SUPV 480 1592.00 - 1936.00' PREV HLTH CARE ADM ADV 572 21.08.00 - 2563.00 PFGMG ANO ANAL SUPVK -EDP 521 1805.00 - 2193.00 PkI`+ RP AGNT 562 2045oOU - 2456.00 PKINCIPAL APPRAISER 531 1860.00 - 2261.00 PhINCI?AL ELECTRICAL INSP 503 1708.00 2076.00 PKINCI?AL MECHANICAL INSP 503 17C8.Ov - 2016.00 Pr.t78 OfRCH ALT CNTR SUPV 483 1607.40 - 1953.00 zk Pk03 TRNG UFCR 515 1772.00 - 2154.00`` 00,7QQ 5 CLASS E SALAkY LISTINS PAGE 10 MANAUEMENT CLASSES - CLASSIFIED AND EXEMPT CLASS TITLE LEVEL SALARY RANGE PROS VOL PROG ADM 495 16x7.00 - 2026.00 PROBATION SUPERVISOR I 483 16.07.00 - 1953.00 PkO6ATION SUPERVISOk II 523 1816.00 - 2207.00 PKOG COORO MIP DEV CNTR 447 1440.00 - 1750.00 PROGkAM ANALYST - EDP 4b5 1.521.00 - 1845.00 PkOP REC 6 CONT TECH 357 1094.00 - 1330.00 PROPERTIES TRUST OFFICER 479 1568.00 - 1930.00 PUB kKS MTCE SJPVK 427T 1494.00 - 1647.00 PUBLIC DEFENDER 697 3066.00 - 3752.00 PUBLIC HEALTH ENGINEER 582 2173.00 - 2642.00 PUBLIC INFORMATION OFCR 488 1632.00 - 1983.00 PUBLIC WORKS DIRECTOR 733 3444.00 - 4187.00 PW MTCE SUPT 471T 1708.00 - 1883.00 RECREATION SUPVR-SVC AREA 329 1005.00 - 1221.00 REGISTR t ELECTIONS SJPVR 453 1467.00 - 1783.00 REPRO AND DIST SUPV 38'1 1199.00 - 1458.00 RISK MANAGER 567 2076.00 - 2524.00 RTRMT SVCS ASST 428 1359.00 - 1652.00 RTRMT SVCS SUPV 536 1889.00 - 2296.00 SECTY TO THE CJUNTY ADMIN 389 1207.00 - 1467.00 SENIOR ARCHITECTURAL ENGR 534 1878.00 - 2282.00 SENIOR CIVIL ENGINEEk 534 1678.00 - 2262.00 SENIUF ENVIRONMENTAL ENGR 534 1878.00 - 22d2.00 SENIOR KEY PUNCH OPERATOR 287 864.00 - 1075.00 SENIUK SYSTEMS ACCOUNTANT 501 1698.00 - 2064.00 SERVICE AREA COORDINATOR 508 '1734.00 - 2108.00 SFTY SVCS SPLST I 408 1279.00 - 1554.00 SFTY SVCS SPLST II 468 1535.00 - 186b.00 SOC PROD PLNR III 743 1930.00 - 234o.00 SCC SVC ADM OFCR 553 1990.00 - 2416.00 a SGC SVC CLEn SPLST 384 1164.00 - 1444.00 SGC SVC LEGAL AJV 593 2246.00 - 2732.00 SOCIAL PROGRAM SPECIALIST 430 1380.00 - 1677.OU SOCIAL SERVICE PROJ SUPVR439 1405.00 -1706 0 Y CLASS 6 SALARY LISTIN; PAGE 11 MANAGEMENT CLASSES - CLASSIFIED AND EXEMPT CLASS TITLE LEVEL SALARY RANGE y SOCIAL WORK SUPERV1SUA 1 423 1338.00 - 1627.00 SOCIAL MGaK SUPERVISOR II 455 1476.00 - 1794.00 SOCIAL WORK SUPERVISGR IV 551 1977.00 - 2404.00 SOCIAL WORK SUPV III 503 170b.00 - 2076.00 SPEC DIST IX ACCNT 481 1597.00 - 1942.00 Sk CIT PROG COORD 495 1667.00 - 2026.00 SR PROS SUPV - JUVENILE 569 2089,00 - 2539.00 Sk PROS SUPV-ADULT 577 2141.00 - 2602.00 SK PROGRAM ANALYST - EJP 495 1667.00 - 2026.00 STAFF REVEL SPLST 456 1480.00 - 1799.00 r SUP CT ADM/JURY COMMR 567 207b.UO - 2524.00 SUPERIOR COURT CLERK SUPV 431 1371.00 - 1667.00 SUPERVISING ACCOUNTANT 477 1578.00 - 1918000 SUPEhVISING APPRAISER 481 1597.00 - 1942.00 SUPERVISING CLINIC NURSE 444 1427.00 - 1734.00 SUPERVISING CJSTUOIAN 313T 1055.00 - 1163.00 SUPERVISING NURSE 444 1427.00 - 1734.00 SUPERVISING PHARMACIST 519T 1977.00 - 2180.00 SuPERVISING SANITARIAN • 475 1566.00 - 1906.00 SUPERVISING STOREKEEPER 369 1135.00 - 1380.00 SUPERVISI4G THERAPIST 407 1275.00 - 1549.00 SOPERVISING hINDON WASHER 326T 1098.00 - 1210.00 SUPT fsOYS RANCH 551 1977.00 - 2404.00 SUPT, GIRLS' CENTER 551 1977.00 - 2404.00 SUPV AUO-APPR 505 1719.OU - 2089.00 SUPV BLDG INSP " 490 1642.00 - 1996.00 SUPV 6LOG PROJ ENGR 502 1703.00 - 2070.00 SUPV C/P THPST 1 407 1275.00 - 1549.00 SUPV C/P THPST II 440 1410.00 - 1713.00 SUPV CE SBe 2173.UO - 2642.00 k SUPV COMM TECH 480T 1756.00 - 19:16.00 k SUPV COOK-JUV HALL 3o5T 123o.0J - 1363.00 SUPV DIAGNOS ROULG TECHST ' 379 1170.00.- 1423.00- SliPV ENG URFTMN 407 1275.00 1549.00 . UU'1�1 - 4 _t- r �_ c a �'{ v ." � s•.., .v ;s. � yf`'r#��i+�`if�`�'i,555 u� ,rt.i . _ t .._��'�, ..,. .,..ate. t , �`-�,,, L,�,r,, ,�j•,��� � , t j t CLASS G SALAkY LISTINv PAGE 12 MANAGEMENT GLASSES - CLASSIFIEU AND EAEMPT CLASS TITLE LEVEL SALAKY kAWi6 • SUPY FIRE INSP 566 GU70.00 - 2516.00 SU?V FIRE INSP RFPD 526 Ld43.00 - 2241.00 SUPV 1NST NURSE 428 1359.00 - 1652.00 SUPV MGT ANAL. 567 2076.00 - 2524.00 SUPV PERS ANALYST 551 1917.00 - 2404.00 SUPV PH SOG YIRAR 479 1588.00 - 1930.00 SUPV PHN I 471 1549.00 - 1683.00 SUPV PMN IL 519 1794.00 - 2180.00 SUPV PSYCH SOC W RKR 463 1512.00 - 153d.00 SUPV P 5YCFi-PRoo 489 1631.00 - 1990.00 SUPV kP AGNT $14 1766.00 - 2147.00 SUPV TELE OPK 269 837.00 - 1017.00 SUPV W&V PEST CONT INSP 439 1405.00 - 1706.00 SUPV W/M INSP 415 1306.OU - 1586.00 SUPVSG ARCHITECTUKAL ENGR 582 2173.00 - 2642.00 SURGICAL SUPERVISOR 452 1462.00 - 1777.00 SVC SUPV JUV HALL 463 1512.00 - 1836.00 SYST ACCTG SUPV 535 1883.00 - 2289.00 TAX OFFICE MANAGEK 427 1355.00 - 1647.00 ThER ACT CTR SUPV 399 1244.00 - 1512.00 TMEk SVCS L OORD 407 1275.00 - 1549.00 TKAFFIC ENGINEER 477 1578.00 - 1918.00 TRAFFIC SIGN SUPERVISOR 375T 1275.OJ - 1405.03 TkNG OIR-CO MED SVCS 487 1627.00 - 1977.00 TSTG 6 MSKMTS ANAL 438 1632.00 - 1983.00 ` UTIL REVIEk COORD 436 1393.00 - 1693.00 VETEkANS' SERV BR OFF MGR 375 1156.00 - 1405.00 VETERANS' SERVICE REPk 351 1075.00 - 1306.00 VUC SVCS SUPV I 423 1338.00 - 1627.00 Y voc SVCS SUPV 11 471 1549.00 - 1883.00 VOG SVCS SUPV III 523 1816.00 - 2207.00 WEEO CONTROL SUPERVISOR 366 1196.OU - 1453.00 WLLF CLER SVCS AJVISOR 389 1207.00 1467.00 WK FUR PAR OFCR t.73 1559.00 - 10955���{�I.0f0 �J 4 98 x a • . . NAGE .. 13 CLASS 6 SALARY LISTINa FIED AVD EXEMPT MANAGEMENT LLASSES — CLASSILARY RANGE LEVEL GLASS TITLE' SA423 1336.00 — 1627.00 WK INGTV PROG GOORU 1860.00 — 2261.0o WRKS COMP/OCG SAFETY OF G'1 453T 1617.00 — 1783.00 iiTR CU AL DONT SUPV ` , s - . i. .F J T } S S X ! ,� £ t X 4 .4 �.t Nl r k x t .i u t c x rt r i C. M1N zpl { t i s d fi ' F ; fi= 4r .} i t S htN r < Yt Y 3 ,tS r [F x '£q{ ,,'. S ~{''' z ^ £ } t J 1 p ' f y t k _4 ' ; F - t t f S'i 7 f } { k, , i� k^y r Cv 3} t c d rnd 5 �^ e n 3 yi`� 5.� ,, f t ysy�h#e a a s1. t .1, P,u � at ,� E, "k r di ( 7. e ` si i < j t rt t v. ro a ) a i , #s S t�,-i �, .� tkt v 7y r yi f 5 e -1 t s M'I, , • Z4. ri,`�.s..* 11•' f `w y�k- , �J r rt, fi t➢fi�.,va )ti. ,Stcr'}�h�y4°3s j, kty uE f; a 6 Y ' �#qk';� #zi x q s - t}t, ,-,- , 'k 9� Ja y �S#} I'lla i K y. 3 d 2£ e T,. '{t " 3 z �F f as t? -t a� ' r f-A 'T"',iNi g7 iV-1,011s 3 3a g €. ' d y r e i t t L I 11 kb y t Lte< Itt,- `£S r v ti t 3 1 X S '� �t7 , ''sv`.sr��5ty.�t Y t -3 5t 'C t ----, M3 '. �.L1 ,' Nt{ '3 4fy —�, 4� yC M1 .-r tF S'--j, i # r 4 y ,f 'S s a Q �-S�s�"s;t''.-,a �#.F, .i � �, d'. ...r n at:.�J� t rS i t r- C 1 t#e 7 z'X' a }} r y..i� L. ;a {'kvsv < 4 ,,a, �`ss-..c��£,— r 7"mk,�` 4`I z-,, l2 � . t§(i"-',, z 't fi ark 3 M ii ,f F x.y c> - ,� 4.�.`.vk'11, �.4fsj{x +,.fY }, sY 5 c,ts-r,..�,£ A({, 4: iy t x- y y -'3" r i ¢ s f tUz ° ,� " s { v x' s jr a xy�aea4� "1,7`0 x i3 k_ a t " c+ c F x t a 1t-a 1 s j - s' s a e `'e t . z ,{ - a^ :�tt' t�,x* ..a t , s _ rQ t"4. a A nN ! $ 4 r s Tt� {' D. tsin. ;11 1 ..t i s zit i in a �, a e k C z ., i s'1, S} t o Xis ° f stir !ty(Y'S - eta �!t X44. ° t:¢ r 1't{ •le-�,c "ri' fr st"`a?t a s. >: t ,S 3 a z a,� `� 1 < z a x€ 11�z x!>,'r�' t t a Y £ t� &�t P v�'k rz '1' a ,a 'tiy S. xr h➢ F d4"m" "*,—,s ° c e z z z y z # 5 jz sp re c t - a e An>F 1K41�;'?- ✓.r - -r yf: :.F z' Snr'+ia-r<4a �; �s 9*z ..v a 7 t 9t { b%t°�n, yf 7 t' „� „ g r �, t F a ,, i a �,k x ?'. -"� E k s 'e�t t�, # 1 z t'i rr``#`) Fwd ,.,t N�_,a ss` ".� - x ti i fit. �. t ,, t, 4 `fix #�illls t s it 8 i i, 's n > a - a• s- '' , z r s'L t" t Y t $ .. f, t ; § Z t{• R f{7 �41hY } y 1� 414 >,"T h s s.;.x.? x ? asst" ># u z ns z t �, - a§ Sf n t tr,,, i x ...gam.I't ah s�zq' y 3 i �. 1 -w T .e' s,' i iz - i A q{i.ti z fit' }*°' u, z F eyip t n4 5,-,"•7}n° i r l c df Y i tx Y4 k?.,..�dY y T - �R�{'' SVR, .,,,!, "' �4, 1 �t Gx 'moi 4 y�`t k a " w 19 �s z �.y v r p';" +� : ` i YXr {{.1 yt k5 _. a i .t az ifs " , a� + i "�1 p tt. t a . slt� £ s y `z i )1. ? t s t t 4 kti i i ° a L r J S 2 } �,%Pt+4. t } r t �:1 za�a,.3` 'S r M1 _� ) t. _�t1". ���1. �� 7 r n iii z i ;1 a ;l. i..� t a " a a - l -t 4 t 1 D t S +�V7„ }6' d y l ,""l' , �`�t�_. . ¢ !e t, f . l. t a�I j CLASS a SALA.2Y LISTIN:i PAGE 13A- ELECTED 3AELECTED OFFICIALS GLASS TITLE LEVEL SALAkY RANGE 665E 3403.00 ASSESSOR - 3403.00 AUDITOR-CONTROLLER 665F 1418.00 a0 OF SUPERYISURS MEMBER 378E 2$42.00 CLERK RECORDER 606E { 704F 3832.00 DIST ATTY-PUB 40,14 3769.58_ JUDGE, MUNICIPAL COURT 4097.16 JUDGE► SUPERIO.2 COURT 3476.00 SHEKIFF-CORONER 672E 2916.66 SUPERINTENDENT OF. SCHOOLS `2749.00 TREASURER-TAX COLLECTOR 595E t i Fi * j _ Y T r a h i f t h k i.t i s • CLASS 6 SALARY LISTING PAGE 14 MANAGEMENT CLASSES - PROJECT CLASS TITLE LEVEL SALARY RANGE ADMINISTRATIVE ANALYST -P 352 1U78.00 - 1310.00 ASST EVER COMM SYST M64-P 468 1632.00 - 1983.00 DEP CO COJN I -PROJ 394T 1351.00 - 1489.00 ULPT SYST SPEC - PRJ 463 1512.00 - 183d 00 DIRECTOR, OFCE ON AGI46-P 499 1687.00 - 2u51.00 DIRECTOkrCTR FOR NMN DVL 499 1687.00 - 2051.00 DISC CTR DIRECTOR -PROJ 311 951.00 - 1156.00 DISC HSE Olk -PROJ 367 1128.00 - 1371.00 DISC PROJ DIR -PROJ 419 1322.00 - 1607.00 EMER COMM SYST MGR - PROJ 553T 2193.00 - 2418.00 EMERGENCY MED SVGS COOR-P 495 1667.00 - 2026.00 EGP SPLST III -PROJECT 479 15d8.00 - 1930.00 EX ASST ORG ABJSE BD-PROJ 495 1667.00 - 2026.00 HLTH CARE PROJ COORD-PROJ 463 1512.00 - 1838.00 HUM MTCE TRG PROD COORD-P 429 1363.00 - 1657.00 MANPONER ANALYST -PROJ 352 1078.00 - 1310.00 MANPOWER OPS OFFICER-Pit OJ 479 1588.00 - 1930.00 MANPOAER PLANNER -PROJ 463 1512.00 - 1838.00 MANPCOER PROGRAM DIR-PROJ 559 2026.00 - 2463.00 METH TRMT PROG DIR -PROJ 510 1745.00 - 2121:00 PLANNER I -PROJECT 352 1078.00 - 1310.00 PLANNER 11 -PROJECT 413 1298-UO - 1578.00 PLANNER III -PROJECT 480 1592.00 - 1936.00 PROS SUPV I -PROJ 483 16,07.00 - 1953.OU PROGRAM ANALYSTvEDP -P&OJ 465 1521.00 - 1849.00 SUC REHAB COORO -Pk OJ 495 1667.00 - 2026.00 SOCIAL PROGRAM SPLST-PROJ 433 1380.UU - 1677.00 {� ,fir Q _801. i CLASS & SALARY LISTI,N; PAoE 15 UNKEPi%ESLN TEL) CLASSES - CLASSIFIED AND EXEMPT CLASS TITLE LEVEL SALARY RANGtI ADAINISTRATIVE INTERN I56 725.00 AGEwCY BCARD MEMdEk HR AGR FIELD ASST 295 906.00 - 1101.00 ASSISTANT LAW LI3kA&IAN ATTURN€Y TRAINEE 241F 934.00 BUILDING PROJECTS INSP 13.65HR CIVIL SERVICE CO,61M1SSI0NR HR CLINK LAd INTERN 247 783.00 - 951.00 CLK-OR REG SVC AREA 23d 761.00 - 925.00 CONST INSP - SP PROD 366F 1367.00 CkIMINALIST 114TEAN 319 975.00 - 1185.00 CT REP/HJNI CT 453 1467.00 - 1763.00 CT REP/SUP CT 453 1467.00 - 1783.00 CTKA-OR REC SVC AREA 249T 868.00 - 07400 DEP SPEC CO SVC AREA P-1 161F 732.00 DEPUTY CLERK 1 178 634.00 - 771.00 DEPUTY CLEkK 11 222 725.00 - 881.00+ DEPUTY CLERK 11.1 286 881.00 - 1071.00 DEPUTY CLEKK IV 367 1128.00 - 1371 .00• DEPUTY MARSHAL 396 1240.00 - 1507.00 DEPUTY :4ARSHAL SERGEANT 446 1436.00 - 1745.03 EGP SPLST. 1 395 1244.00 - 1512:UO EGP SPLST II 439 1405.00 - 1708.00 ECP hRKR I 247 763.00 - 951.00 EGP ARKR 11 295 9C6.00 - 1101.00 EXAMINATION PROCTOR 283 673.07 - 1062.00 H/S HLTH SVCS COORJ 383 1185.00 - 1440.00 LANDSCAPE AA#;HLTECT 471 1549.00 - 1883.00 Lan CL EkK I 185F 787.00 LAn CLERK I1 24LF 534.JO LAA CLERK II1 269 Iod1.0.3 LA.t L 18r"Ac�I AN LEAD FX tMI,NATIJN PnOCT3R 313 y63.Jv - 1170.00 LE-5AL kESEAMCH ASSISTANT362= 1351.ut} 0OR02 CLASS & SALARY LISTING PAGE 16 UNREPkESENTEU CLASSES - CLASSIFIED AND EXEMPT CLASS TITLE LEVEL SALARY RANGE LIBRARY STUDENT ASSISTANT 123 536.00 - 652.00 MH COMMTY PROJ COORD 431 1371.00 - 16b7.OJ MIGRUBIOLOGIST TRAINEE 311 951.00 - 1156.00 PERSONNEL TECHNICIAN 312 954.00 - 1160.00 PHARMACIST TRAINEE 319 975.00 - 1185.00 PLANNING AIDE 283 873.00 - 1062.00 PLANNING INTERN 158F 725.00 PLANNING TECIINICIAN I 283 873.00 - 1062.00 PROCESS CLERK 266 881.00 - 1071.00 RECR LEADER -SERVICE AREA 237T 837.00 - 923.00 RECk SPECIALIST -SVC AREA 297T 1005.00 - 1106.00 RECREATION ASST-SVC AREA 053 433.00 - 526.00 RESEARCH ASSISTANT - CJA RESIDENT IN HOSP ADM 151F 710.00 SEC/MEMBER/BD SUPERVISORS 280 865.00 - 1052.00 SECRETARY, LAW LI8RARY SECY MEM B/S 280 865.00 - 1052.00 Sk BLDG PROJECTS• INSP 14.54HR STUDENT AIDE-CIVIL ENGR 297 911.00 - 1108.00 STUDENT THEJtAPIST 223 727.00 - 884.00 STUDENT WORKER 151 584.00 - 710.00 SUPV PROCESS CLERK 334 1U20.00 - 1240.00 TISSUE TECHNICIAN 303 928.00 - 1128.00 VETERINARIAN 12.50HR VOLUNTEER FIREMAN HR VOLUNTEER WORKER HR WEIGHTS AND MEASURES AIDE 1.75F, 764.00 y T`; t - CLASS C SALAkY LIST 1N3 PAGE 17 . I NFGAJ4AL RECOGNITION CLASS TITLE LEVEL SALARY RANGE ATTNDG PHYS/HRLY (SCH II) 20.15Hk DENTIS/SPELL (SCHED II ) 17.65HR DENTIST (SCHEJJLE II ) 16.80Hk MEDICAL STAFF DENTIST 2433.00 - 3105.00 MEDICAL STAFF OPTOMETRIST 2555.00 - 2817.00 MEDICAL STAFF PHYSICIAr4 3040.00 - 3879.00 MEDICAL STAFF PODIATRIST 2555.00 - 2817.00 MEDICAL STF ORAL SURGEON 3211.00 - 3540.00 OPTOMETRIST (SCHEDULE 11) 16.00HR PODIATRIST ( SCHEDULE II ) 16.00HR', RESIDENT PHYSICIAN 1 1250.00 RESIDENT PHYSICIAN I1 387F 1456.00 RESIDENT PHYSICIAN III 431F: 1667.00 1, S 1, I t £ S t 7 S 0080 k V c In the Board of Supervisors of Contra Costa County, State of California July 26 , 14 77 In the Matter of Ordinance Introduced. The Board this day adopted Resolution No. 77/602 approving compensation program for management and unrepresented employees for Fiscal Years 1977-1978 and 1978-1979; and In connection therewith the following ordinance which amends the Ordinance Code of Contra Costa County as indicated having been ULtroduced, the Board by unanimous vote of the members present waives fall reading thereof and fixes August 2. 1977 as the time for adoption of same: Amends Section 24-26.006 of the County Ordinance Code Increasing base monthly salary of Supervisors to $1418, operative beginning October 2, 1977;and which farther amends said Section 24-26.006 of the County Ordinance Code increasing base monthly salary of, Supervisors to 61489 operative beginning on July 1, 1978. PASSED by the Board on July 26, 1977. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid Witness my hand and the Seal of the Board of Supervisors affixed this26th day of July 14_7, J. R. OLSSON, Clerk d cc Deputy Clerk Maxine N. Neufe d 00805 H-24 4f"ism In the Board of Supervisors of Contra Costa County, State of California -July 26, , 19 _77 In the Matter of Extension of Time in Which to Make Adjustments in Salaries Retroactive to July 1, 1977. In connection with discussion of salary matters, the Board having heretofore determined to extend to July 26, 1977, the time in which to make adjustments retroactive to July 1, 1977 as long as there is continued good faith effort to reach settlement and,so long as agreement occurs within a reasonable period of time after July 1; and Mr. C.J. Leonard, Director of Personnel, having recommended that time in which to make adjustments in salaries retroactive to July 1, 1977 be extended to August 2, 1977 so long as good faith negotiations continue; IT IS BY THE BOARD ORDERED that the recommendation of Mr. Leonard is APPROVED. PASSED by the Board on July 26, 1977. 1 hereby certify that the foregoing is a true and carred copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid - cc:­ Director of Personnel Witness my hand and the Seal of the Board of County Counsel Supervisors County Audi tor-Controller affixed this 26thfay of July , 19M County Administrator Recognized Employee Organizations J. R. OLSSON, Clerk • v sy Deputy Clerk e Ill. Netffd1d 00806 N.24 3171.ISm � t , • In the Board of Supervisors of Contra Costa County, State of California- July 26 , 1977 In the Matter of - Approving Population Estimates Developed by the Probation Department for Institutional Facilities The Board having considered the request by the County Probation Officer and recommendation of the County Administrator; IT IS BY THE BOARD ORDERED that the Chairman is AUTHORIZED to APPROVE population estimates for the fiscal year 1978-79 developed by the County Probation Department, for State subvention purposes, for the following institutional facilities: Preplacement Center, Martinez _ Girls' Center, Martinez Contra Costa County Boys' Ranch, Byron Girls' Day Treatment Facility, Western Contra Costa County Community Day Center PASSED by the Board on July 26, 1977. I hereby certify that the foregoing is a true and correct copy of an cider entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of cc: Probation Officer Supervisors California Youth Authority 26th c/o Probation affixed this day of July 1977 County Administrator County Auditor-Controller J. R. OLSSON, Clerk _ . Deputy Clerk '11ne Jct, a e1d hm 00807 H-24 3/7615m I �W To: Pearl S. West, Director Department of the Youth Authority 4241 Wil iamabourgh Drive Sacramento, CA 95823 Date: July 20, 1977 RE: Population Estimates 1978-79 Fiscal Year County: Contra Costa Name of Camp, Ranch or Home: Girls' Center, Martinez Actual Estimated Estimated 1976-77 1977-78 1978-79 Total Bed Capacity 60.00 80.00 80.00 Estimated Average Daily Population Eligible for State Subsidy 35.65 57.00 63.00 Estimated Cost Per Month Per Ward (Not including State Subsidy) $1,161.24 $ 766.27 $ 734.89 Estimated Total Cost of Camp, Ranch or Home (Not including State Subsidy) $496,780 $ 524.130 $ 555.578 Any planned increase in bed space should be shown in your estimate For 1977-78 and/or 1978-79, and explained in space below. Request submitted for increased capacity from 60 to 80 for a combination of residential and day student population. Justification partially based on effect of AB 3121. Boggess roveAApp *' : Board of Supervisors Chief Probation Officer 00808 To: Pearl S. West, Director Department of the Youth Authority 4241 Williamsbourgh Drive Sacramento, CA 95823 Date: July 20, 1977 RE: Population Estimates 1978-79 Fiscal Year County: Contra Costa Name of Camp, Ranch or Home: Preplacement Center, Martinez Actual Estimated Estimated 1976-77 1977-78 1978-79 Total Bed Capacity 21.00 21.00 21.00 Estimated Average Daily Population Eligible for State Subsidy 16.05 18.00 18.50 Estimated Cost Per Month Per Ward (Not including State Subsidy) $1,867.63 $ 1,651.16 $ 1,702.92 Estimated Total Cost of Camp, Ranch or Home (Not including State Subsidy) $359,800 $ 356,650 $ 378,049 Any planned increase in bed space should be shown in your estimate for 1977-78 and/or 1978-79, and explained in space below. W N Boggess appro ` Board of Supervisors Chief Probation Officer 1 00809 To: Pearl S. West, Director Department of the Youth Authority 4241 Williamsbourgh Drive Sacramento, CA 95823 Date: July 20, 1977 RE: Population Estimates 1978-79 Fiscal Year County: Contra Costa Name of Camp, Ranch or Rome: Girls' Day Treatment Facility, Western Contra Costa County Actual Estimated Estimated 1976-77 1977-78 1978-79 Total Bed Capacity 10.00 10.00 10.00 Estimated Average Daily Population " Eligible for State Subsidy 6.68 - - Estimated Cost Per Honth Per Ward (Not including State Subsidy) $ 459.06 $ - $ - Estimated Total Cost of Camp, Ranch or Rome (Not including State Subsidy) $ 18,408 $ - $ - Any planned increase in bed space should be shown in your estimate for 1977-78 and/or 1978-79, and explained in space below. 1976-77 includes costs and population for six months (7/1/76- 12/31/76) due to passage of AB 3121. Claim will not be submitted for 1977-78 or 1978-79 unless legislation is passed to allow inclusion of status offenders in future claims. Bogge9s Approved: Board of Supervisors of Probation Officer' 00810 To: Pearl S. hest, Director Department of the Youth Authority 4241 Williamsbourgh Drive Sacramento, CA 95823 Date: July 20, 1977 RE: Population Estimates 1978-79 Fiscal Year County: Contra Costa Name of Camp. Ranch or Home: Contra Costa County Boys' Ranch, Byron Actual Estimated Estimated 1976-77 1977-78 1978-79 Total Bed Capacity 65.00 65.00 65.00 Estimated Average Daily Population Eligible for State Subsidy 51.06 S5.00 57.00 Estimated Cost Per Month Per Ward (Not including State Subsidy) $ 1,035.69 $ 1,034.29 $ 1,057.87 Estimated Total Cost of Camp, Ranch or Home (Not including State Subsidy) $ 634,590 $ 682,630 $ 723,587 Any planned increase in bed space should be shown in your estimate for 1977-78 and/or 1978-79, and explained in space below. N. Boggess Approved: Board of Supervisors Chief obation Officer 00811 •--,,_' � —a ...�:meg� To: Pearl S. nest, Director Department of the Youth Authority 4241 Williamsbourgh Drive Sacramento, CA 95823 Date: July 20, 1977 RE: Population Estimates 1978-79 Fiscal Year County: Contra Costa Name of'Camp, Ranch or Home: Community Day Center Actual Estimated Estimated 1976-77 1977-78 1978-79 Total Bed Capacity 15.00 15.00 15.00 Estimated Average Daily Population Eligible for State Subsidy 8.84 9.50 10.00 Estimated Cost Per Month Per Ward (Not including State Subsidy) $ 283.76 $ 300.96 $ 303.07 Estimated Total Cost of Camp, Ranch or Home (Not including State Subsidy) $ 30,093 $ 34,310 $ 36,368 Any planned increase in bed space should be shown in your estimate for 1977-78 and/or 1978-79, and explained in space below. Program has been adjusted for W & I 602 requirements effective January 1, 1977. M Bog e3s roved: Board of Supervisors Chief Probation Officer 00812 C • 4 • In the Board of Supervisors • of Contra Costa County, State of California July 26 ,'1977_ In the Matter of Acceptance of Deed from Southern Pacific Transportation Company Railroad Mile Post : B0-51.3-X (N) W.O. 8183-2505, South Danville Storm Drain IT IS BY THE BOARD ORDERED that the "Indenture" (easement deed) dated June 21, 1977, from Southern Pacific Transportation Company is hereby ACCEPTED and the Board Chairman is AUTHORIZED to sign the document on behalf of the"County. The Public Works Department, Real Property Division is DIRECTED to have said document recorded in the office of the County Recorder. PASSED by the Board on July 26, 1977. � S rn Q O U a. R .y v 0 U cr 12 C1 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid Originator: Public Works Department Vritness my hand and the Seal of the Board of Real Property Division Supervisors affixed this 26tbay of July 19 77 cc: Southern Pacific Transportation Company County Recorder J. R. OL.SSON, Clerk By Deputy Clerk N. Pous 00813 H-24 3/16 ISm r RAF - V-I 5/20/77 DEED A tZO k5s� At3D►'t c:d. i Mile Post: BO-51.3-X(10 TIMS INDMITURE, made this 26th day of July 1977, by and between SOU'THERii PACIFIC TRMISPORTATIOU CMTANY, a Daalarare corporation, herein termed *Railroad", and CO3;TRA COSTA COMITY a body politic of the state of California, address, 6th Floor, Administration Building, I-artinez, Cali=ornia 94553, herein termed "Grantee"; WITNESSETR: 1. That Railroad hereby grants to Grantee, subject to.the reservations, covenants and conditions ?herein contained, the riTat to construct„ reconstruct, maintain and operate a 24" RCP storm drain, . hereinafter termed "structure", in, upon, along, across and beneath the property and tracks of Railroad, at or near Alamo, in the County of Contra Costa, State of California, crossing the center line of said tracks at Engineer's Station 692+97, Mile Post 51.3, in the location shown on the print of Railroad's Western Division Drawing L-19950, dated September 13, 1976, attached and made a part hereof. Said structure shall be installed in accordance vrith minim= requirements of Farm CS 1743, also attached and.r.ade a parr hereof. 00814 Microfilmed with board order Form C- October 1976, 2. Project markers in form and size satisfactory to Railroad, identifying the facility and its owner, will be installed and constantly maintained by and at the expense of Grantee at Railroad property lines or such locations as Railroad shall approve. Such markers shall be relocated or removed upon request of Railroad with- out expense to Railroad. Absence of markers does not constitute a warranty by Railroad of no subsurface installations. 3. This grant is made subject and subordinate to the prior and continuing right and obligation of Railroad, its successors and and assigns, to use all the property described herein in the perform- ance of its duty as a common carrier, and there is reserved unto Railroad, its successors and assigns, the right (consistent with the rights herein granted) to construct, reconstruct, maintain and use existing and future railroad tracks, facilities and appurtenances and existing and future transportation, communication and pipeline facilities and appurtenances in, upon, over, under, across and along said property. .-4. This grant is made subject to all licenses, leases, ease- ments, restrictions, conditions, covenants, encumbrances,- liens and claims of title which may affect said property and the word "grant", as used herein, shall not be construed as a covenant against the. existence of any thereof. S. The rights herein granted to Grantee shall lapse and become void if the construction of said structure upon said property is not commenced within one (1) year from the date first herein written. 6. Grantee shall bear the entire cost and expense of constructing, reconstructing and maintaining said structure upon said property. Grantee agrees that all work upon or in connection with said structure shall be done at such times and in such manner as not to interfere in any way whatsoever with the operations of Railroad. The plans for and the construction or reconstruction of said structure shall be subject to the approval of Railroad. Grantee agrees to give Railroad five (5) days' written notice prior to commencement of any work of construction or reconstruction. Grantee agrees to reimburse Railroad for the cost and expense to Railroad of furnishing any materials or performing any labor in connec- tion with the construction, reconstruction, maintenance and removal of said structure, including, but riot limited to, the installation and removal of such falsework and other protection beneath or along Rail- road's tracks, and the furnishing of such watchmen, flagmen and inspec- tors as Railroad deems necessary. 7. In the event Railroad shall at any time so require, Grantee, at Grantee's expense, shall reconstruct or alter said structure or wake changes in the location thereof upon receipt of written notice from Railroad so to do. 0() 15 Miuofilmed with board order -2- Form C-2 October 1976 8. In the event of leakage or spillage from said structure, Grantee shall, at its own expense, promptly clean Railroad's pre- mises to the satisfaction of Railroad, the Environmental Protection Agency and/or any public body having jurisdiction in the matter. Any expense of required compliance with federal, state or local environmental regulations incurred by Railroad or Grantee shall be borne by Grantee, including any fines and judgments levied against Railroad or its property. 9. As part consideration, Grantee agrees to pay Railroad an amount equal to any and all assessments which may be levied by order of any authorized, lawful body against the property of Railroad (and which may have been paid by Railroad) to defray any part of the cost or expense incurred in connection with the construction of said structure upon said property commenced within one (1) year from the date first herein written. 10. Grantee, its agents and employees, shall have the privilege of entry on said property for the purpose of constructing, recon- structing, maintaining and making necessary repairs to said structure. Grantee agrees to keep said property and said structure- in good and safe condition, free from waste, so far as affected by Grantee's operations, to the satisfaction of Railroad. If Grantee fails to keep said property and said structure in a good and safe condition, free from waste, then Railroad may perform the necessary work at the expense of Grantee, which expense Grantee agrees to pay to Railroad upon demand. 11. In the event any work upon or in connection with said structure or its appurtenances, to be done upon or adjacent to the tracks and property of Railroad, should be let to a contractor by Grantee, such work shall not be begun until such contractor shall have first entered into an agreement with Railroad, satisfactory to Railroad, "and indemnifying Railroad from and against all claims, liability, cost and expense growing out of the performance of the work to be done by such contractor. Such contractor shall furnish, at the option of and without expense to Railroad, a reliable surety bond in an amount and in a form satisfactory to Railroad guaranteeing the faithful performance of all the terms, covenants and conditions contained in said agree- ment. 12. Grantee shall assume all risk of damage to said structure and appurtenances and to any other property of Grantee, or any prop- erty under the control or custody of Grantee while upon or near the property of Railroad incident to the construction or maintenance of said structure caused by or contributed to in any way by the construe- tion, operation, maintenance or presence of Railroad's line of railroad at the above-mentioned location. 0()011) -3- t• - October 1976 13. Should Grantee, its successors or assigns, at any time abandon the use of said property or any part thereof, or fail at any time to use the same for the purpose contemplated herein for a continuous period of one (1) year, the right hereby given shall cease to the extent of the use so abandoned or discontinued, and Railroad shall at once have the right, in addition to, but not in qualification of the rights hereinabove reserved, to resume ex- clusive possession of said property or the part thereof the use of which is so discontinued or abandoned. Upon termination of the rights and privileges hereby granted, ' Grantee, at its own cost and expense, agrees to remove said struc- ture from said property and restore said property as nearly as practicable to the same state and condition in which it existed prior to the construction of said structure. Should Grantee in such event fail, neglect or refuse to remove said structure and restore said property, such removal and restoration may be per- formed by Railroad, at the expense of Grantee, which expense Grantee agrees to pay to Railroad upon demand, or Railroad may, at its option, assume ownership of said structure. 14. This agreement is subject to the rights of 5`oathern Pacific ?i?^ Lines, In=. , hereinafter termed "Pipe Line Company", to con- struct and maintain a petroleum, natural gas and related products pipeline, a portion of which is located as indicated on the attached print. Grantee agrees to reimburse Railroad for all expenses incurred by Railroad and for all amounts which Railroad may expend in reim- bursement to the owner of the said pipeline, which expenses or amounts would not have been incurred except by reason of the use of the pre- mises by Grantee, its agents, employees or invitees. Said structure shall be installed beneath the said pipeline with a minimum clearance of two (2) feet. Grantee agrees to: (a) expose the said pipeline- by hand at the point of its crossing with said structure in the presence of a Pipe Line Company representative; (b) notify Pipe Line Company's District Superintendent at 72cseville, California , at least one (1) week prior to commencement of work in the vicinity of said pipeline. 15. Insofar as it lawfully may, Grantee agrees to indemnify and save harmless Railroad and/or Pipe Line Company, their officers, employees, agents, successors and assigns, from all claims, liability, - cost and expense howsoever same may be caused, including reasonable attorney fees, for loss of or damage to property and for injuries to 0081!y -4- ,ti .1LLW, Lisbilltl t cludiug sae auw;;eever sane may he ca6ee'rtynand for injuries .nu ....y- far loss of or damage to prop r� attorney fees, 008 t -4- STATE OF CALIFORNIA City and County o/San Ftanciwo 'u' On this 21st �„ of June is the year Orin Thousand line Hundred and Smenty SByen before me.GENE Fl.MUNGER.a Notary Public in and for the City and County of SolFmncixo,State of Caliiornk persanmlty appeared OW Sfatket Plass L. D. Blake and T. F. Otlkonn 2,l hnomn to ne to be tlu Manager, Contract Department ons ...,. GEN-'H. ££'_t '. ` Mais±Ant Secretary 0 iy F:''.:11�1:•1'. N.1 S. of the eo►paration_dneribed in and that executed the within instrument,and also bmmn -'•;SS to we to be the person _rho executed it on behalf of the corporation therein named t:t:i 1st^COU41T Cr and-the-.V--oelnowledSrd to me that titch corporation—executed the tame. %St �iai@,^,SCCA r t fy Cerm.'_s'r� IS 1SYMF.0 WHEREOF.t ham hereunto set my hand and affixed my offiulai teat at my office is the City and County Jolfromrisco,the daay and year in this wti(toste(satabovetrrttten.corpontio4st Koury m and for the City and County of 5sm Francisco Stats of ti Aly Commission Expires July 11.1979 Mtcrofifined with board older WOW— toL-er 1976 . Iwtli on Now ,.„arc .,,_., .. .. .... V �.+ October 1976 or death of persons arising out of the construction, reconstruction, maintenance, presence, use or removal of said structure, regardless of any negligence or alleged negligence on the part of Railroad and/or Pipe Line Company employees. The word "Railroad", as used in this Section 15, shall be construed to include, in addition to Railroad, the successors, assigns and affiliated companies of Railroad and any other railroad company that may be lawfully operating upon and over the tracks crossing said structure and the officers and employees thereof. 16. This indenture shall inure to the benefit of and be bind- ing upon the successors and assigns of the parties hereto. IN WITNESS WHEREOF, the parties hereto have caused these pre- sents to be executed in duplicate the day and year first herein written. SOUTHERN PACIFIC TRANSPORTATION COMPANY By. (Title)M=jer,ccntmdt UePL aAtc a ca FMA gem amu:e.119L1u ApUaa`r' wxm WRA tww" }r XW c� �' 1 119L 118L tw+; Attest � ����_ . Assistant secretary Warren N. Boggess ,- who signed tWs doe meat W oeaey im, is me. am a.,.. •e• Q COUNTY . po ti w agency or wed l subs of tae the S to*? an c= ponttm4 asatd- or c Wdyt and balan of the State m ase�..a ae Eetutt of sal0�trootit idol, am ee�see oerzaeattt aopwes aan+e �� me toCal and aWawie>ted to me teat Said PAI t WCt n�tiu•0 m.dottmeet tximp Clark a r;oeutm Clark at twn r>b.....,.,'' By- �� N. Boggess JUL 2 6 1977 ,, 1.9-,P p,� ! (Title) C/aG/rnrary, ,(3oarasfS jc�rvssdrs � f�T7`CST:sl,lZ.O/ssoq� Cjrr,� By (Tztle) Oc�uTy I 00818 I —5— r r COUNTERSIGNCo D. L PRAcruER qa W. M. Jaekle: Attached 2104 A761f MO • :station Approved for Engineering Details, per Drawing (Dated) (Revised) Corporate Cuncr (� touthern Pacific Transportation Co. ( ) Northwestern Pacific Railroad Co. San Diego & Arizona Eastern Railway ms fV- Taluattic cr ( )) Description Correct., VORNI APPROVED JAN•:B� 'lS5 N W^Tti C! 00819 Microfilmed with board order u' x lllr!,O-j Description Date BY ' Rev. Regard Vent Req. 10-67 P. IU. 2 Rearrangement of form 12-67 b C2 3c b +1 r- g a » = Ci O G• II ?Ci.CD S N �- '- t3 es -- - to W - O R - .G/_ i N .+ �' -3 V O N - N Cf o S N t0 M a N•�d N r to N ••• h d S4 < = N 3 ++(� U 61 S N d d Rf r n N r N G co i Q N Q► ul ? N .+ — Ci C t�d4' �s ni id is _ ' 1� "t" V 40 no IL C31 1p C31 -0 N n < - N d n tS G 3 - N "' r '� 'S O ` q a' t -O C3, C42 90 10 10 o a CID �s °i K io G 4 CION cp H Q i7 0 N ca C13 C36 4w c N A - i'. -1 7` � cv mCL w a O Q t' t4 - up "' t s; d M I� - ' Q 1, C., = N r� 'gyp 3 a 4 s► N - ` i vt➢ ..a Z N i O CD I . 1Ls n. ` h T Q p R gQ - � Z 5 n ~ d' ." j j I !-d is a F • L t i lip r O � I �.,. C. 1 r moo L ,� f rte► ! v rA r ANT)ic: A < 1 , "CT r � i fc i^r c '"' y 1 bra `1�L QPr CP cm itLTI 40820 J' 4 O Microfilmed with board order Q t� z�•�'r'-` �-"-' � cin obcs c� tom.+ +a•o�gwy� 54�.�$-�X x?� ,�. i"..D OCw 4yo �>w.•�p4 �-J Xy - l1 -..c.b V.o.o�'vow oa',o..�o y�a�: w3 ���-;`"w u� �� `4 �'�'• u L'b;;o��'3�. aaw k.w R LS �' ..$ oa,,,v�s o �•� Z b cola «�'.''n 3-•v ovv wvw�•c�-'a..v o'-z 3l �S3'►>4�0 C >a.N"•�o.. wM >; �..qo o D♦ Y. w,r!'we-q wo% 4 Cab �yvo new CLIg7 �.wwqpw�q`ga�.w w�i• �w ;�.o q M•'v - �o.o o.o^..o��• >$o c ,ow :�•"•{3;° cy �" la 1oioo�w oM4"o�,�1^'e+c R�•v"4� cQ'+g•>o_ a..o`"'�+'�8 Hn 2 �a v-.� ..,o o « i" c..`�y $-w,...^Q_30 �g o .a o^�oyq• �� -y ev �'. n.uw yo.o M...ow� o. Mq•" ."w<-o3$ ow-„oc St��Q a 'L'� , 1+ �� •. o u,?, �=o�. c v"..w�i�,'S o�mw� •�,-�y!3 a`S h •b e� ) a �v 4 nw ►o a ;;«r a'.,� 43$ ''�vo.�..� $a2S$ QX ~ �(JOIt •fir o.�j 00t.•a .�cwgy q�•aq Q "� .••� Ww w•$ '�•`^'_`:' o'n �G1 fb V1 db,�..�'•f• 6 0 0 u q «n -a M vw•va O +v-..� 3.x"„3�'�-'ho. �`ski! k f ap � •. _'St h'c; >33^ i 3 �•0 mow• '_ 'i q u w .>u we v doh =3 v `$nMg a wK.o 0 0 o i q.r � .� _ay •qA 1f A w �.} •v�� wtn wo.�h�o s�avh i m%--a w �$"',�,.1>C�D-tom _ •`�3 `i.. to nke u-eo� 43 ai v .>nc Zi o^t"c >e1i.�o„'A 3�•w .3a Yas ,'o'L"o,� �w'.o=±,q�M$.>�$'q o ��>•w�vwpoa-"r :v.% oq o v w v`w`�«w=p4 w c '0080 0>'�•?-S laZ. tet �;e ..4 ��•` = �O�w apo.gho A >^ %h•4^�gw.'x.�M har C•'7 .^ ^...h o>_ '. yh v per' oo.a Ivo' > -1 y••Town '�O G = 0 3 • Cl.w=,or. «moi or a• oi Zmoo"' o r a' o h o 3 o c,.'►:�v 3 '�,o E. o ^-+ p Yb'� w p �O zero aoai-'.� 'R3 i► w• owoo =«as -A qr' w >� v ��� a a$ ah$v Y"t'S'• w Z :R �Ro'� n So `a o p� a oar a�wit �r+j �• p �(Z'� v�o IL `.: o•` v L wN xx _ tee na �•• ana �v� '� my,,s=iwNo n� ImN -h CA b � ` •1a rs � ;UCn�S ttf n G of o+ca ^. t►2 Rt a`n n 2 N f -0 O ``� `• .�` 3�� �`c n CJ m -�CN cow •p W x N �p c�t� -,'�`� �ao��st�' Witt► �o s 0 In the Board of Supervisors of Contra Costa County.. State of California July 26 ;19 7L- to Lto the Matter of Proposed Contract; Diablo Community Services District with California Highway Patrol, Diablo Area. Supervisor E. H. Hasseltine having advised the Board that the Diablo Community Services District would like to contract with the California Highway Patrol to provide additional surveillance in the Diablo area to aid residents with traffic related problems; NOK, THEREFORE, IT IS BY THE BOARD ORDERED that County Counsel is DIRECTED to prepare a resolution to effectuate the Vehicle Code in the Diablo area. PASSED by the Board on July 26, 1977• I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. CC'. Diablo Coz=nunity-Serv. Dist. Witness my hand and the Seal of the Board of California highway Patrol ,ors County Counsel affixed this,22_6 gday of r�:j.. 1977 County Administrator LL J. R. OISSON. Clerk ey f-4 , s l i t L-7- c F ' . Deputy Clerk Helen C. Marshall t 822 H•24 3R76 11M In the Board of Supervisors of Contra Costa County, State of California July 26 , l9:17— In 9 7In the Matter of _ Agreement with Environmental Science Associates for Consulting Services -IT IS BY THE BOARD ORDERED that the Chairman is AUTHORIZED to execute an Agreement with Environmental Science Associates of Foster Cityl effective July 27, 1977, in connection with the preparation of the Environ- mental Impact Report for Subdivision No. 5065 in the Lafayette/Walnut Creek area, at a cost not to exceed $3,300.00 under the terms and conditions as set forth in said agreement. PASSED by the Board on July 26, 1977. x f K hereby certify that the foregoing h a true and correct copy of an order entered on the. minutes of said Board of Supervisors on the date aforesaid. Orig.: Planning Department witness my hand and the Seal of the Board of Supervisors cc: Environmental Science Assoc. affixed this26thday of July . 19 77 % Planning Department — Director of Planning County Auditor-Controller i J. R. OLSSON, Clerk County Administrator Deputy Clark Pla=e M. Neafew 00823 H•24 3176 15m �w CONSULTING SERVICES AG1tLLML'N'1' ��t�}7 1. Special Conditions. These special conditions are incorporated belowiby refedcle: ` (a) Consultant's Name and Address: Environmental Science.-Associates, ;1291 East Hillsdale Boulevard, Foster City,California 94404 (b) Effective Date: (c) Project Name, Number and Location: Environmental Impact Report for Subdivision No. 5065,Lafayette/Walnut Creek area. (d) Payment Limit: Three Thousand Three Hundred Dollars($3,300) 2. Si natures. These signatures attest the parties'agreement hereto: AMY, . NTRA QWA CONSULTANT 'T4aoar o �l�io�flcia-fcapaciin�iii-mess Supervisors . �- $��czrs ATTEST: J. R. OLSSON. (CORPORATE SEAL) County Clerk and ex-officio Clerk of the Board State of California ) ss San Mateo,.County ) ACKNOWLEDGEMENT BThe person(s)signing above for Consultant, known . eputy2 f to me in those individual and business capacities, '" personally appeared before mb today and acknow- Reco ed ledged that he/they signed it and that the corporation / or partnership named above executed it. ? Ant ony,A. Denaesus Date: ii 7 "7 r ✓. Director of PlanningForm appr6v : LZ John B.C ausseen o a MLO RO sun s - County Counsel -: OFi MAL SFAL t•?.: D:LE LE Ea., DUT11"C ELF) . $y: j i� 1't!1r ::OTAW PUBLIC-C�:'FOR:aA U te. SAN!1411.1 CCAV:r/ P y r-ML C;i=nNr 111272 3. Parties. Effective on the above date. Contra Costa County and the above-named oZ sMlant mutually agree and promise as follows: 4. Employment. County hereby employs Consultant,and Consultant accepts such employment o per orf he 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. The Consultant shall, at no expense to the County, furnish certificates or other ev1 once acceptable to the County of (a) public liability insurance of at least $500,000.00 for all damages arising out of bodily injuries or death to any one person and at least $500,000.00 for two or more persons in one accident or occurrence; and (b) property damage liability insurance providing for a limit of not less than $500.000.00. Thirty days' notice to County of policy lapse or cancellation is required. 7. 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 30%of the fee noted in 7.A.above, shall be paid after receipt by the County of the"Working Draft"report. order 1 of 2 GO 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 until final acceptance of the Final Environmental Impact Report by the appropriate hearing body or until authorized by the Director of Planning, whichever comes first. C. The fees specified in Section ?.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. 8. Termination. At its option, County may terminate this agreement at anytime 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. Exclusive Services. Consultant agrees to restrict its firm and its subcontractors from any emp oyment, of ier than for the County, in any way pertaining tb 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 UUMMeTlas 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 2of2 „x 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 ti 1(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 drnfV' shall be submitted by Consultant to the Planning Department no later than, thirty (30) calendar days after the date Consultant is authorized by the Planning Department to proceed with preparation of the report, unless approval of extension of such deadline is given by the Director of Planning. After Planning Department reviews and comments on the draft, the Consultant shall revise the working draft report in accordance with such comments and submit one copy suitable for duplication and distribution of the "final Consultant draft” for review and acceptance by the Planning Department. The"final Consultant draft"shall be submitted by Consultant to the Planning Department no later than ten(10) calendar days after return of the edited working daft to Consultant by the Planning Department unless approval of the extension of such deadline is given by the Director of Planning In no event shall the time for completion of the process described in this paragraph extend beyond June 30, 1978 without %Titten 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 E1R 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. _ r 1 1 0U82fi In the Board of Supervisors of Contra Costa County, State of California July 26 19 77 In the Matter of Request for Refuna of Park Dedication Fee by William Lyons. The Board having received a July 12, 1977 memorandum from Mr. Anthony A. Dehaesus, Director of Planning, recommending refund of a $90 park dedication fee paid by Mr. William Lyons in connection with the issuance of building permits (P.D. 6-71 $60 and P.D. 137-71, $30) ; and IT IS BY THE BOARD ORDERED that the recommendation of Nir. Dehaesus is APPROVED. PASSED by the Board on. July_ 26,' 1977. 1 hereby certify that the foregoing is a true and correct copy of an order •meted on the minutes of said Board of Supervisors an the date aforesaid. cc: Mr. Milliam Lyons Witness my bond and the Soal of the Board of Route 1, Box D-221 Supervisors Byron. CA 94514 affixed this of T„�s . 19 Director•of Planning yrhdaY ZZ County Auditor-Controller County Administrator R. OLSSON, Clerk IY ,C' -A, Deputy.Clerk Patricia A. Bell 00827 H-24 3/7615m In the Board of Supervisors of Contra Costa County, State of. Califomicl July 26 .:19 In the Matter of Lebo Process for Treatment and Productive Reuse of Septage. The Board having received a July 6,-1977 letter from Mr. Willis R.. Lebo, By Products Utilization, 6510 21st Avenue N.E. , Tacoma, Washington 98422 transmitting material related to the Lebo Process for the treatment and productive reuse of septage and the Lebo composting facility at Chehalis, Washington, and inviting County investigation of the Lebo Aerator and the composting; IT IS BY THE BOARD ORDERED that the aforesaid information is REFERRED to the Public Works Director and the County.`ealth Officer. PASSED by the Board on July 26, 1977• 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supmuom on the date aforesaid. cc: Mr. W. H. Lebo Witness my hand and the Seat of the Board of Public Warks Director S pervhors County =realth Officer af%ced this_Z�-_,;,day of Juiv . 197j_ Director, Egan Resources Agency J. R. OLSSON, Clerk County Administrator , By %/cru,i Ia_t-`7,,rat.;! , Deputy Clerk Helen C. Marshall - 00828 H-a'"r:24m { t In the Board of Supervisors of Contra Costa County, State of California July 26 or 19 77 In the Matter of _ 1977-1978 Tax Rate Required for Central Contra Costa Sanitary District Operations. The Board having received a July 18, 1977 letter from Mr. Clyde M. Hopkins, Secretary of the Central Contra Costa Sanitary District, transmitting a resolution adopted by the Board of Directors of said District fixing the 1977-1978 tax rate required for District operations at 24 cents per $100 of assessed valuation, setting forth the amounts required to be raised for general obligation bond purposes, and requesting that tax rates sufficient therefor be levied; IT IS BY THE BOARD ORDERED that the aforesaid communication is REFERRED to` the County Auditor-Controllbr.. PASSED by the Board on July 26, 1977. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of cc: County Auditor-Controller supervisors County Administrator affixed this 26thday of_July- I9 77 ff ,�n � J. R. OLSSON, Clerk By ­ -1�11� iG .!_%i1'1_-&r r-h_ Deputy Clerk Jamie L. Johnson 0 219 H-24 3/76 lam In the Board of Supervisors of Contra Costa County, State of California July 26 , 1977 In the Matter of Exercising Option to Extend Lease of Premises in Martinez for Continued Use by Elections Division. The County of Contra Costa has in effect a lease dated March 17; 1970 with Earl Dunivan, Joanne Dunivan, Gilbert Travers, Jean A. Travers, Bart Bisio and Jane Bisio for use of premises at 524 Main Street and 723=725-Alhambra Ave., Martinez, California presently occupied by the Elections Division of the. Office of the County Clerk-Recorder; and Section 7, page 3, thereof grants to the County of Contra Costa the option to extend said lease for a period of two years on the same terms and conditions; and IT IS BY THE BOARO ORDERED that the County hereby Exerci37es•its Option to extend the lease for an additional period of two years. PASSED by the Board on July 26, 1977. I hereby certify that the foregoing is a true and correct copy of an order entered an the minutes of said Board of Supervisors on the date aforesaid. Originator: Public Works Department Witness my hand and the Seal of the Board of Real Property Division Supervisors affixed this26thday of jU1V . 1977 cc: County Clerk, Elections Division County Auditor-Controller J. R. OLSSON, Clerk County Administrator / By �/ri/thl . Deputy Clerk 00830 H-24 3/76 ISm In the Board of Supervisors of Contra Costa County, State of Californias July 26 ;19 In the Matter of Hearing on the Request of Arnold and Ferguson, Applicants and Owners, (2117-RZ) to Rezone Land in the Vine Hill/Martinez Area. The Board on June 21, 1977 having fixed this time for hearing on the recommendation of the Planning Commission with respect to the request of Philip M. and Ifary L. Arnold and John and Kitty Ferguson, applicants and owners, (2117-RZ) to rezone approximately 3.93 acres, fronting approximately 130 feet on the west side of Midhi.11 Road, approximately 600 feet north of the northern bend of Midhill Road, Vine Hill/Martinez area, from Single Family Residential District-10 (R-10). to Single Family Residential District-20 (R-20); and No one having appeared in opposition; and Mr. A. A. Dehaesus, Director of Planning, having advised that a Negative Declaration of Environmental Significance was filed for this proposal; and The Board having considered the matter, IT IS ORDERED that the recommendation of the Planning Commission is APPROVED. IT IS FURTHER ORDERED that Ordinance Number 77-65 giving effect to the aforesaid rezoning is INTRODUCED, reading waived and August 2, 1977 is set for adoption of same. PASSED by the Board on July 26, 1977 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors an the date aforesaid. cc- P. & 11. Arnold Witness my hand and the Seal of the Board of J. & K. Ferguson Supervisors Director of Planning affixed this„ -„May of_ 1,.lv 1977 County Assessor R. OLSSON, Clerk Deputy Clerk —" . Ronda Amdahl 00831 H-24 5176 15m r In the Board of Supervisors of Contra Costa County, State of California July 26 . 19 77 In the Matter of Hearing on the Recommendation of the on Commission (2047-RZ) to Rezone Land in the West Pittsburg Area. The Board on June 21, 1977 having fixed this. 'time for hearing on the recommendation of the Planning Commission (2047-RZ) to rezone approximately 76 acres from Multiple Family Residential . District (M-1) and Neighborhood Business District (H-B) to Multiple Family Residential District 01--3); from Multiple Family Residential District (1-I-1) and General Commercial District (C) to Multiple Family Residential District (11-3); from Multiple Family Residential District (AI-1) 'to Multiple Family Residential District (M-2); and from Multiple Family Residential District (M-1) to Single Family Residential District-7 (R-7), West Pittsburg area; and No one having appeared in opposition; and Hr. A. A. Dehaesus, Director of Planning, having advised, that a Negative Declaration of Environmental Significance was filed for this proposal; and The Board having considered the matter, IT IS ORDERED that the recommendation of the Planning Commission is APPROVED. IT IS FURTHER ORDERED that Ordinance Number 77-66 giving effect to the aforesaid rezoning in INTRODUCED, reading waived and August 2, 1977 is set for adoption of same. PASSED by the Board on July 26, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Wdness my hand and the Seal of the Board of cc: Director of Planning County Assessor SipQf1/SOrs affixed this Lrhday of T,0 . 19 r. .k. R. OLSSON, Clerk By 1�l'Y r, ti .w .� �. �_ . Deputy Clerk Ronda Amdahl 00832 H-24 3/76 13m In the Board of Supervisors of Contra Costa County, State of California July 26 01 19 U In the Matter of Hearing on the Request of Clarence Yolanda and Marcia Thompson, Applicants and Owners, (2121-RZ) to Rezone Land in the Knightsen Area. _ The Board on June 21, 1977 having fixed this time for hearing on the recommendation of the Planning Commission with respect to the request of Clarence, Yolanda and Marcia Thompson, applicants and owners, (2121-RZ) to rezone 156 acres fronting approximately 1,211 feet on the south side of Delta Road, approx- imately 1,860 feet on the southwest side of Knightsen Avenue and approximately 265 feet on the west side of Eden Plains Road, Knightsen area, from Heavy Agricultural District (A-3) to General Agricultural District (A-2); and No one having appeared in opposition; and Mr. A. A. Dehaesus, Director of Planning having advised that a Negative Declaration of Environmental Significance was filed for this proposal; and The Board having considered the matter, IT IS ORDERED that the recommendation of the Planning Commission is APPROVED. IT IS FURTHER ORDERED that Ordinance Number 77-64- giving effect to the aforesaid rezoning is INTRODUCED, reading waived. and August 2, 1977 is set for adoption of same. PASSED by the Board on July 26, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. CC: C. . Y. & M. Thompson Witness my hand and the Sea[of the Board of Director of Planning Supervisors County Assessor affixed this?b_thdoy ofT"-T . 197-Z-- ............. 2_� t�f1 ill OLSSON, Clerk sy 1 rte;,,C 1. �.�C' _��_, Deputy Clerk Ronda Amdahl 01633 H-24 317615m { In the Board of Supervisors of Contra Costa County, State of California July 26 . 19 77 In the Matter of Hearing on the request of R. A. Vail & Associates, Applicant, (2104-RZ) to Rezone Land in the Rnightsen Area. Gene & Ruth Stonebarger, Owners. The Board on June 21, 1977 having fixed this time for hearing on the recommendation of the Planning Commission with respect to the request of R. A. Vail & Associates, applicant, (2104-RZ) to rezone 18.68 acres fronting approximately 1,300 feet on the west side of Byron Highway, approximately 3,000 feet south of Sunset Road, Rnightsen area, from Heavy Agricultural District (A-3) to General Agricultural District (A-2); and No one having appeared in opposition; and Mr. A. A. Dehaesus, Director of Planning, having advised that a Negative Declaration of Environmental Significance was filed for this proposal; and The Board having considered the matter, IT IS ORDERED that the recommendation of the Planning Commission is APPROVED. IT IS FURTHER ORDERED that Ordinance Number 77-64 giving effect to the aforesaid rezoning is INTRODUCED, reading waived and August 2, 1977 is set for adoption of same. PASSED by the Board on July 26, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. CC: R. A. Vail & Associates M/itnesa my hand and the Seal of the Board of G. & R. Stonebarger superhors Director of Planning affixed thiefitbL day of County Assessor R. OLSSON, Clerk BiTr.`�. r- �. t . Deputy Clerk r._ -.-.�r- Ronda Amdahl i 00834 r in the Board of Supervisors of Contra Costa County, State of California July 26 , 19.77 1n the Matter of ' Approval of State Department of Aging Contract Amendment for FY 1976-77 funding IT IS BY THE BOARD ORDERED that its Chairman AUTHORIZED to execute State Department of Aging Contract Amendment #036-73-2 (County 029-002-8), effective June 7, 1977, in the amount of $91,915 of additional. Federal Title III Grant funds for the Social Service/Area Office :on Aging for fiscal year 1976-77, as included in the State and County approved Area'Agency on Aging,budget. PASSED BY THE BOARD on July 26, 1977. s 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 cc: County Administrate this 26tigay of July 19 77 County Auditor-Controller A*= County Social Service/ �� R. OLSSON, Clerk Area Office on Aging � Byleen Eider , Deputy Clerk 00835 H-N3 :ftIM STANDARD.AGREEMENT— Al AM GREEMENT—ATAT>Z Or CAU FORNIA AFFaan aY TNc _ n!� �6 ❑ �rrwwcrow ATTOww[Y G[rIt[Ati ' 1 <TATC AOLNCY ' V8 ❑ ❑ herr.or car.su. S«2 testy,1of�2 ' ❑ coNTRo, THIS ACREE\*iL\'T,made and entered into this 3 day of 3s'12 1877 ❑ in the State of California, by and between State of Califomia, through its duly elected orappointed, qualified and actin, ❑ TITLX OF OFFICAM ACTINQ rOw STATIC AQL}IPY NUMaER Director State of California - Depart=rzt of A 0 73-2 Stsssa,orlld 2 9 0 2 S • Contra Costa Count; compactor. NVITNESSETH: That the Contractor for and in consideration.of the covenants, conditions, agents, and stipulations of the Mate hereinafter expressed, does hereby agree to famish to the State services and materials, as follows: -(Set forth anviea m be re dovd by Convene►,awowwt to ba pid C*n&ector,tim for pw fornmom o.cawpL&im and aftwch pla.and spodAma ora,itow.) WITNESSETH It is aut':ally agreed between the parties hereto that Section Four of Contract If.. 0-36-73-11 dated September 21, 1976 is amended effective Jluie 7, 1977 as follows: 4. In cons;deratioa of the ongoing performance of :.he above in a sneer consa.tired satisfactory to the State, the State shall pay Contractor a total amount not to exceed S 351,599 which is derived solely from federal funds and which shall be spent in accordance with the budget whish is part of the approved Project Grant Application. A portion of the total contract amount sha3l. be paid Contractor not more frequently than monthly, in advance, during the term of this agreement up to the total contract ate, upon receipt and approval of Report of Expenditures and Request for Paymmzt (OA-30) by the State in quadruplicate (4) supported by a current monthly Report of etsditures CDA-30'E -- submitted is duplicate (2). FORNf APPROVED fiEtR Corta�cts/AQr izsat;,r The provisions an the averse side hereof ceratin apart of this agreement r t�� P�l�. ,IN WITNESS MMEOF, this agreement has been e: d by the parties hereto, upon the date first rbove47M-___ll7 STATE OF CALIFORNIA r CONTRACTOR wGVICY corrptwGTDRtir V"AMANlromou A-STATIC W" rMaAaoWo.Anaa. Departmett of A-ing /' C tra Costa County MY(AUVIORIZED SIGMA _ 1#Y V`NATUACI No- .r•y 9 1977 Director Chairman, Board oi'.kpervisor��L wctDwos (CONTINUID ON_aNcers,EACH a"MING NAME as,corrwwcraft1 651 Pine Street "Martinez, CA 9455:'s D.met Wrow 1w riaSMA ..MOUNT OF THIS ESTIMATE 05; 0 IATIOM FUND --'���"�"�'•�• 3 Title Iu Grant ',.Special Deposit ' 1 ura.curatD,Eo taAunct: ITM cNAFTEIt I STATUTES FISCAL.YEAR ! wo.wr. �wwe.Lr. s 1977 0^rorttr�rtt cF G:•ares!Sctritxs Att.tNt71LA31NG tD,CUM- FUNCTION APPROVED 3wANcc Q1,915. Contractual Services ADJ.OZCIILASINO ENCUM• LINE ITEM ALLOTMENT 'SEP 7 '977, aRAMCL I herebq certify upas my u-n p-sona1 k—wledgtr dwt bu4esed tamps T.B.A.No. R.R.No. $Y ant aeailahlw for the period and purpose of the CMenditwe stored aooce. SIG"ATURE Or ACCOUNTING OFFIcLR DATL tucF Cow...t I hereby errtifq all conditions for czrmxion set foeh in State Administrative Manual Sraion 1:01,13 Awe hem eom with and this ducumem u exempt from review by the Drpla:tmem of I,own". SIGMA JJL OF OFFICG SIGr,IMG OM IBMALr Or TkE AGLNCY DATL McrO 1With Soord arae ... W Cl • as a J N"I•v7 t'. ::. •1 C: t ._•.r c U r• _ ! I� C- C3 00 a•� r-n -� n a m co "ST G a Cr F. 03 'G :c-C. G c• O cl ca �+"do : Bi ►� t.. � ;ra 11 •a 1 w r N = K o Ga -n to v n o > ca o ac-3 -fi K�•. N t . • • • . fD ":s O O . -'3 Y Y N W k-+ }-t 3 I-X CS r-50 y Q p W P W W Y W Vitr'" a 1"'' co C44 0 O F-Y t+e � 'rs M c3 s t+ r�• 50 O t O 1 �O - cKi a 3�Ca < T y t-i cr,!''a P P ' '3' o o aca t, � o W W W O N ra. p ca f✓r-s O t= 10 lw-u � � � : . a '�:-ca- - o n • � � _ gam. � � - t-+ Clca ca w 110 e W Q -rJ �s w C2 c "7 e H Ca V-1 w ., . � I - - L.. c+' O ,.. " ell ct- K Q > C=1 t y p K N L7 '•*7 C7 L7 C3• • • th { A c0t. C CQ a w P P P P P • P P P P t'Y O O O 3 v N 3/75 - --�.- — -- — issued b;{: C,%LIF 01:IA DECARl HENT OWAGIZIG �'='3 A'r--:c; az Ae-n& ro. 7 91e J Street Project Prase: Area 7 Pi arininw Pro Ject Sacramento, California 9591; ,Project id=:tir_eatict no. 338 Coat=ct 50.6.•.73..2 _ype of Grant P oj:cz y,-mar o; this gr=t: M i?ea er.ccntL-%.sat;oz Q r'irst Ga Second Q ®Rev=sioa of earlier grant Begin ' 6 ending 6/30/77 [Q Supplement to ea:3ie_- graft Approved pian pe_-cc: Be 9 75 endin 0/3b/77 Naim-- and Address of Grantee - - Contra Costa County 651 Pine Street • Hartinaz, CA 94553 U V C?t)U z Com:.atatioa of Grant . • ' = - ._ . - SUPPORT- • CAP - - _ 8 M-TI f*E ' ING �MMI SM- i4L' A 1 B C SraVICES S=-BVICE ccs-Is — Cost......:...s 19,980'. -11+.637 -10,06 13,405 110,076 19,541 Less anticipated i==Z . 44- ' -0- -0- -0- -4- -0- Bst:=atid nab cos...._....... •.19,980 -14,037 -10,083 . 13,405 10,076 19,341 - Voz - edera' s—a of set cost. 4,994 - 1,404 11 - 11009 3,9.13 12,482' 118,974 _e. cosi,,..... 14,986 -12,633 � - 9,074 9,492 2,1A6. ! 365 _._ •Fed=al =tea %d3l' - - - cocpr sed of: 6.3. Frde--- g:•.- a ed ' X-roa r'v -• 365: 6.2 ra,; o:.,:sj`2wC^.�= attI:=ty � � � - � -0- herein awarded............ ' Column.(C) Sucaa--r Costs line 5. Unless revised will constitute a ceiling for Federal participation, in the approved cost. The Federal share of a project cost is earned only when the cos: is accrued and the non-Federal share is contributed. Receipt of Federal funds (either through advance- ment or reimbursement) does not constitute earning of these funds. If the actual net costs are less than those listed in line 3, columns 1 through 5 above, computation of ggrrant, the non-Federal share will meet: Activity A 25 All other Activities ' ll0) s. I2he Federal share Will meet: Activity A 7� All other Activitie3 lw1 ==e and title of authorizing of_+•icial signature Date of issuance Janet J. Levy, Director 1 4:4, MEN Cal=fora Deparbnent of Aging Page 1 of 2 . 918 'J Stroet Sacramento, California 95814 Revision of Prior 11MIFICATION CF CP.ANr PWARD 00839 (Area Agencies on .Sing) Contract Ao. 036-73,036-73-1, 036-73-2 Area Agency on Aging No. 7 Type of Action: Project Identification No.338 t Q Charge in Plan Period Project Name: Area 7 Plante Project c-- Change L'1 Budget Period Change in Cost Category Allocations Project year of this grant: M Change in Cost Sham Ratio p First to Second p Other geginning ? 1 76 , znding 6 30 77 Approved plan period: Beginning 9/1/75 Eliding 4/30/77 Name and Address of Grantee Contra Costa County 651 Pine Street Martinez, CA 94553 Corjmxtation*of Grant — SUPPORT- GAP ACI7VITIM ING FIMING S=21,11'f A B C SDRW CE5 St-7IlLCE 5 COSTS 1. Estimated total cost..........$ 101 165 . 64 222 14,665 119,662 134,871 434,585 j +2. Less anticipated income....... -O- -0-•. -a- -o- -0-. -o- 3. Estimated net cost............ 101,165 1 64,222 14,665 119,662 134,871 434,585 4. Non-federal share of net cost. 25,292 6,423 1,467 14,541 24,963 72,686 5. Federal share of net cost..... 75,873 57,799 13,198 105,121 109,908 361;899 6. Federal share will be comprised of: t 6.1 Federal grant unearned 'Q' -G-' -0- -0- -O- 91,915 f from FY .. ......... 6.2 New obligational F'Uthority herein a:;arded............ 2b9,9a4 I. Column (C) Surmary Costs line 5. sinless revised dill constitute a ceiling for Federal participation in the approved cost. 1 2. The Federal share of a project cost is earned only when the cost is accrued and the k ron-Federal share is contributed. Receipt of Federal funds {either throu6h advance- { tient or reimbursement) does rot constitute earning of these funds. 3• If the actual net costs are less than those listed in line 3, columns 1 through 5 — above, computation of runt, the nor.-Federal share x;77 meet: Activity A-21-19 XU other Activities 10 t; the Federal share will meet: Activity A 75 i All other Activities . Name and title of suthori:irg official Signature Date of Issuance OA 21-A t Janet J. Lm-y, Director. �!, , � /! �j'� 4 �, u a d n d _r T CV < ai v a cs s.�. cs H a C L4 r e o 04 o d d d d a� o no v w 0 � i a� c H 4.1 03 v Q a p twit c� c��t tit 5 cl 4; 1. 7lie Contractor agrees to iudernnify, defend and save harmIrss ti,,e State, its of actors, agents and employees from any and all claims and losses accruing or resulting, to any and -,Ij uontr.;ctors. subcontractors, materialmen, laborers and any other ps.•rson, firm or corporation fnrris:ping or supplying work, services, materials or supplies in connection with the performance of tl is contract, and from an and all claims and losses accruing or resulting to any person, firm or corporati,,n who may be injured or damaged by the Contractor in the performance of this contract. 2 The Contactor, and the agents and eirigloyees of Contractor, in the performance of this -�. aoreement,'shall act in an independent capacity and not as officers or employees or agents of • :�- State of Califomia_.__.. v. +:C.Stat^ ma-'% terMin:to this t��'Cme^.: and be ielie vc w .^f:l^t:2j3T:eIit 01,2ii;' to Contractor should Contractor fail to perform the covenants herein contained at the time and in the nianr_er herein provided- Ln the event of such termination the State may proceed-«star-the Nvorlc in any, ;Wanner c?e;emed proper by the State_ The cost to the State shall be deducted from ,: .a.ny_sum:duc,the Contractc.7 under this agreernent,_and the balance, if any, shall be paid the _�Contractor upon demand.•. : 41. Without the tiv-ritten_consent of the State, this agreement is not assignable by Contractory ,either in .vhole or in part. S. Tim,, is the essence of this agreement_ 6. No alteration or variation of the terms of this ccntract shall be valid unless trade inti ntin ^ and signed by the parties hereto, and'no oral widerstanding or agreenient not incorporated herein, shall be binding on any of the parties hereto. -^ 7. The consideration to be paid Contractor, as provided herein, shall be in compensation, for - all of Contractor's expenses incurred in the performance hereof, including travel and per diem, . unless otherwise expressly so provided. . �V - I I c i In the Board of Supervisors of Contra Costa County, State of California July 26 . 19 77 In the Matter of Consulting Agreement with Tesseract Corporation On the recommendation of the Auditor-Controller,;. IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute an agreement with Tesseract Corporation which company will assist County Data Processing personnel in developing and implementing new comouter scheduling and control procedures at a cost of $9,712.00 for the period July 26, 1977, through October 31 , 1977. Passed by the Board July 26, 1977 r f 1 hereby certify that,the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Ori g. Dept. : Auditor-Controller Witness my hand and the Seal of the Board of cc: Contractor, c/o Data Proc.Supervisors Data Processing affixed this26thday of JulY , i9 77 Auditor, c/o Data Proc. Administrator J. R. OLSSON. Clerk 6 &lft4 Deputy Clerk F4a i We M. Neufe4.d 0WAT72 . H-24 3/76 11m I Ot)543 - AGREEVIENT 1. Special Conditions. These Special Conditions are incorporated below by reference_ (a) Public Agency: CONTRA COSTA COUNTY (b) Consultant's Name and Address: Tesseract Corporation P. 0. Box 7658 4„ San Francisco, CA 94120 (c) Effective Date: July 41, 1977 through October 31 , 1977 (d) Project Name, Number S Location: . - Data Processing Operations Planning and Training for OS (e) Payment Limit: $9712.00 2. Signatures. These signatures attest the parties' agreement ereto: , CONSULTANT - By _00esigto -o ictal capaci y in business State of California ) ss Contra Costa County ) ACK14OWLEDGE14ENT The person signing above for Consultant, known to me in those individual and business capacities, personally api_eared 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. �4111fU11{11UIIIlU111111Ulrltitltl1t11011I I I it 11111 i b U^ 'Z - OFRCIAL SEAL = Date: n SUSAN L STECKEL zi NOTARY PUBLIC-CALIFORNIA�a4Af A PRINCIPAL OFFICE IN Ngtary Public =It, SANTA cIARA couNTY K L. STEG.KE-L - Comm.EXP.Mardi 7. 1980 = • •:uunruuunnuou�uuluuununnuuunuunun l PUBLIC AGENCY FOR14 APPROVED 1 Cont dgos�Xa.,d'ou my John B. Clausen, County Counsel w, a ;SIS !� Byj 1��i / Deputy Chairman, Board of ervisors ' 3. Parties. Effective on the above date, the above-named Public Agency and Consultant mutually agree and promise as follows: ocrofilrnsd with board ardor '4. ):Tiplovrient. Public Agency hereby employs Consultant, and , Co- nsutant' accepts such em.ploymc-nt, to perforn the Prof e ssional services described herein, upon the terms and in consideration of the payments stated herein. 5. Scope of Services. Scope of service shall be as described in Appendix A attached hereto. 6. Insurance. The Consultant shall, at no c_pense to Public Agency,' furnish certificates or other evidence acceptable to Public Agency of (a) public liability insurance of at least $250,000 for all damages arising out of bodily injuries or death to any one person and at least $500,000 for two or more persons in one accident or occurence; and (h) property damage liability insurance providing fo-r- a limit of not less than $50,000. Thirty days' notice of policy lapse or cancellation is required. 7. Pal►ment. Public Agency shall pay Consultant for professional services performed 'at the rates shown in Appendix B attached hereto, which include all overhead and incidental expenses, for which no additional compensation shall be allot..ed. In no event shall the total amount paid to the Consultant exceed the payment limit specified in Sec. 1(e) without prior written approval of Contra Costa County. Consultant's statement of charges Shall be submitted at convenient intervals. Payment will be -made within thirty1. (30) days after receipt of each, statement, net cash, without discount. 8. Termination. At its option, Public Agency may terminate this agreement at any tine by written notice to the Consultant, whether or not the Consultant is in default. Upon such termination, Consultant agrees to turn over to Public Agency everything pertaining to the work, possessed by him or under his control at that time, and will be paid, without duplication, all amounts due or thereafter becoming due on account of services rendered to the date of. termination. Consultant may also ter-minate thins agreement at any time by written notice to Public Agency. 9. Status. The Consultant is an independent contractor, and is not to be considered an !emplbyee of Public Agency. 10. Indemnification. The Consultant shall defend, save, indemnify, and hold harmless Public Agency and its officers and employees from any and all liability for any injury or damages arising from-or connected with the services provided hereunder. 11. This agreement shall not preclude Consultant from developing, using or mar):eting programs, systems, data or materials similar to those originated for Public Agency hereunder. 00844 OTHER 77-IMS AND CONDITIONS 12. The performance of services by Consultant shall conform to requirements of the Scope of Effort. Consultant mal:cs no warranties, expressed or implied, as to the services provided by this agreement and shall not be liable for direct, incidental or consequential damages resulting from its perfor- mance or the data provided. 13. Consultant shall not be liable for nor deened to be in default on any account of any failures to'perform services if due to any cause or condition bevond'Conseltant`s reasonable control. 14. Proprietary information disclosed by either party to the other for the purposes of this agreement which is clearly so identi- fied in writing as proprietary, shall be protected by the reci- pient in the same manner and to the same degree that the recipient protects its own proprietary information. Such information will be disclosed only to those employees of the recipient requiring access thereto in older to nerforr this agreement. Public Agency will hold harmless and indemnifv Consultant from.: liability to third parties arising from wrongful disclosure by Public Agency ' .to Consultant of information which has been received in confidence from a third party. Consultant will hold harmless and indemnify Public Agency from liability to third partias arising from :•.rong- ful disclosure by Consultant to Public Agency of information which has 'been received in confidence frog a third party. 15. This agreement, including Appendix A and Appendix D, constitutes the entire understanding between Public Agency and Consultant, and no commitments by either party, implied or otherwise, shall be binding on the parties hereto unless expressly set forth herein. 16. This agreement shall be governed by ;:he laws of the State of- California. 17. County will provide adequate office space, facilities, telephone service, secretarial support and keypunch and computer time as required. 18. Consultant will submit to the Public Agency tine and progress reports periodically or on demand as required by the Public Agency. 00P45 man APPENDIX A to Agreement dated July 3.4', 1977 between Contra Costa County and Tesseract Corporation SCOPE Consultant will provide assistance to the County Data Processing Operations staff to accomplish the following tasks: 1. Assist County staff to develop computer scheduling procedures. 2. Train County staff in the use of scheduling procedures. 3. Train County staff in OS production control procedures, disk space management procedures and utility programs. 4. Assist County staff in emplementing scheduling and production control procedures. V. r 0UJQ4� sb� APPENDIX B to Agreement dated July 44, 1977 between Contra Costa County and Tesseract Corporation RATES Consultant wilLk make employees available to -perform} thd, services set':'forth in Appendix A- tothis agreement At,"the following`hourly rates. Classification ,Hourly Rate Analyst Programmer 522/Per hour Senior Analyst Programmer- 526/per hour. p F f f 5 C t { f i y . X � ooPA-7 • � r In the Board of Supervisors of Contra Costa County, State of California July 26 , 19 77 In the Matter of 1977-1976 Proposed Budgets for County Special Districts and Counzy Service Areas. This being the time fixed by the Board to receive information and public comment on the 1977-1978 proposed budgets for county special districts (exclusive of county fire protection districts) and county service areas; and The Board having heard an explanation by representatives of the Public Forks Department and the office of County Sheriff-Coroner with respect to the proposed budgets of those special districts and service areas under their respective jurisdictions; and All persons having been given an opportunity to be heard witti•respect to the aforesaid budgets; and ._ Supervisor R. I. Schroder having suggested that each member of the Board pay particular attention to the proposed budgets of those public agencies within their individual districts, and having advised that the Finance Committee (Supervisors Schroder and J. P. Kenny) will further review and analyze the aforesaid proposed budget requirements; and Supervisor Schroder having recommended that further consid-, eration and discussion of the county special districts (exclusive of,' county fire protection districts) and county service areas be continued to August 16, 1977 at 1:30 p.m., the date scheduled for public hearings to be held on the proposed county budget; IT IS BY THE BOARD ORDERED that the recommendation of Supervisor Schroder is APPROVED. PASSED by the Board on July 26, 1977- I hereby certify that the foregoing Is a true and corred copy of on order entered on the minutes of said Board of Supervisor an the date aforesaid. cc: Public forks Director Vftm s my hand and the Seal of the Board of County Sheriff-Coroner supervhom County Auditor-Controller affixed thh2jjt :day of Ju2v 1971- County 971County Administrator /J J. R.�O�LSSON, Clerk By_1AL[��:cJC' /i�+t/'.�fccXf j. Deputy Clerk Helen C. Marshall 0O QAS H•24 3/7615m f In the Board of Supervisors of Contra Costa County, State of California July 26 19:77 In the Matter of Transfer of Balance in Treasurer- Tax Collector Cash Overage Fund to County General Fund On the recommendation of the County Auditor-Controller; IT IS BY THE BOARD ORDERED that transfer is AUTHORIZED o£ the June 30, 1977 balance in the Treasurer-Tax CollectorCashOverage Fund in the amount of $26.73 to the County General Fund, pursuant to Government Code Section 29380. Passed by the Board on July 26, 1977. x 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisor on the date aforesaid : Auditor-Controller Administrator cc . Witnessmy hand and the Seal of the Board of cc: Treasurer-Tax Collector SupernsoR affixed this26th day of July 1977 J. R. OLSSON, Clerk t3 Deputy Clerk Maxine ISS. Ileufe d OOF49 H-24 4/77 15m In the Board of Supervisors of Contra Costa County, State of California July 26 1977 In the Matter of Amending the May 24, 1977 Board Order for Vocational Training Agreements and Amendments with Certain Vocational Training Institutions for Training of Individually referred CETA Title I Program Enrollees WHEREAS the Board has authorized, by its order dated May 24, 1977, the Director, Human Resources Agency, or his designee (Don Crawford) to execute on behalf of the County certain CETA Title I Vocational Training agreements and amendments, and WHEREAS Don Crawford (then County Manpower Project Director) has resigned said position; NOW, THEREFORE, IT IS BY THE BOARD ORDERED that the reference in the May 24, 1977 Board Order, provision #II, which reads: "The Director, Human Resources Agency, or his designee (Don Crawford)" is hereby amended to'read as follows: "The Director, Human Resources Agency, or his:"designee (the County Manpower Project Director)," while all other parts of said Board Order remain unchanged and in full force and effect. PASSED BY THE BOARD on July 26, 1977. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors an the date oforesoid. Orig: Human Resources Agency Witness my hand and the Seal of the Board of Attn: Contracts S Grants Unit Supervisors cc-. County Administrator affixed this 26tWay of_ JulY 19 77 County Auditor-Controller County Manpower J. R. OLSSON. Clerk Project Director By Z1 Deputy Clerk Maxine N. Neufjild RJP:dg H-24 3176 ISm 00850 0 The Board of Supervisors Contra County geikan Costa Ex OHiuo Clerk of the Board County Administration Building UnL Geraldine Russell P.O.Box 911 chw Gwa Martinez.California 94553 County (415)372-2371 James P.Kenny-Richmond tst District _ Nancy C.Fanden-Martinez 2nd District Robert L Schroder-Lafayette 3rd Oistnct Warren N.Boggess-Concord 4th District Eric K Naseettine-Pittsburg July 26 1977 stn District s Mr. James H. Price, Area Director San Francisco Area Office Department of Housing F Urban Development One Embarcadero Center, Suite 1600 San Francisco, California 94111 Dear lir. Price: This will respond to your letter of July 8, 1977 relating to Section 8 fiords for housing for lower income families in Contra Costa County. It is my understanding that the application for Section 8 fiords by the Housing Authority must also contain a letter from the Chief Executive of the County indicating that the application is consistent with the County's Housing Assistance Plan. The $99,636, while falling short of meeting our stated needs and goals, will enable the County to provide additional housing assistance to its low and moderate income households. I am pleased to indicate hereby that the application of the Housing Authority of Contra Costa County for Section 8 ftmds to subsidize rentals in existing housing is consistent with the Housing Assistance Plans submitted by Contra Costa County with its Community Development Block Grant applications for the program years of 1976-77 and 1977-78. I also trust that if further subsidy fiords become available, Contra Costa County will be considered for a fair share of those funds to meet it documented needs. lyy yours, Marren N. Boggess Chairman WNB:ld 00851 In the Board of Supervisors of Contra Costa County, State of California July 26 .,19 77 In the Matter of - Consistency of Federal Section 8 Existing Housing Subsidy with County's Housing Assistance Plan. The Board having this day received a report from the,Director of Planning that the allocation of housing assistance announced on July 8, 1977 - by the San Francisco Area Office of the Department of Housing and Urban Development in the amount of $99,636 for the Section 8 Existing Housing Program is consistent with the Housing,Assistance Plans submitted by the County with its Community Development Block Grant Applications for the years 1976-77 and 1977-78; &..A-- IT IS BY THE BOARD ORDERED that receipt of aforesaid report is AGOOWLEDGED and the Chairman is AUTHORIZED to provide a letter to-this effect to the Federal Department of Housing and Urban Development, the letter to be furnished to the Housing Authority for inclusion in its application package. PASSED by the Board on July 26, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seo)of the Board of Orig: Planning Department Supervisors ,,�{_ cc: Department of Housing and affixed this-A4A Urban Development aY of ]9 Contra Costa County Housing Authority J. LSSON, Clerk Planning Department l By . Deputy Clerk 00052 H-24 3176 ISm ' rr:s:iR C n-ice CCtlP+;+� CONTRA COSTA COUNTY t-t (-�-t 1 ED PLANNING DEPARTMENT TO: Arthur G. Will DATE: July 20, 1977 County Administrator FROM: Anthony A. Dehaes SUBJECT: Determination of Section 8 Director of Plann' Fund Application Consistency With Housing Assistance Plan On July 19, 1977, the Board of Supervisors received a letter dated July 8, 1977 from the Federal Department of Housing and Urban Development (HUD) announcing the availability to the County of an additional $99,636 for use in-the Section 8 . Existing Unit Subsidy Program in the County Entitlement Area. Pursuant to the Board's referral, we have reviewed the Housing Assistance Plan (HAP) submitted with the Community Development Block Grant Application of the County, to verify consistency of the number of subsidized units with the HAP for the Urban County Entitlement'Area. This supplemental allocation of $99,636 for the Second Year Program brings the total allocation.to the County in 1977 to $525,000. Fifteen percent of the $99,636,.or x14,945, is reserved for the City of Concord which is not in the County Entitlement Area, leaving an allocation of $84,690. This amount of money will provide approxi- mately 2S additional units of existing housing subsidy in the County Entitlement Area, bring the 1977 total to 138 units. This total is below our stated goals-and serves only asmall proportion of the overall needs of the County for assisfed housing as documented in Table II of the HAP. Geographically,. the funds applied for can bc'distributed throughout the Entitlement Area in keeping with the intent of the .Housing Assistance Plan as indicated in Table 1V, by the.use of Local Office pools of eligible applicants established by the Housing Authority. Based upon .the foregoing, it is my determination that the Housing Authority's application for additional Section 8 funds will be consistent with the needs and goals of the Housing Assistance Plan of Contra Costa County. A letter to this effect from the Chairman of the Board, will be required as part of the submission of the Housing Authority. Please place this item on your agenda of July 26, 1977 for Board action. Attached is a draft Board Order and draft letter for Chairman Boggess'.signature. AAu:1d . RECEIVED Attachments Jt1L.26 1977 6rs •;7:rr 00853 In. tine Board of Supervisors of Contra Costa County, State of California July 26 19 77 In the Matter of Authorizing Acceptance of Instruments for Recording only. IT IS BY BOA ORDER that accepted FOR RECORDING ONLY. the following Offers of Dedication are INSTRU2N -- DATE RRANTOR �TCE rn 1- OFFEg OF DEDICATION 5/11/77 FOR ROADWAY PURPOSES VICTOR PATO, et al SUB. MS 206-76 2- OFFER ROADWAY PURPOSES DEDICATION 5/20/77 FOR ROADMASAMITUS RAMIGARI, et al SUB. MS 140-76 PASSED BY THE BOARD ON July 26, 1977- 0 3 a CL a a 0 v h hereby-certify that the foregoing minutes of said Board of Su is a free and wrrect copy,of an order Pemsors on the date afaresald. entered an the Originatin � e Department; pW (ED) Supervisorsmy hand and the Seal of t6 Board of cc: ReeGr4er (Via P.W.) affixed this 26July PublicWorks Director day of 19 77 Director of planning — J. R. DLSSON, Clerk By Patricia A. Bell Deputy Clerk H 24 ijiG iSm w54 In the Board of Supervisors of Contra Costa County, State of California July 26 . 1977 In the Matter of Authorizing Acceptance of Instruments. IT IS BY THE BOARD ORDERED THAT the following instruments are ACCEPTED: INSTRUMENT DATE GRANTOR REFERENCE r• rn 1. RELINQUISHMENT OF 5/11/77 VICTOR PATO, et al SUB. MS 206-76 ABUTTERS RIGHTS 2. CONSENT TO JOINT 7/8/77 BYRON SANITARY DISTRICT SUB. 14S 140-76 USEAGE FOR ROADWAY x PURPOSES o' 3: GRANT DEED 5/20/77 MASAHITUS KAMIGAKI, et al SUB. MS 140-76 n a PASSED BY THE BOARD on July 26, 1977. - v 0 U t" 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date oforesaid Witness my hand and the Seal of the Board of Originating Department: PW (LD) Super"emors, affixed this 26 day of July 19 77 cc: Recorder (Via P.W.) — Public Works Director Director of Planning J. R. OLSSON, Clerk gy I CL Deputy Clerk Patricia A. Bel H.24 3J76 15m WE OF StPEWISORS.`aM OTA a mY, f,ALIRMIA Re: Speed Limits on- ) TRAFFIC RESOLUTION NO. 2352- SP➢ :MMMS : ?M j Date: --- JUL 26 1477 - (.Rd. Pleasant Fill Lrea ) (Supv. Dist. a & IV - Pleasant r'-l) The Contra Costa County Board of Supervisors RESOLVES THAT: On the basis of an engineering and traffic survey and recommendations thereon by the County Public Works Department's Traffic Engineering Division, and pursuant to County Ordinance Code Chapter 46-2 (§46-2.002 ff.), this Board hereby determines that the present speed limit(s) established on the below-described road, a street within the criteria of Vehicle Code Section 22358 , is(are) more than reasonable and safe, and hereby determines and declares that the following speed limit(s) . is(are) most appropriate, reasonable, and safe prima facie speed limit(s) there: Pursuant to Section 22358 of the California Vehicle Code, no vehicle shall travel in excess of 30 r les per hour on. that portion of :•' S AVEiyM (#35610, Pleasant Hill, beginning at the intersection of Pleasant Hill Road and extending iiesterly to the intersection of Reliez Valley Road. T.R. #22511 pertaining to an existing 35 mph speed*li-:dt on Withers Avenue is hereby rescinded. Adopted by the Board on-. JUL 26 1977 PASSED unanimously by Supervisors present. cc: Sheriff California Highway Patrol Q0855 T-14d MMMMMMMNE� r s In the Board of Supervisors of Contra Costa County, State of California July 26 of In the Matter ::.:'...:...:. :.:..: :.:. leme ntal Allocation Of Supplemental Section ;..' S <: Fund' County's - n Assistance s i s tan c e Plan-. Hu s i o E - ` received om a July::15 :197.7 :letter..fr. . The Board having ' San Francisco Area:,Office,. ' 14ra James H. Price, Area Director, ouncing and Urban. Development,.:.ann ear. U.S. Department of Housing is to receipt of a supplemental conversions of SectionP23c�- 197? to be use funding that applications should be Section 8 Existing, August 15,:: 1977 submitted no later than that the aforesaid informa IT IS BY. THE BOARD' ORDERED tion is 'REFERRED to the Housing Authority .of Contra Costa .County:.: and the Director. of Planning'-. SED by the Board on July 26, 1977' PASSED ....:.:..:.. _ r , - ... ., :. a....: ;R w..........:.: ...'� ;.Y.• .:,.:......::: .. :. .. 1:hereby cwdfy'that the fore9�g id a.true and correct copy 10. an order entered an.the minutes of said Board of Supervisors on.the date aforesaid- Witness my hand and the Semi of the Boacd of cc•: Housing Authority or CCC Supervisors 1977 County-Direct Administ Administrator affixed this 26thday of JLly County 1 R. OLSSON,.Clerk I�� Deputy Clerk. sna y -ry H-24 3/16 ism - ,•rtfr�xxn.T" { f In the Board of Supervisors of Contra Costa County, State of California July 26 . 19 In the Matter of Hiring Goals, CBTA Economic Stimulus Program. The Board having received a July 18, ,1977, letter from 141r. Arthur Douglas, Associate Regional Administrator, Employment and Training Administration, Region IX, U.S. Department of Labor, advising that Contra Costa County did not achieve its June 30 hiring goals called for in the CETA economic stimulus program and urging that action be initiated to ensure that the July 30 _ hiring schedule is met; IT IS BY THE BOARD ORDERED that the aforesaid communica— tion is REFERRED to the Director, Human Resources Agency. PASSED by the Board on July 26, 1977• I hereby certify that the foregoing h a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid cc,: Director, Human - W%ness my hand and the Seat of the Board of Resources Agency Supervisors Director of Personnel wed th'62Lthdoy of July . 197Z County Administrator �� ��J R. OLSSON, Clerk sY /ok4�t AyL,c"LcIJ14EF Deputy Clerk Helen C. Marshall 00858 r H-24;176 15M- In the Board of Supervisors of Contra ;Costa County, State of-California: July 26 lg In the Matter of Telegram to Secretary of _ Transportation with respect to Hoffman Freeway Reconstruc— tion Project (State Freeway 17)• On the recommendation of.Supervisor,.J. P. `Kenny IT IS BY THE BOARD ORDERED that the Chairman is AUTHORIZED to send a telegram to Secretary of Transportation, Brock Adams, Washington, D. C., urging that the Hoffman Freeway (State Route 17 from Interstate Route 80 in Richmond to U. .S. Route 101: in San Rafael) be designated a federal interstate freeway so that the reconstruction project of same might be eligible for;90 percent federal funding. PASSED by the Board on July 26, 1977• _ rr 3 f^N r } z Y - 4 Y t .. F { J hereby certify that the foregoing,Is a true,and coma copy of an order entered on:the minutes of said Board of Supervisors on the date aforesaid. cc, Public Works Director Witness my hand and the Seal of the Board of County Administrator supe affixed this26thday of JulY _ 1977 J. R. OLSSON, Clerk By� 6'.)C_ 1;L, CT s . Deputy Clerk Helen C. Harshall s_ 00F59 H-24 3/76 15m y In the Board of Supervisors of Contra Costa County, State of California July 26 19 .?Z In the Matto of Execution of Loan Agreement between Contra Costa County and Great Western Savings & Loan Association and authorization for disbursement of Community Development Funds. On the recommendation of the Director of the Building Inspection Department, IT IS ORDERED BY THE BOARD that the Chairman is authorized to sign the LOAN PARTICIPATION AGREEMENT with Great Western Savings & Loan Association for the servicing of the Loan Program pursuant to the Community Development Housing Rehabilitation Program policies adopted by the Board on November 2, 1976; and The Director of Building Inspection or his designated representative is authorized to execute a demand on the Treasury for deposit of the County's pro rata share of the loan fund with Great Western, in accordance with the provision of aforementioned agreement, and The Director of Building Inspection or.his designated representative hori is authorized to initiate a Request for Payment of loan funds by Great Western after completion of rehabilitation work authorized; and The Building Inspection Department in negotiation with Great Western is authorized to establish an interest bearing account for deposit of County pro rata share of payments received on loans made under this program for the continued use in the Rehabilitation Program. PASSED AND ADOPTED ON July 26, 1477 I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of supervisors on the data aforesaid. Orig• Building Inspection Witness my hand and the seat of the Board of cc: County Administrator Supervisors Auditor-Controller affixed this26thday of Suly . 197 Planning Department O.E.O. J. R. OLSSON, Clerk &a s.Z Deputy Clerk Maxine M. Neufeld H-24 3J%6 tim (jtl �� Ci LOAN PARTICIPATION AGREEMENT THIS AGREEMENT between Great Western Savings and Loan Association ("Gl") and the County of Contra Costa ("County") is entered into with respect to the following facts. RECITALS A. County has adopted a Community Development Housing Rehabilitation Program to implement residential rehabilitation through financial assistance as authorized by Section 105, Title I of the Housing and Community Development Act of 1974, as is more specifically set forth in Exhibit-A attached hereto and incorporated herein by this reference ("the program") . B. County proposes to implement the program by making housing rehabilitation loans, both at below-market interest and "zero" interest, and emergency grants. C. GW is prepared to assist County in achieving the objectives of the program by participating with County in the proposed loan program. To that end, the parties agree as follows. AGREEMENT 1. Loan Participation GW agrees to assist County in implementing the program by entering into a loan participation program under the following terms and conditions. a) GW will initially originate loans which qualify under the program to eligible applicants as certified by County who are in the opinion of GW acceptable credit risks for the proposed loans. b) County will agree in advance, at the time each loan package is submitted as outlined below, to purchase from 0.1 upon recording, without recourse, a participating interest in the One 00861 proposed loan, the percentage of which (to the total loan) being determined by a formula taking into account the fact that County will receive no interest on its funds advanced to purchase the participating interest and that GW will receive a yield of 10% on its net funds advanced on each loan. The formula for calculat- ing the respective participation interests is designed to result in an interest cost to each borrower as predetermined by County. Without limitation on the generality of the foregoing, the following are examples illustrating this formula: i) County predetermines to require an interest cost of 5% to the proposed borrower for a loan of $8,000 for a term of 15 years. County would purchase a 54.679074% participation ($4,374.33) on which there would be no interest return. GI's yield of 10% on its retained participation ($3,625.67) would result in the desired interest cost to the borrower of 5% on the entire loan. ii) County predetermines to require an interest rate of 3% to the proposed borrower for a loan of $3,000 for a term of seven years. County would purchase a 71.137551% participation ($2,164.13) on which there would be no interest return. GW's yield of 10% on its retained participation ($835.87) would result in the desired interest cost to the borrower of 3% on the entire loan. The various percentages of participation by GW and County for loans with interest rates varying from 3% to 5% in 1/4% increments and from five years to 15 years in term are set forth in the charts attached hereto as Exhibit B and incorporated herein by this reference. c) With respect to "zero" interest and "deferred payment" loans to qualified borrowers under the program, GW will not retain any participation interest, County agreeing to purchase the whole loan in each case, but GW agrees to originate and other- wise service these loans in the same manner as those bearing Two 00862 interest, if so requested by County. The fees for such servicing are set forth in Paragraph 7 of this agreement. With respect to such "zero" interest and "deferred payment" loans, which do not provide for monthly amortization payments, GW's reporting respon- sibility shall be limited to the name, address and loan balance of all such outstandings twice a year, on June 30 and December 31 of each calendar year. d) county agrees that G14 shall have no responsibility for or participation in emergency grants under the program. 2. ResDective Liabilities It is understood and agreedbythe parties that GW's participating interest shall be and remain prior and superior to County's participating interest to the end that in the event of ani* ultimate net loss arising out of any loan, such loss shall first be borne by county up to the full extent of its participa- tion interest in the loan in question. It is also understood and agreed that the total liability of County with respect to any loan originated under this agreement is the amount of its parti— cipating interest and County shall not have any liability to reimburse Gt for any loss it may sustain with respect to its participation interest after exhaustion of County's share. 3. Loan Limitations Irrespective of any other limitations or provisions of this agreement, no loan in which GW will have or retain a partici- pation interest shall exceed 90% of the fair market value of the property► securing such loan when added to all other liens on said property prior to the lien of such loan, nor shall any such loan initially be less than $1,500.00. The intent of this paragraph is to limit all secured obligations against the security property having priority over the loan, plus the amount of the loan itself, to 90% of the fair market value of the property after reflecting the increase in value resulting from the contemplated improvements, (presumptively equal to the amount of the improvement loan contem- plated, in the absence of contra ry evidence) ,. 00863 ,w 4. Selection of Applicants County agrees to assume sole responsibility for the selection of applicants eligible to participate in the program and to insure that both the applicants and the properties involved meet all of the criteria of the program. S. Processina of Loan Apolications a) County agrees to initiate the processing of individual loans by submitting to Gta a Loan Application Package ("Package") . The Package shall include at least the following: i) A letter certifying that the potential borrower is eligible and the property qualifies under the program, and setting forth the amount of the loan being sought and the desired interest rate to be paid by the borrower_ ii) A description of the home improvement work to be done and either a construction contract covering the work to be performed, conditioned upon granting the loan and including a firm contract price, or firm bids from sub-contractors and materialmen covering all necessary work. iii) A loan application completed on a loan application form prescribed by GW, which shall include the appropriate legal description of the property securing the loan. iv) The fair market value of the property as it is reflected on the most recent assessment role in the records of the County Assessor. At its sole option, GW may accept this as the fair market value for the purpose of underwriting the proposed loan and determining whether 'the loan is within the loan limitations set forth above. If it so elects, Gtr' may obtain a separate appraisal by one of its awn qualified appraisers and substitute the latter's 00864 evaluation as the fair market value of the property for the purposes of this agreement. If such appraisal is made, County agrees GW will be reimbursed $50 by way of an appraisal fee. This separate appraisal shall not in any event be obtained until after the credit evaluation provided for in subparagraph "b" has been completed. b) Upon receipt of the Package, Gil will investigate the applicant's credit and within seven days of receipt advise County that the applicant does or does not qualify for the loan being sought. If such be the case, GW will also advise County if the applicant is considered to be qualified for an equivalent loan on M%T's conventional terms and conditions for such loans. If the applicant is deemed unqualified for the loan being sought, GS-: will furnish County with a detailed basis for the rejection, which shall be kept confidential. At the option of County, even though found unqualified by GW, County may elect to make the applicant a loan upon terms and conditions County specifies,but shall advance 100% of all funds necessary to make the loan. c) If the loan is accepted, County as soon as is prac- ticable will furnish GW with a lot book report from a reputable title company covering the property. GW agrees to ascertain the extent and amount of liens prior and superior to that of the proposed loan in order to ascertain whether the proposed loan is within the prescribed loan limitations. Gw's evaluation of such prior liens will be final. d) Within ten days after receipt of all of the above information and final approval of the loan application, GW will prepare all necessary loan documents in final form for execution by the applicant. These shall consist of at least the following, and in addition, such other documents as GE' in its sole discretion deems necessary, all documents to be executed on GW approved forms. (The Promissory Note shall not contain any provision requiring payment of a fee or other charge in the event all or a portion of the loan is prepaid prior to maturity.) Five 00865 i i) Promissory Note ii) Deed of Trust iii) "Truth-in-Lending" disclosure statement and Notice of Right of Rescission Upon completion of the loan documents, G1 shall forward such documents, with appropriate instructions, to County for the obtaining of execution by the applicant and the recording of the Deed of Trust by County. Upon execution and recordation, County shall return the completed loan documents to GW. 6. Servicing of Loans a) Upon receipt of the completed loan documentation, G--.c shall establish a construction loan fund applicable to that particular loan. Thereafter, disbursement from such loan fund shall be made by GW as follows: one check representing not to exceed 80% of the total loan, shall be made payable either to the Borrower or jointly to the Borrower and the Contractor, as directed by County, and mailed to County for delivery to the Borrower upon completion of the work. It shall be County's sole responsibility to determine that the work of improvement has in fact been completed, that a Notice of Completion has been filed and that the completed work complies in all respects with County's requirements applicable to such work. County shall certify to GW that these conditions have been met at the time the initial disbursement to the Borrower is authorized. County shall authorize final disbursement of all remaining funds, by a check made payable either to the Borrower or jointly to the Borrower and the Contractor, as County directs, and mailed to County for delivery to the Borrower, thirty-five (35) days after the initial disbursement unless County determines that one or more mechanic's lien claims have been filed against the Borrot:Ier's-property arising out of the e:ork of improvement. It shall be County's sole responsibility to determine the existence or absence of such lien claims and to take such action as it deems necessary to extinguish any existing lien claims before authorizing final payment. Ste. 00865 MEN b) Upon completion of the work of improvement and disbursement of all construction loan funds GW shall thereafter service each loan in accordance with its regular loan servicing procedures and industry standards. These will specifically include the 'following: i) GW shall distribute to County monthly its proportionate share of all principal repayments received. ii) In the event of delinquency with respect to any loan, in addition to its normal loan collection proce- dures, Gil agrees to give County 30 days' written notice prior to recording a Notice of Default, and shall also report as delinquent on the next monthly report after it ocaurs, any loan which becomes 30 days delinquent. c) In the event of the commencement of foreclosure pro- ceedings through recording of a Notice of Default, the following shall obtain. i) At any time prior to actual foreclosure sale, GW agrees to reinstate the delinquent loan upon tender by the borrower of all accrued delinquent payments of princi- pal and interest, late charges and foreclosure costs and fees (hereafter collectively "delinquencies") . ii) At any time prior to foreclosure sale, GW agrees to reinstate the delinquent loan upon tender by County of all delinquencies. in the evert of such payment by County, collection of any such sums advanced shall- be County's responsibility. iii) At any time prior to foreclosure sale, if County MMMMML___ elects to forestall such proceedings, Gw agrees to sell its participation interest to County upon payment by County to • Gil of the then outstanding amount of G:J participation interest plus its share of all existing delinquencies. Seven 00867 iv) In the event of foreclosure sale, if the property is sold to an outside bidder, the respective participation interests of County and GW shall each be paid off in full. If the property is bid in by GW at less than the full loan balance including all delinquencies, GW shall thereafter hold the property in its own name as "real estate owned, treating it in the same manner as its own "real estate owned, " and shall forthwith dispose of the property by resale as expeditiously as possible. The proceeds of such resale shall be distributed in the following order of priority: first, to Gig' to reimburse it for holding costs and selling expenses with respect to the property; second, to GW to reimburse it in full for its participation interest loss as a result of foreclosure; third, to County to reim- burse it in full for its participation interest loss as a result of foreclosure; fourth, any surplus thereafter remaining to be' divided by GW and County in proportion to their respective former participation interests in the loan. 7. Fees a) In return for the services rendered by GW in respect to loans made under this agreement in which GW has retained a participation interest, County shall pay or cause to be paid a loan application acceptance and processing fee of $25.00, to accompany the Package when first submitted to GS-7. In the event the loan is for any reason not consummated, GW shall retain this fee in any event. in the event the loan is consummated and GTT retains a participation interest, no further processing or servic- ing fee shall be charged unless GI-I's interest is subsequently paid off by County as provided in Paragraph 6c)iii. b) As regards "zero" interest and "deferred payment" loans, and as regards participation loans paid off by County under the provisions of Paragraph 6c)iii, with respect to which Gw has Eight 00868 no participation interest and is thus receiving no yield on funds advanced, County agrees to pay the following fees to Mr. i) A loan acceptance and processing fee of $50.00 for reviewing the Package as submitted and processing the loan up to its consummation. ii) with respect to those loans which provide for monthly amortization payments, a loan service fee, payable monthly by County, equal to 3/8% (.00375) of the then out- standing loan balance at the end of each calendar month as it stands just prior to the next monthly payment, if any, then due. iii) With respect to those loans which do not have amortization payments and require only semi-annual reporting under Paragraph lc), no fee other than the acceptance and processing fee will be charged by GW except for any month in which there is loan payment activity, in which case the fee will be that set forth in subparagraph 7b)ii above. 8. Insurance It shall be Gil's responsibility to notify any holders of prior liens of the existence of each loan generated under this agreement, to record the appropriate request for Notice of Default, and after ascertaining from the holder of any first deed of trust, (or the borrower, if none), the name and address of the agent or broker responsible for obtaining any existing fire insurance, to obtain a loss payable endorsement to such policy naming GW and County as additional insureds under each policy. 9. Miscellaneous This agreement is subject to termination by either party upon 60 days' written notice as to any further origination of loans. Such termination shall not, however, affect the rights and obligations of the parties as regards loans originated here- under prior to effective date of termination. Nine 00869 �I I . All written notices required by this agreement shall be 'deemed given ..:hen deposited by the party responsible for giving the notice, postage prepaid, in the United States Mil addressed as follows: If to County:- Clerk of the -Board . P. O. Box 911 Martinez, California 94553 If to G-F: Great Western'Savings and 'Loan Assn_ Attn: Consumer Lo:-m Eapartmarrt 8484 t:ilshire Boulevarc Beverly Hills, California 90211 IN WITNESS WHEREOF, the parties have executed this agreement as of the J�&day of July,. 1977. GREAT 1TT'STERN SA ,"GS I AN f%SSQ--I2%'PI0y V1ce Presid nt f` , COl/G �� G��i.`1 V�JN• Bo99ess a••rma**, Board of A-tiFfervisors , ATTEST: J. R_ SSONj unty Clerk' ; •, By: 1. �'.�� ', `. ;� putt' APPROVED AS TO FORM: vo'.t County Co el, County of Corytra Costa RecommenWiese, rtment By: R. Director Building Inspection s�ATE OFCAI.IFIORMA On this 191h �,If U1Y ie the year one thousand nine coiuiYTro San Franc's_i co _ b"WredanA.=3f -.fig F#&C 1.4- -MariQrLIP2am m a Notary Pubtiq State oI California,duty comminioned and sworn.personally oppea ed E_ _,d M�i R. Hoffman - 4nown to nee to be the vice PT 2S 1denC - of the corporation described la and that executed the within Lutrument and also known to me to be the Pffw --- who exeeeeted the within instrument on behalf of the corporation 0NNrrrrrrrrrrrorrrrrrrrrrrr. therein and knoidedged.to that such corpora _ tion executed the • oFFraAt scu oan E�articl atlonr'rAgreement • MARJORIE RAMSDEN * same NOTARY PUBLIC-CALIFORNIA : IN 977NM WHrREOF I have hereunto set my hand and affixed my offuiat • FRANCISCO Cc .J « seal in the Cite yt - County of...a1tLEr., d5.o__the day and SAH kes J y 01917 • yearin thiscerbAcatr rustabove written • My Caamissron 6pirts 1u2�3Q 1917 + 7Notary public,State of California Marjorie Ramsden Cowdm*s Form No.28—Arknoarledtmeru Coryaarion 1C C.Sees.1190-119&1) O V 57- 5172 CONTRA COSTA COUNTY Community Development Housing Rehabilitation Program INTRODUCTION The following sets forth policies for residential rehabilitation financial assistance in the form of emergency grants, zero-interest loans, and low- ir;icrest louna v: authorized by Section 105, Title I of the Housing and Community Development Act of 1974. These financial assistance programs will be closely coordinated with a Housing Counseling and Training Program also funded with Community Development funds. Several Neighborhood Preserva- tion Areas have been established in the County for purposes of implementing this program and its components. A Committee of staff and a representative of the Community Development 'Advisory Council will negotiate an agreement(s) with a local bank or savings and loan to Implement and administer all or part of the financial assistance components of this program. The following guidelines may be amended by the Board of Supervisors from time to time as experience and funding dictate. OBJECTIVES Primary Objective The primary objective of the voluntary Housing Rehabilitation Program is to assist in the development of viable communities by providing decent housing and o suitable living environment in the community - principally for persons of'low, and moderate income- consistent with provisions of Federal assistance provided In the Housing and Community Development Act of 1974. Specific Objectives 1. The elimination of slums, blight, and the prevention of blighting influences causing the deterioration of property and neighborhoods. 2. The elimination of conditions which are detrimental to health, safety, and public welfare, by rehabilitation, demolition, or removal. 3. The stabilization and enhancement of older neighborhoods in order to encourage future investment from the private sector, and other public funds and programs. 4. The review of residential structures of owners participating In the voluntary Housing Code Enforcement Program for need of rehabilitation. p EXHIBIT "A" 008,71 Page .1 of 10 . In order to attain these objectives, a voluntary code enforcement program has been combined with a financial assistance program consisting of two components: (1) zero-interest loans/emergency grants; and (2) low-interest loans. The criteria for each program are geared to the households Income and ability to service an additional monthly housing payment. The intent is to reach the maximum number of households In each Neighborhood Preservation Area while ensuring a maximum return of the money for the purpose of making future assistance available to other households. The guidelines fol• each program component.ore outlined below. 1. HOUSING REHABILITATION LOAN ELEMENT A. introduction The L•onn Element of this Program is designed to provide financialf assistance for the housing stack of households with less then the; County median income who can afford a moderate Increase In monthly housing payments but cannot be served by private financial Institutions under existing programs. B. Eilgibility Requirements This -ection Bets forth the eligibility criteria and requirements for roceiving a Rehabilitation Loan. There criteria nssess both the structure and the applicant frern the standpoint of need and eligibility, 1. General Requirement, Single family structures and owner-occupied duplexes2 which are located within a designated 'County Neighborhood Preservation Area will be eligible for rehabilitation loan assistance, if the property: (1) Is In need of repair to eliminate _hazardous' conditions and/or other code violations and (2) is owned by a household which has a quniIfying income as defined below., 'See Appendix A for current table of income by household size which meet the:a criteria. 2For the f lnusirial purposes of this-program, duplex Is defined as one structure with two living units or two single family structures on one parcel. The owner must have berm in.permanant legal posriession of th•: property for at least six months prior to applying for financial assistance. } 2- 0088 2 EXUBIT 11A Page. 2. of.:10 k J Z. Eligible Costs Work and items of repair eligible under, this program are to be completed as available funds allow, in the following order of priority: a. To make ,repairs and Improvements necessary to the structure to correct health and safety hazards; b. To make other necessary repairs and improvements, Including exterior pointing, In order to conform to code standards applicable to existing residential structures to ensure safe, decent, and sanitary housing; c.. To correct any Incipient deficiencies which would make its Impossible for a structure to be• brought to and readily maintained at code standards; d. To provide for or enlarge a room or finish an attic or r basement in order to alleviate a condition of overcrowding; e. To remove unrepalrable secondary buildings, structures, and other blighting influences located on the property; I. To replace built-in cooking appliances when required for safety reasons; g. To make other general property repairs if funds are available- and when the amount spent does not'exceed 40% of the loan amount. 3. ElIaibility of the Apelicant In addition to being the owner of a single family unit or the owner-occupant of a duplex In need of the above repairs, to qualify for a rehabilitation loan the applicant must; a. Be a household with an Income less than the median Income for the County; and b. Be designated by the financial Institution participating In the prograrn no not eligible far n conventional home improvement �7loan; and _ c. Have a credit record evidencing willingness and ability to meet and service the debt incurred; and a: 008173 =MIT !'A :. . .Page: 3, of 10 , i d. . In the case of rental property, conform with Federal non- discrimination regulation, and agree that, upon receipt of a loan from the County: (1) rents and other charges shall not be increased beyond the total cost of the loan, actual Increases In taxes, and the percentage Increase In the Bay Area cost of living index Issued by the U. S. Department of Commerce; or (2) the units to be rehabilitated will be rented to low and moderate Income families utilizing the Federal Section 8 Existing Unit Rental Subsidy Program. C. Priorities for Award of Loans Applications will be evaluated and processed as received, based on the eligibility criteria and requirements stated In Section B of these guldelines. The evaluation will consist of an initial determination off the eligibility of the applicant followed by a determination of thew needed repairs of the structure. D. Loan Amounts,Terms and Security Ftr purposes of this program,Rehabilitation Loans are defined as loans requiring monthly payments of both principal and interest based on the amount of money borrowed. No prepayment penalties will be charge.c. 1. Loan Amounts a. The maximum amount for a Rehabilitation Loan shall ,not exceed $6,000 for a single-family dwellinq with an additional $2,000 allowed for the second unit in a duplex. b. The Rehabilitation Loan-plus exisitng Indebtedness against the property shall not exceed ninety-percent of the appraised after-improvement value of the property At the time the loan Is approved. 2. interest Rate The Interest rate will be below the'existing market rate, In the range of 3 to 5 percent: This is to be determined in negotiations with private lenders. 3. Loan Term and Security Requirements The term of the Rehabilitation Loan shall not exceed 15 years and will be tailored to the borrower's needs with the goal being that y .� prior housing debt plus the loan ,commitment do not exceed 25 percent of the Household's income. The Rehabilitation Goan is due and payable upon sale or transfer of the property and must be secured by a Deed of Trust, which secures the Promtssary Note. 0.0874 MalIBIT "A page 4 of 1 U { It. HOUSING REHABILITATION ZERO-INTEREST LOAN EMERGENCY GRANT ELEMENT A. Introduction -The zero-interest loan/emergency grant element of this Program is designed to provide financial as3istance for the housing stock of households with very low Income who otherwise cannot afford any Increased monthly housing costs. w B. Eligibility Requirements This suction sets forth the eligibility criteria and requirements for receiving on emergency grant and/or zero-interest loan. These criterin assess both the structure and the applicant from they standpoint of need and eligibility. 1. General Requirements Owner-c5cupied single family structures 'and owner-occupied duplexes which are located within a designated County Neighbor- hood Preservation Area will be eligible for rehabilitation Grant` assistnnce, if the property: . (1) Is in need of repair to eliminate - hnzardous conditions and/or other code violations; and (2)is owned by a household which has a qualifyirig Income as defined below, . 2. Eligible Costs a. Zero-Interest Loan Program Work and Items of.repair eligible under this program are to be completed as available funds allow, in the following order of priority: 'See Appendix A for current table of income and household size which speclfies these criteria, which are also presently used for Section 8 housing pursuant to HCDA of 1974. 4For the financial purposes of this program, duplex Is defined as one structure with two living units or two single family structures on one parcel. The owner must have been In permanent legal possession of the property for at V. st six months prior to applying for financial assistance. -s- 0075 EMIBIT_w i'? Page, 5,,of 10 W ✓i M1 i � 1. To make repairs and improvements necessary to the structure to correct health and safety hazards; 2. To make other necessary repairs and improvements, Including exterior painting, in order to conform to code standards applicable to existing residential structures to ensure safe,decent, and sanitary housing; 3. To correct any Incipient deficiencies which would make 'it impossible for a structure to be brought to and readily maintained at code standar&; 4. To remove unrepalrable secondary buildings, structures, and other blighting Influences located on the property; t 5. To replace built-in cooking appliances when required for' safety reasons; 6. To make other general property repairs If funds are V available and when the amount spent does not exceed 40%of the loan amount. b. Emergency Grant,. Work and Items of repair under this program are only those Items_ needed to correct eminent hazards which 'pose 'an: Imediate threat to life and safety of the occupant. In addition, physical modifications may be made which assist the mobility of a handicapped or elderly,person who is the owner`- occupant of the unit. 3. Eligibility of the Applicant In addition to being the owner of a single family un!tor the owner-occupant of a duplex In need. of the above repairs, to qualify for a zero-interest loan or .an emergency grant the applicant must.' a. Meet the Federal Section 8 Program definition of a very lore . ,Income household with an adjusted gross income of 50% or less _of the median income for the County, and must have assets of not more then $10,000 excluding the value of the property to-be rehabilitated; and 008'76 EXFIIBl% "A'F R:. i 1 1 b. Demonstrate that monthly housing expense would be a hardship based on having existing housing expense In excess of 20% of gross household income and/or having other necessary expenses not addressed In arriving at the adjusted gross Income; and c. In the case of rental property, conform with Federal non- discrimination regulations and agree that, upon receipt of a Grant from the County: (1) rents and other charges shall not be increased beyond actual Increases In taxes, and the percentage increase In the Bay Area cont of living Index Issued by the U. S.Department of Commerce; or (2) the units to be rehabilitated will be rented to low and moderate income families utilizing the Federal Section A Existing Unit Rental Subsidy Program. r- C. Priorities for Award of Zero-Interest Loans and Emergency Grants Applications-will be evaluated and processed as received, based on the eligibility criteria and requirements stated in Section B of these guidelines. The evaluation will consist of an Initial determination of the eligibility of the applicant, followed by a determination of the needed repairs of the structure. The determination of whether a zero Interest loan and/or emergency grant will be awarded shall be based on the following criteria; 1. Zero-interest loans will be awarded to those households which: a. Can utilize up to $4,500 for necessary repairs without exceeding the ninety-percent total debt limit; or b. Need a combination of an emergency grant and zero-interest loan in order not to bring existing indebtedness plus this financial assistance above ninety-percent of the appraised after-improvement value of the property. 2. Emergency grants may be awarded to those households which; u. Occupy a structure which cannot be brought into reasonable' compliance with the Housing Code within the $4,500 limit of the zero-interest loan program; or b. Are in category 1(b)of this section. i 008177 -7- EMUBTT "A" Page 7 0f 10 O. Amounts, Term, and Security For zero-interest Loans and Emergency Grants 1. Amounts , a. The maximum amount for a zero-Interest loan shalt not exceed $4,500 for a single-family dwelling,,with an additional $1,500 allowed for the second unit In a duplex. b. The maximum amount for an emergency grant shall not exceed$1,500. c. The total of the amount awarded under the zero-interest loan and/or emergency nrnnt element shall not exceed $4,500. The existing indebtedness against the property plus they amount of the zero-interest loan, shall not exceed ninety percent, of the appraised after-improvement value of the property at the time the financial assistance Is approved. 2L Term and Security Requirements The zero-interest loan is due and payable after 10 years or upon sale or transfer of the property, but may be repaid in full at any time,prior to such date, At the end of 10 years, if the household can demonstrate its continued inability to repay the zero-interest loan, it may.apply for a reevaluation of the Joan torm»,All zero- Interest loans will be secured by a meed of Trust,which serves the Promissory Note. Upon trnnsfer of the,property in the case of "Inheritance, the financial capabilities Of the heir will be consi- dared prior to requiring,repayment, APPLICABli_iTY OF EACH PROGRAM ELEMENT i It is the intent of this, program that each household, as applicant, be evaluated for eligibility wider the loan clement first and the zero-interest loan/emergency grant clement second to ensure that the use of.loans {s'maximized In order to. establish a revolving fund for,future program years which realizes immediate returns of funds. For example, if the household can support payments on a low- Interest loan given its income and credit history, then it would not be eligible for a zero-interest loan or emergency grant. In all;cases, If the household 1 qualifies for a conventional market rate loan, it would not be eligible for either of these program elemetita. 00878 i F.xx�t3 T ' PA,� t i7age 8' off. 10 Jl t 4. ADMINISTRATION Staff will negotiate with banks and savings and loans for agreements) to ' implement the financial aspects of the program elements. The day-to=day administration will be the responsibility of the County Building Inspection Department. For those elements of the program not contracted to a financial Institution, a Review Panel, composed of three persons knowledgeable in the housing finance field and two citizen representatives shall be formed to make final decisions concerning the awarding of financial aide. This panel will be provided with staff services by the Building Inspection Department and other County staff as necessary. The Review Panel will periodically review the procedures and criteria utilized by the participating financial Institutions. APPEALS F ; The Board of Supervisors, under the regular appeal procedures provided for ir( , - the County Ordinance Codo, will hear any appeals which may be flied under';this program, with the understanding that the,. office of the :County Bullding Inspector would assist appellants in the appeal process, r t tN i,Ypiv ¢r a E s`ii x ✓�a°�. '4x { Cyt n expo EX F2}e { ' a stiahrLS1 � r' 3} +� 1 a ✓ Ys.a k '*� F 3 +. $ t r s kt 5x•af�, 5 "y j 2 4Fy "y s� e, xx �< r i Tik 7- ( x} "• a r _ J i ,i cG� r t zjz r r ,� v' K a r 1 ' +< xta a r ''k�+r,&�`t.✓' '!ir{ x x . d r ti a c;, bpi F e t s?Fv4;z q, d�'t Jr'�-.T« Fz• F 5 �, a ci 'u p gl q-r>� x 2� A y e X 5 J t J t s a' ;i Tit" 't ; r tt } a y t wr fj.t " �, �, s '7 `�1 riw a�' -. y a f§ Fsy`� i v r s x ; �• w t xaa^r t t ii` ni '� y ass> tt` `5.�, t 7 Page 9 0 30 :fid � '*� far y ^.i yC '�R Z`r't µe$hi•�ii a ' wti� x*`al�sF*4�u•:c ,• 'a .^. \ s. t4 > sac YWNNN s i APPENDIX A INCOME LIMITS BY HOUSEHOLD SIZE FOR REHABILITATION FINANCIAL ASSISTANCE ADJUSTED ANNUAL GROSS INCOME • Persons Very Low Income Median income Per Household Household Households 1 $ 4,650 $ 9,650 2 6,200 12,400 a 7;000 14,000 4 7,750 15,540 5.. 8,400 16,500 t' 9,000 17;450 7 9,650 18;400 8' -:10,25p 19,400 "Very Low Income's Households ore defined a"s .having an:;adjusted gross-' income of not more than 50°b'of the SMSA medi*on"Income of $15,540, as' adjusted for household clze. "Median ncome" households, for purposes of the Housing Rehabilitation Assistance-Program, are defined as having an adjusted gross income of not more than the median Income in the SMSA, as adjusted for household size. This table incorporates the income requirements used by the HUD Section 8 existing housing subsidy'program for very low Income households. HUD adjusts these figures from-time'to time and the County proorom, will usa the most current available figures. { < t. t i • -10 t . :00880 iv EXHTBTT :"A � t 5- Page_ to :of 1C ,mow i .y r u Jz tt- RATE 3.00 7fl BOR2U4lER� YIELD'A Sfl ASSflCIATSOF! .TOTAL ASSOC. PAYMENT. PUBLIC . FUNDS FUNDS TERM .01796868' . H 5 .71573873 .28426127 �. .28138912 .01519366 a 6 •.71861088 OS 321329 t: 7 .72137551 .27862449 .+ .72403448. .27596552 .01172956 ... a _ ..01057693 .27341034 .72658966 9 .00965606 .27,095689 10 .72904311 .00ti90375 R .j .26860310 11 .73139690 .00827786 .26634687 12 .73365313 e?-6418593L .00774920 � . -' 13 .73581407h .2b211809 .00729694 14 .73788191 .00690590 .26014103 15 .73985897 300T-40T +.� CHART 770832 J J ` 00 v R �i O } �.wo W Sa W C i4 M1x4 ' r"y S RATE 3.25% TO BORROWERS YIELD 10N TO ASSOCIATION PUBLIC ASSOC, TOTAL TERM FUNDS FUNDS PAYMENT .3085b310 .01807999 5 .69143690 H 6 .69443501 .30556499 .OI530577 N'= Y .3026798? 7 .69732013 .01332627 - zap b. g .70009405 .29990595 .01184346 •j 9 .70275876 .29724124 01069178 1p .70531624 .29468376 .00977189 v '• � r 1�"� .29223137 .00902058 •� FBF. 11 .70776863 m .28988189 .00839568 12 .71011811 r.► .28763308 .00786804 13 .71236692 a .28548258 .06741679 14 .71451742 z ' 15 .71657193 .28342807 .00702668 L� 2 325T-10T CHART 770832 l,:i GO 441 . - . z u RATE 3.50% TO BORROWERS YIELD 10: TO r A�flCIAT__ ION:- TOTAL ASSOC. 'PAYMENT PUBLIC' FUiM H TERM FUNDS .33295904 001819173 p . r 66704096 W w ' � � ,01541838 6 .67014773 .32985227 7 .67313656 .32686344 .01343985 g .67600927 .32399073 .01195804 .32123221' .01080740 9 .67876779 .00988858 10 .68141415 .31858585 Y 11 .31604952 .00913834 �' x.68395048 .00851453 12 .68637898 .31362102 .31129803 .00798797 13 .68870197 z 69092181 .30907819 .00753783 .' s 14 . i5 .69304090 .36695910 .00714881 i 3 3507-10T CHART 770832 V•� 6.i RATE 3.750 TO BORRONERS YIELD 10. TO ASSOCIATION PUBLIC ASSOC TOTALv TERM FUNDS FUNDS PAYMENT'. H 5 .64255097 .35744903 .01830341 •� p H 6 .64574910 .35425090 .01553152 r. 7 .64882494 ,35117506 .01355402 ., 8 .65178029 ':34821971 `.0,1207331 •� 9 .65461701 .34538299 .01092379 . 10 .65733716 ,34266284 :01000611 11 .65994284 .34005716 '.00925703 ' 12 .66243629 .33756371 .00363440 v r 13 .66481984 .33518016 .00810901 14 .66709588 .33290412 .00766005 15 .66926687 .33073313 ,00127221 "T-101 CH,1RT 770832 4 Go 'H �v tY_35y'r' V t RATE. 4.00,ea' TO BORRONERI 'YIELD 10% TO"ASSOCIATION �z TOTAL.- F E PUBLIC ASSOC. TERM FUNDS FUNDS PAYMENT 5 .61796705 .38203295 .01841652 gip; • _ L � Q1 r Go v RATE 4.25% TO BORROWER9 -YIELD 10% TO ASSOCIATION , PUBLIC ASSOC. rOTAL .. TERM FUNDS FUNDS " .. .PAYMENT 5 .59328921 .40671079 '.01852955 .. .a 6 .59661832 .40338168 01575934 7 .59981825 `.40018175 . .01378418 v ;,.. 8 .60289064 .397I093b .01230591 .� `. 9 .b0583725 .39416275 .01115889 , : n 10 .60866006 •39133994 - �.-01024374. �.� 11 461136113 .38863887 = .00949723 >` 12 .61394270 .38605730 .00887717 ,' . �F 13 .61640709 -38359291 .00835438 N 14 .61875671 .38124329 15 .62099408 .37900592 000752277 CHART 770832 6 425T-10T �� v J V G1 44 al RATE 4.50% TO BORROWER9 YIELD 104 TO ASSOCIATION PUBLIC ASSOC. TOTAL , TERM FUNDS FUNDS PAYMENT 5 .56851759 .43148241 .01.864301 a H 6 .57188641 .42811359 001587402 7 .57512349 .42487651 .OL390015 8 .57823041 .42176959 .01.242323 .. 9 .58120885 .41879115 .01127758 10 .58406071 .41593929 .01036383 xf 11 .58678807 .41321193 .00961872 b . 12 .58939306 .41060694 .00900007 y 13 .59187802 - .40812198 .00847870 14 .59424537 .40575463 .00803375 �f ...' ; 15 .59649761 .40350239 .00764992 CHART 770832 7 4`.,OT--10T J Oi `� L 3 V; rj v s RATE 4 10 4MkNERs YIELD 14� I0 ASSOCIATIQN r Td rAL PUBLIC ASSUC, PAYMENT TER13 FUN FUNDS . H .k5b34778 .01875691 a .54365222 ' `s5295537 .0�598921 6 .54704363 .4 x96986 4 7 0L 401672. 7 .55030136 r _ �4c ' .01254123` 8 .55342690 . 446573-1 0 ,3aP- .01139704 x r . 9 .55642188 44357812. 10 .55928811 .44071188 .01048477 r .43797242 .00974114 ; 11 .56202758 � -- .00912398 K 043535756 4r � 12 .56464244 s 13 .56713498 .43286502 .CO860411 #` .04816064 14 .56950756 43049244 � .42823727 .00777830 , i5 .57176273 �t 475T-10T CHART 770832 8 s u. 7 } 7 Tu t tw s.: RATE 5.00. TO BORRONER�: YIELD 10:"TO ASSOCIATION ti �f3g PUBLIC ASSOC. TOTAL TERN FUNDS FUNDS PE.YRENT' „ k 5 .51869323 048130677 .01887122 H' 6 .52209011 047790989 .01610493 7 .52535205 .47.464795 :01413390 8 .52848039 047151961 .01265991 v E 9 .53147669 ;,, .46852331 :01151727 10 .53434266 .46565734 01060654 :11 .. 11 .53708027 446291973 .00986447 12 .53969157 446030843 .00924889 4r 13 .54217880 .45782120 .00873059- r 14 .54454436 045545564 .00828870 J • 15 .54679074 .45320926 - .007907921 �� CHART 770832 9 5007-107 v �,: I In the Bard of Supervisors of Contra Costa County, State of California July 26 i9 77, In the Matter of - Request of Bryan & 11414rphy Associates, Inc. that Subdivision 4932, Danville area, be Annexed to an appropriate County Service Area. The Board having received. a July- 121, 1977 `letter frog. Mr. William G. Benko, Bryan & Murphy Associates, .,Inc., requesting that Subdivision 4932, Danville area, be annexed to an appropriate county service area for maintenance and operation of street lights; IT IS BY THE BOARD ORDERED that the aforesaid request is REFERRED to the Local Agency Formation Commission and the Public Works Director. PASSED by the Board on July 26, 1977. Y; 5 1 hereby certify that the foregoing b a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of cc.- Public Works nirector Supervisors Executive Officer, Local - Agency Formation Commission affixed this 26today of July 19 77 County Administrator J. R. OLSSON, Clerk By X"—41 r 47> . Deputy Clerk Janie ,L. Johnson 010890 H-24 3/.6 15to In the Board of Supervisors of Contra Costa County, State of California AS EX OFFICIO THE GTOVERNING BOARD OF THE CONTRA COSTA COUNTY STORM DRAINAGE DISTRICT ZONE 16 TulX 26 . 19 77 In the Matter of Appointment to the Contra Costa County Storm Drainage District Zone 16. On the recommendation of Supervisor W. ,N. Boggess, IT IS BY THE BOARD ORDERED that Mr. H. LaMont Fluckiger, 727 Ruth Drive, Pleasant Hill, California 94523 is APPOINTED as.a member of the Advisory Board of the Contra Costa County Storm Drainage District Zone 16. PASSED by the Board on July 26, 1977. r Sr t 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': Mr. H. L. Fluckiger Supervisors Flood .Control this d of Ti . . 1932 County Auditor-Controlleraffixedlith ay 3 County Administrator Public Information Officer �' �J, R[[,OLSSON, Clerk By - T if e-. 1, v n '1' Deputy Clerk Ronda Amdahl 00891 H-243176l1m W in the Board of Supervisors of Contra_ Costa County, State of California July 26 , 19;-7Z In the Matter of Accepted Resignations from the Contra Costa County Advisory Council on Aging. On the recommendation of,Supervisor W: N. Boggess, IT IS BY THE BOARD ORDERED that the resignations of the following;persons. from the Contra Costa County Advisory Council on Aging are ACCEPTED: Ms. Diana McDonald, member at large; Ms. Grace Lazio, representing Nutrition Council; and Mr. Pete Davis, member at large. PASSED by the Board on July 26, 1977. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors an the date aforesaid Witness my hand and the Seal of the Board of cc; Contra Costa County Supervisors Council on Aging affixed this2fithday of T„jy ? 19 County Administrator Public Information Officer R. OLSSON, Clerk County Auditor-Controller ``= 4 Director, Human Resources By =`-- . Deputy Clerk Agency Ronda Amdahl County Welfare Director Council on Aging - 00892 H-24 3,176!Sm In the Board of Supervisors of Contra Costa County, State of California July 26 . 19 77 , In the Matter of Project Agreements for Activities Number 23 and 4S for the Third Year Community Development Program (1977-78) The Board having this day considered the recommendation of the Director of Planning and the Community Development Advisory Council that it approve Community Development Block Grant Program Project Agreement Numbers 23 and 4S between the County and the Ambrose Recreation and Park District for $278,180.88, in order to carry out the intent and purpose of the Housing and Community Development Act of 1974 for the period of July 1, 1977 to June 30, 1978. IT IS BY THE BOARD ORDERED that its Chairman is ADTHORII -to execute said Agreements. PASSED by the Board on July 26, 1977• z,. 1 hereby certify that the foregoing h a true and eorred copy of an order entered an the minutes of said Board of Supervisors on the date aforesaid Witness my hand and the Seal of the Board of Orifi: Planning Department supervisors cc: Ambrose Recreation and Park affixed this26thday of Julv t9 77 District, c/o Planning _ Department �� J. R. OLSSON. Clerk County Auditor-Controller County Administrator By Deputy Clerk Ro bie C- tierre ' 00893 H-24 3/%6 15ni Pit0.1L•t-1 t.i'vuu:NT COPMIUN1TY DEVELOPMEN aLOCK GRANT PROGP.MI 1. Agreement Identification. Number 23 $ 45 Department: County Planning Department ,Subject: Allocation of Federal funding under Title I of the (lousing and Community Development Act of 1974 2. Parties. The County of Contra Costa, California (County), for its Department named above, and the following named Contractor mutually agree and promise as follows: Contractor: Ambrose Recreation $ Park District Address: 12S Memorial Way Pittsburg, CA 94565 3. Term. The effective date of this Agreement is July 1. 1977 and it terminates June 30. 197 —r_ unless sooner terminated as provided herein, subject to all terms, conditions, and assurances contained pr incorporated herein. 4. Allocation Payment Limit. County's total payments to Contractor under this Agreement shall not exceed $ 278.180.88 S. County's Obligations. County shall coke those allocation payments to the cz:ntractor described in the "Payment Provisions" attached hereto which arc incorporated herein by reference, subject to all terms, conditions, and assurances con- tained or incorporated herein. 6. General Conditions and Assurances. This Agreement is subject to the "General Conditions" and the "Assurances" attached hereto, which are incorporated herein by reference. 7. Contractor's Obligations. Contractor shall provide those services and carry out that work as described in and in accordance with the "Project Work Program attached hereto, which is incorporated herein by reference, subject to all the terms, conditions and assurances contained or incorporated herein. 8. Project. This Agreement implements in whole or in part the following described project, the application and approval documents of which are incorporated herein by reference: That Project as described in the Community Ilevelop- ment Block Grant Program Application dated April 6,1977 and approved by IR1D on June 9, 1977 ; and as more particularly described in the "Project Work Prograid', attached hereto. 9. Signatures. These signatures attest the parties' agreement hereto: i COU/Y grCOAVO COSTA, CAL IA CONTR R . Boggewss By /1611_" ,.i. Chairmanpervi, Board of Suor ' i ATTEST: J. R. OLSSON, unty Clerk 4I 7l'•r �7T,u�! By Deputy10 Note to Contractor: (1) if a 1 public agency, designate official Rccommcnilcd bj pa'rtment �� capacity in public agency and attach a certified copy of the governing -'� body resolution authorizing execution B>'� of this agreement. (2) If a.corporation, (�. Antllonl A. Dei?aesus designate official capacity in business, ' execute acknowledgment form and affix Form Approved: County Counsel corporation seal. - Deput, / 00894 DJF:dh Microfilmed with Soard order �1 PAYMENT PROVISIONS 1. Payment Basis. County shall in no event pay to the Contractor a sum in excess of total amount specified in the Payment Limit of this Agreement. Subject to the Payment Limit, it is the intent of the parties hereto that the total payment to Contractor for all services provided for County under this Agreement shall be only for costs that are allowable costs (see Paragraph 3. below) and are actually incurred in the performance of Contractor's obligations under this Agreement. All payments made under this Agreement shall be from Federal funds only. No general County funds shall be expended under this Agreement. If, for any reason whatsoever, County does not receive such Federal funds, Contractor agrees that County shall have no payment obligation hereunder. 2. Payment Amounts. Subject to later adjustments in total payments in accordance with the below provisions for Cost Report and Settlement, Audits, and Audit Exceptions, and subject to the Payment Limit of this Agreement, County will pay Contractor an amount equal to Contractor's allowable costs that are actually incurred, but subject to the "Budget of Estimated Program Expenditures" contained in the Project Work Program. 3. Allowable Costs. Contractor's allowable costs are only those which are determined in accordance with all Federal regulations, guidelines, bulletins, and circulars pursuant to Title I of the Housing and Community Development Act of 1974, as published in the Federal Register, Volume 39, No. 220, Wednesday, November 13, 1974, as may be revised and amended. All of the aforesaid documents are by this reference incorporated herein. Costs incurred in carrying out the project, whether charged to the project on a direct or an indirect basis. must be in conformance with the requirements of Federal Management Circular 744, "Cost Principles Applicable to Grants and Contracts with State and Local Governments",except to the extent inconsistent with the aforesaid documents. 4. Payment Demands. Contractor shall submit written demands for payment in accordance with the above. Said demands shall be made on County Demand Form D-15 and in the manner and form prescribed by County. Contractor shall submit said demands for payment for services rendered no later than 60 days from the end of the month in which said services are actually rendered. Upon approval of said payment demands by the head of the County Department for which this Agreement is made or his designee, County will make payments as specified above. S. Right to Withhold. County has the right to withhold payment to the Contractor by County notifying Contractor in writing if (a) the Contractor has failed to perform its duties under this Agreement, or has insufficiently documented same, or (b) the Contractor has neglected, failed or refused to furnish information or to cooperate with any inspection, review or audit of its program, work or records, or (c) Contractor has failed to sufficiently itemize or document its demands for payment. 6. Payment Adjustments. (a) If any funds are expended by the Contractor in violation of any of the terms and conditions of this Agreement, County may make necessary adjustments in payments to Contractor on account of such unauthorized or illegal expenditure. No such action taken by County shall entitle Contractor to reduce salaries, wages, or supportive services for any particpant or to expend less during the effective period of this Agreement than those sums called for in the Project Work Program. Any such reduction in expenditures may be deemed sufficient cause for termination. Contractor shall reimburse County for any allocated monies which are expended in violation of this Agreement or used for unauthorized or illegal expenditures. OU8ts _1_ 7. Cost Report and Settlement. No later than sixty (60) days following the termination of this Agreement, Contractor shall submit to County a cost report in the form required by County, showing the allowable costs that have actually been incurred by Contractor under this Agreement. If said cost report shows that the allowable costs that have actually be incurred by Contractor under this Agreement exceed the payments made by County pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor, but subject to the Payment Limit of this Agreement. If said cost report shows that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Agreement, Contractor shall remit any such excess amount to County. The Contractor shall provide County with a Certification of its Cost Report required under this Contract. Said Certification shall provide a full, true, and accurate accounting of the actual cost of services under this Contract, including all applicable expenditures, revenues, and indirect cost allocations, and any other pertinent allocations which are in connection with Contractor's operations that are not a part of this Contract. 8. Audits. The records of the Contractor may be audited by the County, State, or United States government, in addition to any certified cost report or audit required by Paragraph 7. (Cost Report and Settlement). Any certified cost report or audit required by Paragraph 7. (Cost Report and Settlement) shall be submitted to County by Contractor within such period of time as may be expressed by applicable State or Federal regulations, policies or contracts, but in no event later than 18 months from the termination date of this Agreement. If such audit(s) show that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Agreement, including any adjustments made pursuant to Paragraph 7. (Cost Report and Settlement) above, then Contractor agrees to pay to County within 30 days,of demand by County any such excess amount. If such audit(s) show that the allowable costs that have actually been incurred by Contractor under this Agreement exceed the payments made by County pursuant to Paragraph 2. (Payment Amounts) above, including any adjust- ments made pursuant to Paragraph 7. (Cost Report and Settlement) above, then County agrees to pay to Contractor any such excess amount, but subject to the Payment Limit of this Agreement. 9. Audit Exceptions. In addition to its obligations under Paragraph 8. (Audits) above, Contractor agrees to accept responsibility for receiving, replying to and/or complying with any audit exceptions by appropriate County, State or Federal audit agencies occurring as a result of its performance of this Agreement. Contractor also agrees to pay to the County within 30 days of demand by County the full amount of the County's liability, if any, to the State and/or Federal government resulting from any audit exceptions, to the extent such are attributable to the Contractor's failure to perform properly any of its obligations under this Agreement. W F:dh 2- 00891) i GENERAL CONDITIONS 1. Compliance with Law. Contractor shall be subject to and comply with all Federal, State and local laws and regulations applicable to public agencies with respect to its performance hereunder, including but not limited to, Federal regulations, guidelines, bulletins, and circulars pursuant to Title I of the Housing and Community Development Act of 1974, including Title 24 of the Code of Federal Regulations, Chapter V. Part 570, as published in the Federal Register, Vol. 39, No: 220, Wednesday, November 13, 1974, as may be revised and amended; and which are incorporated herein by reference. Documentation of such compliance shall be made available for review by the County upon request. 2. Inspection. Contractor's performance, place of business and records pertaining to this Agreement are subject to monitoring, inspection, review and audit by authorized representatives of the County, the State of California, and the United States Government. 3. Records. Contractor shall keep and make available for inspection by authorized representatives of the County, the.State of California, and the United States Government, the Contractor's regular business records pertaining to this Agreement and such additional records as may be required by the County. 4. Retention of Records. The Contractor and County agree to retain all documents pertaining to this Agreement for three years from the date of submission of the Annual Performance Report by the County to HUD, except as follows: (a) Records that are the subject of audit finding's shall be retained for three years after such findings have been resolved. (b) Records for nonexpendable property which was acquired with Federal grant funds shall be retained for three years after its final disposition. (c) Records for any displaced person shall be retained for three years after he has received final payment. S. Termination. a. Failure to Perform. In the event the Contractor fails to perform properly any of its obligations hereunder and such failure of performance is not cured by the Contractor within thirty (30) days after receipt of written notice from the County, the County may in addition to any other remedies, complete the Contractor's obligations in any reasonable manner it chooses, take possession of any real or personal property associated with the project, and construct, operate or maintain the project as the County may deem necessary to fulfill requirements of the Federal Government. The Contractor agrees to reimburse the . County for any costs or expenses incurred by the County because of said failure to perform and also agrees to convey title to any real property acquired by Contractor with project funds should County request such title. b. Cessation of Funding. In the event that Federal funding for this Agreement ceases, this Agreement is terminated. c. Failure by the Contractor to perform properly any of its obligations under this Agreement may be cause for suspension of all obligations of the County thereunder. 6. Entire Agreement. This Agreement contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein and in the "COOPERATION AGREEMENT, H.C.D.A. 1974" effective January 20, 1976 and amendments relating thereto, if any, no other understandings, oral or otherwise, regarding the subject matter of this Agreement shall be deemed to exist or to bind any of the parties hereto. 00897 i -1- 7. Further Specifications -for Operating Procedures. Detailed specifications of operating procedures and budgets required by this Agreement, including but not limited to monitoring, auditing, billing, or regulatory changes, may be developed and set forth in written "Informal Agreements" entered between the Contractor and the County. Such "Informal Agreements" when entered shall not be modifications to this Agreement except to the extent that they further detail or clarify that which is already required hereunder. Further, any "Informal Agreement" entered may not enlarge in any manner the scope of this Agreement, including any sums of money to be paid the Contractor- as provided herein. "Informal Agreements" may be approved for, and executed on behalf of the County by the head of the County Department for which this Agreement is made or his designee. 8. Modifications and Amendments. a. General Agreements. This Agreement may be modified or amended only by a written document executed by the Contractor and the'Contra Costa County Board of•Supervisors, subject to any required State or Federal (united States) approval. b. Administrative Amendments. Subject to the Payment Limit, only the Payment Provisions and the Project Work Program may be amended by a written administrative amendment executed by the Contractor and the head of the County Department for which this Agreement is made or his designee, subject to any required State or Federal (United States) approval, provided that such adminis- trative amendments may not materially change the Payment Provisions or the Project Work Program. C. Extension of Term for Performance. Without requiring Contractor to provide consideration in addition to that supporting this Agreement, the County of Contra Costa, through its Planning Director, may grant Contractor an extension of time for performance, beyond that time specified above under '?erm" (Paragraph 3). Any such extension must be in writing and shall be at the sole discretion of County. 9. Disputes. Disagreements between the County and Contractor concerning the meaning, requirements, or performance of this Agreement shall be subject to final determination in writing by the head of the County Department for which this Agreement is made or his designee or in accordance with the applicable procedures (if any) required by the Federal Government. 10. Law Governing Agreement. This Agreement is made in Contra Costa County and shall be governed and construed in accordance with the laws of the State of California. 11• Conformance with Federal and State Regulations. Should Federal or State regulations touching upon this Agreement be adopted or revised during the term hereof, this Agreement is subject to modification to assure conformance with such Federal or State requirements. 12. No Waiver by County. Subject to the disputes provision contained herein, inspections or approvals, or statements by any officer, agent or employee of the County indicating the Contractor's performance or any part thereof complies with the requirements of this Agreement, or acceptance of the whole or any part of said performance, or payments therefor, or any combination of these acts, shall not relieve the Contractor's obligation to fulfill this Agreement as prescribed; nor shall the County be thereby stooped from bringing any action for damages or enforce- ment arising from any failure to comply with any of the terms and conditions thereof. 13. Original Agreement. The original copy of this Agreement and of any modification thereto is that copy filed with the Clerk of the Board of Supervisors of Contra Costa County. 14. Assignment. This Agreement binds the heirs, successors, assigns and representatives of Contractor. The Contractor shall not assign this Agreement, or monies due or to become due hereunder, without the prior written consent of the County. 15. Independent Contractor Status. This Agreement is by and between two independent contractors and is not intended to and shall not be construed to , create the relationship of agent, servant, employee, partnership, joint venture or association. 00898. -2- 16. Conflicts of Interest. -Contractor agrees to furnish to the County upon demand a valid copy of the most recently adopted bylaws of any Corporation and also a complete and accurate list of the governing body (Board of Directors or Trustees) and to timely update said bylaws or the list of its governing body as changes in such governance occur, if Contractor is a corporation. Contractor promises and attests that the Contractor and any members of its governing body shall avoid any actual or potential conflicts of interest and will establish safeguards pursuant to Paragraph 12 of the attached "Assurances". 17. Confidentiality. Contractor agrees to comply and to require his employees to comply with all applicable State or Federal statutes or regulations respecting confidentiality, including but not limited to, the identity of recipients, their records, or services provided them, and assures that: a. All applications and records concerning any individual made or kept by Contractor or any public officer or agency in connection with the administration of or relating to services provided under this Contract will be confidential, and will not be open to examination for any purpose not directly connected with the administration of such service: b. No person will publish or disclose or permit or cause to be published or disclosed, any list of persons receiving services, except as may be required in the administration of such service. Contractor agrees to inform all employees, agents and partners of the above provisions, and that any person knowingly and intentionally disclosing such information other than as authorized by law may be guilty of a misdemeanor. 18. Indemnification. a. Contractor hereby waives all claims and recourse against the County including the right to contribution for loss or damage to persons or property arising from, growing out of or in any way connected with or incident to this Agreement except claims arising from the concurrent or sole negligence of County, its officers, agents and employees. b. The Contractor shall defend and indemnify the County and its officers, agents and employees against and hold the same free and harmless from any and all claims, demands, damages, losses, costs, and/or expenses of liability due to, or arising out of, either in whole or in part, whether directly or in- directly, the organization, development, construction, operation, or maintenance of the Project except for liability arising out of the concurrent or sole negligence of County, its officers, agents or employees. C. In the event County is named as co-defendant the Contractor shall notify the County of such fact and shall represent County in the legal action . unless County undertakes to represent itself as co-defendant in such legal action in which event County shall bear its own litigation costs, expenses, and attorney's fees. d. This condition shall not terminate on the date specified in the Agreement but shall remain in full force and effect. 19. Insurance. During the entire term of this Contract and any extension of modification 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 destruc- tion of property, including the loss of use thereof, arising from each accident or occurrence. b. (Porkers' Compensation. The Contractor shall provide the County with a certificate of insurance evidencing workers' compensation insurace coverage for its employees. c. Additional Provisions. The policies shall include a provision for thirty (30) days written notice to County before cancellation or material change of the above specified coverage. Said policies shall constitute primary insurace as to ,the County, the State and Federal Governments, their officers, agents, and employees, so that other insurance policies held by them shall not be required to contribute to any;loss covered under the Contractor's insurance policy or policies. Not later than the effective date of this Contract, the Contractor shall provide the County with a certificate(s) of insurance evidencing the above liability insurance. J Q 8Jf M_ -3- 20. Notices. All notices provided for by this Agreement shall be in writing and may be delivered by deposit in the United States mail, postage prepaid. Notices to the County shall be addressed to'Contra Costa.County Planning Department, P.O. Box 951, 6S1 Pine Street, Martinez, California 94553. Notices to the Contractor shall be addressed to the Contractor's address designated herein. The effective date of notice shall be the date of deposit in the mails or of other delivery. 21. Available Copies. Copies of the County's Project documents (as specified in ParagrapProject, of this Agreement), and all pertinent Federal statues, regulations, guidelines, bulletins, and circulars applicable to this Agreement, shall be available at all times for inspection by the Contractor during regular business hours at the Offices of the Planning Department, Martinez, California.. 22. Retained Powers. All powers not explicitly vested in the Contractor remain in the County. 23. Project Development. a. If the Project includes construction, the construction plans and specifications shall be reviewed and approved by the Contractor before construction is commenced. b. The Contractor shall secure completion of the construction work in accordance with the approved construction plans and specifications. c. If the Project includes acquisition of real property, the purchase price for such real property shall be determined from two County-approved appraisal reports prepared by competent appraisers or through proceedings in eminent domain. The initial acquisition offer shall be the highest County-approved appraisal. The appraisal reports and qualifications of such appraisers shall be submitted for review and approval by the County before initiation of the acquisition procedure Contractor agrees to furnish County preliminary title reports respecting such real property or such other evidence of title which is determined to be sufficient by County . Contractor agrees in negotiated purchases to correct prior to.or at the close of escrow any defects of title which in.the opinion of County might interfere with the operation of the Project. In condemnation actions such title defects must be eliminated by the final judgment. 5 DJF/dh -4- 00900 ASSURANCES The Contractor, as recipient of funding under Title I of the Housing and Community Development Act of 1974, assures and certifies that: I. . It will comply with the regulations, policies, guidelines and requirements of Federal t1anagement Circulars 74-4 and 74-7, as they relate to the County's Community Development Block Grant Program application, accept- ance and use of Federal funds for this Federally-assisted project. 2. It possesses legal authority to execute the Project. 3. Contractor, identified as "Applicant" below, will comply with: a. Title VI of the Civil Rights Act of 1964 (P.I. 88-352) and the regulations issued pursuant thereto (24 CFR Part I), which provides that no person in the United States shall on the ground of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination under any program or activity for which the applicant receives Federal financial assistance and will immediately take any measures necessary to effectuate this assurance. If any real property or structure thereon is provided or improved with the aid of Federal financial assistance extended to the applicant, this assurance shall obligate the applicant, or in the case of any transfer of such property, any transferee, for the period during which the real property or structure is used for a purpose for which the Federal financial assistance extended or for another purpose involving the pro- vision of similar services or benefits. b. Title VIII of the Civil Rights Act of 1968 (P.L. 90-284) as amended, administering all programs and activities relating to housing and community develop- ment in a manner to affirmatively further fair housing; and will take action to affirmatively further fair housing in the sale or rental of housing, the financing of housing, and the provision of brokerage services within the applicant's juris- diction. c. Section 109 of the Housing and Community Development Act of 1974, and the regulations issued pursuant thereto (24 CFR 570.601), which provides that no person in the United States shall, on the ground of race, color, national origin or sex, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under, any program or activity funded in whole or in part with Title I funds. d. Executive Order 11063 on equal opportunity in housing and nondiscrimin- ation in the sale or rental of housing built with Federal assistance. e. Executive Order 11246, and all regulations issued pursuant thereto (24 CFR Part 130), which provides that no person shall be discriminated against on the basis of race, color, religion, sex or national origin in all phases of employment during the performance of Federal or federally-assisted contracts. Such contractors and subcontractors shall take affirmative action to ensure fair treatment in employment, upgrading, demotion, or transfer; recruitment or recruit- ment advertising; layoff or termination, rates of pay or other forms of compensation and selection for training and apprenticeship. f. Section 3 of the Housing and Urban Development Act of 1968, as amended, requiring that to the greatest extent feasible opportunities for training and employment be given lower income residents of the project area and'contracts for work in connection with the project be awarded to eligible business concerns which are located in, or owned in substantial part by, persons residing in the area of the project. *4. Prior to the submission of the "Project Work Program", the following have been complied with: a. Citizens have been provided with adequate information concerning the amount of funds available for the project, the range of activities that may be undertaken, and other important project requirements; b. Citizens have been provided an adequate opportunity to participate in the development of the project and in the development of any revisions, changes, or amendments. X091 -1- S. It will: a. Provide fair and reasonable relocation payments and assistance in . accordance with Sections 202, 203, and 204 of the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 and applicable HUD regulations (24 CFR Part 42), to or for families, individuals, partnerships, corporations or associations displaced as a result of any acquisition of real property for an activity assisted under the program; b. Provide relocation assistance programs offering the services described in Section 205 of the Act to such displaced families, individuals, partnerships, corporations or associations in the manner provided under applicable HUD regulations; c. Assure that, within a reasonable time prior to displacement, decent, safe, and sanitary replacement dwellings will be available to such displaced families and individuals in accordance with Section 205(c)(3) of the Act, and that such housing will be available in the same range of choices to all such dis- placed persons regardless of their race, color, religion, national origin, sex, or source of income; d. Inform affected persons of the benefits, policies, and procedures provided for under HUD regulations; and e. Carry out the relocation process in such a manner as to provide such displaced persons with uniform and consistent services, including any services required to ensure that the relocation process does not result in different or separate treatment to such displaced persons on account of their race, color, religion, national origin, sex, or source of income. 6. It will: a. In acquiring real property in connection with the Community Develop- ment Block Grant Program, be guided to the greatest extent practicable under State law, by the real property acquisition policies set out under Section 301 of the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 (P.L. 91-646) and the provisions of Section 302 thereof: b. Pay or reimburse property owners for necessary expenses as specified in Section 303 and 304 of the Act; and c. Inform affected persons of the benefits, policies, and procedures" under HUD regulations (24 CFR Part 42). 7. It will give HUD and the Comptroller General through any authorized representative access to and the right to examine all records, books, papers, or documents related to the grant. 8. It will comply with the provisions of the Hatch Act which limits the political activity of employees. 9. It will comply with the provisions of Executive Order 11296, relating to evaluation of flood hazards. 10. Its officer executing this Agreement: a. Consents to assume the status of a responsible Federal official under the National Environmental Policy Act of 1969 insofar as the provisions of such act apply pursuant to this Part; and b. Is authorized and consents on behalf of the Contractor and himself to accept the jurisdiction of the Federal courts for the purpose of enforcement of his responsibilities as such an official. *11. The Community Development Program has been developed so as to give maximum feasible priority to activities which will benefit low or moderate income families or aid in the prevention or elimination of slums or blight. Where all or part of the Community Developocnt Program activities are designed to meet other Community Development needs having a particular urgency, such needs are specifically described in the application under the Community Development Plan Summary. ; 00902 -2- 12. It wi11'estabI safeguards to prohibit employees from using positions for a purpose that is.or gives the appearance.of being motivated._ II by a desire for private gain.'.for themselves or others ' II whom they have"family,business, or other ties. " ',particuarly'thosI I with 13. It will comply with all requirements requirements of law, pro req dosed by MD •concerning special' ithID rarements,: and other administrative requirements. " II approved in accordance with,Federal,Management Circular 74-7: - 14. It will administer and enforce the labor standards requirements set forth in Section 570.605 and HUD regulations.issu"ed to;implement such require ments. . ..a C. _ t Cf4 rKL "`£'Me, §'t�za''t'x'"�" a d'�' '+*' x�14� { sL+.y�'r;a m ' - 33 i* n r r a ,* ,dr 'F=`,k� �..' y r Y aK�xe�z 'tea+; '- ` t)kr raw, t tr x *� .4 �i °'F., x ..t' M' 'l'w+' "'E x sw,.`4,">s'.t �'fi ♦Ifs..,F£' .y 11, n , `""4 w^'� t: "'4e Iiit' �' sa ,� 7 i k x w, m S � �1 1— f _r < '`,.. Y fl a '�- 3.�?�+r t"�`, mar.'. ',",' y'�s ,., �' 1^"" rp.,. r a ,,:a T °c T .Z�""` r""�r c'�s {r+` .�1'sf'R x"-s'' r#` ,t`� s r 1�' Z �,,w �^rtisa✓ 7 #`I , r� S L�3 7 s� r.r'�' ' w �..�- gs x { ,,�t �- ,- .11 2 w n S.t ,y"e^t { f �^* .r.r� ,..c ^.r7' :l..a.4. "'*c a`�� '.' '"s'T �:T`� N*, a'x 'y'.e a n .s a" 4 e e ,c x rr n �'a,P, v .r.W,. .a x 6 y v s , "s ,�t* .0 ,� ,y *,4. k r G k�" ,t--,F •�`` T.>,.�'' �� yz,+3 rN'''`b,Vvs N";"5c as j tY d `,Oj.x— w J„ 5 Z u `4.4w7 r f' Y'*'�+ x,rrs F ,r- P 1 Lt++' V i^` u N''2'` .dS�"`+. �`F 'J�^-°..l y �'ks f+'?3 ,t`! fi.'9��„ '4-2 s.^,k`:'�SbdR` f , K747, M s s# a `� x,,,777,,, ` :x}"I - �s,Yc i�'` �d�`'�','� zd'r' t ��"`�_,s syc c j q; f y ! ^S N r^ my +i" ti Y f,. s, �, `' i a � "s : .'..0 "�{�'� "� f'x' +�'`" �"p5' �a s r �,.+',,.T<t..yE'rc.�y E,y L r i ' i -e w a... dA-t 3 .a'y r. ya_4 ,.Yr�r �+'.x xzr .F4"�. . r-v'', '� yr �- + ..0^. ,, 3 �Y'Z�"it r� R �.r.` �s3'2a io,�'M' F" `.r.V c "�S'F., 's. y -'� 3 r 8 F "� 5 1 : •,�pal°+F xw 3. L L � f/f , t' I f 1-1� '1 ,,Y w*4,hr v + K s t c s .f, G r'- f x !x t 'r' "a {�f r 'r'r mM- y a ro f.. r'-,."Tn.0s�'1+s, < a¢ , r.s - w. #. 'fi-` xr�r�- r<",43�. x s. .3, :s,41 11 x'w4�.'8xy�«�� � ,P f.,�.3.P+r.}-d .�,.�.'>z'zP'�E'-e+'"r ?N i� t'`�5'yP�""�. � +` d �' .' , fhc4, 2 }p �}v y� r ✓b+a.-. G�i-'S {"� 4) �., rr } x � ,p,8a �. �„ mzj I .�" xa��)fa�. �x-^"}i ,'.,a Vie ' Y•? - f M: w}.,Y L J; .Yi �',�?.Ww "{'b Y $ `l`1 .s"i'.r' h tom' 4} „ ''`"` ` �"s W. 8"'ak'�' w '^.c c'.N�-T%. F C.w ,y, r'aayl,fu., �MS-'` ' ' y,ry .fi r 3 s s- a,x Rzi•v.�. +s.`"� C` t ,,� 1 y ,i^ rs�`N,:°^..}y ,p� 11-11 s<r do ^3r' h r' `,..ra '�'' -i` p'r;"';�F,"r, ¢ �,, ry.�,,�'a`..�t f r�6 a},� ` y F vt t' � Se 4't.{ *1 i" !it,W "hif,,}k�, ry"i MS`y!.Mi'• l 5 �, # a,' .a w r a eY k� �T-gv� "tr air y t -� f s{ sa.rx �"' r .-^fe 7!a } err ,,ti. +r.7 fr Y 'a. 9 - i '+q.w 2= ''' +r.t�+�' -Y S"YF q,-, �i 4 --� � -nK s x t, e r k ,y s. : r ,r i s k,,,� '%5+•�" , ,,-11;....,N`YS �x Y' r t .�..: ' c k r T N"i"k�e r r k t 4`�F S r f v (*AssurancesI 4 and 11 are applicable only if Contractor zs a city) r =3- O/'l�l-� i V.71 ' EXHIBIT A CONTRA COSTA COUNTY COMMUNITY DEVELOPMENT PROGRAM 1977-1978 PROJECT WORK PROGRAM A. PROJECT DESCRIPTION (823) Acquisition of a vacant school to be rehabilitated and utilized as a neighborhood center for a low income area. Acquisition and renovation of the Ambrose Elementary School located in hest Pittsburg, California (an unincorporated area of Contra Costa County). Renovated building and adjacent playgrounds are to be used as a combined recreation and neighborhood center. B. PROJECT TIME'SCHEOULE -Time Schedule on a month-by-month basis for the above Project indicating when major activity :items are expected`to' be undertaken, and completed. Start Date Completion Date Structural Analysis June 1, 1977 July 31, 1977 Appraisals, Land Use Permit June 1, 1977 July 15,1977 Acquisition August IP- 1977 October 31, 1977 Preliminary Engineering and Drawing Plans November 1, 1977 December 31, 1977 Development of Bid Documents-­ Bid ocuments=Bid Procedures January 1, 1978 February 28, 1978 Demolition, Renovation March 1, 1978 June 30, 1978 C. PROJECT ADMINISTRATION Contractor should indicate who will be responsible for administering the Work Program. Edward Spencer, Jr. District Administrator Ambrose Recreation and Park District 125 Memorial stay Pittsburg, California 94565 Phone: (415) 4SS-1601 l _ 00904 PROJECT WORK PROGRAM, D. 'PERFORMANCE STANDARDS Contractor should indicate, where applicable, what performance '. standards (details of projectimplementation) will`be applied in implementing the Work Program. Under this program the Contractor shall Conduct at least two appraisals and comply with all applicable Federal and State laws and regulations pertaining to acquisition, and provide the County Planning Department with documentation of such compliances_ Conduct environmental reviews pursuant to state laws and local regulations and provide the County Planning Department with copies.of relevant- documents. elevantdocuments. Obtain all required permits prior to commencing renovation work. A112 contracts entered into under this agreement shall be in compliance with procurement procedures contained in RIC 74-7 attachment 0 and any other applicable HUD regulations. The renovation work shall conform with ail applicable building codes and laws, and in particular those laws and regulations pertaining to access to handicapped persons. An executed copy of all contracts let under this agreement.shall be transmitted to the County'Planning Department prior to demands being processed for payment to_ensure`that all appropriate-clauses and-provisions have been included. E. PROGRAM 1400NITORING 1_ . Contractor's staff will meet at least note per quarter with appropriate County staff and Community;Development Advisory Council representatives where applicable to discuss progress of the Contractor'toward achieving stated work program objectives and to assist Contractor's staff in solving problems: 2. Contractor shall maintain and submit Quarterly Progress Reports to the County Planning Department. 3. Contractor shall maintain and submit quarterly monitoring and progress reports on work performed by-sub-contractors. F. GENERAL OPERATIONS Overtime Prohibition. Contractor shall not allow staff overtime wage rates under this Contract. - 2 00905 PROJECT WORK PROGRAM G. BUDGET OF ESTIMATED.PROGRAM EXPENDITURES 1. Contractor shall provide services under this Contract.in accordance with the following budget of allowable expendi- tures: LINE N0. PROGRAM ACTIVITY AMOUNT . 1. ACQUISITION OF REAL PROPERTY $164,938.23 2. PUBLIC WORKS, FACILITIES, SITE IMPROVEMENTS 30,000.00 3. CODE ENFORCEMENT 4. CLEARANCE, DEMOLITION, REHABILITATION 5. REHABILITATION LOANS AND GRANTS 6. SPECIAL PROJECTS FOR ELDERLY AND HANDICAPPED 7. - PAYMENT FOR LOSS OF RENTAL INCOME B. DISPOSITION OF REAL PROPERTY 9. PROVISION OF PUBLIC SERVICES 10. PAYMENT OF NON-FEDERAL SHARES 11. COMPLETION OF URBAN RENEWAL PROJECTS 12. RELOCATION PAYMENTS AND ASSISTANCE' 13. PLANNING AND MANAGEMENT DEVELOPMENT TOTAL CONTRACT AMOUNT $194,938.23 2. ` Subject to the Payment Limit-of this Contract, each line item budget amount specified above may be changed with prior written authorization from the County Planning Director or his designee. 3. The above schedule is subject to a_Contractor's Detailed Expenditure Schedule, which shall `sub-categorize in specific detail the above line item categories and amounts and be kept on file with the County Planning Department, in the form and manner presecribed by County. 00906 3 CONTRA COSTA COUNTY COMMUNITY DEVELOPMENT PROGRAM, 1977-1978 H. CONTRACTOR'S DETAILED EXPENDITURE SCHEDULE CONTRACTOR: ACTIVITY NUMBER: 23 Ambrose Recreation PAGE 1 OF 1 . , and Park District BUDGET PERIOD: July I, 1977 - June 30 I978': Original .. Amendment No. BUDGET ITEM(a) CD FUNDS - S(b) + p (c). ' Jd) OTHER FUNDS - $ TOTAL Acquisition of Real Property (Ambrose Elementary School) $164,938.23 $164,938.23 Preliminary Plans Drawings Appraisals Drawings Permit Fees } Development of Bid Documents Partial Renovation of the Property after , 00.�. 30,000.00 TOTAL e $ 194,938:23 $194,938.23 NOTES: (a) Detailed categories expanded from Budget of Estimated Program Expenditures pursuant to FMC 74-4 (b) Items that are eleigibile to be funded by Community Development Block Grant Funds (see HUD Rules b Regulation). (c) Estimate of other necessary expenditures that cannot be funded With CD monies; and indication of anticipated sources, assurances and timing of other funds. (d) Sum of (b) and (c) above including both Community Development and non-Community Development funds. (e) Contract Payment Limit for CD project. 00,907 LXI11811 A CONTRA COSI? COUNTY` COMMUNITY DEVELOPMEHI I�ROGRAM'1977-1978 4 �£ f PROJECT WORK PROGRAM'. k A. PROJECT DESCRIPTION (14S) Rehabilitation of portions of an'ezisting park in the loK ""'and_ moderate income area of Nest Pittsburg. Rehabilitation activities 'Willi ' ` occur at the Ambrose Park, .125 Memorial Way, Pittsburg, California: ; B. PROJECT TIME SCHEDULE Time Schedule on a month-by-month:basis.'for the above,,Project indicating when major activity items are;expected to ,",,undertaken` , and completed. Start Date Completion Date Purchase and Installation of Solar July 1977' December 1977 Heating Unit for Pool Fiberglassing'of Pool = August 1977 1 October 1977 Installation of Parking Areas July 1977 September 1977 for Baseball Fields Other Park Rehabilitation Activities as,, July 1977', December 1977 Funds Permit C. PROJECT ADMINISTRATION Contractor should indicate who will be responsible for administering the Work Program. Edward Spencer, Jr. District Administrator E Ambrose Recreation and Park District ` 12S Memorial Way Pittsburg, California' 94565 Phone: ; 015).458-1601• 1 - 00908 PROJECT WORK PROGRAM D. PERFORPANCE STANDARDS Contractor should indicate, where applicable, what performance standards {details of project:implementationjiwill be applied in .implementing the,Work Program. The Contractor shall:obtain all required permits prior to commencement of the'activities described herein. All contracts entered into under this agreement shall be in compliance with procurement procedures contained in FMC 74-7 Attachment 0 and any other appropriate 1tUD,regulations including equal opportunity requirements and Section 3 Contractors. An executed copy of all contractilet under this agreement,,shall-be transmitted,to the County Planning Department`'prior to demands being processed for payment to ensure that all.'appropriate clauses 'and provisions'"have:',- been included. Y 41 ? 4 .f" 7.e t ,.-` r tom,, •'�. Y t' E. PROGRAM MONITORING .1. Contractor's staff Will.meet•at .least'once per,'quarter- with. appropriate County staff-and Gomnunity:Development Advisory Council representatives where applicable to-discuss progress of he Contractor toward achieving stated work program-objectives , and to assist Contractor's staff in solving problems., 2. Contractor shall maintain and submit Quarterly Progress Reports to the County Planning Department. 3. Contractor shall maintain and submit quarterly monitoring and progress reports on work performed by sub-contractors: F. GENERAL OPERATIONS Overtime Prohibition. Contractor shall not allow stafU overtime , wage rates under this Contract. 00909 _ 2 _ PROJECT wC;;?I: 1'RUG(t/U9 G. BUDGET OF ESTIMATED PROGRAM EXPENDITURES 1. Project Adninistrator shall provide services.in accordance:wl the following budget of allowable expenditures: th LINE NO. PROGRAM ACTIVITY _AMOUNT 1- ACQUISITION OF REAL PROPERTY 2. -PUBLIC WORKS, FACILITIES, SITE IMPROVEMENTS - $83,242.65 3• CODE ENFORCEMENT 4. CLEARANCE, DEMOLITION, REHAB'ILITATION 5 REHABILITATION LOANS AND GRANTS 6•- SPECIAL PROJECTS.FOR ELDERLY AND HANDICAPPED . 7- PAYMENT FOR LOSS OF'RENTAL INCOME 8• DISPOSITION OF REAL PROPERTY g• PROVISION OF PUBLIC SERVICES f 10. PAYMENT OF-NON-FEDERAL SHARES 11, C014PLETION OF URBAN RENEWAL PROJECTS 1 12. RELOCATION PAYMENTS AND ASSISTANCE 13. PLANNING AND MANAGEMENT DEVELOPMENT } TOTAL AMOUNT X83,242.65: 2. Subject to the Payment Limit of this work program each'line i tem budget amount specified above may be changed ith prior written authorization from the County Planning Director or his designee. 3. The above schedule is subject to a Detailed Expenditure Scheduie, _which shall sub-categorize in_specific detail;the above;line it categories and amounts to be kept on,file Department. with the County Planning" , m N , f f - 3 - 00.910 CONTRA COS1A COUNTY COMMUNITY DEVELOPHENi PROGRAM..1977-1978: H• CONTRACTOR'S'DETAILED EXPENDITURE SCHEDULE CONTRACTOR: ACTIVITY NUMBER:,: 45 Ambrose Recreation PAGE and Park' District 1--__OF 1 BUDGET PER10D• Jul I' __Y 1977 ' June 30,"1978 , Original g Amendment No. BUDGET-ITF14 (b) CD FUNDS - $ + OTHER (c) $(d) FUNDS $ TOTAL -, Park"Rehabilitation' 583,242.65 Purchase & Installation $83,242.65 of Solar Heating for pool - Fiberglassing ofpool - Installation of parking areas for baseball fields - Installation of arbor for swimming pool Replacement of water tank, - Purchase of picnic tables - Installation of retaining wall in area of tennis 4 - x basketball courts - Swimming Pool bleachers y - Rehabilitate con stand cession —Installk Giant Hill Slide - Install`concrete benches - Development of site plus y TOTAL e $ 83,2426S NOTES: $ 83;242.65 (a) Detailed categories expanded from Budget of Estimated Expenditures pursuant to FMC-74-4 Program (b) Items that are eleigibile to be funded by CommunityD Block Grant Funds (see HUD Rules & Regulation). Development (c) Estimate of other necessary expenditures that cannot be funded With CD monies; and indication of anticipated sources, assurances and timing of other funds. (d) Sum of (b) and (c) above 'including both Community Development" non-Community Development ` funds. Pment,and.i (e) Contract Payment Limit for CD ' Protect: ! ' r 0911 M In the Board of Supervisors of Contra Costa County, State of California July 36, , 19 77 In the Matter of; Approval of submission of a demonstration grant application to the Office of Child Development. IT IS BY THE BOARD ORDEkr HAT it approves of` the- submission of a $13,990 Demonstration Grant Application to the Office of Child Development for the purpose of securing funding-for a demonstration of new approaches to mental health services in the Head Start Program and AUTHORIZES the Executive Director, Office of Economic Opportunity, to sign appropriate application documents.- Approved by the Board July 26, 1977 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Orig. Dept. : OEO Witness my hand and the Seal of the Board of cc: County Administrator Supervisors Auditor-Controller affixed this 26th day of July 1977 Head Start-q,'e G',CD V/ J. R. OLSSON, Clerk BLU. 1W Deputy Clerk Maxine M. Nerafef d 00912 H-24 4.177 15m .... , DMD Approval?40.29-110213a.1iUM0ER 3,GTAYE a.NUMBER FEDERAL ASSISTANCE L cAuAPPrla HS 77-3 APPLICA, TION 1.TvhE FAEAPPLICATION APYLI• b.DATE IDEtITi• b.DATE Yrar tnar.th day Fear month day O! D CATION 1� 6 30 FfeR A;SI.'IE0' 19 ACTION �?,i?LIfAT{CII IEfa•Y.ap. 1] 1t711FICATICII CF INTUIT (CPL) Lrars MVIIa [:] REPORT CF FEOWL ACTION Blank 4. LEGAL APPLICANT/RECIPIENT S, FEDERAL EMPLOYER IDENTIFICATION NO, a.A1;IiuntNome tcontra Costa Co. Board of Supervisors 94-6000 - 509 W b.Oresnitatl"Unit sCSA Project Head Start 6, t,snag/P.0,Do, :2265 Contra Costa Blvd. Pno, a.PIUMeER 1 13 1 as 6 0-1 o it.citylPleasant Hill, •.Gaunq ORAIA b.TITLE t Contra Costa (Fri t.sale :California It.21POWaa 94523 Federal Child Development - b.Contest Parse (Norse Myron W. Mock Calalop) Head Start as t+�1�o No.) i944-1475 7.TITLE AND DESCRIPTION OF APPLICAfsrs PROJECT 0.TYPE OF APPLICANT/RECIPIENT ,. A-Slito 0-c"muntI,Aches Ago g Child and Family Mental Health Worker Project D-Inar►uto 1-IUphor1dauUandlneatui,on C.LabsUU y�Indian Trite (Experimental) District foAsr (apetify)s In a new careers approach, a mental health worker E'4a'y indigenous to the population to be served will F,Cz►i islt�+. provide mental health services to Head Start pro- Distritt Rotor appropriate Feller pQ gram. Worker will be trained for specific competen- y,TYPE OF ASSISTANCE cies necessary to provide training, consultation & A-anla Orant 0.4nsunnts counseling svca & will work under su ervision if a fl-SuPptortald Gtant E-OU,er Coln ap (, r f lrLaaA prfote Ir apt ED 10.AREA OF PROJECT IMPACT INames of titin,counties, 11.ESTIMATED NUM- SL TYPE OF APPLICATION stat",star.) BEn Of PERSONS 11-pro, C.R:loon E-Auta onloltan Contra , Costa County BENEFITING 1i-R+aawal 0-Cnuaaall" ti h. BjentyMd & rut Suty�ppropriala Wfor (1 13. PROPOSED FUNDIIJU 14. CONGRES21011AL DISTRICT::UP: 19.TYPE OF CHANGE: (For Eta or ago) easlin F-0tbot (Satify)t a.FEDERAL r a.APPLICMF b.PROIE.r R Dol Crinunw Duration In. ,:ICANT .01 O D-DKtnt•Duration t STArt M 16.PROJECT START 17. PROJECT E-ausil.Uon DATE Yru►arsenals day DURATION voterappre. d,LOCAL .00 1977 9 1 A A1n,the prfate 1413"(,1 e,OMER 11 UETS ATEO to 7TO rear snonth day 19.EXISTING FEDERAL IDENTIFICATION NUMDIR f. TIITAL a s FEDERAL AGENCY p 1977 7 25 NIA :A. FEiiCT1AL AGENCY TO RECEIVE REQUEST (Nano,City,Sea".ZIP aodar) 21.REMARKS ADOEo Office of Child Development DREW San Francisco CA 94102 1 to Yes CI Na 22. a,To the but el my tm-Awlio tad ballot, b,If t►t"trod b7 0110 Circular RAS this apolalloA ware aub,nSCsd,pursuant to In. No ro. Rararpooaa 4 Is In L41e pearpplkallaa/ar1Pl lloo are tbu=11 tAetdn, to app"aidolo eltulnlla"sao and all roapoueso ala atlatbod: tpaaea attached THE true end 9411X1, the dewsont has Loan APPLICANT the aethorlleJ by 0 11 t+e+Alftl1- bto of (1) Association of Ba Area Governments 1:1 ❑ CERTIFIES IM eaaltanl ant qo a1nl:nat will camel/ y THAT iiwith the attscbod tat.taneoo 11 the serial- to State of California ❑ Gnu is sppt¢otd. (1) ❑ 23 a.TYPED ILA11E MD TITLE Is.SICtLATUAL a DATE SIGNED R CERTIFYING Judy Ann Miller roar month day REPRE• 19 SENTATIVE I Executive Director, CSA 21.AGENCY NAME 28.APPLICA• Year rnorstA day TION RECEIVED 19 2&ORGANIZATIONAL UNIT 27.ADMINISTRATIVE OFFICE 2w ICOtEPI CAPPLIl ATION 29.ADDRESS 30. 10EN71 I.GRANT 31.ACTION TAKEN 32• FUNDITIO year month day 3A. Year townlh day STARTING ❑e.AYAIIDED a.FEDERAL S 00 23.ACTION DATE1-� 19 DATE 19 b.REJECTED b.APPLICAYT p0 SS.CONTACT FOR ADDITIONAL INFORMA• 3i. Yocr month day (3TIOFI (Name ant tA.phono aumbsr) ENDING ❑G RETUAYEO FOR t.STATE .00 DATE 19 A)AENOMEMT d.LOCAL .00 37. RWARKS ADDED k C ❑d.DEFERTEOe.OTNiR 00 "'- 13 a WIT1lMW4 I. TDTdL S .00 (a VO4 Wo i i 3$, a.in taking a:ooar■ttlon,my eammwda Ntal"d tram dads}house:wore can. b.FEDERAL AGENCY 11-95 OTFICIAL , t olCered.11 et.^q rm�na is due unutt ptarteioAa of Part 1,O.dB Circular A-9g, (Name atui td+pAonar no.) FEDERAL AGENCY It his Leon or It assn:made. A-95 ACTION t 42h101 Rtaatioed by CS 1.YRatDir FORM424 Cirewi aja �illicrofllmad''wNk• board order.... i PART Ii 04.1 rro.eo.no res PROJECT APPROVAL INFORMATION tt«m I. Does this assistance request require Slate, local, Name of Governing Body regional,or other priority rating? ' Priority Rating Yet_.._X_...NO from 2. Does!iris assistance request require State,or local Nam*of Agency or advisory,educational or health ciearonces? Board Yes X No (Attach Documentation) Item 3. Does this assistance request require clearinghouse (Attach Comments) review in accordance with 0MB Circular A•95? x Yos No item d, Dots this assistance request require State, local, Nam*of Approving Alenry CCC Policy Council regional or other planning approval? Data June 30 1977 47 ism 5 Is the proposed project covered by an approved compre- Check one: State 0 bon sive plan? Local M Regional 13 Yes X No Location of Plan Item 6. NOT 78 assistance requested serve a Federal X Name of Federal Installation installation? _YQ% No Federal Population benefiting from Project ` item Will the assistance requested bean Federal land or Name of Federal installation Installation? Location of Federal Land Yes X No . Percent of Project Item 8. Will the assistance requested have an impact or effect See Instructions for additional information to be on the environment? provided. Yes_ .x No item 9. Number of: , Will the assistance requested cause the displacement Individuals of individuals, families,businesses,or forms? Families Businesses —Yes— X No Forms Item iQ {M Is there other related assistance on this project previous, See instructions for additional Information to be + pending,or anticipated? provided, Yes X No 00914 r 66 Was%Q.40•ROtU PART 111 — BUDGET INFORMATION SECTION A — BUDGET SUKVARY Grant Preymn, E.ttt••1.4 Um'611'e.d Fad. N•,r of R••11•t R u rl l•t t Fuwcti•n F.tt.t•t w Catalog no. Acti.lty f.i.nl Nawr.hr•1 F•!•.•1 Nw.f•tt.rd Total 6 i. PAS 22 13.600 S S S13,990 S —0— 513,990 1. 3. 5. TOTALS S Is 13,990 S —0- 113 990 SECTION 6—BUDGET CATEGORIES —Gr•d Pr•,,..t,fw+ctt•e w Activity A C15 6. Object C125S Calegolies Total . t l) m a. Personnel S S S S S w in a �n 0 h. Fringe Svidits r>t r CCt 13 • w p G 7ravd 1,00D 1 000 0 Q. EC:ipmest a .n m, •t e. $tppliCs R b w 0.. H p' 0 I. Contractual 11 320 11,320a. to L R ` h. 01her 1,670. 1,670 rfl i. Tclal Oired ChaTes . rt. 1^r;a!Cha;gcs o n • k. TOTALS $13,990 S S S 513.990 7. Prcprm home S S S S S . ous wo,se•eotu , SECTION C—NON-FEDERAL RESOURCES (d Gram Prap-w (4)APPLICANT (c)STATE (it OTHER SOURCES 1.1 TOTALS IL iS f f 9. 10. ' 11. 12. TOTALS IS f SECTION D-FORECASTED CASH NEEDS T-t-1 re,tat Y.w 1s1 O.wlw 2nd 0""" Zed Own« 41h Owrt.r 13. F.Jer.i s 13.990 IS4.3nns 1%3.230 s ^ 1!. NmF-dn-1 15. TOTAL 10,300 ls3,230" f3 230 113,240 SECTION E-BUDGET ESTIMATES OF FEDERAL FUNDS NEEDED FOR BALANCE OF THE PROJECT ' FUTURE FUNOW.PERIODS(YEARS) (.)Grew Pr.gr-n (y)FIRST k1 SECOrCI (4)THIRD (.)FOURTH , 17. a' O 1f. 0.0 Iv. p v 20. TOTALS f S S 0. Q SECTION F-OTHER BUDGET INFORMATION e (Art-c4 ddWen-1 Siwrs It N.e.ssw,t [ 21. Dlr.ct Chwq*vt ' fJ 21• Indirect 0wipst E. f m 23. R.w,w4ss ).. I © This budget z4flects total amount requested by Grantee, Program Operations �+ to be handled by Delegate Agent: See attached Delegate Agency Budget. b to N PART IV PROGRAM.NARRATIVE(Attach per instruction) y s . III.B CONTRA COSTA COUNTY HEAD START BUDGET SL"OMY SHEET NAME OF DELEGATE AGENCY Contra Costa-County Read Start_Administrntion PROGRIL*i YEAR 1977 (PYL) PROGRAM ACCOUNT NUMBER 22 PROGRAM ACCOUNT NAME-.Child/Family Mental Health Proiect SUB41TTED AS PART OF (check one) FUNDING REQUEST ( ) AMENDMENT ( ) SUPPLEMENT ( ) BUDGET SU`MnY APPROVED: Federal Non-Federal Total PROGRAM ACCOUNT NUMBER Share Share —APPROVED BY POLICY COMMITTEE: YES (g ) NO ( ) See attached Project Approval Form (Signature of Policy Committee Chairperson) TOTALS June 30, 1977 BUDGET CATEGORIES (Date) FedeOBJECT CLASS CATEGORIES .. . Share Non-Federal Total ' Sharee Share a. Personnel b. Fringe Benefits APPROVED BY DELEGATE AGENCY BOARD: YES ( ) NQ ( ) c. Travel 1,000 N/A d. Equipment f (Signature of Delegate Agency Official) e. Supplies i (Date) Contractual, 11,320 g. Constructicn h. Other Costs 1,670 TOTALS 13,990 -0- 13,990 • ^'';�. ^K etc �•_ III D (60 Agency Name Page 1 of 1 pages OUT OF AREA TP.AVEL (OBJECT CLASS CATEGORY 6c) Line Item TRAVEL AVEL ' No. DESCRIPTION OF IM AND BASIS FOR VALUATION Federal Non Federal NOTES Share Share 1 Training Conference •(ilro Persons) 2 Air Travel $300 X 2 600 3 ' Per diem: 5 days @ $40 X 2 400 4 •5 8 9 10 ' 12 f .. • O 13 15 ( ) Additional vases attached Total Forward Total costs this category___ Enter on 111 13 1'000 III B (6f) Agency Name Page — of _ I pages CONTRACTUAL (OBJECT CLASS CATEGORY 6f) Line TOTAL CONTRACTUAL Item DESCRIPTION OF ITEM AND BASIS FOR VALUATION No. Federal Non Federal NOTES Share Share 1 United Council of Spanish Speaking Organization 2 (Delegate Agent for Demonstration Project $11,320 3 ' See Attached Agency Budget) 4 5 6 7 8 9 10 12 O 13 24 15 ( ) Additional pages attached Total Forward Total costs this cateEtory Enter on III B 511,320 III B (6h) Agency Name Page 3 of 3 . pages OTHER COSTS (OBJECT CLASS CATEGORY 6h) Line TOTAL OTHER COSTS Iter DESCRIPTION OF ITEM AND BASIS FOR VALUATION No. Federal Non Federal NOTES Share Share 1 Ps cholo ical Cos to Professional) 2 160 hours X $10.45 per hour) 1,670 3 4 .5 6 7 g 9 10 11 12 , 13 C 14 I� ^, 15 ( ) Additional pages attached Total forward , Total coats this cate or Enter on III B 1,670 • « .� q p ..Mb G �•�O ?2o >> a'° °' f; '+" c�-.*:,•.. �O b �'JG �' JS :•s O• �" t'4 "..'g0 0...6_r 0 4 O- 3 3 �r {�C ip� ••• r r " Y.-.. '�:�'.:: ~ry « � .^'� r` g `� � f`7 w O {Q4{ O ��.•'P 0 G�00�tS' �Z� a g 4� i "S 2 O n arso g o moo.•a p.4 ,• -.� o a A '�• �as 3 0 SAL 6 Cas+ IS 3�og� �jo- y % ,.G .• < oogo �x < CspsM 0 4Zd.Ia.r r o3« �3- �rn«ly ;� a a" s s "`+ aS'* 50 to +rte uQy « oyy�� ?y ��;<' « r� IAits' (l, Tol a, p£S N O « a � a�x�we�-4 • p^^ rs e w �I 3 s1 a r4 n �S �O•r �?O ra a ,n^tq" a3:393p3,c S- 5 M +O M Y�.O > i' O O^O i p%{ w.O-Gar..t 5"• i'rOS iaAr Oa G� 0 �.o • 's� + a °' n �t by oa, e„• O'S� is rpvg%^< w O ^ Ma0•�rO•i` •��•« ptA 2 �' n '� « o.O.`►t� jw ar«oc�a�oR ��3c ° i o �a Oo' O O, o ao o% O.$ o Is -V% t�`�res"% 06'0 'F rNs `69 a O` A .» ...-< r r xr O• Oi. �•' �� c� g o o-. 7 � p % Osi p,w«0 O .O� �4 A " �'Q3��^rb• o Etta� 4� is 3. 2 "� o 3�Csa a r tM III B CONTRA COSTA COUNTY BEAD START BUDGET SMOL1P.Y SHEET NAME OF DELEGATE AGENCY United Council of Spanish Speaking Organizations, Inc. PROGRAM YEAR 1977 (PYT.) PROGRAM ACCOUNT NUMBER 22 PROGRAM ACCOUNT NA?Z Head Start Full Year Part Day SUBMITTED AS PART OF (check one) FUNDING REQUEST (g ) w AMENDMENT ( ) SUPPLEMENT ( ) Child and Family Mental Health Project ' BUDGET SUMFIARY APPROVED: Federal Non-Federal Total PROGRAM ACCOUNT NUMBE.R. Share Share .APPROVED BY POLICY COMMITTEE: YES (R) NO ( ) (Signature of Policy Co=ittee Chairperson) TOTALS BUDGET CATEGORIES (Date) FedeOBJECT CLASS CATEGORIES .. ... Share Non-Federal Total ' Sharee Share a. Personnel "8,300 8,300 b. Fringe Benefits 1,245 1,245 APPROVED BY DELEGATE AGENCY BOARD: YES ( ) NQ c. Travel 500 500 d. Equipment - - (Signature of Delegate Agency Official) r. C.on ies 450 450 (Date) actual -0 -0- ruction -0- -0- h. Other Costs 825 825 TOTALS 11,320 -0- 11,320 III B (6a) Agency Name United Council of Spanish Speaking Organizations, Inc. Page of �� pages PERSO'.rMM (OBJECT CLASS CATEGORY 6a) Line Nurber No. X Rate TOTAL SALARY Item of TITLE OF POSITION of 'of per No. ositions Weeks Time Hour Federal Non Federal NOTES Share Share 1. 1 Mental Health Worker- (10 months 45 75 4.62 6,000 2 ( 2 months 9 50 800 3 ' 1 Secretary 50 25 3.00 1,500 4 .5 6 7 8 9 10 12 O 13 .-:- 14 w 15 ( ) Additional pages attached Total Forward Total costs this cate or . Enter on III B ,8,300 Y! t ,AIM- III B (6b) Agency Tame United Council of Spanish Speaking Organizations, Inc. Page 2 of pages FRINGE BE2TEFITS (OBJECT CLASS CATEGORY 6b) Line TOTAL FRINGE BENEFITS Iters DESCRIPTION OF ITEM AM.BASIS FOR VALUATION No. Federal Non Federal TOTES Share Share 1 F.I.C.A. Z R $ 2 Unemployment Insurance 3 ' Disability Insurance 4 Agency Fringe Package Inc. F.I.C.A. Unemployment, Compensation .5 and Health Benefits @15 percent % 8,300 1,245 6 8 4 10 12 . 14 15 ( ) Additional pages attached Total Forward , Total costs this catezory Enter on III B 1,245 III B (6c) Agency Name United Council of Spanish Speaking Organization, Inc. Page 3 of 5 pages OUT OF AREA TRAVEL (05JECT CLASS CATEGORY 6c) Line Item TOTAL TRAVEL No. DESCRIPTION OF ITEK AND BASIS FOR VALUATION . Federal Non Fedoral NOTES . Share Share 1 Training Conference (Mental Health Worker) 2 Air Travel 300 3 • Per Diem 5 days x $40 200 4 .5 6 , 7 8 9 10 ' 12 G 15 ( ) Additional pages attached Total Forward , Total costs this cate•ory , Enter on Ill-B 500 i • III B {5c) Agency ',%=e United Council of Spanish Speaking Organ±zations, Inc. Pace 4 of S pages SUPPLIES (OB3ECT'CLASS CATEGORY 6e) Line TOTAL SUPPLIES Iters DESCRIPTION OF ITEK AND BASIS FOR VALUATION Federal Non fzdaral NOTES Share Share 1 Materials, Pamphlets, Duplication 450 3 • 4 5 6 7 g 10 11 - 12 ` 12 13 • 74 :15] ( ) Additional pages attached Total Forward , . Total costs this catePory Enter on III B 450 III B (6h) Agency Name United Council of Spanish Speaking Organization, Inc. Page 5 of 5 pages OTHER COSTS (OBJECT CLASS CATEGORY 6h) Line TOTAL OTHER COSTS item DESCRIPTION OF ITEM AND BASIS.FOR VALUATION No, Federal Non Federal NOTES "- Share Share 1 Local Travel 10 months @ 500 miles n x,000 X .15 750- 2' 2 months @ 250 miles a 500 X .15 75 3 - 4 6 7 ' g 10 12 / O •� 14 15 ( ) Additional pages attached Total Forward Total coats this catepory Enter on III B 825 ...,r.N ... ........ wC.,.a ". . x SUMMARY OF PROPOSAL DEMONSTRATION AND NEW APPROVALS TO MENTAL. HEALTH SERVICE IN HEAD START The philosophy of Project Head Start in general, and Contra Costa .County Head Start in particular, long has been directed toward fostering the development of low income children and families by providing staff and parents with an understanding of child growth and development, an appreciation of individual differences and the need for a supportive environment. In addition, the program has developed positive attitudes among staff and parents toward mental health services and a recognition of the contributions of psychology, medicine, social services and education to the Mental Health Program. Consistent delivery of this range of comprehensive services among low income participants in the eastern section of the County has proved difficult for a number of complex reasons: The rural atmosphere and geographical isolation from services of a substantial portion of the population, transitory nature of many of the inhabitants, the language differences of a significant number of the people and a lack of both public and private service providers in the area--particularly those who are bilingual. The purpose of this demonstration program is to attempt to provide a new approach to the delivering of many of the basic services and understanding which we believe contribute to the mental health of the individual and consequently tihe family. Emphasis will be on primary prevention- (actions taken to foster mental'health as a part of normal development rather than undoing mal functions) although treatment of diagnosed problems and rehabilitative efforts will be undertaken where necessary. If funded, the Delegate Agent presently operating the Head Start Program in the eastern section of the County will handle program operations. They will employ as "Mental Health Worker", a bilingual, native to the Community person who is presently a teacher in the program. This person, after a five day intensive training session Provided by the National Office will perform the following functions: 1. Provide orientation for parents regarding program goals, objectives and activltl"a of List: pivjact. 2. Provide program staff information regarding goals, objectives, activities, and staff roles and responsibilities. 3. Provide training for parents in the understanding of child's growth and development, effectual child rearing practices, sensitivity to developmental problems, and the identification of adult attitudes and behavior that contribute to a healthy climate for growth. 4. Provide training for staff to expand capacity of staff to handle crisis of situational or developmental stress points. 5. Staff and small group consultation-focusing on individual child's develop- ment, problems and adjustments. 6. Classroom observation and individual counseling. 7. Parent counseling (under supervision of mental health professionals provided by program). This is a competitive grant application. Only fourteen (14) programs throughout the nation will be selected to participate - with fourteen other program applicants, selected on a random basis, to participate as control groups. If selected, the funding would be over a three year period, roughly 10,000 - 14,000 per year. 00,928 4 1 � el that may be The proposed results will ill provideanalterrnativedapproach to deliverydof� w into other programs Which ' mental health services by focusing on: 1. Understanding y of st�fand developnd its ment understand and handle'stressful 2. Develop ability or cisis situations. 3. Provide better understanding and use of services available to residents of a community. evaluation will ba conducted by both the local program through self assessment and the national office by a formal assessment means. f $ S F s :Y F n v k U sL r -12 4. _ rG 3. SJ x •' � t E k ! i U� ,� i+_e'1 k,4 C 3 1 � S i+F e+ � fi �`t F } f i f � � - h t1 ' r Vr o�.929 7 k 3 z, k 5 Ilk li t In the Board of Supervisors of Contra Costa County, State of California July 26 19: 77 In the Matter of - Approval of Area Agency on Aging Budget Revision for FY 1977/78 IT IS BY THE BOARD ORDERED that the FY 1977/78 Area Office on Aging budget be revised with increased State funding as follows: - Federal Title III funds $412,278 Provider Agency Subcontracts 149392 Contra Costa County 46,529 Total $473,199 IT IS FURTHER ORDERED that the Director, Human Resources Agency, or his designee, is AUTHORIZED to submit the revised budget to the State_of California Department of Aging for approval and preparation of a contract. " amendment to increase State funding from $280,420 to $412,278. PASSED BY THE BOARD.on July 26, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the eninuta 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 6 Grants Unit Supervhm cc: County Administrator affixed this day of Jul) 19 Z County Auditor-Controller County Social Service Dept. Office on Aging J. R. OLSSON, Clerk State of California Deputy Clerk Department of Aging plaxine 1-1. Neufeld EH:dg 00.930 H-24 3f7615m i Human Resources Agency Date July 20, 1977 CONTRA COSTA COUNTY To Arthur G. Will, County Administrator F}om C. L. Van Harter, Director Contra CmW Caunt r7 ��. P�irn:nis:ratar �F Subj REVISED BUDGET—AREA AGENCY ON AGING FY •1977/78 iGti� Attached for presentation to the Board of Supervisors is t o7P I vT E D proposal: Number: 29-002-7 Department: Social Service/Area Office on Aging J U L 2 on X977 Grantor: State of California Department of Aging ` SRUI RS Term: FY 77/78 (July 1, 1977 to June 30, 1978) nr _ vuty Current Budget: $280,420 Federal Title III -� State-Contract approved July 19, 1977 35,100 Estimated carryover Federal funds from Area Office on Aging budget 54,994 Non-Federal Hatch (local share) $370,514 Total Revised Budget: $412,278 Federal Title III 60,921 Non-Federal Match (local share) $14,392 Subcontracts (Community) $46,529 County $473,199 Total Budget FY 1977/78 The Board adopted a proposed FY 1977/78 Area Agency on Aging Plan and Budget on March 8, 1977 of $440,858 which included $280,420 in Title III Federal funds, $47,280 in County share, and $14,458 in Community Share. It was recognized that additional, carryover funds would be allocated by the _State to reach the anticipated $440,858 total budget for FY 1977/78. • Current funding for the project is outlined above in the section "Current Budget." The State Department on Aging has now indicated that they will award additional Federal Title III funds to Contra Costa County and have requested a new budget to support a total funding of $473,199 for FY 1977/78. The breakdown is shown above under the heading "Revised Budget." The additional Federal funds are made available as a result of the California Department of Aging's new funding flow policy and the reallocation of $20,923 in funds received by Contra Costa County in FY 1976/77 that were unspent. The County share is actually less than the $47,280 originally committed by the Board. This decrease is due to rebudgeting. 0 Microfilmed %with board order .731 Arthur G. Will July 20, 1977 Page 2 The Area Office on Aging has completed anew budget for submission to the State, providing that the Board authorizes this action. A budget summary sheet is attached. There is no "official" document that requires signature by.the Board's designee. The Board approved a State Contract for $280,420 on.July 19, 1977. A State Contract Amendment will be submitted at.a later date as formal acceptance of the revised Federal Title III funding. The budget revision will not appreciably affect the County Area Agency on Aging Plan or objectives. Staffing will be as previously approved, except for the addition of a Project Program Specialist to assist with the pro— jected increase in subcontract program responsibility. . I recommend that the Board approve submission of a new Area Agency on Aging FY 1977/78 budget, and request that you present my recommendation to the. Board with your endorsement for approval at their next meeting on Tuesday, - July 26, 1977. CLVM:EH:dg Attachments cc: R. E. Joralin Jane McClelland June M. Larson 00.932 - �+- c.y�+..y� x,-;" �'+r "`;r .a-a�,;,Y,'rb'f.�[j" yIr ,Y l•u' '5,, ,o, +y, 71 s. I -�r ..1C c F'- -ti " :. } t "S r T 3 i �^� ,' �4 4 T Y �7 '" t1 '`' r ,r 1 t(i (.rt 1 11•� I177� -, ,-, ;r _,+•'`w�,.-:v r ` �T _1t.f- ;,fie R -� 'fes, jr '', r. jt 1�.� ./:ll .� .(1� J/ Lv'1(• :]�t, :r ,rf rY y � yff t �y �t 1 -.-1.. k7 Julv^'7 ] 977 Vic, t-L , t _ }xt 77 I, 'I,zr'� PI1ri{ < Mage}lz`a 7t[ + _ --- - - {:r l� L1I = 7 , ., 11 ,r y ^ 11 . * { r t� t �3 't0 C:('L 11_ ^'Ct 3� L (3• rlr � 2,,Q .i J nr;L i\,�L•_;f `" d� la"�. �° ` I �i' ?� ti tt - .� r�. ,e t y 1 J J v.r` .f<,d 'I a aJ -� �[ "ti itrr_*:t- d tJ�tq/ `1�' t C-.�x � :. -r_. f'� i ("1 - C''1II-['1 9c -3 ill:1 1�-I�, r %'''C� °/5f 1`„ !7- 5� �> ��r�a? "r !Y� z;.� r � t fir.+'_ I. s �� i _ s L,�� 1-1 ?+, ty % ,.0 ,,�, e / 7 [ ,tom ,, �� S'�. I r s n �, y`: ':Id A,I*.oc�c , 67,319, 0'}565 i � r$,V� } , $ ?? 646 �$ 9 -_ - y -- {i - - - i•1:i•a' :5 :d•Sr.L':tc�: fr•�.�: :. �: ,i.:� is-1s i.;c 2 of 2 • :'e: =•tf %vc'i,.:= Ifr•>•,Eo:a Plan. Contd- . rrcL::a :.ct:�ity Fri^as 115%m-rc.;�::il •- I ?ccal other 10. "�'•��: r. �r_:(cli.�i.e) .._.16133 ._ ..._ 1,793• .---• 17�9?J._ ` _..---••---•- - ��. -.:%It i :tion _ —_11�0(►0_.— :.. _.1•�??—.._ ...a_2,???_...., . -- ------ ---- 1.2' �• ��~ -•n _ 270—-- -- 1 Solt- •- I 8_078 . ....—_._._ - j 3. `c�'P. - _ .._.,3,000`— 333' . _ 3 333.--- •----------- i6. cc,i:i•.cts _ —.•31,137_..:.- 3:460--- 34,597 tc� r:.p rilt:rg _ -24..704 . _ . ._. :748— : 27,452_4._- 17. 70. . .. _c70',1 $ ?hG_3S9 ...._ S 33:275..._ 541?._278__..: 5473_X92_._._ of T;t`.e III - - Gr_ - >r =ur.:s .=oma - ?=rce. !-g ..e7et `«Ar AA14;392 Cc-.=%snity . !:c!••�.•d .a ti":� 46,529 Co ;itiAL $ 56,073 - , Contra rc�ra M..__._.— 60,921 total 1:onTFaderal. sti:....>d !j I In the Board of Supervisors of Contra Costa County, State of California July 26, 19, 77 In the Matter of In the matter of contract with Volunteer Bureau of Contra Costa County for Court Referral Program The Board having considered the recommendation of the Probation Department and the County Administrator, IT IS BY THE BOARD ORDEROthat its Chairman is AUTHORIZED to execute a contract with the Volunteer Bureau of Contra Costa County for the provision of Court Referral Program services from July 1 1977 through June 30, 1978 at a cost of $23,500. PASSED by the Board on July 26, 1977. ~ t k 2 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Orig: Administrator VAtness my hand and the Seal of the Board of Supervisors CC: Contractor affixed this26th day of July 192 Probation Officer Auditor-Controller J. R. OLSSON. Clerk ZZetAzz Deputy Clerk I4axine M. Xeufefd OU934 H-20 0/77 15m I CE..Z-r;i COSta County Standard Form STANDARD CONTRACT (Purchase of Services) 1. Contract Identification. Number 35064 Department: Probation Subject: Court Referral Services 1 2. Parties. The County of Contra Costa California (County), for its Department named above, and the following named Contractor mutually agree and promise as follows: Contractor: Volunteer Bureau of Contra Costa County Capacity: California non-profit corporation Address: 2116 N. Main Street, Suite E, Walnut Creek, California 94596 3. Term. The effective date of this Contract is July 1, 1977 and it terminates June 30, 1978 unless sooner terminated as provided herein. 4. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $ 23,500.00 5. Countv's dbligations. 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 incorForated 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: Court Referral Program 9. Legal Authoritv. This Contract is entered into under and subject to the following legal authorities: Government Code §23015 10. Si t es. These signatures attest the parties' agreement hereto: C h .TRA C A CALI CONTRACTOR Bogsen B, BY Chairman, Board of Supervisors (Designate official capacity in business Attest: J: R. Olsson,County Clerk and affix corporation seal) State of California ) By County of Contra Costa ) ss. Deputy ACKNOWLEDGEMENT (CC 1190.1) The person signing above for Contractor ReCO d by Depar ent known to me in those individual and business capacities, personally appeared before me today and acknowledged that he/ By they signed it and that the corporation Designee or partnership named above executed the within instrument pursuant to its bylaws or a resolution of its board of directors. Form A proved: County Counsel � D ed:„ -2—-:2 7 - 7 7 / Deputy Deputy Coun C erk (A-4617• REV 6/76) w;'h boara arae! Qt)935 'Contra Costa County Standard Form PAYMENT PROVISIONS (Fee Basis Contracts) . Number 3506$ 1. Payment Amounts. Subject to the Payment Limit of this Contract and subject to the following Payment Provisions, County will pay Contractor the following fer [Check one alternative only.] lid a. $ i,458.13 monthly, or [ ] b. $ per unit, as defined in the Service Plan, or [ J c. $ after completion of all obligations and conditions herein and as full compensation for all services, work, and expenses provided or incurred by Contractor hereunder. Said sums are the dill compensation to be paid to Contractor under this agreement, and any expenses wbatsoever incurred by Contractor in cottplying with the terms herein including, but not limited to, the employment of supplementary staff, costs of supplies and equipment, and travel expenses shall be at Contractor's sole expense. 2. Payment Demands. Contractor shall submit written demands monthly or as specified in 1. (Payment Amounts) above, for payment in accordance with Paragraph 1. (Payment Amounts) above. Said demands shall be made on County Demand Form D-15 and in the manner and form prescribed by County. Contractor shall submit said demands for payment for services rendered no later than 90 days from the end of the month in which said services are actually rendered. Upon approval of said payment demands by the head of the County Department for which this Contract is made or his designee, County will make payments as specified in Paragraph 1. (Payment Amounts) above. 3. Right to Withhold. County has the right to withhold payment to the Contractor when, in the opinion. of the County expressed in writing to the Contractor, (a) the Contractor's performance, in whole or in part, either has not been carried out or is insufficiently documented, (b) the Contractor has neglected, failed or refused to furnish information or to cooperate with any inspection, review or audit of its program, work or records, or (c) Contractor has failed to sufficiently itemize or document its demand(s) for payment. 4. Audit Exceptions. Contractor agrees to accept responsibility for receiving, replying to, and/or complying with any audit exceptions by appropriate County, State, or Federal audit agencies occurring as a result of its performance of this Contract. Contractor also agrees to pay to the County within 30 days of demand by County the full amount of the County's liability, if any, to the State and/or Federal government resulting from any audit exceptions, to the extent such are attributable to the Contractor's failure to perform properly any of its obligations under this Contract. REV 6/76) SERVICE PLAN Contractor's Obligations: a) .,Services. Contractor shall provide -Court Referral m Progra job placement ser,vices'for'persons;assigned`voiunteer, community service as' a sentencing alternative by Courts ,within and,without Contra Costa County. Contractor shall undertake to. provide service to not less than 300 referrals per, quarter- Contractor represents that it is qualified to provide said iervice., b) Staff. Contractor will be solely responsible for-providing the 'staff capable of performing the placement services provided for in this agreement. c) Reports. Contractor shall maintain records on each referral and shall furnish the-Probation>Department with quarterly summaries of the number of cliernts referred including number of volunteer community service hours assigned ,by,each.referral agency., Status reports for each client that completes or fails to complete the assigned number of hours.are to be.sent"directly' to"the ,referral agency. SPECIAL CONDITION. Paragraph 20. "Notices" shall be modified to read_: ".. Notices to the Cdunty. shall, be, addressedto County Probation.Officer, 651 Pine Street, fi Martine z;" California . r f - a x T F 3 7a ( a+ 1 a x r^t f -'' �r W s 1 �7�+�x.:s{" "r �'� r+z, 'ro � �'z3F��t r'� � 3'✓ fW ,cs C Y !t �F S 5 3 > t � VJ to z a � 00.937 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 7ederal, 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. 00938 (A-4616 REV 6/76)Am -1- ft I .y Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 18. Idemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor, its agents or employees, the County, its agents or employees, or any other person or entity. 19. Insurance. During the entire term of this Contract and any extension or modification thereof, the Contractor shall keep in effect insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: a. Liability Insurance. The Contractor shall provide a policy or policies of comprehensive liability insurance, including coverage for owned and non-owned auto- mobiles, naming the County and its officers and employees as additional insureds, with a minimum combined single limit coverage of $500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. b. Workers' Compensation. The Contractor shall provide the County with a certificate of insurance evidencing workers' compensation insurance coverage for its employees. c. Additional Provisions. The policies shall include a provision for thirty (30) days written notice to County before cancellation or material change of the above specified coverage. Said policies shall constitute primary insurance as to the County, the State and Federal Governments, their officers, agents, and employees, so that other insurance policies held by them shall not be required to contribute to any loss covered under the Contractor's insurance policy or policies. Not later than the effective date of this Contract, the Contractor shall provide the County with a certificate(s) of insurance evidencing the above liability insurance. 20. Notices. All notices provided for by this Contract shall be in writing and may be delivered by deposit in the United States mail, postage prepaid. Notices to the County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts b Grants Unit, Human Resources Agency, 651 Pine Street, Martinez, California 94553. Notices to the Contractor shall be addressed to the Contractor's address designated herein. The effective date of notice shall be the date of deposit in the mails or of other delivery. 21. Primacy of General Conditions. Except for Special Conditions which expressly supersede General Conditions, the Special Conditions (if any) and Service Plan do not limit any term of the General Conditions. 22. Nonrenewal. Contractor understands and agrees that there is no representation, implication, or understanding that the services provided by Contractor under this Contract will be purchased by County under a new contract following expiration or termination of this Contract, and waives all rights or claims to notice or hearing respecting any failure to continue purchase of all or any such services from Contractor. (A-4616 REV 6/76) -3- 00940 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 4 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 proceduies (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'iastruction. (A-4616 REV 6/76) -2- 00fill 19 Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 18. Idemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all, consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor, its agents or employees, the County, its agents or employees, or any other person or entity. 19. Insurance. During the entire term of this Contract and any extension or modification thereof, the Contractor shall keep in effect insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: a. Liability Insurance. The Contractor shall provide a policy or policies of comprehensive liability insurance, including coverage for owned and non-owned auto- mobiles, naming the County and its officers and employees as additional insureds, with a minimum combined single limit coverage of $500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. b. Workers' Compensation. The Contractor shall provide the County with a certificate of insurance evidencing workers' compensation insurance coverage for its employees. c. Additional Provisions. The policies shall include a provision for thirty (30) days written notice to County before cancellation or material change of the above specified coverage. Said policies shall constitute primary insurance as to the County, the State and Federal Governments, their officers, agents, and employees, so that other insurance policies held by them shall not be required to contribute to any loss covered under the Contractor's insurance policy or policies. Not later than the effective date of this Contract, the Contractor shall provide the County with a certificate(s) of insurance evidencing the above liability insurance. 20. Notices. All notices provided for by this Contract shall be in writing and may be delivered by deposit in the United States mail, postage prepaid. Notices to the County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts S Grants Unit, Human Resources Agency, 651 Pine Street, Martinez, California 94553. Notices to the Contractor shall be addressed to the Contractor's address designated herein. The effective date of notice shall be the date of deposit in the mails or of other delivery. 21. Primacy of General Conditions. Except for Special Conditions which expressly supersede General Conditions, the Special Conditions (if any) and Service Plan do not limit any term of the General Conditions,. 22. Nonrenewal. Contractor understands and agrees that there is no representation, implication, or understanding that the services provided by Contractor under this Contract will be purchased by County under a new contract following expiration or termination of this Contract, and waives all rights or claims to notice or hearing respecting any failure to continue purchase of all or any such services from Contractor. (A-4616 REV 6/76) -3- 00-940 o- a 1 In the Board of Supervisors of Contra Costa County, State of California July 26 , 19 77 In the Matter of Proposal for Increase in Certain Civil Filing Fees. The Board having this day approved the recommendation of its Finance Committee (Supervisors R. I. Schroder and J. P. Kenny) that the State Legislature and the Governor be requested to establish one additional Superior Court Judgeship for Contra Costa County; and In conjunction therewith 14r. C. A. Hammond, Chief Assistant County Administrator, having recommended that'legislation also be introduced to increase certain civil filing fees from $16 to-$17, an action which is expected to increase revenues by approximately $25,000 per year; and The Board having considered same, IT IS BY THE BOARD ORDERED that the aforesaid recommendation of Mr. Hammond is APPROVED: PASSED by the Board on July 26, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: State Legislators Witness my hand and the Seat of the Board of Honorable Edmund G. Brown, Supervisors Jr. affixed d,ii�6th day of July . 19= County Administrator County Clerk J. R. OLSSON, Clerk County Counsel � Deputy Clerk laxine N. Neuf-eld W.41 H-24 4177/5m In the Board of Supervisors of Contra Costa County, State of California July 26 19 77 In the Matter of Completion of Private Improvements in Minor Subdivision 102-72, Pleasant Hill Area. The Director of Building Inspection having notified this Board of the completion of private improvements in Minor Subdivision 102-72, Pleasant Hill area, as provided in the agreement with Al Bowler, 1440 Broadway, #900, Oakland, Ca 94612, approved by this Board on February 3, 1976; IT IS BY THIS BOARD ORDERED that the private improvements in said minor subdivision are hereby ACCEPTED as complete. IT IS BY THE BOARD FURTHER ORDERED that Surety Band No. U 89 74 25 issued by United Pacific Insurance Company in the amount of $10,400 is hereby EXOM ATED. PASSED by the Board on July 26, 1977. 1 hereby certify that the foregoing h a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: Al Bowler Witness my hand and the Seal of the Board of Building Inspection (2) Supervisors affixed this26th day of July 1912- J. R. OLSSOIII, Clerk By"@4 t r�r ) / /��i_ s? . Deputy Clerk Patricia A. Bell 00.942 H-243I;615m 1 In the Board of Supervisors of Contra Costa County, State of California July 26 1977 In the Matter of Completion of Private Improvements in Minor Subdivision 123-75, El Sobrante Area. The Director of Building Inspection having notified this Board of the completion of private improvements in Minor Subdivision 123-75, as provided in the agreement with Donald L. Bartels, 12996 San Pablo Ave., Richmond, Ca 94801, approved by this Board on January 25, 1977; IT IS BY THIS BOARD ORDERED that the private improvements in said minor subdivision are hereby ACCEPTED as complete. IT IS Br THE BOARD FURTHER ORDERED that the Building Inspection Department is AUTHORIZED to refund the cash deposits of $5,700 and $2,850,. (Receipt No. 134367, dated January 12, 1977) deposited as security for the above agreement. PASSED by the Board on July 26, 1977. hereby certify that the foregoing is a true and correct copy of an order entered an the minutes of said Board of Supervisors on the date aforesaid cc: Donald L. Bartels Witness my hand and the Seal of the Board of Building Inspection (2) Supervisors affixed this 26thday of July 19 77 e J. R. OLSSON, Clerk BY > Deputy Clerk $a ML 00943 H-3s;/:6ISm 1 In the Board of Supervisors of Contra Costa County, State of California July 26 , 19,77 In the Matter of Approval of Agreement for Private Improvements in Minor Subdivision No. 122-76, Antioch Area. WHEREAS an agreement with Frank V. Favaloro k Barbara A. Favaloro; and William H. Snelson & Joyce G. Snelson, 1605 Aster Drive, Antioch, Ca 94509 for the installation and completion of private improvements in Minor Subdi— vision 122-76, Antioch area, has been presented to this Board; and WHEREAS said agreement is accompanied by American Motorists In— surance Company Bond No. 7SM 170=374 in the amount of $1,038.50 for the full amount of the costs for completion of the improvements required by the Board of Adjustment in approval of the above Minor Subdivision• plus Payment Bond in the amount of $1,038.50 required by Section 66499.3(bS of the Subdivision Map Act. NOW, THEREFORE, on the recommendation of the Director of Building Inspection, IT IS BY THE BOARD ORDERED that said agreement is APPROVED and the Chairman is AUTHORIZED to execute same on behalf of the County. PASSED by the Board on July 26, 1977. I hereby certify that the foregoing is o true and correct copy of an order entered on the minutes of sold Board of Supervison on the date aforesaid. cc: Favaloro/Snelsca Witness my hand and the Seal of the Board of Building Inspection (2) Supervison affixed this26t1 day of July 19 77 - J. R. OLSSON, Clerk Deputy Clerk Patricia A. Bell H-24 3/76 15m 00444 Virect co e`Fcr�'e1Ce to- BOND NO. 7SM 170 374 AL BARKER.'SONDS The Hearst Bui:diag IMPROVEMENT SECURITY BOND Market and ThW San Francisco,Calif- 94102 FOR SUBDIVISION AGREEMENT (Performance, Guarantee, and Payment) (Calif. Government Code §§66499-66499.10) FRANK V. FAVALORO, BARBARA A. FAVALORO, 1. OBLIGATION. WILLIA14 H. SNELSON, JOYCE G. SNELSON ,. as Principal, and AMERICAN MOTORISTS INSURANCE COMPANY , a corporation organized and existing under the laws of the State of ILLINOIS and authorized to transact surety business in California, as Surety, hereby jointly and severally bind. ourselves, our heirs, executors, administrators, successors, and assigns to the County of Contra Costa, California, to pay it: (A. Performance & Guarantee) —ONE-THOUSAND AND THIRTY-EIGHT AND 50/100** Dollars (—$ 1 038.50 ------ for itself or any city-assignee under the below-ccunty subdivision agreement, plus (B. Payment) #*'ONE-THOUSA.%D AND THIRTY-EIGHT AND 50/lOa*** Dollars $ 1,038.50------- to secure the claims to which reference is made in Title 15 commencing with Section 3082) of Part 4 of Division 3 of the Civil Code of the State of Califor- nia. 2. RECITAL OF SUBDIVISION AGREEMENT. The Principal has executed an agreement with the County to install and pay for street, drainage, and other improvements in Subdivision Number MS 122-76-76 , as specified in the Subdivision Agreement, and to complete said work within the time specified for completion in the Subdivision Agreement, all in accordance with State and local laws and rulings thereunder in order to satisfy conditions for filing of the Final Map or Parcel Map for said Subdivision. 3. CONDITION. A. The condition of this- obligatYdn As"to-Sectibn I.-(-A)—above is such that if the above bounded principal, his or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and provisions in the said agreement and any alteration thereof made as therein Drovided, on his or its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harml:ss the County of Contra Costa (or city assignee), its officers, agents and employees, as therein stipulated, then this obligation shall become null and void; otherwise it shall be and remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount-specified therefor, there shall be included costs and reason- able expenses and fees, including reasonable attorney's fees, incurred by County (or city assignee) in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. B. The condition of this obligation as to Section 1.(B) above is such that said Principal and the undersigned as corporate surety are held firmly bound unto the County of Contra Costa and all contractors, subcontractors, laborers, materialmen and other persons employed in the performance of the aforesaid agreement and referred to In the aforesaid Civil Code for materials furnished or labor thereon of any kind, or for NAiuofilmed with bocrd order 1 amountz due under the Unemployment Insurance Act with respect to such work or ?a.-or, that said surety hill pay the same in an amount. not exces-dinr the amount hereinabove sct forth, and also in case suit. is broui-ht upon this bond, will Fay, in addition to the face amount hereof, costs and reasonable expenses and fees, including reasonable attorne;•Is fees, incurred by Count.: (or city assignee) in successfully enforcing suc:i obligation, to tie ar:artled and fixed by the court, and to tie taxed as costs and to ;e included in the Judgment therein ren- tiered. It is liei•el. exrresslt stipulated and agreed that this bond shall inure to the benefit of any and all persons, companies and corporations entitled to file claims under Title 15 (commencing with- Section 3082) of Part 4 of Division 3 of the Civil Code, so as to Five a right of action to then or their assigns in any suit brourht upon this bond. Should the condition of this bond be fully oerforindd then this obligation shall become null and void, otherwise it shall be and remain in full force and effect. C. Ho alteration of said subdivision agreement or any plan or specification•of said work agreed to by the Principal and the County shall relieve any Surety from liability on this bond; and con- sent is hereby riven to make such alterations without further noticet'td,� or consent by Surety; and the Surety hereby naives the provisioris .off Calif_ Civil CoOe x7419, and holds itself bound without regard•t6 and indenerdently o!' a_ny action against rrincipal whenever taken. ; SIGaEI) AND SEALED on July 18th, 1977 PRINC3 SURETY AIR AN ORISTS U NCC COl�AIiY I Anthony F. An elicola, Atty-in-Fact Civ K A State of California )ss. (ACKNOWLEDGMENT BY SURETY) Ccu my of San Francisco ) On July 18th, 1977 , the person(s) whose name(s) is/awe sinned above for Surety and who is/a= known to me to be Attorneys)-in-:'act for this Corrorate Surety, personally appeared before me and acknowledged to re that lie signed the name of the Corporation as Surety and his/ btb eA)r own name-Ca) as its Attorneys)-in-Fact. (NOTARIAL SEAL) Cgrolyn P. Kliebert Notary Public for County and State Mev. 2/76) LD-15 EBR.1-U., -2- OFFICIAL'"L CAROLYN P. KLIESERT "s L �,r s •o•r, aalaK�wsli o• s 16- u� _ uoard ordef CII aye p,yrl,.X fall Na�trl[O yj11►1 fie,Lsr..tM.[.Vm►.ri1Nf _ 'I,uy,tN11W �uu.n;amunn[n[ulautu+►watu,wwNwy 1 l ) ) I'T_2:O.1 SUBDIVISION AGREE IE;1^ (§1) Minor Subdivision. t15 122-76 (51) Subdivider: FRANK V. FAVALORO. BARBARA A. (-Private Improvements) FAVALORO, WILLIAM H. SNELSON, JOYCE G. (§1) Effective Date: SNELSON (§2) Completion Period: 1 (53) Deposit: (faithful perf.)51,038.50 (cayment bcnd) S1,036.50 1605 Aster Drive, Antioch, Ca 94-509 1. Parties & Date. Effective on the above date, the County of Contra Costa, California, hereinafter called "County", and the above- named Subdivider, mutually promise and agree as folio-.-;s concerning this subdivision: 2. improvements. Subdivider shall construct, install and complete private road and street improvements, tract drainage, street signs, fire hydrants, and all improvements as required by the County Ordinance Code, especially Title 9 and including future amendments, and all improvements required in the approved parcel man improvement plan of this subdivision on file in the County's Building Inspection Department. Subdivider shall complete this work and irprpvements (hereinafter called ":cork" within the above completion period from date hereof as required by Section 922-4.808 of the County Ordinance Code, in a good workmanlike manner, in accordance with accepted construction practices and in a manner equal or superior to the requirements of the County Ordinance Code and rulings made thereunder; and where there is a con- flict between the improvement plan and the County Ordinance Code, the stricter requirements shall govern. 3. Improvement Security. Upon executing this agreement, Subdivider shall, in accordance with Section 922-4.60.4 (3) of the County Ordi- nance Code, deposit as security with the County at least the above- specified amount, which is the total estimated cost of the work, in the fora of a cash deposit, a certified or cashier's check, or an acceptable corporate surety bond, guaranteeing his faithful perfor- mance of this agreement. - 4. _indemnity. Subdivider shall hold harmless and indemnify the indemnitees from the liabilities as defined in this section: A - The indemnitees benefited and protected by this promise are the County, and its special districts, elective and appointive boards, commissions, -officers, agents and employees; B - The liabilities protected against are any liability or claim for dar_age of any kind allegedly suffered, incurred or threatened because of actions defined belbw r and including personal in-jury, death, property damage, inverse condemnation, or any combination of these, and regardless of whether or not such liability, claim or damage was unforeseeable at any time before the County approved the parcel map improvement plan or accepted the improvements as completed, and including the defense of any suit(s), action(s) or other proceedings) concerning these; C - The actions causinx liability are any act or omission (negli- gent or non-negligent) in connection with the matters covered by this agree=ent and attributable to the Subdivider, contractor, subcontrac- tor, or any officer, agent or employee of one or more of them; D - Non-Conditions: The promise and agreement in this section is not conditioned or dependent on whether or not any Indemnitee has prepared, supplied, or approved any plan(s) or specifications) in connection with this work or subdivision, or has insurance or other indemnification covering any of these matters, or that the alleged damage resulted partly from any negligent or willful misconduct of any Indemnitee. 5. Costs. Subdivider shall pay when due all the costs of the work, including inspections thereof and relocating existing utilities required thereby. 00945 6. ::onperfo:-Mance and Costs. If Subdivider fails to complete the :cork and Ino oveaents within the time specified in this agreement or extensions granted, County may proceed t� �:tsi- �gr..p;�4e�atr@eby, contract hliuo Z or otherwise, and Subdivider shall pay the costs and charges there- for immediately upon demand. If County sues to compel performance of this, agreement or recover the cost of completing the improvements, Subdivider shall pay all reasonable attorneys' fees, costs of suit, and all other expenses of litigation incurred by County in connection therewith. 7. Assignment. If before these improvements are completed this minor subdivision is annexed to a city, the County may as"sign, to" that city the County's rights under this agreement and/or any deposit or bond securing them. 8. !-!arranty. Subdivider warrants that the said improvement plan Is adequate to accomplish this work as promised in Section 2,-* and if, at any timebeforethe County's acceptance of the improvements as complete, the improvement plan proves to be inadequate in any respect,. Subdivider shall sake changes necessary to accomplish the work as promised. 9. 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 or all of these acts, shall not relieve the Subdivider of his obligation to fulfill this contract as prescribed; nor shall the County be thereby estopped from bringing any action for dar.-ages arisinig, from the failure to co m.. ly, with any of the terms and conditions hereof. 10. Record Map. In consideration hereof, .County shall accept said parcel map for filing with the County Recorder. 7 14T?A C,. A SUBDLAFT-DER: (sqa�-vote bolow) Chairman, Board df,,8- I ppervisors ATT zST: ,.J. R. OLSSOII';, County Clerk By k z1 & ex: officio Clerk of. th6 Board (Dgsgmate official capacity in the business) J'A Note to Subdivider: (1) Execute D"eputy acknowledgment form below; and (2) If a corporation, attach a JUL 2 9 1977 certified copy of (a) the by-laws or (b) the resolution of the J. R. OLSMN ffo-ard of Directorsauthorizing CLM MAW 0SU-V i F "ZM CONIRA A. execution of this contract and of the bonds required hereby. State of California ss. (Acknowledgment by Corporation, County of San Francisco Partnership or Individual) On July 18th,'1977 the person(s) whose name(s)Sc/are signed above for Subdivider and who is known to me to be the individ- ualse�xo=- JgAvx=xRxaAtrAA as stated above who signed this instrument, and acknowledged to me that he executed it and that the 9,=_A�pArAMR nazed above executed it. individuals =OAFRWAM IfTLIELSERT == NOVARV PUSUC.CALOORNIA Z MY A"COL-911 OF S"fl"C= Carolyn P. Kliebert 211 Mit ...*-Up�J."L 2929 Notary Public for' said County and State (_Form approved by Coi-nty Counsel 11/7-6) (CCC Std. Form; Rev. 12/74) OO1QA5 MJB:bw -2- villit wca.d orcier AMERICAN MOTORISTS INSURANCE COMPANY -- Home Office:Long Grove,IL 60049 ►, �- 1 POWER OF ATTORNEY Know All Men By These Presents: That the American Motorists Insurance Company, a corporation organized and existing under the laws of the State of Illinois, .and having its principal office in Long Grove, Illinois, does hereby appoint ........ Anthony Angelicola of San Francisco, California***** its true and lawful agent(s)and attorneys)-in-fact, to make, execute, seal, and deliver during the period begin- ning with the date of issuance of this power and ending December 31,1978 unless sooner revoked for and on its behalf as surety,and as its act and deed: Any and all bonds and undertakings provided the amount of no one bond or undertaking exceeds TFIM HUNDRED THOUSAND DOL— LARS ($300,000.00) EXCEPTION:\'O AUTHORITY is granted to make, execute, seal and deliver any bond or undertaking which guarantees the payment or collection of any promissory note, check, draft or letter of credit. This authority does not permit the same obligation to be split into two or more bonds in order to bring each such bond within the dollar limit of authority as set forth herein. This appointment may be revoked at any time by the American .Motorists Insurance Company. The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said American Motorists Insurance Company as fully and amply to all intents and purposes,as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office in Long Grove,Illinois. THIS APPOINTMENT SHALL CEASE AND TE%%4INATE WITHOUT NOTICE AS OF DECEMBER 31,1978. This Power of Attorney is executed by authority of a resolution adopted by the Board of Directors of said American Motorists Insurance Company on May 15, 1939 at Chicago, Illinois, a true and accurate copy of which is hereinafter set forth and is hereby certified to by the undersigned Secretary or Assistant Secretary as being in full force and effect: "VOTED.That the President or any Vice President or Secretary or any Assistant Secretary shall have power and authority to ap- point agents and attorneys in tact, and to authorize them to execute on behalf of the company, and attach the seal of the company thereto, bonds and undertakings, recognizances. contracts of indemnity and other writings obligatory in the natare thereof,and any such officer of the company may appoint agents for acceptance of process." This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the Board of Directors of the company at a meeting duly called and held on the day of May,1963: "VOTED, That the signature of the President, any Vice Presidenl, Secretary or Assistant Secretary, and the Seal of the Com- pany, and the certification by any Secretary or Assistant Secretary, may be affixed by facsimile on any power of attorney executed pursuant to resolution adopted by the Soard of Directors on May 16. 1962, and any such power so executed, sealed and certified with respect to any bond ur undertaking to which it is attached, shall continue to be valid and binding upon the Company:" In Testimony Whereof, the American .Motorists Insurance Company has caused this instrument to be signed and its corporate seat to be affixed by its authorized officers, this qday of November ,1936 Attested and Certified: AMERICAN MOTORISTS INSURANCE COMPANY Y C G.Swan.Secretary ti.L.Kennicotr,Jr.,Vice President STATE OF ILLINOISItsl COUNTY OF COOK) 1, jean Petzold, a Notary Public,do hereby certify that H. L- Kennicott, Jr. and C. G. Swan personally known to me to be the same persons whose names are respectively as Vice President and Secretary of theAmerican Motorists Insurance Company, a Corporation of the State of Illinois, subscribed to the foregoing instrument, appeared before me this day in person and severally acknowledged that they being thereunto duty authorized signed, sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary act for the uses and purposes"therein set forth'_' 4 ,qty commission expires:April 29.1980 Scan Petzold,*%otary Public CERTIFICATION 1,Sven L.Johanson,Secretary of the American,Motorists Insurance Company, do hereby certify that the attached Power of Attorney dated November 12. 1976 on behalf of Anthony Anselicola of _San Francisco California * is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate, and I do further certify that the said H.L-Kennicott, Jr.and C.G.Swan who executed the Power of Attorney as Vice President and Secretary respectively were on the date of the execution of the attached Power of Attorney the duly elected Vice President and Secretary of the American Motorists Insurance Company. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the American . Motorists Insurance Company on this day ofjUL "'TL IJKarwn,teCrCIa,V . This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein, and they have no authority to bind tic Company except in the manner and to the extent herein stated. r:•L1C �:. ".1 f;,icrotilmed with brant crde-c 0 99-Ax f In the Board of Supervisors of Contra Costa County, State of California July 26 , 19 U-. In the Matter of Granting Extension of Time in which to File the Final Map for Subdivision 4690, Orinda area. On the recommendation of the Director of Planning, IT IS,BY THE BOARD ORDERED that the request of David C. Boone for a one-year extension of time in which to file the Final Map for Subdivision 4690, Orinda area, is GRANTED, thereby extending the final filing date to August 10, 1978. PASSED by the Board on .July 26, 1977. I hereby certify that the foregoing Is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the dale aforesaid. Witness my hand and the Seal of the Board of Orig.: Planning Dept. supen&om cc: David C. Boone affixed this26thday of July . 19 77 Director of Planning Public Works Director County Counsel _ J. R. OLSSON, Cleric Countv AdministratortlU-0a__Q iN1 j . Deputy Clerk Patricia A. Bell H-2,3h6 15m OUa48 I j In the Board of Supervisors of Contra Costa County, State of California �Tu lye 19 7Z In the Matter of Release of hien Hazel Hilday and Olive Jimisom On recommendation of the County Auditor-Controller IT IS BY THE BOARD ORDERED THAT the Chairman IS IMMY AUTHORIZED to execute Release of Abatement Lien which was taken to guarantee repayment of the cost of services rendered by the County to : Hazel Hilday and Olive Jimison who have made repayment in full. PASSED by the Board an .7uly 26, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered an the minutes of said Board of supervisors an the date aforesaid. Originating Dept: Auditor-Controller Witness my hand and the Seal of the Board of Supervisors cc: County Administrator affixed this 2 n day of July . 19 77 BYg¢ ` J. R. OLSSON, Clerk 1 —f (� aj�_ Deputy Clerk H 24 12M . is-M Patricia A. Sell 00949 RELEASE OF LIEN NOTICE OF LIEN recorded in the official records in the office of the County Recorder of this County on 142-.h 3- 1963 in Volume 6886 at page 451 is hereby. released. Dated: July 26 1977 By order of the Board of Supervisors. i . It ,. /fit;s e'� yY N. Boggesi CHA MIAN OF THE WARD OF SUPERVI§OP.S Contra'Costa County STATE OF CALIFORNIA County of Contra Cotta On ('date) July 26, 1977 before use, Patricia X. bella deputy county clerk of t is county, personally appeared knoxn to me to bete person who 7sus as instrument and to the Chairman of the Board of Supervisors of this County and acknowledged that he executed it. James,R. Olsson, Couuty Clerk by + . : '` t Deputy County Clerk s Gsi r filmed With board order ' i _ In the Board of Supervisors of Contra Costa County, State of California JULY 26 19 77 ' In the Matter of Approving Amendment to Architectural Services Agreement for the Veteran's Memorial Hall Remodel, Danville. (Work Order No. 5480) The Board of Supervisors APPROVES and AUTHORIZES the Public.4orks Director to execute the Amendment to Architectural Services Agreement with Cometta and Cianfichi of Richmond for design of alterations:to the Veteran's Memorial Hall in Danville. This Amendment provides for a'maxi- mum fee of $7,500, not to be exceeded without further written approval by the Public Works Director. PASSED by the Board on July 26, 1977. } Y , t ti: 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. Originator: P. W. Dept. Witness my hand and the Seal of the Board of Bl gs and Grnds Supervisors cc: Public Works Department affixed this 26tbday of July . 19 77 Agenda Clerk Building Projects J. R. OLSSON, Clerk County Auditor-Controller J. Bye BY ��� Deputy Clerk County Administrator N.POtfS P. Burton (Info) Architect H-24 oo. 5Q FIRST AMENDMENT TO AGREEMENT FOR ARCHITECTURAL SERVICES FOR VETERANS MEMORIAL HALL ALTERATIONS, DANVILLE I. Effective Date and Parties: Effective July 26, 1977, Cometta and Cianfichi herein call- Contractor") and the County of Contra Costa (herein called "County"), a political subdivision of the State of California, mutually agree as follows: II. Purpose: The parties desire to amend that contract they entered into, effective January;11:,.1977, entitled "Agreement for Archi- tectural Services". This Agreement was for architectural services for the Veterans Memorial Hall Alterations, Danville, California. III. Amendments: The Agreement for Architectural Services is hereby amended as follows: A. Article II C Pae 2: Delete in its entirety and replace with the following: C. "The tentative construction is hereby declared to be Seventy Five Thousand and No/100ths Dollars ($75,000.00). B. Article V, A, Page 10: Delete first paragraph in its entirety and replace with the following: A. "The County agrees to pay the Architect for full per- formance of architectural services for the Construc- tion Documents and Construction Phases herein, a total fee of $7,500 based upon the approved cost es- timate submitted at the completion of the Design Development Phase." IV. Effect: Except for the amendments agreed to herein, the Agreement:of January 11, 1977 remains in full force and effect. CONTRA COSTA COUNTY ARCHITECT: PUBLIC WORKS DEPARTMENT i, By 69/= GCQ�lcas. Vernon L. Cline Public Works Director dba RECOMMENDED FOR APPROVAL: By Arthur G. Will County Administrator B y R. M. Rygh Deputy Public Works Director Microfilmed with Eioard order- FORM APPROVED BY COUNTY COUNSEL In the Board of Supervisors of Contra Costa County, State of California July 26 .`79 77 In the Matter of Approval of Medical Specialist Contract for County Medical Services IT IS BY THE BOARD ORDERED that a contract with the medical specialist listed by name and contract number below, effective July 1,', 1977 , through April 30. 1978, is hereby APPROVED, implementing Resolution No. 77/326 adopted April 19, 1977: Contract Number Name 26-821 James J. Stanton, H.D. IT IS FURTHER ORDERED that the Director, Human Resources,Agency, is AUTHORIZED to sign this contract on behalf of this Board. PASSED BY THE BOARD on July 26, 1977- I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisor on the date aforesaid Orig: Human Resources Agency Witness my hand and the Seal of the Board of Attn: Contracts S Grants Unit Supervisors cc: County Administrator wed this26thday of July: 19 County Auditor-Controller County Medical Services Contractor J. R. OLSSON, Clerk By �� 4>-tL, Deputy Clerk R bbie &tierrezJ dg 00952 H-24 3/76 15m contra Costa County, Standard Form ` MEDICAL SPECIALIST CONTRACT 1. Contract Identification. Contract 0 26 - 821 Department: Medical Services Subject: provision of Special Urology Services 2. Parties. The County of Contra Costa, California (Couaiy) for its Department named above, and the following named Contractor mutually agree and promise as follows: Contractor: James J. Stanton, M.D. State Medical Capacity: Individual License 0 A19330 Address: 2121 Ygnacio Valley Rd., Walnut Creek, Ca. 3. Term. The effective date of this Contract is July i, 1977 and it terminates April 30, 1978 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 applicable] a. 40.00 per hour of consultation/training session/ '- 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 reader such special professional services at times and locations specified by the County Medical Director or Health Officer. Contractor will provide service in the following speciality(ies): Urology 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 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 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, siclmess 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 and non-medical, of the Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor. 11. Assignment. Contractor shall not assign or transfer any interest hereunder without the expressed permission of the County Medical 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' re t COUNTY OF CONTRA COSTA CALIFORNIA CONTRA OR 1 By By Designee Recommended for Approval Dated: By .Q (Form approved by County Counsel) Medical Directo or Health Officer 00-953 r PP Contract Number 2 6 - 921 Attachment Number 1 PREPAID HEALTH PLAN SUBCONTRACT REQUIRMENTS Pursuant to State Department of Health/County Contract #76-56983 (County #29-609) effective December 30, 1976, Waxman--Duffy Prepaid Health Plan Act, Section 14200 et seq., Welfare and Institutions Code and a waiver granted under Section 222, P.L. 92603, under which the County provides Prepaid Health Plan (PHP) services, the following subcontract requirements (Article %I Subcontracts) are incorporated into the contract referenced by number above: 1. Contractor shall be subject to and comply with all Federal, State, and local laws and regulations and State contract referenced by number above as applicable with respect to its performance hereunder. 2. Contract referenced by number above is not effective until it has been formally approved by the State Department of Health, unless the Department of Health has acknow- ledged receipt of the proposed subcontract and has failed to formally approve or disapprove the subcontract within sixty (60) days of receipt. 3. By this subcontract the County delegates responsibility to the Contractor to provide PHP services, but does not terminate County's legal responsibility to the State Department of Health to assure that those services are provided to PHP enrollees. Any extension or renegotiation for service provided under terms of this contract is subject to prior approval by Board of Supervisors, State Department of Health, and Department of Corporations. 4. Contractor will use County's Department of Health approved medical record system, and notwithstanding General Conditions paragraph 3. Records, if a part of this contract, will preserve medical records for a minimum of four years from termination of State Department of Health Contract #76-56983 or until any audit or matter under investigation by the County, State Department of Health, U. S. Department of Health, Education and Welfare, or the Comptroller General of the United States has been resolved. If Contractor's service is provided on a referral basis only, Contractor will provide adequate documentation of the service provided each PHP enrollee for entry into the enrollee's medical record maintained by the County. 5. Contractor will maintain the confidentiality of PHP enrollees' medical records and enrollment information and prevent unauthorized disclosure. 6. Any PHP enrollee's medical records maintained by Contractor are subject to inspection and medical audit of such records by County, the State Department of Health, and U. S. Department of Health, Education and Welfare, and Contractor must comply with requirements issued as a result of such inspection or audit. 7. Contractor will participate in and cooperate in County's professional review process in relation to services provided to PHP enrollees, and comply with resulting requirements. 8. Contractor will submit utilization reports, in relation to PHP enrollees, as required by County. 9. Contractor will comply with County's PHP grievance procedure and abide by any determination of PHP's grievance committee, if Contractor maintains PHP enrollee medical records for County. 10. Contractor will allow inspection of financial books and records relating to PHP enrollees or PHP services by the County, State Department of Health, State Department of Corporations, the U. S. Department of Health, Education and Welfare, the Comptroller General of the United States, or their duly authorized representatives. 11. In relation to PHP enrollees and notwithstanding General Conditions paragraph 3, Records, if a part of this contract, Contractor will maintain financial records for a minimum of four years from termination of State Department of Health Contract #76-56983 or until any audit or matter under investigation by the County, State Department of Health, U. S. Department of Health, Education and Welfare, or the Comptroller General of the United States has been resolved. 00.954 (A-4632 New 3/77) -1- 1 Y4 In the Board of Supervisors of Contra Costa County, State of California July 26 .]4 77 In the Matter of Approval of Medical Specialist Contract for County Medical Services IT IS BY THE BOARD ORDERED that a contract with the medical, specialist listed by name and contract number below, effective July 1, 1977 through April 30, 1978, is hereby APPROVED, implementing Resolution No. 77/326 adopted April 19, 1977: Contract Number Name 26-821 James J. Stanton, M.D. IT IS FURTHER ORDERED that the Director, Human Resources Agency, is AUTHORIZED to sign this contract on behalf of this Board. PASSED BY THE BOARD on July 26, 1977• 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Orig: Human Resources Agency Witness my hand and the Seat of the Board of Attn: Contracts b Grants Unit Supervisors cc: County Administrator of fixed this26thday of July . 1977 County Auditor-Controller County Medical Services Contractor J. R. OLSSON, Clerk By Z'4*' Deputy Clerk R bbie &tierre<D dg 0f..)95 H-24 3/76 ism PREPAID HEALTH PLAN SUBCONTRACT REQUIR mas 12. Contractor will notify the-De-0 IE­oif Health'and-Commissioner-o£ Corporations in the event the contract referenced by number above is amended or terminated. Notice is considered given when in the U.S. Registered Hail with first'class postage addressed as follows: Alternative Health Systems' Department of Corporations Department of Health 600 South'Commonwealth 714 P Street, Suite 1540 Los Angeles, California 90005" Sacramento, California 95814 13. Approval of the contract referenced by number above by"the. State Department of Health does not constitute approval of the method and'amount of compensation specified in the contract. 14. Contractor will hold harmless both the-State and PHP enrollees in the event the County cannot or will not pay for services performed for PHP enrollees`pursuant to the contract referenced by number above. 15. If Contractor enters one or more subcontracts in order to provide any services implied or expressed in the contract referenced by number above, all subcontract elements required by State Department of Health Contract #76-56983, Article %I, Subcontracts,_as specified in this Attachment, mist be included in such subcontract, except that County instead of State Department of Health is responsible for approval and notification responsibilities. 16. Contractor shall not make assignment and/or delegation of this subcontract unless County has obtained prior written approval"of the other party and-State Department of Health. r � C,,. � '�".jr�' - `�x ii:Y�'i 4 '� 3. _ .>33♦ .o x'-.. . r . 't y\ LY t T.' L.. .;.,p,.e it�r 'f` ,� ��.f F K .✓.etx .J..".i. (A-4632 New 3/77) .2_ { In the Board of Supervisors of Contra Costa County, State of California July 26 , 19 77 In the Matter of Authorizing execution of a contract with a Prepaid Health Plan provider for County Medical Services The Board having considered the State requirement for formal contracts between the County and Prepaid Health Plan providers, IT IS BY THE BOARD ORDERED that the Director, Human Resources Agency, is AUTHORIZED.to execute the contract listed below: Number: 26-947 Department: Medical Services/Prepaid Health Plan Contractor: Macdonald Avenue Pharmacy Term: July 1, 1977 through June 30, 1978 Service: Provision of pharmaceutical services as ordered or prescribed by County Medical Services PASSED BY THE BOARD on July 26, 1977• 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Superviwn an the date aforesaid Orig: Human Resources Agency 1ARtness my hand and the Seal of the Board of Attn: Contracts S Grants Unit Supervisors cc: County Administrator affixed this26&hdoy of July . 19 Z County Auditor-Controller County Medical Services State Dept. of Health .' T J. R. OLSSON, Clerk Contractor By Deputy Clerk Rabbiutie z 0195'7 H g24 3/76 1S- �C:;ntra Costa County I Standard Form • MEDICAL SERVICES SHOAT FO?-%f SERVICE CONTRACT 1. Contract Identification- Contract 026 - 947- Department: Medical Services Subject: Provision of pharmaceutical 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: County Contractor: Macdonald Avenue Pharmacy Vendor # Capacity: Sole proprietorship Address: 4302 Macdonald Avenue, Richmond, California 94805 3. Term. The effective date of this Contract is July 1, 1977 and it terminates June 30, 1978 unless sooner terminated as provided herein. 4. Termination. This Contract may be terminated by either party by giving thirty (30) days advance written notice thereof to the other, or may be cancelled immediately by written mutual consent. 5. County's Obligations. In consideration of Contractor's provision of services as described below, County shall pay Contractor the current Medi-Cal rate for like service, upon submission of a properly documented demand for payment in the manner and form prescribed by County and upon approval of such demand by the head of the County Depart- ment for which this contract is made or his designee._ The current Medi-Cal rate shall be that rate in effect at the time service is rendered. 6. Contractor's Obligations. Contractor shall be subject to Attachment 01, "Prepaid Health Plan Subcontract Requirements," attached hereto and incorporated herein, for services rendered to County Prepaid Health Plan. Contractor shall provide the following described services: pharmaceutical services and medical supplies as ordered and/or prescribed by County Medical Services. Hours of service shall be as follows: 10:00 a.m. to 7:00 p.m. Monday through Friday; 10:00 a.m. to 5:30 p.m. on Saturday. 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 relationship. of agent, servant, employee, partnership, joint venture, or association. 8. 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 here- under, including but not limited to, licensing, employment and purchasing practices; and wages, hours and conditions of employment. 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, sic'.mess 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. 11. Assignment. Contractor shall not assign or transfer any interest hereunder without the expressed permission of the County Medical Director, subject to any required State approval. 12. Legal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and 31000. 13. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF COXMk COSTA. CALIFORNIA CO+ OR Designee Reco=ended for Approval /) (Designate of cial capacity) Ey Medical Director (Form approved by County Coall- (A-4633 New 4/77) �Aitrofifr"t�d with board order ' Contract Number 26 - 947 Attachment Number 1 PREPAID HEALTH PLAN SUBCONTRACT REQUIREMENTS Pursuant to State'Department of Health/County Contract #76-56983 (County #29-609). effective December 30, 1976, Waxman-Duffy Prepaid Health Plan Act, Section 14200 et. seq., Welfare and Institutions Code and a waiver granted under Section 222, P.L. 92603, under which the County provides Prepaid Health Plan (PHP) services, the following subcontract requirements (Article XI Subcontracts) are incorporated into the contract referenced by number above: 1. Contractor shall be subject to and comply with all Federal, State, and local laws and regulations and State contract referenced by number above as applicable with respect to its performance hereunder. 2. Contract referenced by number above is not effective until it has been formally approved by the State Department of Eealth, unless the Department of Health has acknow- ledged receipt of the proposed subcontract and has failed to formally approve.or disapprove the subcontract within sixty (60) days of receipt. 3. By this subcontract the County delegates responsibility to the Contractor to provide PHP services, but does not terminate County's legal responsibility to 'the State' Department of Health to assure that those services are provided to PHP enrollees. Any extension or renegotiation for service provided under terms of this contract is subject to prior approval by Board of Supervisors, State Department of Health, and Department of Corporations. 4. Contractor will use County's Department of Health approved,medical record system, and notwithstanding General Conditions paragraph 3. Records, if a part of this contract, will preserve medical records for a mini-1— 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 YHP enrollees' medical records and enrollment information and prevent unauthorized disclosure. 6. Any PHP enrollee's medical records maintained by Contractor are subject to inspection and medical audit of such records by County, the State Department of Health, and U. S. Department of Health, Education and Welfare, and Contractor must comply with requirements issued as a result of such inspection or audit. 7. Contractor will participate in and cooperate in County's professional review process in relation to services provided to PHP enrollees, and comply with resulting requirements. 8. Contractor will submit utilization reports, in relation to PHP enrollees, as required by County. 9. Contractor will comply with County's PHP grievance procedure and abide by any determination of PHP's grievance-committee, if Contractor maintains PHP enrollee medical records for County. 10. Contractor will allow inspection of financial books and records relating to PHP enrollees or PHP services by the County, State Department of Health, State Department of Corporations, the U. S. Department of Health, Education and Welfare, the Comptroller General of the United States, or their duly authorized representatives. 11. In relation to PHP enrollees and notwithstanding General Conditions paragraph 3, Records, if a part of this contract, Contractor will maintain financial records for a minimum of four years from termination of State Department of Health Contract x`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. 01).'59 (A-4632 New 3/77) r In the Board of Supervisors of Contra Costa County, State of California July 26 19 7 In the Matter of Authorizing Attendance at Federal Water Resources Policy Study, Los Angeles. The Board of Supervisors having been advised of a notice from the United States Dater Resources Council of. hearings in Los Angeles on July 28 and 29, 1977 concerning a . Federal Water Resources Policy Study; and The Public Works Director having recommended that Mr. Jack Port of the Public Iyorks Department be authorized to attend the hearings and to submit an oral statement on behalf of the Board, said statement to be followed with a written statement outlini n Contra Costa County's areas of concern with current federal policies; and The Board having concurred therewith, IT IS BY THE BOARD ORDERED that the recommendation of the Public Works Director is APPROVED. PASSED by the Board on July 26, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: Public Works Director Witness my hand and the Seal of the Board of Attn: Jack Port Supervisors County Administrator affixed this_Z61iday of .7� . 1972— County 1972—County Auditor—Controller J. R. OLSSON, Clerk By Deputy Clerk Robbie ierrez 0Og60 H-24 3/76 15m In the Board of Supervisors of Contra Costa County, State of California July 26 , 19 -17 In the Matter of Report of Planning Commission on the Request of Security Owners Corporation, Applicant, (2065 RZ) to Rezone land in Pleasant Hill Area. Messrs. Baltzer & Taylor, Owners. The Director of Plante having notified this Board that the Planning Commission recommends approval of the request of Security Lliners Corporation, applicant, (2065—RZ) to rezone approximately 13 acres bounded by Taylor Boulevard and Dobbs Drive on the east, Buttner Road on the west, Grayson Creek on the north and the City of Pleasant Hill boundary on the south, Pleasant Hill area, from Single Family Residential. District-20 (R-20) to Single Family Residential District 12 (R-12); IT IS BY THE BOARD ORDERED that a hearing be held on Tuesday, August 23, 1977 at 11:20 a.m. in the Board Chambers, Room 107, Administration Building, Pine and Escobar Streets, Martinez, California. IT IS FARTHER ORDERED that the Clerk, pursuant to code requirements, publish notice of same in the CONTRA COSTA,TIMFS and give notice by mail to all persons shown on the last - equalized assessment roll as owning real property within 300 feet of the property which is the subject of the proposed zoning change. PASSED by the Board on July 26, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: Security Ot>rners Corporation Witness my hand and the Seal of the Board of List of Names Provided Supervisors by Planning affixed this 26thday of July 19 77 Director of Planning J. R. OLSSON, Clerk Deputy Clerk Rot0bie G4ierrez 00 ii CONTRA COSTA COUNTY RECEIVED PLANNING DEPARTMENT JUL/f 1977 TO: Board of Supervisors DATE: 7 July 1977 CLM B�OF w WSM Attn: Clerk of the Board 0°"T� �«� DOW FROM: Anthony A. Dehaesus SUBJECT: REZONM - Security Owners Corp. Director of P (2065-RZ) - 13 Acres, R-20 to R-12 in the Pleasant Hill Area. (S.D.IV) Attached is Planningssian solution No. 53-1977, adopted by the Planning Comm- ission on Tuesday, July 19 by a vote of 5 AYES - 2 ABSFIJP (Anderson Stoddard). This application was reviewed by the Planning Commission on Tuesday, June 28, 1977, and was approved for change from R-20 to R-12 by a vote of 5 AYES - 2 NOES (Young $ Walton). The subject property is described as being approximately 13 acres bounded by Taylor Boulevard and Dobbs Drive on the east, Buttner Road on the Nest, Grayson Creek on the north and the City of Pleasant Hill boundary on the south - Pleasant Hill Area. The following people should be notified of'your Board's hearing date and time: Security Owners Corporation (4pplicant) M. E. Berkowitz 930 Estudillo Street 1948 Buttner Road Martinez, California 94553 Pleasant Hill, Calif. Attn: Jia Busby Robert Nave rlessrs. Baltzer $ Taylor (Owners) 6501 Westfield Court c/o Dennis Barry, Agent Martinez, California 94553 23SO Contra Costa Boulevard Pleasant Hill, California 94523 Donald E. Harper 991 Grayson lane Mr. J. R. Lawson Pleasant Hill, Calif. 815 Slater Road Pleasant Hill, Calif. Alvin A. Burton 9 Cadima Court Walter Taylor Pleasant Hill, Calif. 1699 Clayton Way Mr. Allen Frnyd Concord, California 202 Davon Avenue Pleasant Hill, Calif. (See attached sheet for additional names F, addresses) A4D/v Attachments: Resolution, Findings Map, Subdivision Resolution, Area Map, Staff Report, Environmental Impact Report& Responses, Minutes CC cc. File 2065-R7. Q�nn.7V2 Applicant and Owner A�iEWtiir�,ct vritrti Supervisors, District: I, II, III, IV, V. boe,d ordar Names & Address.for notification - 2065-RZ,- Security Owners Corp. Dean Wilson 2031 Buttner Road Pleasant Hill, Calif. Judy Cubillo < 2024 Buttner Road Pleasant Hill, Calif. _ ?t Mr. $ Mrs. Arnold K. Swann S 2080 Buttner Road Pleasant Hill, Calif• s f i , ; Y X} Mr. Mrss. John N. Hanlon E r 2098 MDh& Drive Pleasant Hill, Calif. Mr. Mrs. Paul E. Kilkenny 817 Slater Road f a Pleasant Hill Calif. 94523 . t~c."- ,fir xe r✓ 3'x - +� City of Pleasant Hill 3300 North Main Street Pleasant Hill, CaliIV f. City O f Martin— ez R s d * zt T t c Planning t n.„Department�. 525 Henrietta Street Let a M 4c5 fiAjx^} ry k R 1 mg ,F 2� Lw Y } Ua3i Mart uez, Calif. 94553 Dennis Clifford, Attorney 3 a �T 2319 Harrison Street„, Oakland California 94612 S .,y, t. ✓ ..Yd C ;a „f � 9zx xt� $r fi .�A� r. + rr c _ Sy X f � 1 00963 x Mi€FOfii+Fuad with board ordw RESOLL1TION NO. 53-1977 RESOUITION OF THE PLANNING OXPAISSION OF THE COL94TY OF CONTRA OOSTA, STATE OF CALIFOR- NIA, INCORPORATING FINDINGS AND RECO1+i MMATIONS ON THE REQUESTED CHANGE IN Z014ING By SECURITY OWNERS CORPORATION (APPLICANT), EDWIN & WILLIA1i BALTZER & WALTER TAYLOR (MIURS) (2065-RZ), IN THE ORDINANCE CODE SECTION PERTAINING TO THE PRECISE ZONING FOR THE PLEAS- ANT HILL AREA OF SAID COUNTY. WHEREAS, a request by SECURITY OWNERS CORP. (Applicant), EDWIN & WILLIAM BALTZER & WALTER TAYLOR (Owners) (2065-11Z), to rezone land in the Pleasant Hill Area from Single Family Residential District (R-20) to Single Family Residential District (Rr12),was re- ceived by the Planning Department Office on August 10, 1976; and WHEREAS, after notice thereof was lawfully given, a public hearing was held by the Planning Ccnmission on Tuesday, June 28, 1977, whereat all persons interested therein might appear and be heard; and WHEREAS, an Environmental Impact Report was prepared by the Planning Staff, presented at said public hearing, considered by the Planning Carmission during its deliberations and was found to have been complete in canpliance with CEQA, the State and local guidelines; and R'H EAS, the Planning Carmission Friday, June 17, 1977, visited the subject property; and WHEREAS, the Planning Codmission having fully reviewed, considered and evaluated all the testimony and evidence submitted in this matter; and Now, Tom, BE IT RESOLVED that the Planning Commission recacmends to the Board of Supervisors of the County of Contra Costa, that the rezoning request of SDC:UR- ITY OWNERS CORPORATION (Applicant), EDWIN & WILLIAM BALTZER & WALTER TAYLOR (Owners), (2065-RZ), be APPROVED as to the change from Single Family Residential District (R-20) to Single Family Residential District (R-12), and that this zoning change be made as is indicated on the findings map entitled: A Portion of the Districts btap for the East Pleasant Hill area, Contra Costa County, California, Insert Map #16; the Districts Nlap for the West Pleasant Hill Area, Contra Costa County, California; Insert Ltap #17 and the Districts Map for the Pacheco Area, Contra Costa County, California, Insert Nap #46, which is attached hereto and made a part hereof; and BE IT RgrHER RESOLVED that the reason for this recce mandation is as follows: (1) The proposed rezoning is in conformance to the County's General Plan. While ancon- sistent"with adjacent properties, it reflects a transition to higher density uses going on in the area as a whole. 001564 MicrofOrned with board ordor r Resolution No. 53-1977 BE IT FURTFiEEt RESOLVED that the Chairman and Secretary of this CCmnission shall sign and attest the certified copy of this resolution and deliver the snore to the Board of Supervisors all in accordance with the Government Code of the State of California. The instruction by the Planning Comnission to prepare this resolution was given by motion of the Planning Commission on Tuesday, June 28, 1977, by the following vote: AYES: Commissioners - Anderson, Stoddard, Phillips, Compaglia., Milano. NOES: Commissioners - Young, Walton. ABSENT: Cmmi.ssioners - None. ABSTAIN: Conmi.ssioners - None. I, William L. Milano, Chairman of the Planning Comiission of the County of Contra Costa, State of California, hereby certify that the foregoing was duly called and held in accordance with the law on Tuesday, July 5, 1977, and that this resolution was duly and regularly passed and adopted by the following vote of the Commission: AYES' Commissioners - Compaglia., Phillips, Young, Walton, Milano. NOES: Commissioners - None. ABSENT: Commissioners - Anderson & Stoddard.. ABSTALY: Commissioners - None. Chairman of the Planhing U msission of the County of Contra Costa, State of California t ATTEST: Secretary the P1 ing Commiss on of the j County 7f the CoAta, State o California 00865 �* Microfilmed with board ordor .j } 1" =800' .2 a' R-157-0 f f ! ,.✓ 0 /2 ` Rezone i From R-20 To 9-/2 A-2 f f . f• � � CITY 1, A N YOUA14 , Chairman of the Contra Costa County Planning Commission, State of California, do hereby certify that this is a true and correct copy of A portion of the districts map for the East Pleasant Hill area Contra Costa County, California, insert nwp no. 16. The districts map for the West i Pleasant Hill area Contra Costa County, California insert map no. 17 and the districts map for the Pacheco area Contra Costa County, California, insert ,—map no. 46. _ indicating thereon the decision of the Contra Casto'County Planning-- Commission in the matter of 5E'CUR/TY OWNE,f5 empoR4rlm/ ?066, tez Chairman of the Corftra Costa County " Planning Commission, State of Calif. ATTEST: Microfi;med ith board order iSecrefary aF theontra Costc} ounty /966 Planning Commistion, State of Calif. Findings Map i BEFORE THE PLANNING COMMISSION OF THE COUNTY OF CONTRA COSTA STATE OF CALIFORNIA In the Matter of the Application for Approval of the Tentative Map of Subdivision Number 49191 WHEREAS, a request by Security Owners (Applicant & Owner) for approval of a tentative subdivision map in an R-20 Zoning District (proposed R-12 Zoning District - 2065-RZ) was received by the Planning Department on August 10, 1976; and WHEREAS, with the application was a request for 9 variances for average lot width from the requirements of the R-12 Zoning District; and WHEREAS, after notice thereof having been lawfully given, a public hear- ing was held by the Planning Commission on June 28, 1977, whereat all persons interested therein might appear and be heard; and WHEREAS, the Planning Commission having fully considered and evaluated all the testimony and evidence submitted in this matter; and WHEREAS, an Environmental Impact Report was prepared by the Planning staff, presented at said public meeting, considered by the Planning Commission during its deliberations and was found to have been complete in compliance with CEQA and State and local guidelines; and WHEREAS, the Final Environmental Impact Report for Subdivision 4919 identified the following adverse environmental effects of the project: (1) TrafficI_ mpacts: The construction operations will slightly m3 pact traffic on area-wide roads, and the full project development will result in an additional 420 vehicle trip ends per day. These trips will .impact neighboring roads, especially Buttner. The accident potential on Buttner will increase due to the approximate doubling of traffic on that road. (2) Biolo : Several habitats, including grassland, orchard, an r parian, would be destroyed. Wildlife associated with these habitats would correspondingly be reduced or forced to migrate elsewhere. :. 0096 �M Microfilmed with board order 3 .i division fiber 4919 Shifts in area-wide wildlife populations may occur as a result of urbanization and increased human intrusion into .ge 2 the area, and construction activities will disturb plant and animal life through dust and noise generation. (3) Hydrologyan_d�Water Quality: Stormwater runoff volume and velocity will increase following project development due to the added impervious surfaces. Groundwater recharge will be reduced on the project site, and natural flood plain areas lost. A portion of Grayson Creek will be converted to culvert, and the natural stream purification processes lost for that portion. Water quality will be affected in Grayson Creek (and Suisun Bay) both during construction, (sediment produc- tion) and during the life of the project (grease,. oil and trace metals). WHEREAS, the Planning Commission found that three of the above effects would be significantly adverse. Following are findings for each of the signifi- cant effects: (1) Traffic:the street layout has been revised since prepara- tion A. The revised map under consideration includes closing of the median inTaylor Boulevard and construction of deceleration andacceleration lanes to ease traffic into and out of Dobbs Drive. B. Construction of the connection of Dobbs Drive to Dublin Drive is proposed which will improve circula tion in the area. C. Pavement is to be widened on the Buttner Road frontage to 36' and a sidewalk constructed. D. Bluebell Lane now curves to the south property line to provide for a future connection to Grayson Lane and Grayson Road. .(2) Bio. logy: A. Staff recommendsthe preservation of the Monterey Pines an the hill, the Oaks, and maintenance of the creek along the north proerty line in its natural state as a required part of the project with protective measures provided during construction and grading. ! 00968 s , subdivision lumber 4919 B. Shifts in wildlife are a consequence of development and are considered a comparatively insignificant, unavoidable Page 3 impact. (3) Hydrology and Water Quality: A. A largely unavoidable consequence of development is increased volume and velocity of stormwater runoff due to added impervious surfaces. R. Staff study for 31 lots shows the creek along the north boundary be retained in its natural state with grading designed to preserve the creek. Retention of approxi- mately half of the creek in its natural state is a partial mitigation measure. C. An additional mitigation factor introduced by this project will be introduction of sewers to the area. The sewer alignment is to be reviewed to eliminate any unnecessary crossing or destruction of Grayson Creek. WHEREAS, the Planning Commission finds that the request to have 9 lots less than 100 feet in average width is reasonable and is not the grant of a special privilege, that there are special circumstances applicable to the sub- ject property because of the topography which warrants the granting of variances, and that the variances meet the intent and purpose of the land use district and the General Plan. NOW THEREFORE, BE IT RESOLVED, that the Planning Commission APPROVES the application and request for variance of Security Owners Corporation for approval of the tentative map of Subdivision 4919, subject to conditions as listed in Exhibit "A", which is attached hereto and made a part thereof; and BE IT FURTHER RESOLVED, that the reasons for this approval are as folio s. (1) The development of this subdivision is in conformance with the General Plan. (2) The proposed subdivisionis consistent with the development in the area and proposed zoning of R-12. BE IT FURTHER RESOLVED, that the tentative map of Subdivision Number *yy 4919 be CONDITIONALLY APPROVED subject to the hereinafter stated conditions, 00969 Subdivision Number 4919 only as to lot design and layout, street alignment and widths, and tentative Page 4 design of the subdivision. The foregoing conditional approval expressly does not include matters required to be approved in the Improvement Plans. The foregoing approval was made in the motion of Commissioner Anderson, seconded by Commissioner Stoddard, and adopted at the Planning Commission meet- ing of June 28, 1977, by the following vote: AYES: Commissioners Anderson, Stoddard, Phillips, Compaglia, Milano. NOES: Commissioners Young and Walton.. ABSENT: Commissioners - None. WILLIAM L. MILANO Chairman of the Planning Commission County of Contra Costa, State of California ATTEST: Anthony A. Dehaesus Director of Planning orman Halverson Chief, Subdivision Administration NLH:lsw 00970 r EXHIBIT "A" Conditions for Approval of Subdivision 4919 1. This approval is based on Staff Study al dated June 21, 1977 for 31 lots, with the following conditions. 2. Prior to further work on the project, submit a revised tentative map and grading plan to the Director. of Planning based on Staff Study 01 and the conditions for approval. 3. The subdivision shall.be developed as one unit. Phasing of the develop- ment shall not be allowed. 4. Prior to further engineering work, a comprehensive geologic report prepared by a certified engineering geologist shall be submitted to the County Geologist in accordance with his requirements, to evaluate the existence of a possible fault trace through the site. If a fault is identified on the project site, the report should make recommendations pertaining to regulations of land use and/or site grading and foundation design, if warranted. S. Care shall be taken to preserve the healthy Monterey Pine trees on the hill, the Oak trees, and the portion of the creek along .the north boundary. Avoid compaction of soil and grading around trees to be preserved. 6. Grading shall be redesigned along the boundaries to blend with adjacent properties. Split-level homes shall be utilized on Lots 1 and 2 and along the south property line and grading-along the creek shall be designed to preserve the natural vegetation with a gentle slope transition from lot pad to creek, subject to staff review. 7. The average width variances are granted as required as they are due primarily to the irregular shape of the site and the use of cul-,de-sac streets. The lots are considered in compliance with the intent of the R-12 zoning in which they are to be located. All lots shall meet the 12,000 square foot area minimum of the zoning district, except those north of Bluebell Lane, which shall have a minimum of 15,000 square feet. 8. The Final Map shall not be recorded until the rezoning (2065-RZ) of tho "- property from R-20 to R-12 becomes effective. 9. Comply with the fire protection requirements of the Consolidated Fire .Protection District, 10, Prior to recording the Final Map the developer shall submit plans for development of the SO'-wide scenic easement on Taylor Boulevard. The plans shall be designed to enhance the scenic route designation of Taylor Boulevard, and shall utilize drought-resistant landscaping, mounds, and solid walls or fences as noise attenuation measures to protect the adjacent homes, 11. Improvement plans for the Dobbs Drive-Taylor Boulevard intersection, including the landscape feature above, shall be submitted to the Public Works Department, 12. Sewage disposal serving this subdivision shall be provided by the Central Contra Costa Sanitary District. Each individual living unit shall be served by a separate sewer.connection. The sewers located within the boundaries , of this subdivision shall become an integral part of the Central Contra Costa Sanitary District's sewerage collection system. 009'7 . Conditions for Approval of Subdivision 4919 Page 2 13.. Water supply shall be by the East Bay Municipal Utility District. -Each individual living unit shall be served by a separate water connection, Such water distribution system located within the boundaries of this subdivision shall become an integral part of the East Bay Municipal Utility District's overall water distribution system. Y 14. The subdivision shall conform to the provisions in Title 9 0£ the County Ordinance Code. Any variance therefrom must be specifically applied for and shall not be allowed unless listed on the Planning Commission's condi- tional approval statement. 15. In accordance with the provisions in Section 94-4.414 of the Ordinance Code, the owners of all existing easements within areas to be dedicated or deeded to Contra Costa County for road purposes shall consent to the dedication/ deeding of the right-of-way and shall subordinate their rights to the right of the public in the dedicated/deeded area. 16. All utility transmission, distribution, and service facilities shall be installed underground. 17. The minimum grade for curbs on all streets shall be l%. 18. Traffic control signs, stop signs, centerline striping on and pavement markings at all stop signs will bg required. These details shall be shown on the .improvement plans. The subdivider's engineer will be advised by Public Works Department of the various signs, striping and pavement markings required, when the improvement plans are submitted for review. 19. Street lights shall be installed on all roads within or fronting the sub- division and the entire subdivision shall be annexed to County Service Area L-42 for the maintenance and operation of the street lights. 20. Sidewalks shall be constructed on all roads within or fronting the subdivi- sion. 21. No mailboxes will be permitted within sidewalk, path or trail area. The place- ment of mailboxes within the right-of-way shall conform to current standards of.the Public Works Department. The subdivider is advised to contact the Postal Service and find a satisfactory arrangement for mail delivery. 22, The right of vehicular access along Taylor Boulevard and Dobbs Drive shall be relinquished. The relinquishment shall include the right-of-way returns of the affected intersections. Lot 1 may have access from Dobbs Drive. 23, Storm drainage originating on the property and conveyed in a concentrntod manner shall not be allowed to drain across the sidewalk, The drainage shall be conveyed to a storm drain or, if drained to the street, shall be discharged through the curb by means of the County standard sidewalk cross- drain, or 3-inch diameter pipes through the curb and under the sidewalk, 24. At least one 3-inch diameter, non-ferrous drain shall be installed for each lot through the curbs and under the sidewalks to provide for future roof drain, etc., connections from the individual lots. Locations will be determined i on the basis of grading and road improvement plans. 009'72 i Conditions for Approval of Subdivision 4919 Page 3 25. 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. 26. Although the storm drainage system is shown in some detail, comment on the system will not be made until the improvement plans are submitted for review. 27. Close median on Taylor Boulevard to prevent hazardous left-hand turns into and out of Dobbs Drive. 28. The subdivider shall do the necessary work to connect Dobbs Drive to Dublin, Drive. Because of the existing vertical alignments of the two roads, reconstruction of the Dobbs Drive and Slater Avenue intersection will be required. 29. The typical half-section for Dobbs Drive shall be a 20-foot pavement in a 30-foot right-of-way limited to frontage on Dobbs Drive. 30. Buttner Rdad, Lotus Way, and Bluebell Lane pavement and right-of-way widths shall conform to the County Ordinance Code requirements for collector streets with 36' of pavement in a 56' .right-of-way. 31. Orchid Court pavement and right-o€-way width shall conform to the County Ordinance Code requirements for minor streets with 32' of paving in a 52' right-of-way. 32. The subdivider shall replace any existing pavement within 20 feet of the curb that does not meet County standards for structural section. 33. The subdivider shall construct all the necessary pavement widening along the east side of Buttner Road to provide 36 feet of pavement width along the subdivision frontage and the necessary pavement transitions at the subdivision's northwest and southwest corners. 34. During construction, grading or excavation, if any items of potential historical or scientific interest are discovered, the County Planning Department shall be notified and the Director of Planning shall have the authority to issue an order appealable to the Planning Commission, to stop work in the area of any find pending verification of the discovery and the development of methods for the protection and treatment of areas of significant interest. 35. Street names shall be subject to review and approval of the Director of Planning. DP;dh 4/22/77 Rev. 6/22/77 6/28/77 7/15/77 009, 73 r# ,S "r f• DRAFT ENVIRONMENTAL IMPACT REPORT FOR THE PROPOSED`REZONING 206.5-RZ AND SUBDIVISION 4919 4 t d 1. 1 E V. :Prepared for, ..,r Contra Aosta County 1" f t S 1 � January 18 .19??. 1 } i bl 4� t• i�j � x. t 00974 bq �� Jt t TABLE OF CONTENTS Section Page A. CHARACTERISTICS OF PROPOSED PROJECT ••.•..•. .•.....•.,.................. A-1 A•1 Location and Description................................ ..,...........+. A-1 A.2 Applicable Plans and Rebulations ..•........•............•..•....... A-4 A,2,1• Contra Costa County Plans r,t..t,.t+..err.r..,,e.t.,..,.tt„tt,•t A-4, A.2.2. City of Pleasant Hill Plans ..................................... A-6 A.2.3. Other Regulations .................r.tt..t,..t...sl.,t,..ttt•..•, A-7 A•3 Summar, of Environmental, Impacts A-7 B. ENVIRONMENTAL SETTING, IMPACTS AND MITIGATION MEASURES •.+•.,.s.,..•..st B-1 B.1 Physical Setting Impacts and Mitigations .l.....•.•.......,..,.• ...•.,s: B-1 B.1.1 Topography, Geology, Seismicity and Soils •. B-1 $,1.2 Biology ...........,.,••t...l....lt........,+..,,...+..s,..•....• B"9 B.1.3 Hydrology and Water quality ..........*'*'-#...............t.,... B-12 B.1.4 Air quality and Community Noise .......t,.....•.,.....•...... +.•. B-17 B•1.5 Visual Quality .+• ...•.. •• ....•.. •.. .. . •• 1 ... .... .. ..• ... . .•... B-26 B.1.6 Traffic s....t.........t.......,ss••....to.....t•.••.tt•t+t•••.•+ B-31 B.2 Socioeconomic Setting, Impacts and Mitigation Measures ,.•,s B-35 B.2.1 Community Services ./...t•• •...+t..s.+ •,sssts +..•r.•...., ..t....• B-35 B.2.2 Economics .. .. . .... ,..••..,l, ....,s.......•t.,...+ ..s....... B-39 B,2.3 Archaeological and Historic Features +,+•.....+.ts.......•..•.e g-4.1 Bl2,4 Energy ......s. .. .s..t....,....ts... .. .......... B-42 B•2.5 hand Use .,.. s.. .. s.. ............t..•..s.s•....l.. B-46 C• OTHER ALTERNATIVES •.t••..s•.••.. .•..••s •..s•..••......... r•s•a.r.t•.••. C„1 D. UNAVOIDABLE ADVERSE IMPACTS AND MITIGATION MEASURES .. ..........•. .. .... D.1 E. IRREVERSIBLE AND IRRETRIEVABLE ENVIRONMENTAL CHANGES ................... E-1 F. GROWTH INDUCEMENT.................. ....... F-1 G• RELATIONSHIP BETWEEN LOCAL SHORT-TERM USE OF MAN'S ENVIRONMENT AND THE MAINTENANCE AND ENHANCEMENT OF LONG-TERM PRODUCTIVITY .... . ..... G-1 H. PREPARERS OF TH12 REPORT.......... ... .................................. H-1 I. PERSONS AND AGEiSCIES CONSULTED..................................•.. .,.. I-1 J. REFERENCES ...s.s.sst........ ....•...s•tt..... ...s ...s ....s.s..9. 0.9.to, J-1 K, APPENDICES •..at......•..t..............a.t.r.....,.............t.....• K A. Tentative Subdivision Nap B. Species Lists C. Drought Tolerant Vegetation for use in Landscaping s; D. Public Works Department Conditions of Approval E. Building Codes } OA17J LISP OF FIGURES • Figure P A.1-1 Project Location I.R.If.1.I...R..i.....f0,•00001.00.f.....f f......f. A-2 A.1-2 Proposed Tentative Subdivision Map ......f....f..................... A-3 A.2.1-1 Existing Zoning in Project Area .,..f,rf.....,..f....,.....f......,, A-5 B.1.1-1 Topography of Area R..»..........»..............f................... B-2 B.1.1-2 Mapped Faults in Contra Costa County ...............11f....f........ B-4 B.1.5-1 Buttner Roadoff 00000 B-27 B.1.5-2 Hest View at Taylor Boulevard •...........f..f..f.......t.f...R...., B-27 B.1.5-3 Grayson Creek .....•f•i.....•f.l...,•f.si.........f..........f.ir..f B-27 B.1t5-4 Existing Walnut Trees if...tr..ti.tritfir.ft.ii..off.....Mfttfr..off B-27 5 B.1. -5 Northwestern View at Lot 18 II..r...f.r..f..Ii1..f.................. B-28 B.1.5-6 Eastern View at Lot 18 ..f.lf.lr....f.f f............0....R.i...fl..i B-28 LIST OF TABLES . Table Page MB.1.1-1 Checklist of Geologic Problems ........f.:......l.........,l........ B-6 B.1.4-1 Concord 00 Experience Compared with a Reference Station of San Jose Where Worst 00 Air Quality in Bay.Area Exists ........off fifii....., B-18 B.1.4-2 Concord NO2 Experience with Comparative Bay Area Stations •f.../Rfd, B-18 B.1.4-3 Total Suspended Particulate Levels .........f........................ B-19 B,1.4-4 Comparison of Concord to Livermore and San Francisco Oxidant Violations .t..t.i.i....•....i..iiif.•..I.iffi.i.t..i.i..iiliiit,tf. B-20 B.1.4.5 Construction Equipment Emissions ......f..f.....i....ii.ffi......i., B-22 B.2.1-1 Schools Serving The Project Site.......i.i.....».i.....».........., B-36 4} 009, x; :� 5 A. CHARACTERISTICS OF THE PROPOSED PROJECT A.1 Location and Description The proposed project is essentially composed of two parts: a zoning change from R-20 to R-12 on the 13 acre project site, and a subsequent residentlal development consisting of 33 single family residences. The project site is located west of the City of Pleasant Hill, entirely on unincorporated land within Contra Costa County. The 13 acre site is bounded by Taylor Boulevard on the east, Buttner Road on the west, and Grayson Creek and a portion of Dobbs Drive on the north (see Figure A.1-1). The zoning change would replace an R-20 zone (20,000 sq. ft. minimum lot size). A Tentative Subdivision Map (4919) has been filed with Contra Costa County which appears in Appendix A of this reports Proposed single family residences wary in size from 12,000 sq. ft. to 21,000 sq. ft. The proposed street lay- out includes access points on Taylor via Dobbs Drive and Buttner Roads with . three internal cul-de-sacs (see Figure A.1-2). A portion of Grayson Creek, running across the eastern end of the project site, would be replaced with a drainage culvert. A sanitary sewage line is proposed as part of the project to connect the project area to the existing sewage line at Strand Road, some 122 meters (400 ft.) to the east of Taylor Boulevard. Annexation of the pro- posed subdivision to the City of Pleasant Hill is not included in the proposal. The 13 acre project site was included as part of a larger (19 acre) subdivision proposal in 1974. This project, called the Dobbs Drive Project, proposed construction of 33 single family residences at a density of 2.8 dwelling units per acre. (George Nolte and Associates, 1974). Annexation to the City of Pleasant Hill was included in the proposal as well as a zoning charge from R-20 to R-10 to accommodate the proposed density. The 1974 proposal was not approved by the City of Pleasant Hill. Among the reasons for disapproval, (me Laughlin, 1976 and Staff Comments, 1974) were the following: * 1) The project would conflict,with the scenic easement concept for Taylor j11t�� j�j Boulevard. l!7+;( + F A-1 .••tti J ,a. wo WA .site 9•+ .: cat tM as sH •W IN 10% Vt 5eol 1.100 '— /"► _ } �Y. .• rT t t } Y t• .�� � V { �` t • �V gid A•l�` A� H sA ' 4' Ro A t r'�'•�N*i � $,.�•"Y sir vk tH \� t Sip SUS f `,+, st,r f r ►!•!Orr / wF.. �:r, r ,r y..,,, Y ;' !t {/ �►pi �r Y,r• d• ,((`�.•I`t may,• ,.M `16', 1tµ•.M'•, `(.�'� ,r v r���'. .i � :♦ ,,,t •(i TIi C`' -I'� wa•,•''1r. '•• 1• .• `v 1 .N 1.Ma rrt�I ..:••�+'j� ,r ,.f /.J�' ,.15�••a` z. 1 '�'' ,;�:} 1w .• r' •;,. ar a /\1t,1 f r✓ �o•, ,r "y�.s'•� i 1=',. 0, .\�• 1Sr''. , �:Nr ♦y, a N•�/ ' r T':. a �t� f a'�. '•1'•,S1 I�• •t r `r. J �S/r •.LQ,, ~rS tt�`� 000, r� �►�{=+r, ti �• lt{,. Ott ,,,,� a /� E ,..�...,, � -f. �� Q •��� 1. ( ♦ i r ' S a C 1� ♦ r rr• ��g60Ga ? a i -•' •- A-3 ,. �U�piVtSip{y RAAP p4pQps�p•{ENE`g Al l' r 2) The proposed density was inconsistent with the Open Space Element, which envisions a maximum density of one unit per acre with clustering of units to maintain open areas, and 3) The grading plan was inconsistent with established city policy. A.2 Applicable Plans and Regulations A.2.1 Contra Costa County Plans Without annexation to the City of Pleasant Hill, the project proposal is subject to the Contra Costa County General Plan and elements thereof. At present, the parcel is zoned R-20 along with areas of surrounding land. (See Figure A.2.1-1). The Contra Costa General Plan designates the project site as Medium Density Single Family Residential, at 3 to 3 families per net acre. The R-10 Single Family Residential Zoning district is considered the highest density district compatible with this designation. Thus, the proposed R-12 zoning would also be in conformance with the county General Plan, Other elements of the County General Plan contain provisions that apply to the proposed project. The Open Space Conservation Plan (adopted August, 1973) indicates that the project site is part of the Urban Growth Area. The Urban Growth Area includes "presently developed land and water, areas suitable for infilling and outward extensions in areas considered appropriate for develop- ment because of proximity to urban centers, growth trends and natural, capa- bilities." (Open Space Conservation Plan, 1973). Urban Open Space Policies for such areas includes the policy to "encourage developers to design proper- ties with open space values in mind." The project proposal involves a rezoning that would increase the allowable residential density on the site. The proposal does not specifically incorporate open space into the project design however. The Hydrology and Water Quality policies of the same plan include the provision, that o ,New Developments in the Urban Growth Area should be designed to reduce the volume and velocity of suxface runoff and soil erosion, including revegetation programs, the design of surface and subsurface drainage, and grading." Mitigating measures included in ,this report address several of the above borisiderations. A-4... V019V0 / 1 • f• \ ! ;• � ,�� rr ' fit �' o st lit, oF ,! 1 n at n6 ZOA ,, ; Figure �• 1r A-5 w:C The Scenic Routes Element of the County General Plan (1974) includes Taylor Boulevard as a scenic thoroughfare, Possible subdivision regulations (set- backs, landscaping, limited access onto scenic roads) ae delineated by the Element may be applicable to the southeastern portion of the project site abutting Taylor Boulevard, A.2.2 City of Pleasant Hill Plans Although the project site is not within city boundaries, and annexation is not specifically proposed, the project should be evaluated with respect to the City of Pleasant Hill plans and policies, First, the site is part of a peninsula of land that is surrounded on three sides by the City of Pleasant Hill. The site is within the "sphere of Influence" as designated by the Local Agency Formation Commission. (McLaughlin, 1976). Annexation to the city at some future date seems a strong possibility. Secondly, even if the parcel were never annexed, development would have an impact on the city with respect to hydrolcgy, traffic, visual and other amenities. Open Space. The City of Pleasant Hill Open Space Element includes the project site under its jurisdiction; the maximum density consistent with that element has been given as one unit per acre. (Planning Department Report, April 2, 1974). The proposed density (2.5 units per acre) would not be consistent with that policy. A bond issue to acquire open spacd land has previously failed in the City of Pleasant Hill. If the site were annexed to the city, in order to implement the open space element (as bound by State Law), the clustering of units on the site could leave an amount of open space that would satisfy the open space requirements. Should the project site be developed as proposed, and then later annexed to the city, the higher density on the site would create } the necessity for additional open space somewhere in the City of Pleasant Hill, in order to meet the overall Open Space Element goals. Scenic Corridor. The Scenic Recreation Element of the Environmental Plan Indicates Taylor Boulevard as a scenic route. Additionally, the Scenic Highway Element includes Taylor Boulevard as a Scenic Corridor. Scenic Corridor Develop mentjStandards (Scenic Recreation Element)`envision that development abutting 00982 e , Taylor Boulevard would be set back. at least lg meters (50 feet) and a right of way maintained for protection of scenic views, noise buffering and provision of pedestrian trails. Buildings which would obstruct outstanding distant views would be prohibited. The proposed development abuts Taylor Boulevard at the southeast corner. Conversion of Grayson Creek to culvert and develop- ment on southeastern lots could conflict with these scenic corridor develop- ment standards. A.2.,3 Other Regulations The proposed subdivision must conform to Title 9 of the County Ordinance Code, with specific regulations pertaining to drainage, street design and layout, and other improvements. (See Appendix,I). The proposed conversion of Grayson Creek to culvert would require a permit (under Section 1602 of the Fish and Game Code). A.2 Summary of Environmental_Impaots Ge logy 1) Construction on the project site would be subject to seismic hazards;` including shaking and possible surface rupture, 2) Disturbance of soil during construction would produce the possibility 91 erosion and sediment production in Grayson Creek.' Biology 1) Several habitats, including grassland, orchard, and 'riparian,'would be destroyed. Wildlife associated. with these habitats would correspondingly' be reduced or forced to migrate elsewhere. 2) Shifts in areawide wildlife populations may occur as a result of urbaniza- tion and increased human intrusion into the area. 11 3) Construction activities will disturb plant and animal life through dust and noise generation. e 7 i Hydrology- and Water Quality 1) Stormwater runoff volume and velocity mil increase following project development due to the added impervious surfaces. 2) Groundwater recharge will be reduced on the project Kite, and natural flood plain areas lost. 3) A portion of Grayson Creek will be converted to culvert, and the natural stream purification processes lost for that portion, 4) Water quality will be affected in Grayson Creek (and Suisun Bay) both during construction, (sediment production) and during the life of the project (grease, oil and trace metals). Air Jualitr 1) Construction activity will result in the generation of particulate, carbon monoxide and other air pollutants. 2) Following construction, the automobile traffic added by the project, (420 vehicle trips per day) will add to the cumulative air pollutant total within the air basin. Community Noise 1) Construction operations and trucks will generate noise impacts upon area residents during the construction phase. 2) Post construction noise impacts will result from increased.traffic levels and other activities associated with the residential development, Visual @uality 1) During construction, the viewshed of the site from adjacent areas will be adversely affected due to construction equipment and operations. 2) Following construction, the visual impacts upon neighboring residents and passing pedestrians and motorists will include a loss of rural aesthetic values, -an increase in visual complexity and an increase in human activities and night-time light levels. Traffic 1) Construction operations will slightly impact traffic on areawide roads, ". 2) Full project development will result in an additional 420 vehicle trip ends per day, These trips will impact neighboring roads, especially Buttner Road, most strongly. The accident potential on Buttner Road will increase due to the approximate doubling of daily traffic on that road. Community Services 1) Water consumption (22,000 gallons per day) will increase-following project completion. Construction impacts will be associated with extension of water mains to the site. 2) The project will generate a sewage demand of roughly 9000 gallons per day. Construction impacts will be associated with extending a sewage main across adjacent land to Strand Avenue. 3) The possibility for neighboring residents to hook into the proposed sewage line will constitute a beneficial impact from a public health standpoint. Economics 1) Construction activities will generate jobs and related economic,benefits. 2) Assessed values for the project site will increase, resulting in increased tax revenues. The cost of providing services to the area will be offset by the Increase in tax revenue. Energy 1) Construction operations will consume gas and electricity. 2) The proposed residential units will create heating and electrical demands. Land Use/Growth Inducement 1) The proposed rezoning may result in petitions for similarr-resonings in the area. 2) Extension of sewer and other services will -create,a growth inducing impaot in the immediate area. Areawide Flans and Regulations 1) The proposed project will be inconsistant with the City of Pleasant Hill's Open Space and Scenic Corridor Elements. 4 WWI t e z B. EUVIROZIM ITAL SETTING, IMPACTS AND MITIGATION MEASURES B.1, Physical Setting, Impacts and Mitigation Measures B.1.1 Topography, Geology, Seismicity and Soils Topography, Geology and Soils. The site occupies a small elevated terrace area in the foothills which define the west side of the Diablo Valley, The site is bounded by Grayson Creek on the north, Buttner Road on the west and Dobbs Drive and Taylor Avenue on the east, (A.1-1 and B.1.1-1). There are no dominant topographic features on site. Elevations across the site range from 160 feet on the western edge at Buttner Road to 115 feet at the eastern edge (Taylor Boulevard). Several Individual lots have up to 20 feet of relief with existing slopes of 5:l (horizontal to vertical). Most lot slopes are 7s1. The major features are the west-east trending low hill. (15 percent slope) forming the center of the property and the swales bounding the property to the north and south. The tributary enters Grayson Creek immediately east of Taylor Boulevard. Grayson Creek flows north to enter the Suisun Bay west of Port Chicago. The hill is underlain by bedrock at a shallow depth (Nilsen, 1973)• This Tortiary age rock (Briones Formation) is exposed in a cut bank east of the property at Taylor Boulevard (Terrasearch, 1973) where it is described as a very fine to medium grained weathered sandstone ranging from friable to moderately cemented and generally fractured. Fracture spacing ranges from 1 inch to 24 inches. The degree weathering (and hence the friability) decreases with depth and it is possible that deep cuts into the ridge may require blasting. On the steeper slopes west of the site, this rock unit is subject to landslide but there is no evidence of slides in the property site's low slope. A shallow artificial fill has been noted in the northeast section of the property parallel with the northern stream (Tert:asearch, 1)73). The north central portion (approximately lots 5 to 10) is mapped as alluvial material consisting of gray clays with variable amounts of silt and sand. Brown silty sark'andisand clay with scattered gravels constitute the colluvium of the r e, A 0o B-1 - � t ��EEir 2AQrA ' AElty CSCE L�•c\ o 'ate O1�r,i� r !f +1�~i 1•t ,v..l. �4 � �\ \ \ _� __y (r�,.` J�/-'��S�f 1:�:+�:.1.,*. J ; (� • ��S / p� •'��y.�)1�+� ��i; 3«� In•�,_, �1', '�,� �J'""�t���,'l �,`���'���f.•k�� �r� r �'bv���r�.'�•.'�; r \1dr.' ^�l \-.: l ��;` ��7t��t � ' J•L 1, ri ._� `` •rJ;:..ra` 0 ''s r , I4- t � � •,,,..• , \�;�`-� \x r �� '+ � \` .� �JJ 7f rp 1 �'� ie,nt Y�'_�?e r � -�^T � } �, ,lr t x,S •`.,;1 . � .� � by` +';71 f1 �� •..�"r 1'� •~S' �;...- . -%�,( ,•, j1. ��) � i a,,• ,�� �� �.��.r J�(t(\� t i.. �t �,';1'�•t.��j � �r, ,,. �,1?-i �,,,,.4• N.i t "Z •�1t t v tl a••f �O \ "' r-71 a 8 �•;: �r• ., • •,,.'` ../ �. (.� - •. ori I '�-,, Y} 'a t h .�� �_ .�,•��r' `� r �:`-�"t�1,'"•�'`���.-l.,a y�t.',.i r' ••j•` �, �,i:�,,, ��•Y •+F "+�,• J��nl+"rs1 •w rf �� 1( �y�}� �• /i�rf�^''"�„�. -. �)1(�J• � �� 'f , , etTM" ."t' �j�3N4..���►pr�, p, .•+`. PR_ �', ��; /�j " .,,," f:,'` ,•a •2 .; i "`•;/ ♦ ..�;�,Mrt ApR,.r.�,•}1 t, ., p': ``,,1; r�,..: r1M Jp� �` 4 ;'1•%r 4 _ ro+ •. •:-�•..y r%.�.-:3w •c+e y,�`. Q� .^�,.. 1 r r<..r•"`} ss*"Y�} �'• "` f 4 r J.. � �' fjtii,"��.CC�c' • "+ ra* ( t t ti..-• ±gip: \� `` '•,a� t� .l•T Sgytj B,M"(..!. � 1T�7 � (\�(^. �if'r nl- '; •'J'4:i t>•^ .\r.., ,• 1, *.,:_`; r . '00 `'• �. t• T l�J. r f`• ? 4 1+A asth, ! ..��� 6 1 l Mr l +: ps!s' 1! 01 Y lf�•'^ -J%� ` 1 r.n J y �t�,t �rA, .ttl,�� �•',� 1. 1.1\� n°,' % , �' 1..,b` •i' < �i is-.11!' P. 1F �f i..* ,�.�+. l.a/� a. 4/� '., ..,.r'/ Y`q y :`�oa('',1„t✓^• �lf�t _ 1 '' r�L •,. >•L I' )� r' r 07`•}- (�� ',ry t. L. `F t ar � y ♦ �j,It.�.`(r..s 1�. ✓ T''b :'„r �•)�+..--n .r ,.r$ ` �, � "`.�t "! ,; "'�",'�art_`.^'•' .r,,.•!^*"' �_- t-`hy � ! C~ t'�y< f•�"`'�... �l.,wf;,(/ ^`~' ` ,��� 111\�' �s".a 'y .:,�';s•tt r" -\ r/.• \)� {_.."1�,�,j��`•r C-.�\��'^^�� \4\. 4��\(.��.1'�' •,F,F;.l M�.�•'�Y4p�� ..��NNY. t. �✓"> t.,,y E:cNU: - \S ��.``'� ,`:fir'`"` '<^• (�� Axes. '`;�; �•. ,�"::f"'`�� Tod°� �,eY fir° Vk •�� ,w.'1 ;!Cyd,,,®,... SeVL CT •y�.y�.. � ua�aTi�+ r 'S .5 Preliminary borings indicate the lower elevations of the site are underlain by clay, sands, silts and gravels associated with Quaternary terraces (Purcell, Rhoades and Associates, 1976). The sands are dense and the liquefaction • potential is considered to be very low. Soils of the Los Osos - Millsholm - Gazos Association, have developed on the colluvium weathered from the sand- stones. Los Osos soils have a gray, slightly acid clay loam surface soil{ and grayish brown slightly acid light clay subsoil. Permeability of the subsoil is slow. The association is class VII capability unit. The soils have a high shrink-swell potential. The mechanical properties of the soils at this site will have to be presented in the soil survey required before ,subdivision. This is necessary for any specific recommendations for site development. The soil capability class does not warrant protection of these lands for agriculture. There are no mineral resources affected by development of this property. Seismic Setting - Figure B.1.1-2 illustrates the site's relationship to the mapped faults rf the area. The Berkeley Hills comprise a belt of faulted anticlinal and synclinal folds that roughly parallel the trace of the Hayward and Calaverasfault (Saul, 1973)• Folds and faults in the Walnut Creek-Pleasant Hill area are the result of the adjustment of Mesozoic and younger.rocks to strain. This strain results from differential right lateral movement between the large block underlying the Berkeley Hills west of the Calaveras Fault Zone and a block which includes the Mount Diablo area, east of the Calaveras Fault Zone. The Calaveras Fault Zone is the most significant structured feature of the area in its effect on topography. More important, it is the site of both seismic (earthquake producing) and nonseismic (creep) earth movements, The Calaveras fault system is considered to divide north of Walnut Creek into two main traces -the eastern branch (South Hampton Fault) and the western branch (Franklin Fault). Between these major mapped traces, many, other traces have been mapped from field evidence or otherwise inferred from topographic evidence. It is reasonable to assume that in the Walnut Creek Pleasant Hill area many unrecognized faults exist which form the complex • O0988 0 B E Nl,.i: i CA,TOWNEI Srowirs Ju/suN 9Ar 1 _. g ' Crlcis ry JAM PAOLO / %��} Redo* CAr r tiJ t . yam* HERCULES =�� i '.f�"- • t/`k . akt PIN 1 ♦ r. "t• , VY� ` Er soertin t '4.` t � ♦ii `i !` ..r. �� ` j ; ; • PAeLO % SITE �.�I �, `, ~ •�, ` �•' ' v C {., mjCcl ONO �i Y' �;. ♦{ '�`♦'fib! ♦+ •. 3 r ����i,, .fir. '� "• ♦ t,,, ♦ .✓✓ • I % ,. ,,, •K � `l , ,»...,. � A 1♦, PL* SA T HILL ' ,• ,�,� ,lam% .• *ALNUT GREEK { SAN /RANClJCO ♦ , OAr f I�� { .• ♦�• i r ' t5 re Atoms LEGEND Oomiui•.� Fault Mapping Status '` ----- Fault Location --- Approximate Location' Location Uncertain State Special Studies Zones (as of July, 1975) ¢f Al Figure B.1.1-2, 14apped Faults in Contra Co ata County " (Prepared by Contra Costa County Planning Department, December, 1975) 0019 9 ;x B-4 Calaveras zone. In several area geologic studies (see Figure B.1.1-2) the trace of the South-Hampton Fault has been extended across the property (Contra Cotta County, 1975). No on-site studies have been made nor has the geologic map been prepared for the property. The trace is suggested by topographic evidence the abrupt change in course of Grayson Creek and its tributary and an extension of trends from the better established trace to the south. The activity status of the South Hampton fault is uncertain. In the Martinez area north of the site, two faults considered branches of the South Hampton fault have been Included in an Alquist-Priolo Special Study Zone. No evidence of surface rupture has been reported along the trace extension through and south of the site (Saul, 1973). The property also lies 3,5 miles west of the Concord Fault, which is in an Alquist Priolo Zone (the subject property isnot in such a 'zone). Richter (1958) attributes a 5.4 magnitude shook of October 24, 1955 (with epicenter between Walnut Creek and Concord) to the Concord fault element of the Calaveras system. Portions of the Contra Cos I ta County Seismic Safety Element (1975) relevant to the 9 proposed project, include those planning implicationst All faults, to varying degrees, should be given consideration in the design of developments and in site preparation. For example, it should be recognized that many minor, presumed inactive faults in tie County intersect active or potentially active faults. It is conceivable that movement on the master fault could trigger adjustments on minor oross faults or adjacent sub-parallel faults. It should also be noted that the engineering character of the crushed material In the fault zone may affect foundation and drainage design." Structures ;intended for human occupancy must not be erected over an "active" fault trace. However, even Inactive faults should be given consideration :in the review of proposed projects. " ' IMRacta Geologic impacts include both the effects which a proposed project will have on the existing environment and the hazards or problems that the geologic setting poses for development on a particular site. Table B.1.1-1 summarizes geologic hazards for the proposed project. . The proposed development could cause impacts on erosion rates and slope stabilities unless appropriate miti- * ures are taken. gaii6`nIdie " ii - 009, 90 B-51 i 1, CHECKLIST OF GEOLOGIC PROBLEMS FOR ENVIRONMENTAL IMPACT REPORTS Coutd the project or a goologle It this Cont uslon GEOLOWC PROBLVAS event Ceuta environmental Problems? documcntcd In SIIaohed reports? PROBLEM ACTIVITY CAUSING PROBLEM NO YES ENVIRONMENTAL PROBLEMS NO YES Fault,Aovemenl x suspected UQuefxtion X possible Landstidea - D,fferenital Compstllon/ X EARTHQUAKE Saramit Settlement x DAMAGE Ground Ruolure Ground Shaking Tsunami Saithes Flooding tFtilure of Dams and LovMH 1.06%Of Accts X LOSS OF MINERAL Depns,u Covarod O/ Changed RESOURCES LIAO Ute COndIPOna g 20n,ng Waalnthons X Chane 11, Groundwater Level X X WASTE DISPOSAL Disposal at Excavated Malarial X PROBLEMS vi 1qi+A Pareolanon of Wute Material LandshOss and Mudtlows x x SLOPE ANDiOR FOUNDATION Unsnola Cut ano Fm Sfooeamitigated INSTABILITY Collapsible and Expansive Sod of Trancn.WNl Stability n Eres,on Of Graded Arses x 11 X EROSION, SEDIMENTATION, Afle+al,On 01 Runoff C I n FLOODING U+waracted Drainage Ways Xto 110811140 Impervious Sulaces Tt_ P X Cmrsvion of Groundwater,Gas. LAND SUBSIDENCE Oil,Ga0lnernral Energy X X _ tt)crocampacbOn, Peal 0a10ation VOLCANIC HAZARDS Lava Flow x X Ash Fal X X Table B.1.1-1. Checklist of Geologic Problems s7 4h` Of ).99 Earthquake Damage. Greensfelder (1974) considers the Calaveras system maximum credible earthquake as magnitude 7.5, the system exhibiting both creep effects, alignment of epicenters and evidence of surface rupture during an historic earthquake. A trace of the Calaveras fault is mapped in the vicinity of the project site, and it is possible that the site is crossed by an extension of the Calaveras system. Seismic shaking could be very intense at the site from a seismic event of the Calaveras system, the Green Valley, the Hayward, or other active faults In the Bay Area. Greensfelder (1974) includes the site area within the bed- rock acceleration contour of .5g with predominant period of .35 seconds. The Contra Costa County Seismic Safety Element (1975) indicates a peak horizontal acceleration of' .30g from a great earthquake (8 + magnitude) on the San Andreas Fault. The seismic ground response of the property is probably of zone 11 - moderately law damage susceptibility typical of areas underlain by shallow older alluvium and Middle Tertiary rooks. Descriptions of potential damage associated with high magnitude earthquakes may be found in the Seismic Element of the County General Plan. (Contra Costa County, 1975), Erosion. Because disturbance of soil and vegetative cover.is unavoidable in construction projects, some degree of erosion increase is inevitable. In the proposed project, house and road placement could be designed to fit the contours of the slopes so that out and fill would be minimized. Neverthe- less, erosion will occur in the areas that are disturbed by construction. The removal of mature walnut trees will involve disruption of the vast amounts of soil tied up in their root systems. Grading of roads and house pads will create areas that are highly prone to erosion during construction. Anywhere from 5 to 500 times as much erosion can occur on land being used for subdivision and highways as on undeveloped woodland, depending on the particular site and on construction practices (Resources Agency, 1971. Even after construc- tion is completed and soils are protected, significant erasion continues indefinitely from cuts, fills, roadsides, and culverts. A Foundation Soils. Soils of the site are characterized as exhibiting high shrink-swell behavior. The mechanical properties of the soils will be . attested to in the required soils report. B-7 i ti Mitigation Measures 0 As a condition of approval, a comprehensive geologic study_should be undertaken for the project site. The study should be submitted to the county geologist for technical review. At.present, a site specific grading plan has not been,prepared. • No structures for human occupancy should be constructed-on the F existing fault trace. 0 Align outfall of storm drainage lines parallel to creekflow rather than perpendicular to the stream banks. • Contra Costa County's grading ordinance incorporating Chapter.70 of the Uniform Building Code (1976) should be enforced including requirements that certain finished banks or slopes;should have intercepting drains or terraces and immediate erosion protection. by planting, cribbing, walls or terracing. (Appendix E.containe the 1976 changes in Chapter 70). Following grading and construction, a suitable groundoover, ehould be placed on all exposed surfaces to minimize erosion. 1 tr } r t 1- t l i Y 0093 B.1.2 Biology Existing Setting There are several habitats located on the project site, ranging from a fresh water stream, riparian woodland, marsh, brushland, and grassland to a savannah environment. The site is in a semi-wild state with some evidence of human intrusion, such as trails and plowed areas. Lining the property, adjacent to Buttner Road, are approximately seven healthy Monterey Pines (Pinus radiata). Immediately to the east is a small orchard of approximately 100 walnut trees. These are Black Walnut (J lana hindsii) which have been grafted with English Walnut (Juglans regia). Most of the grafted sections have been reported to be unproductive. (Memorpndum, City of Pleasant Hill; 1974). To the north, the property is bordered by a tributAry of the Grxyaon Creek wAter shed, which flows from west to seat P.crosa the property. Various types of vegetation are found along the creek. From Buttner Road to where the creek turns to the south-• east, Willows (Salix sE.) are the dominant vegetation. There are open areas that exist between the riparian growths which are occupied by vegetation typical of a fresh-water marsh, such as Common Cattail (Typha latifolia) and rushes (Juncus sem.). Oak trees (Quercussem.) are found at various locations on the higher banks of the creek. Large Coyote Brush (Bacharis pilularis), Toyon (Hetermeles arbutifolia), Marsh Arrow-grass (Triglochin palustris) and Bull Thistle (Cirsium vul are are the major plants bordering the creek as it con- tinues to the southeast, crossing the property to the culvert at Taylor Boule- vard. A hill is located at the mid-section of the property. This area can be characterized as an open grassland, which has been plowed in the recent past, Annual grasses such as Oat Grass (Aanthonia sp.) Rye Grass (Lolium sp.) and Wild Oats (Avena sativa) are found growing throughout this area. Two large Monterey Pine trees exist on the top of the hill. A swale is located at the i 00,994 southern portion of the property, This area is also an open grassland with Mscattered growths of Coyote Brush. A comprehensive list of the vegetation found on the project site is provided in Appendix B. Among the animal species identified on a reconnaissance held on October 18, 1976 were grey squirrels, blue jays, doves, sparrows, a Downy woodpecker, and monarch and cabbage butterflies, Although few species were sighted, it is expected that a diversity of animals reside on the property. The variety of terrain, vegetation, and habitat provides a large diversity of types of food and shelter for the wildlife. In addition, various birds and mammals probably utilize the area during their seasonal and daily migratory patterns. A list of animals sited or reported on the property are provided in Appendix.B. No rare and endangered species, as listed by the California Dep iit.nent of Fish and Game, are known to exist within the project site. .Impacts . The density of the proposed R-12 zoning and lot lay-out does not,,appear to be as compatible with the biological community as the existing R20 zoning. Development of the project site under the proposed plan would eliminate several habitats such as the open-field grassland, the small walnut orchard and approx- imately one half of the stream environment, which includes some riparian growth, marsh vegetation, and a large portion of brushland. The loss of these habitats will consequently affect the natural balance within the area. Shifts in area population, daily and seasonal migration patterns, increased food competition, and removal of food will have an adverse effect on wildlife populations. The increased development of the rural community and human activity will cause more sensitive animals residing in the general area to leave. The existing zoning has a higher potential of incorporatirig the,diverse biological community in the sense that it has much more flexibility in what areas are to be developed and destroyed. The Ra�12 zoning constrains this flexibility and would r distract from the present surrounding rural community which has maintained much of the natural biological environment. 00,995 B-10 1 Construction will cause soil compaction, reducing the soil micropores that provide plant roots with oxygen and water. Paving over of areas will increase runoff, reduce infiltration of water into soil, and cause increased reflected and reradiated solar radiation. This may affect the heat balance of the remaining and newly introduced plants and cause leaf-burning. Dust generation and attendant dust coating of nearby foilage is inevitable during construction. The dust will be a temporary growth retardant due to reduced photosynthesis caused by stomatal coverage of leaves by the dust particles. Unless proper practices are employed at the site, particulate matter may be carried downwind. In addition, construction noise may cause the residing wildlife to leave the surrounding area temporarily. Mitigation Measures The following are measures designed to mitigate biological, impacts, S Preserve as many of the large trees as possible for ornamental value. This should include the Monterey Pine trees located along Buttner Road and on top of the hill. f Localize habitat destruction, by confining the construction zone and movement of vehicles to as small an area as possible= precautions to preserve the riparian habitat bordering the property to the north should be initiated. s Avoid soil compaction around trees to be preserved. s Do not grade and pave around trees to minimize root damige'and allow for water percolation, o Het down construction area to control the amount of dust generated. • Equip construction machinery with noise reducing devices in order to minimize the disturbance of wildlife 00996 r3 i! i ti • Landscape developed areas with plants compatible with existing landscape and local climate. Drought-tolerant plants used for land- scaping are listed in Appendix C. • Consider alternative development plans. The impact upon the surround- Ing area as well as the project site would be minimized substanially if a more rural-oriented development were planned. The integrity and ecological value of the property would be much greater if lot sizes were larger than what is presently proposed. B.1.3 Hydrology and Water Quality Existing Setting Hydrology. The project site is located In the headwaters area of the Grayson Creek. (See Figure B.1.1-1).This creek arises from several tributaries in the Briones Hills. One of these tributaries flows easterly from its'point,of origin, approximately 122 meters above sea level '(400 feet) just north of the Oakmont Memorial Park, through the Meadowbrook'-Golf,Club, and underneath Buttner Road by culvert. East of Buttner Road the creek flows along the north- ern boundary of the project site at anaverage elevation of 44 meters (145 feet). The creek turns southeasterly approximately two thirds of the way along the northern project border, running across the project site to reach Taylor Boule- vard. At Taylor Boulevard, a 0.9 meter (36 inch)'culvert conveys'the-creek eastward towards the City of Pleasant Hill. The creek is lined from Mercury Way to the Diablo Valley Junior College, designed to provide flood protection up to storms with a 2 percent chance of occurrence, or the fIf ty year storm (Desmond, 1976). At this point it is called the West Fork, of the Grayson Creek and the Grayson Creek .Main Channel. Depth to ggroundwstar in the project area is greater than 3.5 meters (Bridenjack, 1976). 409917 B-12 I Grayson Creek flows through an earthezn canal from the Diablo Valley Junior College northerly to enter Walnut Creek where the flow eventually reaches Suisun Ray at Avon. , The flow of Grayson Creek adjacent to and through the project site, is characterized by low, muddy flows during the summer months and peak winter flows reaching 182 cubic meters per minute (i07 cubic feet per second) at the Buttner Road culvert (Contra Costa Flood Control District, 1976). During summer months, the principal flaw in the creek is that due to irrigational runoff from upstream watering of the Meadowbrook Golf Club, Runoff from the project site currently drains into the creek'to, the north- northeast, off of the higher ground occupying the southern portion of the site. Runoff from a fifty year (2 percent) storm is estimated to be 3 to 5 cubic feet per second. Water:Quality. Wsting-water,quality is,:characterized,;by highsuspended solids ,(as)concentrations 'during summer,months,, with winter flows expected to be substantially lower Inas levels due to dilution of higher flows, Siltation in the creek bed has occurred, especially-in the area immediately downstream from the Buttner Road culvert. Other significant,water quality parameters of the creek, as it flows across the project site, include dissolved and suspended organic material, (generating a biochemical oxygen demand) nutrients such as dissolved;nitrates and phosphates, and street and possible urban runoff contaminants such as trace metals, grease and oil and pesticides, No,base water quality data exists at,this time for this portion of Grayson Creek. ti 4 1 41 0P. 8-13 i 4 - �c J �, The ultimate receiving bodies for the creek water are the Carquinez Straits . and San Francisco Bay in general. It can be expected that water quality con- stituents such as suspended solids and organic substances generating a bio- chemical oxygen demand (BOD) may be somewhat reduced as natural purification and settling processes take place along the creek downstream from the site and in the receiving waters. The more critical concern is with trace metals, pesticides and other non-biodegradable constituents. In addition, nutrients in the Carquinez Straits have been a cause of concern due to their biostimula- tory effect on algae growth. Studies are underway (Bureau of Reclamation 1976) to assess their specific impacts upon the bay ecosystem, One other water quality concern involves the existing sink drainage into the creek from residences in the project site area, and wastewater leachate from potential septic system failures. The Contra Costa Health Department has been engaged in studies of the project site general area to determine the nature of �® these problems. Some history of septic tank failures exist for most of the surrounding residences with three failing septic tanks now in existence. (Bridenjack, 1976). Nine residences now have some shower or sink drainage • separate from the septic tank system and discharge these drainage waters onto the ground= three residences discharge shower or sink drainage directly into the Grayson Creek. (Bridenjack, 1976). Impacts Hydrological Impacts, The proposed project will result in an estimated 60 percent of the project area being converted to impervious surfaces such as streets, roofs or paved areas. (Elton, 1976). Lawns are assumed to cover most of the remaining area. Based on an average annual precipitation of 51 cm (20 inches) (Desmond, 1976), drainage due to stormwater runoff from project development could generate up to 14 cubic feet per second (cfs) for a 10 year storm (10 percent chance of occurrence) and 18 cfs for the fifty year storm, (2 percent chance of occurrence) as estimated by' a rational formula approach. f 01999 B-14 F- Under the proposed project, the portion of Grayson Creek. running across the site (see Figure A,1-'z) generally from lot no. 4 to lot no. 33, will be graded and replaced with a storm drainage culvert. This culvert would serve to carry existing creek flows, as well as the project storm drainage, to the culvert crossing Taylor Blvd. At present, the natural capacity of Grayson Creek to carry storm flows has not been established either for the portion adjacent to or on the project site, or for downstream stretches immediately beyond Taylor Boulevard. Hydrological impacts of the project as a whole will be an increase in the volume and velocity of storm water runoff as the existing undisturbed soil is converted to impervious surfaces. Although the runoff in itself should not cause the downstream capacity of Grayson Creek to be exceeded, it will contribute to the cumulative downstream flood flow, Due to the change to impervious surfaces on the site, peak runoff will reach the stream channel much more rapidly than previously and will add to the flood peaks downstream. Sedimenta carried downstream due to construction activities will tend to raise the water level slightly if deposited in stream beds or channels. Groundwater recharge will be reduced on the project site. For portions of the creek bank along the proposed culvert route, the natural characteristic of o2 the land to mitigate peak flows by acting as a flood plain will be lost. Downstream of the project site, flows will be increased for most points along Grayson Creek due to the channelized nature of the creek. Maintenance of the flow through the proposed culvert may encounter problems with debris or silt collecting in the culvert. Should repair of the culvert for these or other reasons be necessary, impacts to residents along the line could occur. 01000 .. ., .�'n.�... ,_ .. ,.� ,. f•,4 _ ,. r ,:1�,{s.s,�. .2v r..�, rr.sn.:''-5: 4ata< .n.._,,...`, .. _ ,.., .... Water Quality Impacts, Storm water runoff from the proposed project development will generate several water quality pollutants. Street and parking lot surfaces will collect grease, oil, and trace metal constituents such as zinc and lead. Organic material such as leaves and grass may be carried from the site via the storm water system. Lawn or garden maintenance may contribute nutrients to storm water due to fertilizer application, as well -as possible herbicides and pesticides. The conversion of a portion of the creek into a culvert will result in the natural purification processes of the creek (BOD removal, oxygen production, nutrient uptake) being lost for that portion of the creek converted to culvert. Hater quality impacts will ultimately reach the receiving Waters, the Carquinez Straits, where the project can be considered to add by a slight amount to the cumulative degradation of bay tater Quality due to the effects of urbanization. The proposed sanitary sewer line will have a favorable impact upon regional groundwater and surface quality if residents in the area replace existing septic systems with connections to the sewer line. Connection of existing sink drainage to the line would similarly produce favorable water quality impacts, Mitikation Measures • Screens should be provided and regularly cleaned for the proposed culvert to mitigate possible clogging problems inside the culvert. a Where economically feasible, concrete;surfaces should be favored over asphalt since particulate loadings.have been found (Sartor and Boyd, 1972) to be up.to 80 percent higher for asphalt surfaces. * Construction operations, especially grading, should be carried out during the dry portion of the year (May through September) to mini- mize erosion and sediment transport. 0 Street sweeping and street cleaning operations should'.be carried out regularly upon project completion. All landscaped areas should be stabilized with native plantings or erosion resistant ornamental plants. 0V t/1 1 V t, B=16 B.1.4 Air Quality and Community Noise Air Quality Existing Setting Climate. The climate of Pleasant Hill is controlled by its location relative to the San Francisco Bay, the East Bay Hills, and the Central Valley of California. In general, the climate on the site is relatively mild, and skies are sunny much of the year. Summertime afternoon temperatures are usually warm, although normally lower than those attained in the Central Valley, due to the moderating influence of afternoon winds from the San Francisco Bay Area. Conversely, cool wintertime nights are common, with the temperature occasionally dropping below freezing, with possible frosts, On a yearly basis, the maximum temperature averages near 23ooelsius (73° Fahrenheit), with minimum temperatures averaging near 70C (440F). The rainfall in Pleasant Hill is highly seasonal with most of the rain received in the six month period from November to April. In the summer months from June to September, almost no rainfall is received. The annual rainfall in Pleasant Hill averages near 48 cm (19 inches). Air Quality. At present air quality standards for hydrocarbons and oxidant are exceeded frequently in the Pleasant Hill area. Particulate and carbon monoxide standards are occasionally exceeded. Most of the following pollutant data comes from the Bay Area Air Pollution Control District (BAAPCD) which maintains an air quality monitoring station in Concord, the closest station to the project site. Carbon monoxide (CO) is an unreactive gasl its major standard violations occur near the source. High CO levels are generally found near freeways, congested Intersections, and other traffic points of accumulation. The BAAPCD has esti- mated that 87 percent of the 3700 tons/day of CO in the Bay Area in 1975 were due to motor vehicles (BAAPCD 1976). Table B.1.4-1 shows 1973-1975 maximum 8-hour CO averages for Concord (BAAPCD, 1973, 1974, 1975): CO data for the 4" T 01002 B-17 r i . San Jose station are shown for comparison. At the project site CO is currently not a significant pollutant. Table B.1.4-1. Concord CO Experience Compared with a Reference Station of San Jose Where Worst CO Air Quality in Bay Area Exists. Highest 8 hour average CO Number of Days 8 hours ( Concentration m m3) Federal Standard of 10 mg/m3 was Violated 1973 1974 1975 1973 1974 1975 Concord 8.6 10.5 9.6 0 1 0 San Jose 20.5 19.3 18.1 33 14 18 Nitric oxide reacts in sunlight to form NO2 and other photochemical oxidants. Since these reactions require time, NO2 and oxidant usually occur at some distance from the source and are of regional, rather than local concern. Table B.1.4-2 compares NO2 concentrations measured at the BAAPCD monitoring station in Concord with those measured at other stations in the Bay Area. At the project site NO2 concentrations are currently noti"a,problem. Table B.1,4-2 Concord NO2 Experience ''lith Comparative Bay Area Stations Highest 1 hour N0 Number of days 1 hour Concetration 2 State Standard of 470 ug/m (ug/m3) was Violated 1973 1974 1975 1973 1974 .1975 Concord 320 376 301 0 0 0 San Jose 432 5& 451 0 4 0 Sunnyvale 4$9 583 338 1 3 0 01003: a.xs r .` `a��Y:w�w, .w.,'rr.,; n' _'3^:i.#�•+,.F`3r .., s':':xss..¢k+.�.S,.... 1 Ts.z x.,s. .u. ,r. . The Hydrocarbon (HC) standard has been set in order to reduce violations of the oxidant standard, rather than to mitigate against the health effects of . hydrocarbons. The BAAPCD measures and reports concentrations of total HC, but the standard refers only to reactive (non-methane) hydrocarbons, which play a role in the formation of photochemical smog. However, even using approximations which tend to underestimate the reactive HC (e.g. that methane is approximately half the total HC), it is clear that the standard is violated almost every day in the Bay Area, by a factor of 10 or more. This is also true in the project area. m Total suspended particulate consist of naturally occurring airborne particles such as dusts and pollen as well as emissions from industrial and transportation sources. Local concentrations may not be representative of a wider area, especially in the presence of nearby construction, industry, or open plowed fields. While there are several State and Federal standards for this pollutant, the two most often applied are the maximum annual geometric mean of 60 ug/m3 and the 24 hour maximum average of 100 ug/m'', to be exceeded no more than once per yeax. The history of suspended particulate concentrations at Concord is compared with that of two other stations in Table B.1.4-3. Total suspended- paxticulate levels should not be a significant problem at the project site. Table B.l.4-3 Total Suspended Particulate Levels 1973-1975 Annual Geometric Mean (ug/m3) Percent of days over 100 ug/m3 (24 hour average) State Standard 1973 1974 1975 .1973 1974 1973 Concord 49 46 31 7.8 5.0 1.7 Livermore 65 74 69 16.1 28.2 22.5 Burlingame._ 43 39 _ .33 0.9 0.8 0.0 Oxidant (photochemical smog) is a major air pollution problem in California generally and in the Bay Area in particular, This pollutant is formed in a i.: 41004 B=19 A kK J.� IJ1 1 1 i complex reaction chain involving PTO,, HC, and sunlight. The climatological patterns of Bay Area topography indicate that the highest oxidant levels will be found in the sheltered inland valleys, generally downwind of highly urban- ized areas, during the April-October season. These areas historically have been represented by the BAAPCD stations at Livermore, Walnut Creek and Fremont. Table B.1.4-4 compares the Concord oxidant history with that of Livermore and San Francisco at either end of the oxidant spectrum. Walnut Creek has also been included due to its nearness to the project site. The. differences in the 1974-1975 data at Concord and Livermore are related to meteorological patterns rather than to any significant trends due to emission controls. In the Concord-Walnut Creek area oxidant is a significant pollutantf it is also a problem in the project axes. Table B.1.4-4 Comparison of Concord to Livermore and San Francisco Oxidant Violations Highest 1 hour Oxidant Number of days 1 hour Federal Concentration (ug/m3) Standard of 160 ug/m3 was • Violated 1973 1974 1975 1973 1974 1975 Concord 361 251 294 21 14 5 Walnut Creek 330 235 333 14 13 21 Livermore 345 439 333 54 65 28 San Francisco 188 .219 98 1 1 0 Impacts The air pollutant emissions associated with the proposed subdivision will initially result from construction activity of roads and then from vehicle trips generated by the houses. The construction activity for the development can be divided into two phasest earthmoving and delivery. The greatest air 01005 .-,.B-20 quality impact typically results from grading, trenching, and filling associated with the earthmoving phase. The diesel equipment used for trench- ing and grading or filling required emit measurable amounts of NO and CO (24.0 and 12.0 grams per liter of diesel fuel for typical construction equip- ment (BAAPCD, 1972) as well as particulates, HC and SO2. A single machine may use from 8 to 19 liters (2 to 5 gallons) of fuel per hour. Table B.1.4-5 shows emission rates in grams per liter of diesel fuel for typical construction equipment= the emissions of 5 such vehicles working in an area are also shown. More significant than the emissions from the equipment will be the generation of ambient particulate matter in the earthmoving process itself. Local violations of the ambient air quality standards for particulate are likely during hillside grading and subsequent road and housing construction. During the delivery phase of construction, traffic to the .site'vill consist primarily of the delivery of building materials. No exceptional amounts of air pollution are expected as compared to the levels estimated for the same sub-area when its development is complete. After the construction is completed, 420 vehicle trips per day will emit • automotive pollutants. Private vehicles will constitute the majority of these trips but there will also be trips by other vehicles such as garbage trucks or school buses. The amounts of both.vehicle and stationary pollutants which will be emitted due to this development alone will be relatively insignificant on a city, county, regional, or airshed basis. They will, in themselves, neither cause any air quality standards to be exceeded or prevent the attainment of such standards. They will, however, be a positive addition (even if small) to the total pollutant loadl as the California Air Resources Board has recently pointed out, the air quality impact of single small projects must be considered in the planning context of a complete air basin (Air Resources Board, 1974)• Inevitably, any one project of this size will have an insignifi- cant impact in itself but will add to the total pollutant burden in the airshed. Correspondingly, mitigating,measures to reduce pollutants must be coordinated with regional transportation plans. ,z 01006 p -21 '•. ;fi�?a 3,::r'�':�.v�,.ySF xw.. 3:a 3,r.• :�`�.5�3 -.:�Kx�°�"�nv'F�. ?.�ra?t,.�3tG�wy�it 3^${ ',� nal.�ix)�.`41'1�s.... {,:ti�.�-s..,.?ix r"'ii`. . ,.._ .. ...., ,,.: ,. - Table B.1.4-5 Construction Equipment Emissions Pollutant Emissions Emissions (average (grams/liter) grams/5 vehicles/hour) Particulates 3.6 250 sot 3.7 250 CO 12.0 800 HC 4.8 325 NOX 24.0 1625 Mitigation Measures Aix quality impacts associated with the on-site construction can be minimized by the following • Wetting down the site regularly during construction to reduce particulate dosages for construction workers and nearby residents. i Undertaking tasks involving soil redistribution during low wind conditions whenever possible. • Taking care in refueling activities to minimize hydrocarbon emissions. The contractor should insist that subcontractors use properly maintained vehicles and equipment and provide proper coverage of hauled materials. Air Quality impacts resulting from the increased traffic associated with the post-construction use of the project can be reduced by the following measures. • Develop good street circulation for the project traffic by. improving Buttner Road to conform to the County Ordinance Code and opening Dobbs Drive north to Dublin Drive. • Encourage the provision of local parks and shopping facilities within i walking or bicycling distance from the project. 01007 a • Encourage neighborhood carpooling for commuters. • Provide bus service with adequate bus stops in the area. Feeder line to BART should also be included. Community Noise Existing Setting The major noise source near the project site is from vehicular traffic on Taylor Boulevard. This traffic noise is important only in the eastern portion of the site, however. As one moves westward towards Buttner Road (which currently carries very few vehicles) traffic noise becomes an insignificant source, since traffic noise from the other roads in the area is not important at the site. The dominant noise sources away from Taylor Boulevard are natural sources such as leaves rustling or birds chiry�6g, typical of a rural atmosphere. By using a mathematical model (Highway Research Board, 1971), a predicted noise climate (from traffic only) for the project site at the present timewas developed. The scale used was the CNEL (Community Noise Equivalent Level) which• weight. evening (7=00 p.m. to 10t00 p.m.) and nighttime noise (10 00 p.m. to 7200 a.m.) more heavily than daytime noise (7:00 a.m. to 7:00 p.m.), to acccunt for greater annoyance factors at those times. A 60 CNEL noise level is the maximum desirable noise level for residential land uses. (Contra Costa County, 1975). Using existing traffic volumes, the 60 CNEL noise level from Taylor Boulevard was predicted to extend into the site 82 meters (270 feet). Significant portions of the five proposed lots closest to Taylor Boulevard are affected by these somewhat high noise levels (lots#24,2,5, 31, 32 and 33). Additionally, the majority of lot #33 (the proposed lot which will border on Taylor Boulevard) currently experiences noise levels above 65 CNEL. Aircraft noise from flights associated with Buchanan Field do not appear to be a problem at the project site, since Buchanan Field is over three miles away from the site (end during several visits to the site no aircraft noise was observed). However, when the Buchanan Field Master Plan Study being conducted c R by.the .County. is completed (scheduled for January 1977), the section pertaining fico noise shculd be checked to confirm the minimal noise impact from the airport. Impacts Noise impacts resulting from the development of the site will first result from construction operations and then from usage of.the site. Construction operations can be divided into three phases= earthmoving, shell construction and interior construction. The first two of these phases will produce noise both directly,and from generation of truck noise to the area. The direct con- struction noise (including operation of heavy equipment) will affect residents near the project situ the increased truck traffic to service the project area construction will result in minor increases in ambient noise levels for all residences along the route chosen. Post construction noise impacts on site will mainly result in a change in the type of noise produced (from natural sources to residential sources) rather than in a significant change in the noise levels produced. On Buttner Road, the small amount of traffic that will be produced by the project will result in only a very minor increase in the noise level on that road. The same will also be true for Dublin Drive and Devon Avenue,in the residential area to the north of the project area. Future CNEL noise levels resulting from traffic on Taylor Boulevard were calcu- lated for 1990, based upon projected.1990 ADT volumes, The model used to predict the existing CNEL noise levels also takes into account existing state legislation which mandates quieter future motor vehicles. The model predictions concluded that the 60 CM1 level will be 65 motors (215 feet) from-Taylor Boulevard in 1990. This is closer to the roadway than the existing conditions, despite the increased ADT volume,due to these expected quieter vehicles. However, significant portions of thefourproposed lots closest to Taylor Boulevard (lots # 241 25,`'32 and 33) will still be above the 60 CNEL level desirable for residential areas and outdoor land uses, Additionally, one half of lot #33 will have noise levels above 65 CNEL. B-24 Mitigation Measures • Construction operations producing noise should not be conducted before WO a.m. or after 6sOO p.m. so as to minimize loss of sleep by neighboring residents, All vehicles and equipment should be prop- erly muffledl the developer should require that the contractor's equipment meet this requirement. State noise standards for delivery motor vehicles should be met. • Consideration should be given to not building on the proposed lot which is the closest to Taylor Boulevard (lot #33) but rather leave this area as open space to act as a noise buffer zone. If this lot is built on,however, the optimum position of the house would be on the eastern side of the lot with the longest axis of the house oriented north-south. The house in this position would buffer the remainder of the yard from the Taylor Boulevard traffic noise. On the wall of the house facing Taylor Boulevard, there should be few windows and interior ventilation such that all windows on this side may remain • closed. This will ensure that indoor noise levels will not exceed 45 CNEL, the indoor noise level required in newly developing residential areas (Contra costa County, 1975)• Additionally, a tightly built wood fence (with no openings or loose joints) should be constructed adjacent to Taylor Boulevard wherever outside living areas are not protected from traffic noise by the house itself. To be effective, the line of sight between Taylor Boulevard and these outside areas should be blocked by either the fence or the house. • For the remainder of the proposed residences within the 60 CNEL noise level for 1990 (lots #24, 25, 32 plus a small portion of lot 31), no special building orientation or construction appears necessary. The construction of tightly built wood fences for these lots would decease ambient noise levels from Taylor Boulevard by about 5 dBA. • t4 t 01010 B-25 i B.1.5 Visual Anality Existing setting The project site is viewed most often by residents on adjoining.lands, and passersby on Dobbs Drive, Buttner Road, and to a limited extent Taylor Boulevard. Residents in the area value the rural tranquility the lend provides in its present state (Johnson, October 1976). This rural .zure is a result of the topographic features of the land, the abundance of native shrubs and grasses, and the stream and riparian habitat. Figures B.1.5-1 to 8.1.5-6 are photographs taken on or near the project site. Figure B.1.5-1 shows the western boundary of the site on Buttner Road. B.1.5-2 is a view looking west taken at Taylor Boulevard just outside the project boundaries (near Lot 24). s.1.5-2 shows a portion of Grayson Creek, as it crosses the project site, that would be converted to culvert. B-1.5-4 is a photograph of the existing walnut trees.on the site, taken on Lot 10 looking south. Figure 8.1.5-5 is a view towards:the northwest while 8.1.5-6 is a view to the east taken at the same spot (Lot 10, : Impacts Visual impacts can be divided into two categoriest construction activities and poat-construction activities. Construction Activities- The viewshed of this land will undergo a significant impact when construction activities take place. Vehicles, equipment movement, removal of vegetation, grading, and increased human activity will destroy the rural aesthetics of this parcel of land, Exposed 'soils, material piling, and litter related to construction material packaging will all significantly contribute to the degradation of the viewshed. This impact will be felt primarily by residents in adjacent lots, and secondarily to passersby on the surrounding streets. 0141 —:B=26 fi �fl�}•�k i.s ;f r Jk\ ^ r r.1L 1 4 P..✓�',aA��wG � d t �t 3t�'��t• f- ti J 1r Ft;fai 1 i e\� V�• rA 44 rA yy )K� zO Ag �lh w � to �,'� •.'p�7�'���k. bCri ` �w n M1}� \ - 1 r gggrIOP 3 �'� t'4 kw; J•! t+,t T JJOj.i`�.d T t Vi 011 Oki- f ' `��� `3.I"r'{���• ;wadi« '�i �[ '', � � 4' i' i 0101.3 R , { Post-construction - 'When houses are built on this land, a permanent change will occur in the aesthetic character of the area. A suburban landscape will replace the rural setting that currently exists. Increased human activity and the presence of structures and vehicles is likely to inhibit birds and mammals from inhabiting the site (see Biology Section). Ambient night-time light levels will increase as a result of individual home lighting and street lights. The riparian nature of a portion of the stream will change if channelization takes place. Overall, the visual complexity of the area will increase, and the impact likely to be f elt by area residents will be undesirable. Mitigation Measures Construction Actiritiea • Storing equipment and materials in one fenced area,will help reduce the visual complexity of the area during construction. • Minimizing construction times (i.e. utility installation, possible phased-section construction) will minimize the length of time the land will be visually vulnerable to 'construction activities. Posh Construction • Extensive landscaping with drought tolerant native plants will help achieve a more harmonious blend with the local environment, Trees and shrubs can effectively be used as visual soreens and also help i insulate homes from wind and sun. e Retain as much existing vegetation as is feasible, R : Soft colored building materials that can blend with earth, shrubs, , and tree shadow tones, will reduce the edge effect of man-made structures from important observation points. 01014 B-29 • • A reduction in fencing, particularly along bordering streets and the creek will allow the open nature of the site to be maintained, • Consideration should be given to open space, trails or recreational areas in the project design. 1. Y 7 i tz- 7 010 f i � ;r rk� � iz*'� a�•.,���t�rt. a,� rr� � 1 '�` 7 �, ,. ti 10 ' n{�- 3J.,. � r _ =��, It•--� 4 '. 4. i -.- -, .. B.1.6 Traffic Existing Setting The principle through traffic routes in the vicinity of the project site include Taylor Boulevard, Pleasant Hill Road and Grayson Road. The project area itself is bounded by Buttner Road on its western extremity while Dobbs Drive and Taylor Boulevard flank the eastern edge of the site. Refer to Figure A.1-1 for the location of roadways in the vicinity of the site. Buttner Road is a narrow, curving residential street which intersects with Grayson Road for its only access point. The pavement width is approximately 22 feet, while the roadway right of way is 50 feet. Sight distances along Buttner Road are restricted due to the combination of considerable vegetation growing adjacent to the pavement's edge, the narrow pavement width and the curving alignment of the road. The steep hill which Buttner Road crosses just north of Grayson Road also soverely limits the sight distances in that area. During the past two years no accidents have been reported on Buttner Road (Killough, 1976). At the Buttner Road, Grayson Road intersection, no • accidents have been reported during the past six months (the extent of avail- able data) (Pleasant Hill Police Department, 1976). Dobbs Drive is a short two lane roadway which connects Slater Avenue with Taylor Boulevard. The pavement width is approximately 26 feet, within a right of way of .SO feet. During the past two years no accidents have been reported on Dobbs Drive, but two traffic accidents were reported at (or near) the Dobbs Drive, Taylor Boulevard intersection (during 1976) (Killough, 1976), On the north side of the Slater Avenue - Dobbs Drive intersection, Dublin Drive currently does not connect with the intersection due to vertical alignment differences. Since Slater Avenue, Dobbs Drive and Dublin Drive, as well as Buttner Road are all residential streets with no through traffic, their average daily k= traffic (ADT) is currently very low. On the other hand, Taylor Boulevard Is a major arterial roadway in Pleasant Hill, four lanes in width, and carries an estimated ADT of 16,000 to 17,000 in the vicinity of the project site. 01016 E-•a i This volume is currently well below the capacity of the roadway,(Based upon the capacity of similar roadways, the peak hour capacity should be over 3,000, vehicles. Ibis corresponds to an ADT of approximately 30,000 vehicles, assuming 10 percent of the traffic occurs during the peak hour.) Pleasant Hill Road is another relevant major arterial roadway. In the vicinity of Devon Avenue it is four lanes in width and carries an estimated AVT of nearly 19,000. Horth of Virginia Hills Drive, Pl.easantHill Road narrows to two lanes. Grayson Road, to the south of the project site, is a two lane arterial roadway with a current estimated ADT of 2,400. These existing ADT's are based upon 1973 traffic counts, but increased by a factor of 5 percent to bring them up to estimated 1976 volumes (Dolan, 1976). Traffic lights in the vicinity of the project site currently exist at the intersections of Grayson Road with Taylor Boulevard, Pleasant Hill Road.with Taylor Boulevard and Devon Avenue with Pleasant Hill Road. No traffic light currently is present at the Dobbs Drive, Taylor Boulevard intersection, and none is planned for the future (Killough, 1976). Imp-acts If the project is developed as proposed, approximately 420 trip ends per day will be generated. A trip end is defined as the origin or destination of a trip, each trip having two ends. The trip generation factor of 12.7 per day per dwelling unit applied here, the highest determined by CALTRANS in their trip ends generation research (Department of Transportation, 1975), is 'repre- sentative of a low density suburban residential area. (If -the project site were developed according to the existing zoning, the number of trip ends ,generated per day would be approximately two-thirds of the number expected for this proposed usage.) By itself these 420 trips ends are significant only on roadways in the immediate vicinity of the project site. As the trips disperse toward other parts of the county their percentage of the total traffic impact decreases, Their main importance is as part of a cumulative increase in traffic in and through Contra Costa County. s + 01011741 B-32 Specific impacts from the project traffic include an increase of approximately 200 trip ends per day on Buttner Road. Based upon the trip generation • factor used for the project traffic and an estimated 20 residences currently served by Buttner Road, the existing ADT is approximately 250 vehicles. Although the project trips will comprise a significant portion of the ADT on Buttner Road, the total traffic level will still remain low. No traffic congestion is expected to occur resulting from the increased ADT. However, since Buttner Road is a narrow, blind street, any increase in traffic levels will result in an increase in the potential for accidents. This increase in accident potential could be expected to mirror the projected near doubling of the ADT. The actual number of traffic accidents should still remain very low, however, due to the low ADT on Buttner Road. On Grayson Road the project traffic will comprise approximately 3 percent of the projected 1990 ADT of 6,000 vehicles (Nickell, 1976). No significant impacts are expected to be felt on this roadway. On Taylor Boulevard at the project site, the project traffic will account for less than 1 percent of the projected 1990 ADT of 28,000 vehicles (Nickell, 1976). At the Doobs Drive - Taylor Boulevard intersection approximately • 120 vehicles per day from the project will use the intersection. Currently, the ADT on Dobbs Drive is approximately 190 vehicles (assuming the 12.7 trip generation factor used above, and 15 residences served by Dobbs Drive). The limited amount of project traffic which is expected to use Dobbs Drive assumes that the opening in the median on Taylor Boulevard will be closed to prevent hazardous left turns into and out of Dobbs Drive, as recommended by the Contra Cost County Public Works Department (see Appendix D). This closure should reduce the number of accidents at this intersection. If the median were not closed a greater portion of the project traffic would use this intersection for access to the project sitd, rather than Buttner Road. However, if the median opening is not closed, in order to make the intersection less, hazardous, a left turn storage lane and merge lane would be required on Taylor Boulevard. Acceleration and deceleration lanes should be provided for right turns into and out of Dobbs Drive in either case. As part of this proposed project, the Contra Costa County Public Works Department also recommends that the subdivider do the work necessary to • connect Dublin Drive to the Dobbs Drive - Slater Avenue intersection. If this 01018 8-33 i� i • is done, approximately 100 vehicles per day from the project will use the Dobbs Drive, Dublin Drive and Devon Avenue route to reach Pleasant Hill Road. No significant impact will result in traffic on these roads. Mitigation Measures Traffic impacts on Buttner Road could be reduced by the following mitigation measures. • The increased potential for accidents on Buttner Road could be partially relieved by increasing the pavement width to conform to the County Ordinance Code while also removing vegetation from the roadway edge which restricts sight distances. These would not do much to relieve the severe sight distance problem on the hill Just north of Grayson Road, however. The hill could be reduced to in- crease sight distances but this would be expensive and could severely alter the rural atmosphere of Buttner Road. Additionally, the access to at least two residences could be adversely affected by this action. Measures to keep the traffic speed slow in this area would be an alternate approach to decrease the danger of limited site distances'in this area. These might include`'the posting of additional signs pointing out the blind characteristics of Buttner Road in this area. e Instead of•a project access route along Buttner Road with its associated hazards, develop an alternative access mute to Grayson Road via Grayson Lane and an extension of Lotus Court. The affected portions of Grayson Lane would need widening to accommodate the additional traffic. (Currently Grayson Lane has a pavement width of only 17 feet at the narrowest point, :while the right of way is approximately 40 feet. The existing ADT is.very low). The utilization of this route would not substantially conflict with existing policy of the City of Pleasant Hill (See, 1976).. z' • ti i z G 01019 B - Y B.2 Socioeconomic Setting, Impacts and Mitigation Measures . B.2.1 Community Services Water Service - The project site is within the East Bay Municipal Utilities District (EBMUD). The District supplies this area with water service. Presently an eight inch main parallels Grayson Road with a four inch extension traveling north along Buttner Road. A six inch line from Slater Road extends south onto Dobbs Drive approximately 400' (McBride, East Bay Municipal Utilities District, October 1976), Sewer Service - The parcel is within the Central Contra Costa Sanitary District (CCCSD), Presently the residential areas around the site employ septic drain fields as a means of sewage disposal. The subdivision will however tie in with the CCCSD plant. The nearest sanitary sewer main is a six inch line on Strand Avenue. (Wisbens, CCCSD, October 1976). Telephone Services - Telephone service in the project area is supplied by Pacific Telephone. There are presently pole line structures along Buttner Road. Underground lines are required for new subdivisions in the county, (Markum, Pacific Telephone, October 1976), Solid Waste Services - Solid waste services in the project area are supplied by Valley Disposal Service. There are presently two service daysl one is for lawn trimmings, the other is for household refuse. Solid waste is disposed at the Acme fill in Martinez (Davi, Valley Disposal Service, October 1976). Fire Protection Services - Fire protection and emergency services are supplied by the Contra Costa County Consolidated Fire District. The nearest station to the site is Station number five on Boyd and Cleveland Streets. Emergency response time to the site would be roughly five to seven minutes. Three engines (in fire personnel) would respond to any initial calls. The fire insurance rating for this area is class three based on a ten scale, (one being the highest level of service). (Lewis, Central Contra Costa County Consolidated Fire District, x October 1976). • 01020 F Police Services - Police protection is supplied by the Contra Costa County Sheriff's Department. The project is within beat number 20. At least one unit patrols this area at all times (a unit is one car and one police person), with two units at certain times of the day (W-8m, p4-4m, lOPM-lm) (Contra Costa County Sheriff's Department, Leutenant Ard, October 1976). Schools - The project area is within the Mount Diablo Unified School District. Schools that serve the area, present enrollment, and capacity appear in Table B.2.1-1 Present School Enrollment Capacity Strandwood Elementary A9 700 Valley View Intermediate 873 950 College Park High School 1915 1884 Table B.2.1-1 Schools Serving The Project Site Presently College Park High is operating above capacity.. Valley.Niew, and Strandwood can absorb 78 and 181 studentsrespectively before their capacities are reached. (Crawford, Mt. Diablo Unified School District, ; October 1976)* Impacts Water - An increaze.of approximately 22,100 gallons of water use per day . will occur when the site is developed, Lines-will .have .to be extended into the site to serve each home and fire hydrant. Associated construction impacts can be expected. Plans for water line extensions will be finalized when the developer submits final plans to East Bay Municipal Utilities District. U102t B-36 k Sewage Service - The project will generate roughly 9000 gallons of sewage a day. Sanitary sewer lines are likely to be extended from a six inch line on Strand Avenue about 300 feet east of the site. An easement will be required to extend the line across the unoccupied property east of Taylor Boulevard and preliminary plans indicate the line will extend under Taylor Boulevard, and through the property to Buttner Avenue. Neighbors adjoining --- the land presently on septic tank fields have the option of connecting to the sanitary sewer, unless their septic tank system is failing in which case thu County Health Department will require them to tie in to the Districts lines. (Contra Costa County Health Department, October 1976) At this time no problems are anticipated by the District in servicing the site. The District upgrades its plant's capacity as new projects are serviced. Presently the plant is operating at 30 MGD. Telephone Service - Pacific Telephone will have to upgrade it's facilities along Buttner Road in order to provide sufficient service to this development. ,a,......•� They do not anticipate any difficulty in servicing the site. Solid Waste Services - Valley Disposal Service does not anticipate any problems in supplying solid waste pickup to the site. Fire Service - The Contra Costa County Consolidated Fire District does not anticipate any problems in servicing the site, They do require at least 20 feet of unobstructed vehicle right of way with roads capable of supporting their heavy equipment (13 tons), Difficulty might be experienced in making left hand turns from Taylor Avenue onto Dobbs unless a left turn lane is provided. (See Section B,1.6) Two fire hydrants will be needed to service the site, Preliminary plans indicate a hydrant at Dobbs and Bluebell, and Bluebell and Orchid Court. Police Servicss - .The County. Sheriff's Department does not anticipate diffi- culties in.servicing the site. No expansion of services will be necessary. o l(122 3? Schools - The Mount Diablo Unified School District does not anticipate any significant impacts as a result of this project. Approximately 30 new students are likely to be generated by the subdivisions 21 elementary, 5 intermediate, and 4 high school students. Declining enrollments in the elementary and secondary schools will eventually offset the above-capacity high school enrollments. Since no expansion of facilities is anticipated by the District, the addition of these students will increase State subsidiesi this and increased tax revenues from the land, will more than likely offset any increased education costs. No busing will be required to any of the schools involvedl the project site is within the current three mile boundary of the schools. Mitigation Measures Water and Sewage -Installation of water conserving facilities in the home design (i.e. low volume flush °toilets, ,controlled flow shower heads) will • contribute to reducing water consumption and sewage generation. - Lawn irri- gation is probably the largest water consumer in subdivisions such as-this. The:r'BMUD recommends alternatives to lawn installation be considered. -Native grasses and shrubs are draught tolerant and require much less water:than conventional landscaping plants. Appendix C contains a list of drought tolerant plants that can be used for landscaping purposes. Solid Waste - None required Fire Protection - The'Central Costa County Consolidated Fire District ' - recommends non combustible' material be used on house roofs. ` They also recommend house addresses be clearly visible from the street and lighted at night. Police Services - None required Schools - None required a38 B.2.2 Economics Existing Setting Presently this parcel is vacant and does not generate income for its owners. The land is assessed (1976) at a total of.:$32,200 for 13.08 acres. Taxes for 1976-77 are $3773.19, at the tax rate of $11.718 per $100 assessed value. No other costs are associated with the land. Housing - Homes in the proposed subdivision are expected to sell for $60,000 to $70,000. There is a relatively high turnover of older homes in the area and new homes often have waiting lists of potential occupants before advertising (Contra Costa County Board of Realtors, October 1976, Cherrier, Security Owners Corp. October 1976). A 3.9 percent county- wide vacancy rate (1.5 percent,within this census tract) would indicate a, strong demand for housing in the area. Homes in this price range do not necessarily satisfy the need for housing however. The past experience of builders in the area indicated an influx of:new country residents in the late 1960's and early 19701x. Current trends: .` indicate a ,greater movement of people within the county from lower priced housing to higher priced housing. (Larwin`Company, Security Owners Corp., October 1976)• Economic Impact Assuming an average,home and.lot.market value .of $65,000 the assessed:value of the, entire parcel would be approximately $536,000 (at 25 percent of a market value of_.:$2.145 million). With the 1976-77 tax rate of $11.718/$100, the proposed development when completed would generate roughly $62,800 in taxeso The costs,to the community of educating the proposed development's approximately 30 school age children is unknown at this time. Ata $1400 average cost per 01024 U* t..y. ' ' 3�n�tt...'t�- �1 q . pupil per year in the Mount Diablo Unified School District, the costs of educating these students would be about $42,0001 however it is not known whether all these students will be new to the District. Regard- less, the school District does not anticipate any adverse impacts from the subdivision and in fact welcomes new students= there has been a decreased number of students in the district and three schools have closed because of declining enrollments (Crawford, Mt. Diablo Unified School District, October 1976). The costs of providing the needed community services to the new develop- ment such as fire, police, recreation, library, etc., are expected to be balanced by the tax revenues of the proposed 33 homes. Construction costs of needed roads and utilities would initially be born by the developer of the i�xoposed subdivision. Thereafter, maintenance and operation of t *se would be paid through tax monies and through service charges to the individual utility companies. At this time there does not appear to be a necessity to.increase the capacity of community services such as fire, police, etc. (See Section B.2.1) in order to serve the proposed subdivision. However, the proposed project will contribute to the cumulative demand for services generated by areawide growth. - The development of the proposed subdivision will stimulate the construction industry, providing jobs for approximately 200 persons over a one year period. Workers are likely to come from the county employment pool and the multiplier effect of these jobs will stimulate the economy elsewhere in the county. (Cherrier, Security Owners Corporation, October 1976). . Y 01025 B.2.3 Archaeology and Historic Features e Existing Setting No historical sites or markers exist on this piece of undeveloped land. No known evidence of archaeological remains exists. An archaeological evaluation of the Dobbs Drive Parcel (whish includes the project site) was carried out by the Laboratory for Archaeological Research of San Francisco State University in April 1974, No evidence of an archaeological nature was found. Impact + None expected. Mitigation Measures In order to fully protect any possible archaeological,-.materials or artifacts, especially,along Grayson Creek, any subdivision approval should contain the provision that should material of`an archaeological nature be uncovered during grading or construction, all construction activities should cease until a qualified archaeologist conducts a field investigation. ' 01025 B-4 a rt B.2.4 Energy Existing Setting The existing energy setting in California and the United States in general, consists of a decreasing and uncertain supply of available energy and an incident increase in the cost of that energy. Due not only to the actual or potential decrease in the supply of energy, but also the environmental costs associated with the production of energy, it has become a national priority to minimize the consumption of energy whenever possible. The project area is now a potential agricultural or aesthetic resource. No energy demands are currently associated with the site. Gas and Electric Services - Pacific Gas and Electric Company supplies these utilities to the site. Existing service in the area includes a two inch gas main on the west side of Buttner Road and a three inch main on the south side of Grayson Street; a single phase, 21,000 volt line exists on Buttner Road and the north section of Dobbs Drive (Pell, PG & E,, October 1976). impacts Gas and Electric - Underground lines would have to be extended into the sub- division. An increase in the consumption of gas and electricity will occur. Pacific Gas and Electric anticipates no difficulties in supplying these services to the subdivision. Resources - Development of a parcel of real estate entails the usage of earth moving and grading vehicles, electric and pneumatic tools and_ la--ious other energy consuming items. Commuting to the ,job site by construction persons also adds to increases in energy consumption. The energy demands of construction is only temporary, however and is not as taxing as the projected demands of the structures to be built. t 0021 B�42 Energy/Resource Conservation Measures 0 An important factor in energy and resource conservation is individual awareness. A brief brochure supplied by the developer to homeowners summarizing different methods of water and energy conservation (these aro also available from PG do E and local water districts) will help to increase conservation awareness. The following recommendations deal with measures that can be incorporated into the project design in order to minimize energy consumption, or develop alternative energy sources. Building Orientation and Design - • Calculations made by Olgyay (1963), for the optimum shape of building take into account both heat loss in winter and neat gain in summer. For simple rectangular plans the most 'effective shapes would be those elongated in the east-west direction. The east and west faces receive the greatest summer radiation and should be reduced in area. The south face receives more radiation in the winter and can thus be increased in size to take advantage of winter surface heating. (This mitigation measure would not apply to Lot 33, which because of noise considerations should have the building oriented with large surfaces on the' east side to serve as a noise 'barrier). The majority of the lots as pro- posed in the project are elongated in the north-south direction. Redesign would be necessary to achieve optimum orientation. • Internal building design, where feasible, should place living rooms or other rooms of more intensive use away from western facing sides w of the house and on southern sides if possible. In that way the maximum summer heating (western faces) can be avoided and winter sun heating (southern faces) can be maximized. (The same exception applies to Lot 33) } Large glass areas should be avoided due to the poor insulating propertios of glazed surfaces. The design of eye-level "vision a43 U1(i28 r slots" should be preferred over floor-to-ceiling picture widows. The larger areas of glass should optimally be placed on the southern facing sides. The heat gain from the low winter sun can be admitted while during summer less heat gain would occur than for east or west-facing glazing. Northern facing glass windows can be utilized for indirect, glare-free natural lighting. The penetration of solar radiation through windows can be controlled through the judicious use of awnings, special blinds which can be drawn between the two panes of double-glazed sashes, by deep reveals, and by a variety of types of externally projecting shades which may take the form either of vertical fins or else horizontal "eyebrows,, which cut off high angle summer sun but allow low level winter sun to enter. (Steadman, 1975) • Shading, especially on the wall receiving the greatest amount of solar radiation in the summer (the west) can be provided by trees • and other landscaping. Deciduous trees have the- advantage that shading is provided during summer and the loss of leaves during winter allows penetration of low angle sunshine. Building Materials and Construction e Where feasible, construction materials that do 1.not require great amounts of energy in their production should be favored. One common example is aluminum, which requires over six times as much energy to produce as does stainless steel. • Insulation should be provided in floor, wall, and ceiling con- struction. The National Bureau of Standards recommended R-19 rating should be considered a minimum for attic insulation. • Weather stripping should be included around doors, windows, vente • or other areas where cool air may escape. Careful construction 0102=9 9 V B-44 : practices should insure that cracks and air spaces do not exist, or are thoroughly caulked and sealed, in order to minimize infil- tration by the prevailing grinds in the area. • Lighting should be done with high efficiency light sources wherever it is practical. Flourescent and high intensity discharge lamps such as mercury vapor, sodium and metal halide sources are the most efficient. r Energy used for water heating can be reduced by'the use of insula- tion on water heaters and distribution piping, locating water heaters as close as possible to the demand source Alternative Energy Sources a The inclusion of solar power units, for space beating and water heating purposes, should be considered in the projeot building design, The utilization of solar power to'provide`part or all of the heating,requirements'for swimming pools, should be consi- dered. The possibility of solar units becoming more economically competitive in the future should be included in building design, The orientation and angle of roof surfaces, at least for some units, should provide the option for present or future:homeowners to incorporate solar units in order to meet part of hcme heating requirements. 1 c4 .01030 y i +c i Tn.. �q •.i B,2,5 Land Use Existing Setting The project site is presently located in an unincorporated section of Contra Costa County. County lands surrounding the site are zoned R-20, which is residential with minimum lot sizes of 20,000 square feet (See Figure A.2,1-2) This land is all in residential use, Land within the City of Pleasant Hill is found to the southeast of.the project site. This land is zoned R-10 and is presently,vacant (Rowan,. City of Pleasant Hill 1976). Impacts A change in the zoning, from R-20 to P,-12 will occur. This will result in a higher density on this parcel compared to surrounding lands. The undeveloped land to the south is zoned R-10, A possible result of higher densities in the neighborhood may be petitions for zoning changes in the surrounding lands, This could result in'further division of some of the larger parcels surrounding the land. « Mitigation Measures None suggested. u 01031 > B.46 C. OTHER ALTERNATIVES Other alternatives to the proposed rezoning and subdivision would fall into two categoriest Alternative land uses and alternative subdivision designs. The existing zoning on the project site is single family resi- dential (R-20). Thus, the no project alternative would result in poten- tial residential development on the site at a lower density, Other alternative land uses on the site could conceivably include park or open space land, or agricultural grazing on portions of the site. These uses would involve zoning changes, however, and would necessitate an alteration in the county plan which calls for residential development on the project site. Impacts of these alternatives would include beneficial visual and recreational impacts and maintenance of existing vegetation and wildlife except for grazed areas, Growth that did not take place on the project site would be shifted to other areas of the county or Hay Area. Alternative subdivision designs would involve residential development on the site at the same density (33 units) but with different design charao- teristics. Alternatives would include two-family or multiple-family units or clustered development of townhouse units. These alternatives would also make necessary zoning changes and would result in more highly concentrated development with retention of more open space areas, Other alternative designs include modifications in the proposed subdivision lot layouts and retention of Grayson Creek as it crosses the project site, Alternate lot layouts could be designed to maximize the north-eouth orientation of homes, Alternative circulation patterns, such as a connection to Grayson Lane, could minimize traffic impacts on Buttner Road. As plans are formulated for specific homes, alternative designs could include energy conservation measures as outlined previously. An alternative to uniformly grading the site would be to leave the existing topography as much intact as possible, and designing roads to follow existing contours as opposed to cutting across them. 41132 t C-1 y .; s y D. UNAVOIDABLE ADVERSE I14PACTS AND MITIGATION MEASURES The unavoidable impacts and mitigation measures will be summarized by section, as they appear in this report. Adverse geological impacts are the modification of landforms, and the seismic risk accompanying develop- ment on the project site. Biological impacts involve the elimination of grassland, bush and riparian habitats and the loss of the associated wildlife. Ecological diversity, and hence stability, will be reduced following these changes. Mitigation measures for adverse biological impacts include preservation of all native trees, precautions to preserve and maintain the adjacent riparian habitat, the avoidance of soil compaction around trees, and the landscaping of disturbed areas with native and ornamental vegetation. Hydrological impacts will consist of an increase in the volume and velocity of storm water runoff due to the increase in impervious surfaces. Mitigation measures include measures to reduce and delay storm water runoff. Water quality will be adversely affected due to sediment production during construction and urban pollutants generated by storm water runoff. Mitigation measures include careful construction practices and street sweeping and other measures to minimize storm water pollution. Adverse traffic impacts are the increase in trips per day on Buttner Road and in the immediate project vicinity, and the increased accident potential on Buttner Road. Mitigation measures include increased roadway width and warning signs on Buttner Road. Air quality wili be adversely affected due to particulate and other pollutants generated during construction and minor additions to regional air quality degradation following construction. Mitigations include careful construction practices and encouragement of alternate transportation strategies. Noise impacts are composed of construction and post-construotion noise generation with mitigation measures involving construction practices and the orientation and design of buildings. 01033 D-1 1 Adverse visual impacts x111 include a change increased light levels and a loss of the te ot rural to urban landscape, ri g Mitigation measures include landscaping of a ri parian corridor. rails Of open space ort p and building design, and.proviaion , t f s� ',d`L1c, 7�1.�` V�l L+ tN rr Tta t'h F ; }.,t-r ak\ _ �' �•. F�'���` �fY�y4,t �"� i 5 � � x>a ra6� r `ti i _ eVr, � 01134 S �t fkc E. IRREVERSIBLE AND IRRETRIEVABLE ENVIRONMENTAL CHANGES .', _ .._ _ . The following environmental changes are considered irreversible or , irretrievable 0 Alteration of natural landforms and drainage pattern. Loss of native vegetationfrom grassland, bush and riparian habitats Alteration of rural visual setting$ Consumption of materials and energy during the construction phase of the project. Consumption of energy during the life of the proposed residences. t. F • 0103J E-1 F. GRDWTH INW CEMENT The population of this census tract, taken from the 1975 Contra Costa County Special Census was 2603. There is less than two percent vacant.housing in this tract. The subdivision will generate roughly 120 residents within the area (based on approximately 3.5 persons per household), It is not known how many new county residents will be attracted by this subdivision, Builders in the area indicate a one to one ratio of new incoming residents versus people moving within the County. Smaller subdivisions such as this are often occupied by a higher percentage of county residents (Rowan, City of Pleasant Hill, 1976). New residents are likely to stimulate the local economy resulting is a slight growth Inducing effect. The extension of sanitary sever lines to the area is likely to make surrounding areas more attractive for development. Seater line extension will lift the present ban on development in this area which exists due to septic tank failures on some properties in the vicinity of the site. This will be a growth accomodating impact in the sense that it will allow growth to occur at its normal rate. This project as a whole will cumulatively contribute to an increase in the natural growth rate of this area. As discussed in Section B2,5 (land use), the proposed rezoning may encourage petitions for similar zoning changes in the surrounding areas, which could have a growth inducing effect due to possible higher density residential development. ! 01036 f . $ � �� �Ogr-TERM .USE OF MAN'S ENVIPOMdENT G. MATIOIT 1P OF IARC-TE101 pMLUCTIVITY • �)aTD:THE Xg ANCE AND ENHANCEMENT and and energy for the Prop° sed subdivision Will The use of the materials, 1 environu►ent for the life of the develop- constitute a short-term use of Man's crt-term use of the project site will be for residential. housing, ment. The sh _ time fraA►e for use of this sit eas a rese�eif�pla ement d use The short-ten° ears at a minimum, and long should extend for 30 to 5Q Y or reconstruction of units occurs. zing activities of the.land for agricultural or gra The long-teen productivity restoration of the land will be essentially lost- with mature reclamation and re productivity of unlikoly. The long-to= aesthetic p for such purposes highly be substancially reduced,, with the.land — an open space resource will reclamation also unlikely. • x f Y to r E t z t d.. S 0103 { , � � s 9 H. PREPARERS OF THIS REPORT This report was prepared by Earth Metrics Incorporated under contract to the Contra Costa County Planning Department. Earth Metrics has no financial interest whatsoever in the approval of the project. ;The Earth Metrics staff who participated in this work ares Co M. Hogan, Ph.D., President ' B. J. Enbyek, Ph.D.- B. E. Linsley," B.A.` T. E. Miller B,s. j T. Nelson, B.A. P. W. Ritter, M.s,, Projeot'Direotor R. M. Willis,`B. s r ` r • _ v rF t f Y zlt tt � v , t� t t 1 { 4 5 Sr i 18 4 i ga ;F C Y11 11// 3 it ",+ §+,r''`t>r".,,r„t{, 133:' `v_, �''.3. t I' PF.s"SO iS A tD AGF A F CONSgLTED Count Contra Costa county Tax Assessor , 'Wiebens Central Costa County Sanitary District, Mr County Department of Environmental Health Contra Costa Department' Lieutenant Ard Contra Costa county Sheriffs Depart gill Lewis ted Fire District, tra, Costa county consolida Denny Deamond ' Con Control District► , Contra Costa County Flood Ron KilIough` went Of Public works, Contra Costa County Depart art�ment, Arnold Jonas Contra Costa County Planning Dep Cit of Pleasant Hill Paul .Rowan„ ► Terry Dolan, James M, aughling Planning Department Police Department' ank Nickell, James See public Works, Fr • Chember Of Commerce s ` Other s ified School District Mount Diablo.0 n C Mrs. Lien !ire. DamseY Dr. Crawford = W } Municipal Utilities Di U10 Fast Bay . 'John McBrideMr ' oration. Security Owners Corp . k Beth Cherrlex �' Ma. Mr. Don Elton Vivian Dayi Valley Disposal Service, ie urStone s Concord, Mr. Pell, N orca Bowlen, ., , PGE►, Dave Maxkum Pacific Telephone, Concord,• 0 I � r x4 i J. REFERENCES Geologr California Division of Mines and Geology, James E. Slosson, State Geologist, State of California Special Studies Zones, Walnut Creek Quadrangle Official Map Effective July 1, 1974. (No revisions published in 1975 and 1976). Contra Costa County General Plan (1975) Seismic Safety Element and Technical Background Report. Contra Costa Soil Conservation District (1968) Centra, Costa County General �! Soil Surrey and Report, in cooperation with U.S. Soil Conservation Service. City of Concord General Plan (1976) Geologic (Seismic) Hazards and Public Safety Element. Nilsen, Tor (1973) Preliminary Photo Interpretation of Landslide and Other . Surficial Deposits of the Concord 15 Minute Quadrangle. U.S. Geological Survey Miscellaneous Field Studies Map MF-493. Purcell, Fhoades and Associates (1976) Feasibiiity study, Subdivision 4919, Pleasant Hill, California) Project No. 746-S, September 1, 1976. Bruce Purcell, CEG, Saul, R.B. (1973) Geology and Slope Stability of the S.W. 1/4 Walnut Creek Quadrsnscle. Contra Costa County, California, California Division of Mines and Geology, Map Sheet 16, Sharp, R.V. (1973) Map showing Recent Teutonic Movement on the Concord Fault, Contra Costa and Solano Counties, California, U.S Geological Survey Miscellaneous Field Studies Map MF-605. Terrasearch, Inc. (1973) Preliminary Evaluation of Dobbs Parcel, Contra Costa County; Project No. 986-E, December 28, 1973, Charles I. Trantham, Engineering Geologist Reg IT- 700, 01040 Uniform Building Code (1976 Edition) International Conference of Building Officials. Code to be adapted by Contra Costa County in 1977 after pro- mulgation in early 1977 by State of California. (Health and Safety Code See. 17922, 17951-17958.7). Biology City of Pleasant Hill, Planning Department, Memorandum, letter to Mr. Paul Bowan, March 11, 1974, Hydrology and Water Quality Bridenjack, Ernie, Contra Costa Health Department, Personal Communication 1976. Desmond, Denny, Contra Costa Flood Control District,, Personal Communication, 1976. Sartor and Boyd, Water Pollution Aspects of'Street Surface Contaminants, U.S. Environmental ProtectionAgency, 1972. Traffic Dolan, Terry, City of Pleasant Hill, September 1976, Telephone conversation. Killough, Ron, Contra Costa County Public Works; September 1976, Telephone conversation. r ' Nickell, Frank, City of Pleasant Hill, December 1976, Personal Communication. See, James, Director of Public Works, City of Pleasant Hill, Personal Communi- cation. State of California, Department of Transportation, Tenth Progress Report on • Trip Ends Generation Research Counts, July, 1975. .} . : 01041 d Air Quality and Community Noise Air Resources Board, State of California, Emissions Forecasting Methodologies, July 1974. Bay Area Air Pollution Control District, Air Pollution in the Safi Area by Station and Contaminant, 1973+ 1974, 1975• BAAPCD, Base Year 1975 Emissions Inventory Summer I y Report, August 1976, BAAPCD, Souse Inventory of Air Pollutant Emissions in the San Francisco Bay Area, 1972. Contra Costa County Planning Department, Draft Noise Element, May 1975. Highway Research Board Report No. 117, 1971. Community Services and Economics Ard, Levtenant, Contra Costa County Sherriffs Department telephone interview, October 1976. Cherrer, Beth, Security Owners Corporation, telephone interview, Ootober.1976, c Crawford, Dr., Mt. Diablo Unified School District telephone interview, October 1976. , Davi, Vivian, Valley Disposal Service, telephone interview, October 1976, Johnson, Local Resident, personal interview, October 1976. Larwin Company, telephone interview, October 1976. , Lewis, Bill, Contra Costa County Consolidated Fire.District,,telephone interview, October 1976. 01042 T a Mari=, Dave, Pacific Telephone, telephone interview, October 1976. McBride, John, East Flay Municipal Utilities District, telephone interview, October 1976. Pell, PG do E, telephone interview, October 1976. Rowan, Paul, City of Pleasant Hill Planning Department, October 1976. Wiekens, Central Contra Costa County Sanitation District, telephone interview, October 1976. Applicable Flans and Regulations Rowan, Paul, Staff Comments, Study Session for the Dobbs Drive Parcel (March 5, 1974). George S. Nolte and Associates, Draft Environmental. Impact Report Dobbs Drive Parte ,(Jan., 1974). Contra Costa County, Open Space Conservation Plan (1973)• Contra Costa County, Scenic Routes Eliament,(1974). City of Pleasant Hill, Conservation, An Element of the Environmental Plan. City of .Pleasant Hill, Open Space, An Element of the Environmental. Plan. f, City of Pleasant Hill, Scenic Recreation, An Element of the Environmental Plan. 043 Y 1 } K' APPENDICES fig` .►, K-� 01044 s A _w_r_s R /pd A d NORTH 1 S+J fJ 1.Y•i {^GMJf. _ lV tfly, t p SCALE �S 1 IA Cit Y.J NJY rJ'�tttt••.V: \)Ji�Ji�'► lt:J'+ a: a Jt�I"tY�7tJ -t ff��\ � �":`�•� .j +�u•i„! .t\1' e'• n• ,` _� w•: t ,is +l�r f`VM 11 1 .\V r� t���i '"" •s�o�rt"+� j. tt �� S .••+*' � ,,.� _ �.li' �� 29 �r �eC 10, •St,32 r'_ �4 .f...t�� '+^ � G. t• ' _ _ •fit{ 26, fY• r �s*... �3 t � / 21 .ti ,:r" 13, heti, �,.. X48! l. 1�.�»�1•+_� ..M � �'. : •� +•{*tt to � �� ,�J •12a 'i.r •.�•- .y9" .20, 1,. ..yrtY ',,� !!'r.,r-�-^-�-•�jir •�\ � ''' ; fes) ��f.+��°•J,r�t, 4_ t ROAD�BLOCK V !1 .fes * 0104 PROPOSED TENITiVE SUBDIVISION,MAP K_z r 4 Y, APPENDIX IIs SPECIES LISTS FLORA FOUND ON PROJECT SITE Filamentous algae (species unknown) Mosses (species unknown) Lichens (species unknown) Various fungi Oat Gr ase Danthonia sp.) Wild Oats Avena sativa) Rye grass t=I uum sl. Common Cattail Typha latifolia) Rush (Juncus M.) Curley Dock (Rumex cris us) Prickley Lettuce. Lactuca scariola) Star thistle (Centurea solstitialis) Poison oak (Fhua diversiloba Bristly ox-tcngue icr a echoides) Cocklebur (Xanthium cnadense Milk thistle Sil bum marianum) Bull thistle (Cirsium ^rulRare Marsh arrow-grass Tri lochin palustris) Tall cyper�a (Croerus vegetus Smooth cat's-ear H ochveris 1� abra) Lupine (luPinu.s • Common d e11onNTaraxacum vulgare) Clover (Trifoliumi Miner's lettuce Montiaerfb�liat_a) Checker Bloom (Sidalcea mals– asflora� Wild Radish (Raohanus sativus Wild mustardBrassica sP,}— Vetch (Vicia FBacharis Coyote bruah ilularis) Artichoke (C vara cardunculus Bamboo (Bambussp.) Toyon (Heteromeles arbutifolia) Valley willow Salix brewers Brewer's willow Salix breweri) Red willow (Salix lasiandra Incense ceda Librocedrus decurrens) Olive (Oleaceae ss. Chickory Cic".orium intybus) Black Walnut Jugl`s hindsii) � lish walnut' Ju lens regis White oak (Quercus lobat California live oak Quercus agrifolia} Monterey pine (Pinus radiata 01046 • t FAU14A REPOF-IED AND SEEN ON PROJECT SITE Red-shafted flicker Ring-necked pheasant Starling Varied thrush Meadox lark - Brown towhee Red-tailed hawk Red-winged blackbird Brewer's blackbird Mockingbird Scrub Jay Hummingbird California quail Loves Sparrows Downy woodpecker Pacific tree frog White-footed mouse Owls '` Deer Jack rabbits Raccoons ` Grey squirrels ' 4 Monarch butterfly • Cabbage butterfly y r Source: City of Pleasant Hill, Planning Department, Memorandum, letter to Mr. Paul Rowan, March 11, 19741 and personal conversation with Mrs, Johnson, landowner adjacent to'project site, October 18, 1976, • ' r APPENDIX C: DROUGHT TOLERANT VEGETATION FOR USE IN LANDSCAPING TREE3 Aesculus californica California Buckeye Cornus nuttalli Mountain Dogwood Cupressus Goveniana Gowen Cypress Cupressus Macna ana McNab Cypress Traxinus di etala Flowering Ash Fraxinus velutina Arizona Ash - la$ atanus racemosa Western Sycamore oculus fremontii Fremont Cottonwood Quercus lobata� Valley Oak ercus w slizenii Interior Live Oak SHRUBS Adenostoma fasciculatum Chemise Artemisia Douglasia�na Sagebrush Wormwood Atriplex lent— ti o is Brewer's Saltbush Baccharis pilular s ssp. consan„�a Coyote Brush Bao acFi`ris viminea Mule Fat Berberis pinnata California Holly Grape Cercocarpus betuloides Mountain Mahogany Erigonium arborescens Santa Cruz Island Buckwheat Eriganium fasciculatum California Buckwheat Heteromeles arbutifolia Toyon Juniperus cal o� California Juniper Lupinus albifrons var. collinus Lupine Osmaronia cerasiformis Oso Berry Pick montane Chaparral Pea Prunus ilicifolia— Holly-leaved Cherry Quercus dumosa Scrub Oak Quercus durata Leather Oak Fhamnus californica California Coffeeberry ' Rhamnus crocea ssp. ilicifolia Holly-leaf Redberry Rhus ovta Sugar Bush Romneya Coulteri Matilija Poppy Rosa californiaa California Mild Rose Rasa gymnocarpa Wood Rose Salvia leuco hylla Purple Sage Salvia mellifera Black Sage <. 011!48 i . GROUND COVER Aretost"aphylos Edmunds II Little Sur Manzanita Baccharis piluVaris var. "Twin eaks No. 2° Ditarf Coyote Bush > deg!IoUjUS oriosus Point Reyes Ceanothus Ce`enothus griseUs vara Carmel Creeper rioRon= baileys ss Wild Buckwheat rio onum vimineum Wild Buckwheat Lipp a nodiflora var. Rosea Garden Lippia Yi Lonicere, hispidula vvar. ; �vaeillans Hairy Honeysuckle �} !Zaujn!q-r t oliusCalifornia'Blackberry a californica ss California Fuchsia { r '!4 w f t '£tin #• s � '3xa1 a� f y t S x z Y f 4 "C tt� z„ testa *af t zac�Ar+- +' r - a � # 'f`4 �( �.� . 1•,4 5 ? j�f jb"��„ ; k� ��' ��X }� ,j„£� I"t't YJ�L h'�h ��. + jt,x w0. y s ,Source,` Stiles, Wth inrop A., A Landscaping Guide to Native and Naturalized Plants for Santa Clara County, November 1975. l F. .S t. 3 - { Y r, i'L t '4j" t ✓ 7 1049 } Appendix D Public Works Department Recommended Conditions of Approval for Subdivision 4919 1. The subdivision shall conform to the provisions in Title 9 of the County Ordinance Code. Any variance therefrom must be specifically applied for and shall not be allowed'unless listed on the Planning Commission's con- ditional approval statement. 2. In accordance with the provisions in Section 94-4.414 of the Ordinance Code, the owners of all existing easements within areas to be dedicated or deeded to Contra Costa County for road purposes shall consent to the dedication/deeding of the right of way and shall subordinate their rights to the right of the public in the dedicated/deeded area. 3. All utility transmission, distribution, end service facilities shall be installed underground. (Ordinance Code Chapter 96-10) 4. The minimum grade for curbs on all streets shall be 1%. (Ordinance Code Section 98-6.004) 3. Traffic control signs, stop signs, centerline striping on and pavement markings at all stop signs will be required. These details shall be shown on the improvement plans. The subdivider's engineer will be advised by the Public Works Department of the various signs, striping and pavement markings required, when tho +�.provement plans are submitted for review. 6. Street lights shall be installed on all roads within or fronting the subdivision and the entire subdivision should be annexed to County Service Area L-42 for the maintenance and operation of the street lights. (Ordinance Code Chapter 96-6) 7. Sidewalks shall be constructed on all roads within or fronting the sub- division. (Ordinance Cotte Chapter 96-8) 8. No mailboxes will be permitted within sidewalk, path or trail area. The placement of mailboxes within the right of way shall conform to current standards of the Public Works Department. The subdivider is advised to contact the Postal Service and find a satisfactory Arrangement for mail delivery. 9. The right of vehicular access along Taylor Boulevard shall be relinquished. The relinquishment shall include the right of way returns of the affected intersections. 10.' Storm drainage originating on the property and conveyed in a concentrated manner shall not be allowed to drain across the sidewalk. The drainage shall be conveyed to a storm drain or, if drained to the street, shall be discharged through the curb by means of a County Standard sidewalk cross- drain, or 3-inch diameter pipes through the curb and under the sidewalk. s 01050 sae 11. At least one, 3-inch diameter, non-ferrous drain shall be installed for • each lot through the curbs and under the sidewalks to provide for future roof drain, etc., connections from the individual lots. Locations will be determined on the.basis of grading and road improvement plans. 12. 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. 13. Although the storm drainage system is shown in some detail, comment on the system will not be made until the improvement plans are submitted for review. 14. Close median on Taylor Boulevard to prevent hazardous left hand turns into and out of Dobbs Drive. 15. The subdivider shalldothe necessary work to connect Dobbs Drive to Dublin Drive. Because of the existing vertical alignments of the two roads, reconstruction of the Dobbs Drive and Slates Avenue will be required, 16. The typical half section for Dobbs Drive shall be a 20 foot pavement in a 30 foot right of way. 17. Buttner Road and Bluebell Lane pavement and right of way widths shall conform to the County Ordinance Code requirements for collector streets, 18. Lotus Court and Orchid Court pavement and right of way widths shall conform to the County Ordinance Code requirements for collector streets. 19. The subdivider shall replace any existing pavement within 20 feet of the curb that does not meet County;standards for structural section. t. i ' r Soureer Contra Costa,°PubligiWorks',Department. Review of Tentative Subdivsion 4919 Preliminary Conference,September:2;.1976. i r ` 01( w$ r t K 8 n..b+ "*�Lh��'S 5; l4'�` �.y x u•1 1c4 i ;i F"' .x t" } r }� f y Y Y 4 s ..;ti r,:,'»��- - s �x�z�� 3 �'�Frk•.�1.=.�.ra2ti�-a.<?�'�-` uu�. �,k ,x„�4 3,�'�..., s .,.``'��,�.'.`�.,>.nE�3,�k ass'I:Ft 7�t"?'� ���F r - 1 will APPENDIX E: BUILDING CODES 1976 EDITION APPENDIX APPENDIX UNiFORM BUILDING DOPE Chapter 70 or stability or a public way or drainage channel,the owner of the property upon which the excavation or fill is located.or ether person or agent in EXCAVATION AND GRADING control of said property, upon m-Lipt of notice in writing from the Purpose Building Official shall within the period specified therein repair or Sec.7001.The eliminate such excavation or embankment so as to eliminate the hazard purpose of this Chapter is to safeguard life,limb.prop- and be in conformance with the requirements of this Code. aty and the public welfare by regulating grading on private property. Scope Definitions Sec.7002.This Chapter sets forth rules and regulations to control ex- Sec.7005.For tlw purposes of this Chapter the definitions listed avation, grading and carthwork construction, including fills and em- hereunder shall bcconstrncd as specified in this Section.bankments;establishes the administrative procedure for issuance or per- ggg APPI10VA1,shall mean a written rnginceting or geological opinion mils;and provides for approval of plans and inspection of grading con- A concerning the progress and completion of the work. struction. AS-GitADF-1)is the surface conditions extent on completion of Permits Required ceding. Sec.7003.Noerson shall do an BEDROCK is in-place solid rock. p y grading without first having obtainal vel agraJing permit from the building Official except for the following: � BENCH is a relatively level step excavated into earth material on which 1.Grading in an isolated,self contained area if there is no danger ap- rill—is to be placed, parent to private or public property. BORROW is earth material acquired from an off-site location for use in I An excavation below finished grade for basements and footings of a grading on a site. building,retaining wall or other structure authorised by a valid building CIVIL ENGiNE-Elt shall mean a professional engineer registered in the Permit.This shall not exempt any fill made with the material from such ex- 1 state to practice in the field of civil works. ovation nor exempt any excavation having an unsupported height grater CIVIL E.1IGINEERING shall mean the application or the knowledge of vo - than 5 feet after thecompletion of such structure. the forces of nature, principles or mechanics and the properties or 3.Cemetery graves- materials to the evaluation,design and construction of civil works for the 4-Refuse disposal sites controlled by other regulations. beneficial uses of mankind. S.Excavations for wells or tunnels or utilities. COMPACTION is the densification of a Fill by mechanical means. 6.Mining,quarrying,excavating,processing,stockpiling of rock,sand. EARTH MATERIAL.is any rock,natural soil or Fill and/or any com- gravel.aggregate or clay where established and provided rot by law pro- bination thereof. vidcd such operations do not affect the lateral support or increase the ENGINEERING GEOLOGIST shall mean a geologist experienced and stresses in or pressure upon any adjacent or contiguous property. I knowledgeablc in engineering geology. 7. Exploratory excavations under the direction of soil engineers or ENGINEERING GEOLOGY shall mean the application of geologic engineering geologists. knowledge and principles in the investigation and evaluation of naturally 8.An excavation which(a)is less than 2 feet in depth,or(b)which does occurring rock and soil for use in the design of civil works. not create a cut slope greater than S feet in height and steeper than one and one-half horizontal to one vertical. EROSiQN is the wearing away of the ground surface as a resuit of the 9. movement of wind.water and/or ice. A tit less than 1 foot in depth,and placed natural terrain with EXCAVATION is the mechanical removal orearth material. slope flatter than five horizontal to one vertical.1. or less than 3 feet inn depth,not intended to support structures.which does not exceed SO cubic FILL.is a deposit of earth material placed by artificial means, _ yards on any one lot and does not obstruct a drainage course. GRADE shall mcin the vertical location of the ground surface. Hazards £YiS`nNG GRADE is the grade prior to grading. Sec.7005.Whenever the Building Official determines that any existing ROUGH GRADE is the stage at which the grade approximately con- excavation or embankment or fill on private propertyforms to the approved plan. 10 life and limb,or endangers property,or adveraffectts the safety.use FLNfSI1 GRADE is the final grade of the site which conforms to the approved plan. 677 678 - Dr-i z-aa OB9 U9 -g-OL'ON algr.L 11111119)13S st I"J)O 8u!P(tng MP •uotnnjlsuoa p3lepj put slauunp 29eutrip pasodoid put'9utprj9 aql o1 pled ag litys itwuad gutprill tiara jo)aa)V•saa,11!umd antpain(q) Aq paea!tpe No1 ssnoluo3 ystuJ so suogrnala'suotsu3wtp Sutltwrl•£ —01) g ) q J q Pue ntund 9uo 2ill so n •38cu:ejp tae put u!ejl)o j 'laafojd ajt)W a i su umo saa a 1 p!td aa)yaps u33mlaq a3uan))!p aql aq treys i!uuad pi SI! ap put po4 8tlsa)o oloa lt� wat put sltuut 6U3dord Z llioA+leuotl!ppe 3uptiotime 1!wnd 3u!prs8 s jo)aa)Suplax p ueld atlL aus pamdold ayl)o,C1!uw!A 1e,33ua0•I 'V-OL'ON algtL u!yljo)PSST aq pct's sutld 3utprj9 jo)aa)8u!.�laaya :uo!tetujo)ur Sutmollo)aql 2pnl3ut pct's sutld at(L -veld aql)o lunowt ally•satulpe) ttl!wts put suttsp wessal pseswets Pwdwd w3m Amp tuoye 6q uossad a:p jo)aejty3 altiedn ou ag!legs=U•apo0 styl ut=gmatsla palea!pui se put numo atp)o ssappe put 21119113111 put xjom 3111 JO uo!:eaoi 3g1 aAIS sainimm 49tuttjp jo[cw so sllem 3ututmas of 4ldde pegs saa)put quoad llcgs sutld)o las y3ea)o hays Ismi atLL suo►lrin9aj put s31nj'saauculp airjedaS•aa)3utrl3aya-utld ahallo-'lilt's lt!aJIO 8u1plmg ayl•11ut:laaya -so•sn+el lurrwlas Ile put apo,styt)o suotsrnosd 311101 wlo)uoa IIrA"X41 jo)suonr3s1133ds put sutld)o las a 8wldasae ao)ag-j3lea3 st nA:tq tpj++ Ityl I!cpp ut Mogs put pasodoid:{son+ag1)o lualxa put anitu ayl air3lp IIID so uottenrm ay1 )o awnloA aql uo pasta 3q lie* aa) ay1 '31!% -ut of usup wawJ)ns)o 3q ileys put glop so jaded Icyuclsyns uodn alters awes 3qt uo IIJ Put uotleat 3x3 soJ•243 30!'paq3--tleld(e)'L00L'33S of umejP 3q lict sucid•suotic3JuadS u!put suel.l uo uosltrtuopq(P) saaj lewJ)p 3ulpling "pans!sem 1ltuuad ayl awtl ayl 1t panp!suoa lots s=lgojd aql 6q pannbau uaym jaaut3ua itnN a Lq pw3!s put paed3jd aq Ileys palej2u33 jaglraa smut tla!ym stuao s,(eiaP)!paJ!poui aq su3!sap laatosd suulleaJ!aads put sueld otl,y•ljod3s Alloioa3 2uu33u►Su3 put ljoda gut put suonesado 3uiptu3 legl wInbaj Attu Itw!jjO 3utpl!nu aqL•sl!tund -nauilu3 itos a)o Sutiststs mcp Su!uoddns pue'suopm J!aads puc sucld gut ptj3 0l alge3!lddt We ZO£1101132s)o st:otstntud at1L•a3nettssl(3) )o sin mm dq p3!utdutoaae aq!legs 1!wjad Sulpej3 a jo)lumildde tlae3 •suotteagt3Ws so sueld 3ulptj3ayl u!palejoduoaui 3q!lays lep!ljo 'lC1jJ)0 Sulpltng aql Act pa!nbas uaytA•suotltaJp3dS put sutid(3) •paAionus 3Ijo Ilutpltnil 3q1 Rq pmojdde put lsodw aql ut papnpui suotltpu3wwoaall m)o •3u!pu3 pnodojd satl!lueub patctuutsa ayl altls Ileys uone3!1dde agl uotUippe u!put Sulpej3 341 Lq P3doNA3P aq o1 salts)o darnbapt 2q1 3otjaAw suo!ltptwwwoaaj of 319ntIddc we(q)10£uoiMS )o suo!s!Aojd ay,L'uo!lc3!lddy(q) e put suott o put•iu3wdolavp pnodoid aql uo suotltputy 3!4olti33)o t uesuoneAtwxa 10 nnoa,cew ue•a1!s eaje nnb •1 's11J P 4 q P )p3 t .� . uaa))a 3yl8ulpjc3aj suottapuawwew put suotsopuoo•aus 3111)o MIW3 -a aq pegs 1!wj2d airsedas V IrnJ)O Su!Pltng ayl woj)1!wnd 3utpeB ayt )o uopdu3s3p alenbape ue apnpu! 11-ts(3)no!Wasgrts [q pannb a 3ututelgo luJ inoyl!m 3u!peu3 Lut op!legs uosnd ou •apo0 stye)o -as ljodaj 4301033 3utjaaw9ua atlL•uodall ,Cdoio3J 7uuaa12 j(I) EOOL uo!mS ui paldu»xa se)&=3. •poj!nbag sl!wj3 j(e)•91lOL•3aS 'suouteayl3ads so meld gut =2 u!paltsoduoau!3q Ilegs le!3J70 sluawaslnbaa Ilwjad Gulpesg 8utpltnll aql dq paAoidde put ijoda alit ut papnlaut suopepumwoaall sasotLnd aauttwlu!tw put a3eu!ejp so)aar)jns adols •8utpej3 p3mdojd ayt(q padopAap popw3 a)o 33e)241 ut p3pnjlsuo3 dals iaAal 6pntlet2s a sl 3:)V III13 L oq o1 sans)o 43rnbapt 3up3Ao3 suollrpaoaput sou!doputa t •Joangi uotoansuoa 3ulpCJa3u suet rpum to aA!laauox jo) tu31•ua u3uW put sajnpaaoxl ayl jo 2MIs31 put uotpadsur agl put slt!nteul yuea)o nn 3111 3u!nloA 3wprj3 jo)suoulrpu3wwow put suotmiauoa•sl!os 3utls!%3)o gl3uals put uonnguls!p •ajnlru agi$utpjt3w step 3pnl3u! llegs(a)tm plain -ut saljom IIA13)o u2152p put uollenlrAa'uotle3!lsanue aqI u!s3suryaaw Itos dq p 1lnbw usodu Sutjaaul3u3 pos ati1•liedag 3upa3uil" PUS(a) )o saidauud 3111)o uu!1e3!Idde aq1 uaw Reqs JN111:aiI ttm-i'110S •sltwtwjunbat insalew •3wnau!8u2 1!os)o aa!prjd ay1 us altim2palmoiq Put uotimilmoa 3utmo3 uaticswo)ut uttiuoa Ileac suotleaJt�s put paaua!jadxa jaautSua itAw a utaw !!ells tI�SN10N.4 •110S •suo!ttrdo 9uupel3 pnodojd aqt Lq Nlaa)jt aq Anus PN SutKInno sttsodap Ie!a!Ijns Suusnmo kitesnleu s!-110S ya!ym so gsWojd aql)o p3)Sl utyi!A,%we ya►ym ssrtmo utwar(pe)o purl •aaurls!p 1"V34 of 33ue1stp ltluo:uoy)o Opts c se pa uo mmlatuis so slutpltnq duc)o uouttaol atp put p3wjo)j3d oq of st,Ijaa -ssajdxa sl tp!gajo uo!leutlau!agi a3e)jns punojS paulj3u!ue s:ild0'IS ayt aaym dljadosd aql uo swnpnils so s3utplunq�(ut)o uotlt3o-I•S •papttu»d so pouuo)jx!st 8utpej8 angm'd!gsnumo alms m(1 sopun •suttjp fuc dg paws cwt 3qt)o))ounj p31ennls3 aql["Be *)wuayi uo!leutgwo3 mon3!luoa so purl)o lamed to lot due st SUIS `- tale 08culcjp 3111 sutmogs dew r ynm s340o1;saN pasodad ayI•)o vet! •adols IU pasodosd e)o ao13y1 ylcauag ietnlcul _. T st so•tit!N papnjlsuoa aq of saatA3P 3Atla3rojd nyw put swap•3tnggtja gluea ut paleAem gaunt a ut paaeld IU palaedwca pau3!s2p a st 'sham's»tAap a8tutejp ase)jnsgtts put a.3cjms Ile)o sucld p3pepa•p •)oaj3yl uolletngwo3 uo 9u!llJ jo 3ugrAE3 Auc s!JNIQ V11J w 3OOa J IiQH 1Y110dINn XION3ddV WION3ddV N01IJa3 f £89 Z09 l 3UA�13 'sa'ttJ grw sptoA ReJo lutilJ aJttsse of se os P>�ag Uet[s smog'J Atm—lz>,ussaus'apetf—jagamw.to WJ txt+rr�Ntryi. of aq gegt leotsttatuti:wnwtxew tit-put Zi ueyt-I—' A-v-11 d't ".s»Ito" ueldlu!prjlayluopouaa!lapagllegs L^a stater It wtlup(aaJ lstroawd'uuuad tut.PeuJ J0 aaleensst al Joud-V :(jddc osle lletis suoti 1 -t<woa 14*0001 aril ditjtgets ipJ oql SMOJddt put iwtuaaeld sit sjaadsut ( H [isnot(ututoa')uauwtidJo pogpw a sasuap,li odoid s»ut3w sj:as aq)L041r tt 13oJ J28Je1 Jo ivattwejd Ilw/ad dew letaWO 941!111100 a4J.:NOLLd33X8 ' p afts ": Yx 'sill let paaeld Jo paunq oq ileys satp ' L mi'O"'o -let Zi ueyl J21rais uolswwtp wnwtxew a glen leuaiew aigianpm!Jeltwts Jo ataoi ole'cut gulp[!"([ai i d l JJO 1 q pontuuad se id=3. 'silt!ret Wiiiwsad all lou pegs Ittniew aiue3Ju J0 siunowe IeiwwuiaiJ lc!Jalejj 11L•I(p) •popuaiut st pos atli tpttjM Jot suotpunl nylo oql wJojnd dluolaclsiles VMS of Jo sOJnjanJls jJoddns of"(ltJ Jo jtos Jagja iJoddns of tualadwoa iou si %st3o oa3 a t Jo Jaaut3w s los act Jo Jaaut3na !Au a l Jo etas gut m � .rx t 4 L l L , 4 I . J10 PI. 0 f? ayi to uotutdo aqi let 'gattjM pos St (!Os algeitnSujl 'jjt;JoJ uotlepuno; ii ajgtgns a se istvolw3 Suuaaut9w put:Jaaut3ua silos ayi dq panoidde put lttJ Sutaeld atolaq spew aq isntu ina mit inq op!m taal Ol iSeal it all lletis 'C),OL'01+1 algel Put 113 Jo Dol oql npun iptmq alp•Ina r Jano paaeid Dq al st ll!J aJatlM'PaPtA Z-Ojos 2Jn3Lq 41!*aautpJOaae let pap!AoJd aq lletis smiatuis put(!IJ Ja -old aq lletis utrip paned a Jo MoU"Ao hags JoJ podols all Ilr4s llp to aoi Ina)salols popriS ua A%)aq s-43tglaS niaegiaS JoJ spsep11cis u3tsatJ(a) oqi pumbil—v a41.'apt•„IaaJ 01 Istat it aq pegs 0110 01 aA!j uetp ndaois adols a uo 111 t Jo oo)alp Japun tpwq atLL•naut3w sltos aql dq pautw 0.0L*ON a1gr.L put -n a se ewlew juatadttioa Ja 10 Ja a0J a unos olui Sup aua d 'iaa « iP 1 . 4 X PqP 1 q q J 1 tops it i!t3 yiut i jo s3 oaae w sivatuasp pue Seale jy3u xlois Sutpnp i uegl J31=3 st iglpq aqi put'Duo o)ant;usgt milmis ale salols antla -let•east jtwJad ay11a sauepunoq wino ayi tuoiJ ilaeq ps aq!legs sadals 1tJ Jo sao! put sjna o sdo) a sale pJadoJ tutu s a 'Pue'll!J Mau Dill gj!A%puoq t optnoid of Sutdlueas slrtnlew aigetpsun 1 tib' rl d 3 Y rglas{q) Ja gto put trot dot tib Su. Idwaauou uO!IVP33A SutAotwJ Xq llJ oAto32) '1et0910 Sutplm8 ayt Allpanoidde wq,.sxacgias paJtnb 01 p3Jed3id aq !legs aatjins punoJS atjy•pwiuJ;);o uotieacdaid(a) -aJ atp oanp i of pasn aq dew slim Suium a s3eweJp put aaucwiutew •aua of aMj uegi Jadaau 1! odols.io1 ssaaac apinoid olio uoisan Jo uotitsodap tuoJ1 satlJadoJd lusact Woks jainitu no palanJisuoa all tau slugs salols 1111•uotieso'J llLl(q) -pejo OStwep IuanaJd of Jo dttltgeis put dples Jot dJessaaau Jt'jsl3uloa9 •salnpituls IJoddns of popwuit iou Sll!j JOutw JOJ paAteMaq dew Sut=ulsua Jo JaautSua spos'Ja..sutaua ItAta a Jo uotlepwimuloaal atp dg saatsuold Dsagj liod3i Suuaaut3w trot panoidde u¢Jo aauasgr,ayi ul J0 itta JO 3utplm8 atp dq pasc mi aq Actu put wnwtuttu aic uotiaaS stye •uotl dq paytsads suopaulsaJ regio put riacglas ayi•ieJauaJ(r)-110L'aaS -aaS styl 10 suotstnoJd mp of tuJoluoa Iirgs silU ijodaJ Sutimillua lion silocglaS PatoJddeagi let papwunuoaaJ osi.vwtilo stollen'19Ja1430(e)•0I0L'�aS 110L uOlmS dq pastnbaJ st pArd put slti3 paprJB oq llcgs sweJni 10 saaclJns aqi put sadols 08 aAoge rale alp put -Zl0L uotpoS All imintbaJ pap;Awd aq Keys Supem3l put aacutrJO•aupttJJay put:aScultJ(j(a) se paptnoid aq liras autwwj put a3culvi(I•SutarJJal pule aucu1eJ(1{a) 'leatiJaA •ltapJOA Duo of lrluozuoy rami ucyl Jadaais ou aq lletis sadojs 11L xn papuaiut aqi aua 01 jeiuozuotl Oml will Jadaais on aq ttelts sodols in0•osn ppuali t aql Jot ales st ucgi md=is ou aq llcys saarlJns il!j Jo idols ayi•adolS(j) Jot alts sl utgl Jadaals ole aq lletis saaejjns im 10 Ddols 0tll jetatllp 3utpitnII agi dq pa%oidde st juajrAtnbo Jo Z-OL-Oji •uotlaos stg)10 suolstAoJd agl Wepurls 10'8'11 ql!A%03urpioaat let pautuuajap 04 llcgs Allswp Pia!3 01 WJOJU03 JIM sum IJodaJ ASOI013 Suwoullfw Jo/put:Stlt=utSw pos 'j-OL'ON PJrpueiS':)*a-ft All pautwniap se djtswp wnwtxew Jo juga PaAaJdde aqi us popuawiu=j asrmntlIO ssalun•IeJauJO(e)'600L'aa8 -red 0610 wnwtuttu t 0i paiaedutco oq llrgs sill r.V'notjacdwo0(a) sin0 Xi0N3ddY 140111M W61, 3003 0N101Ui0 WUOdiNi1 X10N3ddV st-tIQ ses UB9 - „sutPra9 paaa3utstn„se patwojaad Sul atiI ancy •,ullgcls aoJ,arssa»u sr 2?eutEap avcjans 01=0043 let3!JJp 3u!PI!n8 aRi jo lenaddr ayt yu,M•aaiinuaad aqt ss3lun -qns till a pope jd aq limis salols lir;pus In:)•22ruluq aocjj* S Ca) 8SutpelS arin33a„paleu3lsaP aR itclis spat,3tgn3 OOOS ucti!$sal 3ulnlOAtn utEap uMo¢ utpeag.."Sul p3a33ut3ua„se p3mu3ts3p aq llnis put'aaaut3w L" r olut SulBatgn!P InOgl!A{p3imrad)1a*j ajcnbs 2XIS•i:l gutpaaaxa rase e,q paardajd urld 9utpra8 p3Aoadde alp 1ptM a3ucpao33c ut p it tojaad aq ficin 131 a won 0uru tan 03 lou rt s alt JO a EMS o ani a Sits 4 J JJ 11 I! n y P 1 J 1 d ilrgs spae,*tqn*ODDS jo smxa ut sutpms lid'•uatl:u9es3(1 gutpra%)(q) '1321 S JO tiiptM paard wnwtutw c put 1001 I!o tutod lsadaap alp is 1+1t (3)i`IQL uOt133sgrts Pur COC unto,$ ytdap tunwtu►w a arty!!els,*tLL•Suteed lenba paeoadde IIr ao ssau:l3ty1 J0 suotsteoad ayi y1tM a3urpto33t ut patuaojaad aq lletis 313psat ieta3ds put ul satiaui £ utgl scat lou awouos pa3JOJuwa RI!m paned aq lsow pue .� suotleaado ButpraS jo uogsadsut lct3*ds'1cp9J0 3utppniJ ails,q p3asnb 1M"d S JO matpcJ3 wnwtutw a aAcy llsys s23e=I uo sag3lsP so satrMs• 4^j as uayM'Iru'JJO 3utpltntl 341,q uooWsut of 13a!gns oq Itrys Iututb •a3utwlutew put sutueap -aa It tlulaad a ti3ulM aoJ suoeiea3cto SutpraS i1V'twauag(e)•f1OL•333 aadoad lewiad O2 paP!Aoad aq Ilrgs ssa33r algcunS'lep9J0 Su!P!!nII ag1,q uolloodsui Buipog pauoadde put.uautSua ltet3 oqI Aq paustsap aq liens tttstay at I=J OZ I uryl n1mill salols 119 put im aoJ Suurds put sytptM 23cn2y ylptM ut IaaJ ZI ,lajes aq Reqs ttistay-p!w dlairwtxOidde it aariral auo 1tiS!ati teatl ran ut 1*a ap!Aald put uolsoia loAtuw a1 lWatduo aq lletis spotipw 30 swwp saglo at do put iaa J OZi ao deidu •Sue 133 •swe 33 3',avm3au aw -saalxa la P J 44 urge.talrai8 sadols Ii>i sa m soj 1y8ny-pttu I'aq lletis RR P X R ttA1 Q qi0{q) 1! p3 lnb*a It 33EJJ21 3110,4130 aaatiM Ictll tda3xa sugap pue*Seuleap a3cj -patlutto aq,cw uot23aloid tims'sletaattw •mss 1oaluo3 O2 sadois 119 ao in3 llu UO SleAa*tui lEatitaA 2oaJ•0£13rtit aaaw ayi Jo aal3eaey3 lueistsaa•uotsa3 341 al *up uots= o1 wrgns lou IOU Ir pagsllgEisa aq llrgs ylp!At ut laaJ q tsea!It nasaacaaay•aataaay{qj e sadols im as*yM-ltAoadde leutj aoJ 3utllw of aoud put zigr3tlartd se woos se p*lieisu!aR lletis salols ati1:Oj 13oti3aload ayJ••salla d atri3a u0!laaS styt jo uots cl J `laoad ayi of waoj13o3 llctts SuaEaaal per satitlt3Ej aseutcap lurid aulpeA �a jo lstsu03,ew iwtuw sttlj, uotswa 2suteSt Ioaluw o1 pauttlutrm par Pano.tdde oql uo palc3tput astMlaglo sato'i•lraaua�j(r)•ZIOL'a*S pajtdaad aq llcys sadols ll9 put ins j0=cJ.7U•sadoiS{r}•£IOL-32$ I0alu03 uolsoa3 Bulaeaa0l pue OBeulsall C" IEt3t� a3enow l' -j0 Suipltna ayl,q p*Aojdde ag lletis uteap jo adols ati-l••uncap ayi ssawe ws st t to.w+.writ dllelu0zu0ti Paauseaw$aR3ut 0£10 g2ptM paged wnwtutw a par sati3u!Zt Jo gidap wnwtutw a airy lleys,atLL•p33aojutaa pur altunS ao 313mo3 jo +*t tmemu �4 `✓ sagaut£j0 tunwtutlu a gl!At paned aq nit:gs suteap aoidasaalul',Ileluorttoy �Jei 1 yes pam r-3w 2aaJ Ot'ut:tp aateaxS ylyd*2euteap a seq put im ayi queatal Jo 301 l! sadols aAogt rare alleuttap,arinqut ayt a"qa s*dols Ina pe jo doi aql SuOle patletsut oq Heys sutcap aolda3332us paged-sutmQ soid33a3lul '1003023ossaaxmul11 wAesur 'toOoj i ,12p tile-jy'[Iteatt»A1ostltenwrt�oq Ol uryt aadaats aaej idols a aAey "A 's-e3 adop Hunn>a ON-j ssaax*ui igStag it:attaaA t*Ary so3ej*dols IItJ ao Im R8w-1 patodoxt t JO P yid* wnutpewutta* MS�+PwnWuugroapababaiagtouytll+•ls+torippv#,101 urVlsatratlatsgiOpawSosdoN•� , :rase itwud ag1 ttt0480osyt itxxa suoutpuw sut,tottaj NIJO P 9 Sl Of"AO I jI luaatad auo aq(rw ped 8utp£enq aqi tuoaj luatpea8 zU zNOtld'3J1.-9 S/II Z/tI Of•S te!a9J0 Sutpltnll*41,q paAtrs=tun'satttltarJ asrutrap p*Aoid I 0 sbputl j -de pirmoi iva3aad Z J0 luaipr3$*Rtuteap a 2.-eq iltgs shed 3utppull -SMIAap 32tilo ao sutrtpumtop 3Atsua3-uou jo u0ttelirlsttt SSIOVg13S ,q paluaAsad aq Ilctis 23acg3stp jo rase*qi ut punoai>jo uotsaag molex y3ns ltsodap 01 a3eld ajes r se u0t13tpsunr alrudOadde a3ylo ao/pue -_ r lro9J0 Sutpltng zqi ,q pa%oidde Awa 09euteap algwt13ejd lsweau aql U33.4 NO t o1 saalrAt,aac3 01 p3u3ts*p aq lltgs satitipej agrutrap ilY'iesodst{I(p) AUVO;NWO V3)jvllMnd W011d S3IOV9 3S0311IA03tl O" •ON318V1 XION3ddV NO111O39L61 3003"101I119 WHOd1Nn • � � X10N3ddV !Q tee �89 agl'sueld Sulpej3 panoJdde ags Jo Jajdetl)stgl gj!A%aauewjojuoa ui ouop 8U!aq joust ljoa aqj req;spuU RawBe 8upsaJ agI Jo 151701003 SutJaaulSw aqs'JaoutSw iios atg•=U1310 I!A!a Ni•j*idctD stgi npun tj!l!q!suodPj jvgl IMI!Ilnj to asjnoa aq1 at'JC•aaue!iduloauoK jo oolpcillposi(a) L7 stuatwl!nbaJ„3urpeJSlialaaujsua,. of tujojuoa of pa1!ol►aJ all lila uoticrodo Sutpail aqj paAlonus aq teas sJoorj*oloa9 Inp aAaipq of asnea srq lepillo Sulpllnli illi uath%% situ JO uotpedwoa agj pue'itU anraaaJ os sagauaQ put swie p2ju2p jo uopaodsu!aqj Sutujaauoa lenoJdde 'ol pagwil oq jou paau Inq•opnpu!(legs.tj!l!gtsuodsaj s,tau38e Suilsai ally •pojjtwgns uaagattq stjoda;gas!nbaj illi put uctd 8utpej8 •RauaBe Sutjsaj panojdde ue tq Sulisai pug uoljaadsut paAoJdde ItuU oqi giva aaurpjoaae ut papldww :soap aAeg saJnsc:ow annb»Rrw lepUJo Sul pull ally'sivawailob3a SUiprJo jsln:fali(p) lonfloa uotson Ile put saataag aalsaasojd stalij put santonj 33cute;P iie;o -siuejlnsuw uoprpetsu!Sutpniau!>(JaA+lit LimauaAtSaQ tau ils"Is trnoJdde i tt leuotssajojd Ni Allpaswaw 3utaq sr loilow ajenbape jegs autwJasop os -aadsut iruU joJ RpraJ n uoticjado 3urpeIS NI«stir tcpUio SulPttnu alit J;jesxaaau sievaiui juanbajj avow.tae to put lenoJdde Suurnba t {jam aqj d;!jou lleqs iwSe stq jo Wll!tU$A NI•uoljaidwo:)jo uo!tr-vj!lov(g) jo solvis snougA aqj le jaaloJd atli jaadsut{legs leta!Jjo 9tltpl!ng ally 8 •sJOlaej slS0104 •nsticue 8uua3ut2ua joj=Ut3ua i!Ata ills Rq palaaJje st m papuajut aqj joJ al!s 24I jo daenbape aql os sr MAojdde put=utSw pos agi of s8utpug stq IjodaJ ilcgs at l'saa±wp aleutejp nI A► ap!Aojd tags aH•urld 3u!ggJ2 panejddc aqj ut Pair.JOdsoaus sUotltpusuj punojS.ggso jo sulejpgns joj pwu Ni put•sjautus lt3 ftleaS aj jaxlsaj -woaaj UO awes jo taajjo aqj put Sulpt;8 agt SatjnP pasopsip Uotlewwoj gnm salols Ina;o Rtlt!gels Ns put sttU BucAtsaaJ Ja; gunoJS irJnjru -ui"u tur Sutpnlaul aux zql Jo RBoloaS NJ jo uo!jd•!Jasap lcu!)a Sutpnp jo 6,isalbope atp jo IeAojdde put uop wdsut ieuotssajOJd'ot palmi(all jou -Us IslSolw3 8uuaaUlBw agt RQ paJrdaJd Ijodajl 8ut¢ pat mq 2pnpul lirgs ti!l!q!suodsaj jo will s,ji fttoo3 Sul=uiSua ally •am papwja!ayt;oj ails aqj jo lta�mbape agI of sg leAOJtr .1st9otoa8 Sutmut8w aqt Rq po!lddns elep autjejod torus de ap!AOjd Ilriis oil IjodaJ uutje8ljsaAut 8alwut8w gas NI Of aptw pajtnboj aJagr•sliU ssaJtinq jo u3tiop aql pue sadols gs!UU lle jo SI!l!gejs t suotjcguawwoaa;aqj uo jail;a slags pue Sulpej8 Supop ai•ew sa3uaga 'uOtpedww paJtnba;Joj Su!jsaj'sllU aA j Ot punojS jo uastejedaxi Aug uo sluawww put rjep L Supepunsgns ngto put sjsas djolcjogel 241 Suiuszowo lenoJdde put uo!padsut leuoissajojd oqt 'ot RIMI put plaU jo saurwtuns `sisal djtswp Pian) jo molteAala pug stop all IOU paau tnq•opnpui lltgs Ruirq!suodsaj jo eaje s,Jaaut3tsa pos oily -raoi 8u!pnpu!JaautSUa iios aqj dq pwedwd txxbu 3utpw!)iios N I •js!SolooS lut=ut3wagj put Jaautlua •utld Su!peJS pawojdde teu!j aqj gt!A%aaurru=c ul auop IM. aqj tq Ielowo eu!pl!nll oqi pue=UI2w t!AP aqj al polquiqus aq liegs sr-%X;om agj Itgj iraoJdde ap!Aoid IIro all'satigp J a8ctgrsp aaejjns suoticpwwwoaat RSoloaS SutjaaljtSw pug SUljaaUl3ua iios put ejep tail -qns put aaejjns tic jo suonrAata put suoljraat pug suJalled a8eutejp tol -at:dww'suodaj 6.lrssaaau lie SulpeaS Suuna-goof uolpa$ut payloads •suolpwla aan;Jns punoJS papeil-se'suo!IWP aaej.nls punoJB ttuAJO It paanbas aq pals svodaj S3oluo8 3u!=ut9w put 3uuaout8ua I!og Sutpnput jwut3u3 pko aqi Aq pasedaxl acid Su!peJB papt$S•sV UV-1 -arid titng-xe ptrs of aaugtidwaa jo twuniejs a tepUJo Sulpllnll :ojajagt siwusalddns put s3ulAmip put suodaj 8uuaolloj aqj annb -N0 All pogtjasajd wjoj t ut j!wgns{legs Jopejiuw 8ufptJ9 atiy'Iljorn -aj Rew letaU jo Sutpl!ne aqt-jjor aqj;o uotpidww leu!j Ni ie pue I;OIt NJ jo uopoldwoa uodn surjd 3ulptJS poprJS-se jo uotssttugns aqj put Sul .ptjS g3nw aqj Jo uoiialdww uodn•nuodall ptur4(e)•slot wS meld pan ua lu+la JjwAl;o uottaldwoo aqs I"JJo Sulpl!nU Ni put•JoptJlow Ni •sicuo!ssajoJd.tagio aqt uaarjaq uose!i joJ—l-jWU agj Iuana alp ul 1033c:lulicurpjaoa alp sr IM •:IjoA%agj jo uopaldww uodn leAwdde Joj aauapdslsw lw!ultaas pegs Jaaut9w HAP a!IL'tale lwtudotaAap alit JO a8culejp Pug apeJS'au!l jtags jo rate atp u!gi!•At ds!l!gtsuodoj agj Idaaae of paa18e seg jtl uweldn jo Multliligcisa agj os se lenoJdde put uoipotlsu!'os piquitl all jou luau agI!{tun paddojs a4 2lcgs Xjar ags'YJOA+agt;o asJnw apt Suunp pa8uesla jtlq'apnpur lIrgs dsillgssaodsaj sill j••djlemids leaiutiaat jo rase s!q uttlj!M 21r pJoaaj jo b=28 8upsat aql Jo is!2010a9 SutjaautSUa NI`jvulSw Is lS Sutpralp;a lrAojddr put uolpadsu!icao!xsajoJd agj joj aiq!suod>Qi aqj jaaugm 1!^!3 aqj;i^Ir.Awddy joj it.t modsan;o wjsvlu.L(t) all isle prtls all 'urld SulprJ3 alp olut sjtodaJ RBoloa3 9ulim"!3w pug `pajjttugns all iter{:•Rjrssaaao j!•sajnstaw aAllaaJjoa joj suog IOUa"Jau-Pov NI uwJj sumjepwwusoaaj lie aseJodJoaUt of geld Su!pra -vpwwtuoaag`icpUJo 3uiPltna oqi ei put XjoA%3utpt'S aql Jo aejrtp PaAOjdde aqj saJrdaJd ogAi J=Ul3Ua PAP aqj Jo Q!j!q!suodPi aqj aq ut Uasjad sgj of 8U!Iua u!Rlajrtpausult paljodaj all tlrt{s satauedajmp Ilap q•gutPV3 pa=U!2ua jai'sjuawajin6all 3utplu:)pajuulMrj($ XiON3ddv NOU103916L 30oo JNIQIIng s•Jtjodlun X1aN3ddN i • CONTP.A COSTA COUNTY PLANNING DEPARTMENT •. NOTICE OF Completion of Environmental Impact Report ]Negative Declaration of Environmental Significance Lead Agency Other Responsible Agency Contra Costa County c/o Planning Department P.O. Box 951 Martinez, California 94553 Phono (415) 372-2024 Phone EIR Contact Person Arnold Jonas Contact Person PROJECT DESCRIPTION: SUBDIVISION 4919 (Applicants Security Owners Corporation, Owners: Walter L. ay or, Et Al)A.proposed subdivision of 33 lots on approximately 13.1 acres In a Single Family Residential District (R-20). Concurrent rezoning 2065-RZ proposes Single Family Resdientiai District (R-12) for the property. Variances are required to have 11 lots less than 100 feet In width In the proposed R-12 District. Subject .property is bounded by.Taylor Boulevard and Dobbs Drive on the east, Buttner Road on the west, Grayson Creek on the north and the City of Pleasant Hill boundary on the south, in the Pleasant Hill area. (CT 3470) It is determined from initial study by of the Planning Department that this project does not have a s gnificant effect on the environment. C� Justification for negative declaration is attached. The Environmental Impact Report is available for review at the below address: Contra Costa County Planning Department 4th Floor, North Wing, Administration Bldg. Pine,& Escobar Streets Martinez, California L Dat Post 3-\L'Upay I9 �g'� Final date for review/appeal !Qt`Y I _ 199q oqf Planning Rdpdrtm nt Representative 57 CONTRA COSTA COUNTY PLANNING DEPARTMENT NOTICE OF Completion of Environmental Impact Report . 7_7Negative Declaration of Environmental Significance Lead Agency Other Responsible Agency Contra Costa County c/o Planning Department P.O. Box 951 Martinez., California 94553 Phone (415) 372-2024 Phone EIR Contact Person Arnold Jonas Contact Person PROJECT DESCRIPTIONS: SECURITY OWNERS CORPORATION (Applicant) - WALTER L. TAYLOR, ET AL (Owners), County File 6 -R s The applicant requests rezoning of approximately 13.1 acres from Single Family Residential District (R-20) to Single Family Residential District (R-12). Subject property Is located north and west of the City of Pleasant Hill bounded on the east by Taylor Boulevard and Dobbs Drive, on the west by Buttner Road, on the north by Grayson Creek and on the south by properties within the City of Pleasant Hill, in the Pleasant Hill area. (CT 3470) It is determined from initial study by of tho Planning Department that this project does notave a s gnificant• effect on the environment. Justification for negative declaration is attached. The Environmental Impact Report is available for review at the below address: Contra Costa County Planning Department 4th Floor, North Wing, Administration Bldg. Pine b Escobar Streets Martinez, California D e Pos edV Powhey Ig 1917 Final date for review/appeal ARYPis B S 1. 16-11- Planning.,Depar m nt Representative y d�1JC8 } ; 1 ` AP9 1/74 Planning Department Ila PfmnmlCo lana Memboq William L.Milano Pittsburg—Chairman County Administration Building,North Wing COODonald E.Anderson P.O.BOX 951 �O�-_l - AfbwTMore"R. omies Chairmen Martinez,California 94553 County Marti z Comppll. Martinez Carolyn D.Phillipe Anthony A.Dehaesus Director of Planning Rodeo Jack Stoddard Richmond Phone: 372-2024 William V.Walton Pleasant Hill Andrew H,Yowl Nemo June 27, 1977 RESPONSES TO COMMENTS ON THE DRAFT EIR FOR 2063-RZ and Subdivision 491,9 r , a To Concerned Parties: This document Is the Contra Costa County Planning Departmentresponse to written comments presented to the Planning Department concerning the draft environmental Impact report for 2063-RZ and Subdivision 4919. In order to comply with the California Environmental Quality Act(CEQA) of 1970 and Its subsequent guidelines, an Initial study was conducted for this project. It was determined that an environmental Impact report should be prepared to Identify all areas of potential Impacts resulting from the proposal, and what measures may be taken to mitigate these Impacts. The draft EIR was completed and posted on January 19, 1977. _ t V 1�f V 9 1 RESPONSES TO COMMENTS FOR 2063-RZ and.Subdivision 4919 By the end of the posting period for the 2065,RZ/Sub. 4919 EIR on February 19, 1977, this department received comments concerning the EIR from the following Individuals: Larken Breed, Jr., M.D., Resident, 2042 Buttner Road Thomas W. Holmes, District Manager,Contra Costa County Resources Conservation District. James R. Lawson, Chairman,"Fourteen Estates". James P. McLaughlin, Community Planning Director, City of Pleasant Hill. L. 3. Reagan, Assistant Public Works Director (Ladd Developement) for Contra Costa County. E.C. Sanford, Resident, 293 MacGregor Road. Mrs. A.K. Swann, Resident, 2080 Buttner Road. l Q1\l�/0 SMaE: z.. Comment 1: Page A-6, Pleasant Hill General Plan. The density of this proposed project is not consistent with the currently adopted General Plan for the City of Pleasant Hill. Response: This Is mentioned under "Open Space" on page A-6. The proposed density Is approximately 2.3 units/acre, as opposed to the 1 unit/acre maximum density which is consistent with the open space. Comment 2: Page A-6, Scenic Highway Element. The City (of Pleasant Hill) has adopted the Scenic Highway Element and Lots 23, 26, and 27 do have a direct relationship to that scenic corridor. The City's Scenic Highway Element does envision adequate setbacks for the preservation of the scenic corridor along Taylor Blvd. and further makes provisions for on-street trails which would facilitate pedestrian and bicycle movement along Taylor Blvd. Nowhere In this plan on the previously mentioned lots Is there any Indication of a Scenic Highway concern regarding easements and/or setback programs which would meet the intent of that element. Response: The report, on page A-6 and A-7, mentioned setbacks, right-of- way for the protection of scenic views, noise buffering, and pedestrian trails. However, specific changes or additions to the Tentative Site Plan Map were not discussed. Such changes or additions could be required to be Incorporated into the final map as a condition of approval. These additions to the final map could Include: 1. On-street pedestrian and bicycle trails. 2. Illustrating the 13 meter (50 ft.) minimum setback zone on parcels 24 and 33. 3. Location of noise-buffering features. Comment 3: Page A-6, City Plans. Grading suggested by this subdivision Is Inconsistent with city policy. The site has about a 401' fall, the grading scheme shows cuts of 10'- and fill equally as great. Response: Noted. The Conditions of Approval for Subdivision 4919 require an amended map to significantly reduce the grading from that shown on the current map. The applicant will additionally be requested to utilize split-level floor plans on some lots rather than remove the existing natural topography. 01061 i`,,.... ne'ti_4.#.v.e.,;1`'r`Y.c Comment 4: Page A-9, Community Services. The EIR states ..."The possibil- ity for neighboring residents to hook Into the proposed sewage line will Constitute a beneficial Impact from the public health standpoint.' I consider this to be a clear misstatement of fact. Because the soil Is such a good eliminator of pathogenic viruses and bacteria the occurrence of water-borne Illness requires conditions of feces and drinking water mixing. In fact, there have been no confirmed cases of water-borne illness in the history of Contra Costa County, and the one suspected outbreak of water-borne Illness occurred in a neighborhood where the drinking water supply was provided by unprotected local wells. Since the entire neighborhood In question receives its drinking water from EBMUD, the public health threat Is non-existent. Therefore, the statement that the possibility of sewage-line hookups will constitute a beneficial Impact from the public health standpoint Is unsupportable. Responset While the comment thoroughly discusses why the contamination of potable water by septic effluent is unlikely, no mention Is made of septic failures due to an overloaded system. This Is the major health problem In Contra Costa County which Is related to septic systems. Septic failure generally takes 13-20 years to occur, although this time can be accelerated by poor permeability, system overload- Ing, and Improper maintenance of the system. The failure brings effluent to the surface, where certain diseases may be transmit- ted by direct contact (i.e. hepatitis), and others may be transferred to humans via Insects. This type of failure Is common throughout Contra Costa County due to the soil constraints common throughout most of the County. The following Is excerpted from a letter by Mr. E. C. Sanford, who has owned property on Buttner Road since 1947; "There Is no question that this isolated area Is in dire need of a sewer system. For many years many home owners on Buttner Road have been guilty of regular effluent seepage. Last year the County Health Department tested the entire area and has a record of several violators. The Health Department forced use to spend $2068.06 for a new drain fleld." "Sewers on Buttner Road are most urgently needed. In view of the proposed Subdivision 4919 and 2065-RZ, this would be an opportune time to Include Buttner Road In the sewer program to keep the cost per resident at a minimum.' 01062 e' a,i: Comment 5: Page B-9, Biology. The EIR states that a permit from the Fish and Game Department will be required in order to destroy a portion of the Grayson Creek tributary. This permit is listed as failing under code Sections 1601-1606. I have obtained a copy of this code sections but they appear to apply only to governmental agencies or public utilities, rather than Individuals. This should be clarified. Response: Sections 1601-1606 of the State Fish and Game Code do apply to private applicants who seek permits for modifications to a mapped creek bed. Comment 6: Page B-12, Hydroiogy and Water Ouality. If this Is ultimately approved for R-12 development, then an open channel ;In residential backyards will result in poor drainage practices, channel overgrowth, debris, lack of access to maintain, etc. If, however, continued rural, large parcel development is approved, then an open channel may be compatible. The confused proposal seems to provide a Willow bog In part and a 36 Inch culvert In part. Treatment of the drainage course (and its improvement) needs considerable more attention In the report. Response: The tentative subdivision map shows an open channel only on.lots - 7 and 3, the two largest lots on the property. The drainage course would then enter a headwall as It returns to the site at lot 4, connecting with the stormwater drainage system to be Installed with the proposed subdivision. The stream, plus surface runoff from the subject property, would then reenter its existing bed on the east side of Taylor Blvd. In short, the existing bed would be retained downstream to lot 4, and again from east of Taylor Blvd. The remainder, approximately 850 feet, would be a 36" culvert through the proposed subdivision. Comment 7: Page 8-12, Hydrology and Water Quality. The EIR should be expanded to discuss mitigation of the flooding that occurs due to the inadequate reach of Grayson Creek channels between Pleasant Hlll Road and Mercury Way. Response: Any flooding problems in the area of Mercury Way and Pleasant Hill Road (approximately 1,650 feet east of the subject . property) would be mitigated at that location or further downstream, not upstream from the site of the problem. The proposed lot sizes for Subdivision 4919 are large enough that the reduction In permeable surface area :due to roofs, streets, driveways, etc., would not significantly increase runoff into the r creek. ' . 1 01063 Comment 8: Page 8-12, Hydrology and Water Quality. The EIR lacks provisions for control of erosion and water management during construction. Response: There were not specifically addressed because they are not considered significant impacts. However, the applicant could be required to: g 1. Perform all modifications to the creekbed during the dry summer months. 2. Seed all exposed surfaces as soon as grading is complete. Comment 9: Page B-14, Hydrology and Water Quality. I would like to update the above EIR, page 8-14, paragraph 2. There are now only eight residences discharging shower or sink drainage separate from the septic tank system on to the ground. Our home was hooked up to the sewer last July, probably after Mr. Bridenjack made his report. I spoke to him on February 14, 1977 and confirmed we were one of the nine residences on his report. He agreed It can be up-graded to eight. Response: Noted. Comment 10: Page B-14, Hydrology and Water Quality. I question whether the contractor would have the water available to wet down the construction site, and later whether the necessary planting could or would be done In order to prevent erosion and loss of remaining trees. Therefore, I think anything related to water In this report should be revised. Response: The applicant could be required as a condition of approval to transport well water to the site for dust control and to establish new landscaping. All landscaping should be drought resistant varieties. Comment 11: Page 8-16, Hydrology and Water Quality. Street sweeping and cleaning is not within the County's normal street maintenance policy and would require the formation of a local entity to pay for this service. We recommend that the EIR be revised to reflect this need, and related costs. Response: The economic Impact of this street sweeping service would not be a significant impact, and to discuss the cost of such a service would seem to digress from the more significant aspects of the EIR. ' } 010614 -5- i Comment 12: Page 8-31, Traffic. There are no sidewalks on Buttner Road, nor safe shoulders at most points. Consequently, foot traffic must walk on the regAway. Our home is at the crest of the blind hill. The driver of a large car or station wagon cannot see over the hood of their car. I know of two near accidents on this hill In the last 4 months. Response: Noted. It should be stated that Lotus Way, which would open up Buttner Road to through traffic would be placed below this blind hill, and should not Increase the hazard already associated with this blind spat. Comment 13: Page B-31, Community Services. The report tends to Ignore the hundreds of units now under construction or already approved by Cities of Martinez and Pleasant Hill that will create an accumulative demand on the community services afforded the area. Schools will be one of the most obviously Impacted services. All the community services should be reexamined to show the accumulative effect of the development of this site and others In the respective community services area. Response: The EIR discusses each Impact only to the extent which It is generated by this subdivision. Any other developments have already been evaluated for Impacts, Including cumulative Im- pacts such as water consumption, traffic, etc. These develop- ments have either been given negative declarations of environ- mental significance or will have EIR's prepared to discuss their Impacts. Comment 14: Page B-31, Traffic. Traffic Impacts have been Incompletely reported and analyzed. Traffic assignment refers only to the existing units and 'the proposed units of Subdivision .4919. Nothing Is included concerning trips generated by those units- having access to Dublin Drive and the longer range possibility of Buttner Road extension northerly Into new subdivisions. No attempt has been made to estimate the southbound Dublin/ Dobbs movement and its companion movement via Buttner/Dob- bs/Dublin for the hundreds of units already existing north of Slater Road. People utilizing these routes may find them to be + more attractive than the Pleasant Hill Road/Taylor corridor. Response: As stated above, the EIR for thisproject can only discuss Impacts relating to this project (Sub. 4919/2065-R?). Impacts resulting from future developments must be assessed at the time the details of each proposal are known. li 01065 Comment 15: Page B-33, Traffic. The Author has indicated that even though the road (Buttner) is hazardous, the actual number of accidents will still be low. Accident rate is a more appropriate indicator of risk to the road user. Reponse: Noted. However, the relatively small traffic volume and accident count on Buttner Road makes the calculation of an accident rate appear unnecessary. Comment 16: Page B-33, Traffic. Closing of the median on Taylor Boulevard Dobbs Drive and the connection of Dublin Drive to Dobbs Drive are alternative or mitigation measures to; 1. Reduce traffic hazards at the Dobbs Drive-Taylor Boulevard Intersections, and; 2. Construction of acceleration and deceleration lanes on the NIB approach of Taylor Boulevard. The report should state this. Response: Noted. Comment 17: Page B-34, Traffic. It is stated that the Increased traffic on Buttner might be more safely .handled by Increasing the pave- ment width of Buttner.Road and possibly reducing the height of the hili adjacent to Grayson Road. Nowhere In the EIR does It state, however, how the proposed widening of Buttner Road Is to be financed. This also holds true for the alternate access route mentioned In the following paragraph. Specifically, no mention Is made of the method of financing of the widening of Grayson Lane. Response: Any road improvements considered necessary to accommodate a proposed development is customarily financed by the developer, or split between the developer and the County General Road Fund at a rate to be determined by the County Public Works Department. Comment 18; Page B-34, Housing. The EIR states: "Homes In the Proposed Subdivision are expected to sell for $60,000 to $70,000.1' These figures, apparently obtained from the proposed developers, are open to question,and the actual proposed selling prices should be clarified. In a meeting of Buttner, Slater, and Dobbs Drive residents, held November 16, 1976, an agent of the proposed developers, Mr. Jim Busby, told the group that the houses in the proposed subdivision would sell for $75,000-$85,000. The selling prices of the homes should be accurately determined since it will q affect the future property values of homes existing in the area now. This is especially true since the average market value of the existing homes in the area is significantly greaterr�.j� $60,000. (t _7- Response: Developers estimates of new home prices are extremely variable and subject to change, particularly in this County, where market value increases of 28% in one year are not uncommon. It is reasonable to assume that the new homes would be comparative- ly prices with those existing nearby with adjustments for lot sizes and the age of the structures. Comment 19: Page B-41, Archaeology and Historic Features. You have indicated that no historical sites or markers exist and there Is no known evidence of archaeological remains on the site. As part of the Environmental Impact Report pro-application, there was some indication from the Treganza Anthropology ,Museum that there is at least a potential for archaeological remains. The following Is a quote from their correspondence of February 13, 1974 which Indicates in part what their concerns are; "In this regard, it would appear that the Dobbs Drive parcel project potentially may have an impact upon archaeological remains. It is, therefore, recommended that your Agency require an Archae- ologist be retained to undertake the necessary study." Response: Noted. Comment 20; Page C-1, Alternatives. The report ends to address both the rezoning and subdivision proposed as a single Issue. This result in Section C (Other Alternatives) being a short, inadequate state- ment. The report text Is weak In clearly identifying the land use that surrounds the site. Figure A, 1-2 Illustrates the size and shape of parcels. It Is clear that there Is no land in sight of this project that presents the density or Image of 11R-12 Subdivision" development. Hence the obvious alternative land use that will reflect the existing Buttner, Slater and Grayson neighborhoods should be explored In detail. Response: Paragraph 1, page C-1, discusses In brief "No Project" Alterna- tive for this project adequately; no great detail Is needed to suitably present the concept of residential development of the subject property utilizing the present R-20 zoning. Figure A, 1-2 shows some lots with areas similar to those proposed. However, there have been no subdivisions in this area and development has been informal. " 01w;1 Af t i Ka Comment 21: Page K-7, Appendix D. Appendix D Is a response to a specific subdivision proposal. If a large lot, rural, open space develop- ment were to be considered by Public Works Department, the recommendation could be significantly different. Detall require- ments should be prepared for a R-20 or greater type subdivision. Response: Noted. If Subdivision 4919 was modified Into a less-intensive development (i.e. 20,000 square foot lots) prior to approval only those conditions of, approval would be required;which would be appropriate to the reduced density and Increased open space of` the new map. BB:mb' n4 ,pt trr s r a 6/28/77,", 74 t t �s 1 t 'v t"§tr tt 9s 7 c c `74 n,F r sZ t r '` '�tt'z`a� i� " i} Tfy1 "a �dF;Psa1 ax,+ r''a yF2+ k " tr "1 � wz L > � z t€ t t z ♦ f 2 �Y t,, �+ r r. i d } t yeti•'} x`�Y i3^'}:,� i wr i4 Ff: s2t1 "t; P s } E 1 it � .; t Y��K� ��ti F[t°" lY� ♦ a + � r f 0.i� ek ;;t '.r<� '<f,} Z ,#• Et( t r = r Y l r+k �, 't e1 Y �s "fie`,.' 4& 3 2 z§+ 4 Jai T x }t rSi ire ,."h ht at >, lot4�h r 3#�;�✓ `r Ka�x��rA't t�t�,��.,„! '�d'i��3$.34'�$?h'1 G"4! �,3+ak 0106 Fe ,ary 12 , 1977 RP of,, ,'/VD Dear Mr. Jonas, I , as a prw_4 Mfiing ;n the immediate area of proposed subdivision 4919, would like to offer the following comments on the Environmental Tmpact Report concerning thi.s subdi.vtsi.on. 1. The EIR states in section A.3, page A-9. number 3, under Community Services: "The possibility for neighboring residents to hook into the proposed sewage line will conststute a beneficial i.mpaet from the public health standpoint." I consider this to be. a clear misstatement of fact. Septic tank systems are presently in use in the United States by approximately twenty million households, chiefly in rural areas. Septic tank systems operate on the pri.nciple that the soil is an extremely effictent ftlterer of 'viruses' and bacteri.a. viruses are extremely small, electrically charged particles wh;.ch are attracted and held by other charged particles. The soil is a mass of charged particles which is an extremely efficient catcher and holder of viruses. These viruses have a finite lifespan and thus die off while being held in the soil. Viruses can travel, at most, ' a few inches through the soil before being captured. Bacteria are larger particles and are therefore less susseptable to surface phenomenon. Even so they can travel only a few feet maximum through soil before being captured. (Winneberger,J.T. , Report to Muir Oaks Homeowners, October 26, 1972) Viruses and bacteria are a principal cause of infectious diseases and one of the methods by which they are spread is drinking water. 'water borne human illness usually has as its source the viruses and bacteria in the feces of other humans already infected with the particular illness. In a smaller number of cases the source of the infective viruses and bacteria r is animal feces. These viruses and bacteria must reach the water i' supply and must be ingested in sufficient numbers by othors In order to transmit illness, All cases',of water borne illness` = . T 01069 2 therefore require a communtcatio:� channel which allows the viruses and bacteria to pass In sufficient numbers from their source in already infected Individuals to their potential victims. Because the soil Is such a good eliminator of pathogenic viruses and bacteria the occurence of water borne Illness requires conditions of feces and drinking water mixing(e.g. sewer lines backing up Into Inadaquately protected drinking water supplies or contamination of a well used for drinking water by 'a nearby, malfunctioning septic tank or leaking sewer line) . in fact, there have been no confirmed cases oP water borne-illness in the history of, Contra Costa County, and the one suspected outbreak of water borne Illness occured in a neighborhood where the drinking water supply was provided by unprotected local wells(Gerow,T.r4. Personal Communtcation, July 16, 1976) . Since the entire neighborhood in question receives Its drinking water from East Bay Mud, the public health threat Is non-existent. Therefore the statement that the possibility of sewage line hookups will constitute a beneficial impact from the public health standpoint is unsupportable. I 2. In addition to providing no public health menace, the present method of waste disposal In the Buttner Road neighborhood is a more ecologically sound method of waste disposal than the construction of massive, very expensive sewage systems.whIch, at best, dump only partially purified water back Into our natural water courses. Septic tank systems do not allow pollutatits access to our waterways since the pollutants are destroyed or retained to the local soil. . . The present neighborhood use of bath and sink water to irrigate surrounding vegetation is a means of water conservation that I have seen suggested several times, recently In the newspapers. In fact, Mr, Ted Gerow, In an article in a recent Issue of the Contra Costa Times stated that this practice will be allowed as long as it does not cause a nuisance to neighbors. The practice has been actively encouraged by publLc.health and water officials In 010170 3 Marin county and elsewhere in th-: !:tate. In summary, septic tanks pro•:ide an ecologically superior of human waste disposal as compared to sewers since they do a better job of isolating pollutants from water courses and since they encourage a more efficient use of water by providing use of sink and bath water for irrigation. This latter feature of septic tank systems is especially important in this period of California drought. 3. The EIR states in section B. 2.2, page B-39, under Housing "Homes in the Proposed Subdivision are expected to-i—ell ` "or $fto-;oao- to$70,000 These figures, apparently obtained from the proposed developers, are open to question, and the actual proposed selling prices should be clarified. In a meeting of Buttner, Slater, and Dobbs Drive residents, held Nov. 16, 1976, an agent of the proposed developers, Mr. Jim Busby, told the group that the houses in the proposed subdivision would sell for $75,000- $85,000. The selling prices of the homes should be accurately determined since it will affect the future property values of homes • existing in the area now. This is especially true since the average market value of the existing homes in the area is significantly greater. than $60,000. 4. In Section 8.1.6, page B-34, under mitigation Measures , It is stated that the increased traffic on Buttner might be more safely handled by increasing the pavement width of Buttner Rd. and possibly reducing the height of the hill adjacent to Grayson Rd. Nowhere in the EIR does it state, however, how the proposed widening of Buttner Rd. is to be financed. This also holds true for the alternate access route mentioned in the following paragraph. Specifically, no mention is made of the method of financing of the widening of-Grayson Lane: 'Sfrice these prajects- will have serious ` adverse economic effects on the existing neighborhood tf the neighborhood is required to finance either of these road widenings, the probable method of financing these projects should be stated In the EIR. This also holds true for the changes which will be required on TaylorBlvd. The burden of cost of any other ancillary projects required because of the proposed subdivision should be cleaklyspated in the EIR 147y 1 r 5. In Section B.1.6, page 33, in the first paragraph itis stated: " Specific impact from the project traffic include an increase of approximately 200 trip ends per day on Buttner Rd." F The figure of 200 trip ends was apparently arrived at by estimating that slightly less than half of the total trip ends generated by the project will use Buttner Rd. The use of Buttner Rd will , in fact, be much greater than half of all the trips generated bythe pr je—FE' .for.,,,the_following reasons: The reasons for automobile may be in- cluded under the general categories of travel to and from school and school related activities ( ie. sports events, practice, PTA meetings, etc.) , commuting to and from work, shopping and other business activity {doctor, bank, dentist, etc. } , visiting friends and entertainment. The schools that will be used by the children living in the proposed subdivision are as follows: Strandwood Ele. , located in Gregory Gardens, Valley View Ind. , located on Boyd Rd. , and College Park K.S. , located north of Taylor Blvd, adjacent to DVC. Access to the first two schools is by Grayson Rd. , and to the third by going north on Taylor Blvd. Most of the travel to College Park will use the Buttner Rd. route, since left turns will be prohibited onto Taylor, and therefore, traveling north on Taylor will require entering a busy 4 lane highway, crossing two lanes of traffic in a relatively short distance, and making a U-turn at Grayson. The alternative is the Buttner Rd route, which will require no entering of high speed traffic or rapid manuvering in this traffic. Returning traffic from College Park will probably use Taylor Blvd, in most cases, Most traffic leaving the subdivision for the other 2 schools will probably use Buttner for the same reasons given above. The Buttner Rd. route will be especially appealing to school buses leaving the subdivision because of their inability to accelerate rapidly, and because of the heavy traffic on Taylor at the time of their morning run. All traffic returning from Strandwood or Valley Vista will use Buttner since they will approach by Grayson and left turns fron Taylor into Dobbs will be prohibited. Therefore, the majority of school related traffic will use Buttner Rd. 01672 i 5 In the second category of aalomobile travel, commuting to work, the majority of traffic will also use Buttner Rd. Commuters south on Taylor (San Francisco, Lafayette, Walnut Creek) may be expected to use Buttner and Taylor half and half, depending on their location In the subdivision. The Buttner Rd. use by these commuters, however, may be preferred because of their unwillingness to enter the heavy, high speed rush hour traffic on Taylor without the protection of a traffic light. All commuters returning north on Taylor will use Buttner Rd. Because of the prohibition on left turns from Taylor. Commuters leaving north on Taylor (Martinez, Concord) may be expected to prefer Buttner because of the previously mention problem of entering and crossing 2 lanes of heavy, high speed rush hour traffic in order to make a U turn at Grayson. By the same argument, the commuters who travel east on Grayson ( Pleasant Hill, Concord) may be expected to prefer Buttner Rd. Commuters returning south on Taylor will use Taylor, while commuters returning west on Grayson will all use Buttner because of the prohibition of _ a left turn from Taylor. Thus, Buttner will be used by the majority of commuters leaving the subdivision and will be used by returning commuters on 2 of the 3 access routes. Shopping and other business trips may be expected to use Buttner in preference to Taylor for the same reasons stated for commuters, although the preference for Buttner may not be quite as great in this case, because of the lower traffic volume on Taylor at the time most of these trips are initiated. Automobile travel for entertainment and visiting friends may be expected to follow the same general pattern as for shopping and business trips. The majority of departures and returns will use Buttner Rd. To the traffic under these general categories will be added the traffic of people "just driving through" , because Buttner will no longer be a dead-end road. These trips will be made mainly by out for week-end drives and by teen-agers "cruising " at night, on ,p. the weekends, and in the afternoon. The intersection of Buttner and Grayson is already a favorite spot for teen-agers to sit in 1,tihe'i r,.,cars at night and drink. ' Once there .is an exit ft� ner V101 6 provided at the other end, I'm etc:•, they won't hesitate to drive through. Delivery trucks, Garbavl! trucks, and other service vehicles will also find it convenient to cut through Buttner when entering and leaving the subdivision. This assumes that Dobbs will not be open to Dublin. However, even if the developers require to connect Dobbs to Dublin, many more than 200 trips through Buttner will be generated by the proposed subdivision. 6. The E K states that a permit from the Fish and Game Dept. will be required in order to destroy a portion of the Grayson Creek tributary. This permit is listed as falling under code Sections 1601-1606. T have obtained a copy of this code sections but they appear to apply only to governmental agencies or public utilities, rather-han individuals. Thi,_, hauld_be_clarifled. 7. Police protection in the Buttner, Dobbs , and Slater Drive neighborhoods is presently provided by the County Sheriff's Department. Response by this agency to calls from neighborhood residents is already extremely poor. Response times are long and in many cases no response at all is made. This. could have been ascertained by questioning any of a number of residents of these neighborhoods, as well. as residents of nearby Mowhawk Drive. To add 33 households to an area already very inadaquately served would surely increase the danger of physical harm to those living in these neighborhoods. This problem should be addressed in the EIR. A possible solution would be annexation to Pleasant Hill with that city's more adaquate police protection. 8. Construction of the proposed subdivision will add several thousand gallons of water consumption to our already depleted water resources. It would seem that the current drought mitigates against, an early decision to allow the subdivision to be built before the full extent of the drought is known. 9. The Buttner Road neighborhood and the Dobbs-Slater neighborhood as well as the Grayson Lane area are all small cohesiy $neighborhoods. Children and parents know each other,01 074 participate in community meetings , exchage favors. These neighborhoods all have relatively stable populations, are ,relatively crime-free, and are satisfying .places in 'which to live, They could be considered successful small scale experiments in the ability of human beings to live in communities for their mutual benefit. The homes are varried and the terrain is interesting and abundant In wildlife. The construction of a large tract of this density In the midst of these three small neighborhoods will promote the destruction of the characteristics which have produced these healthy and socially involved communities. This will be especially true if traffic from this subdivision is allowed to passthrough these neighborhoods, thereby reducing their cohesiveness. Sincerely, fvf Larkin Breed Jr. , 'M.D. 2042• Buttner Road ; Pleasant Hill. 94523 i 1 7 t3x y4 a t _�.- r � 4 • : .,a, ... t • S t f4,Y It.7 - ..' ;�y I _. of S82�CWR E5 i � Canwrd,Cslifornk 94521 Telephone. (4151882.2288 d-Rbc u' Fee 22 11 its ANT • Cf lilk8 ...i 7..•• :•Qt1111� ~ % � r`•�••• I.r PLAN111114 �LOAh1•dPH1 �• ".�••e;\. .•r�1 �'' 710 SUBJECTS 'JY';:: :f . . :.:� ,. . ,. :r•:. r' -_ : . . : , Gentleman This is to advise that. the:.Contra Costa:Rasourca Consarvatiosi District staff has raviewed'.tha above'environmentil 'impact report.: :The , following comments apply as Indieatid. The project does not conflict with any currant or planned District or Soil Conservation Service project. The environmental impact ripott is adequate and in conforman as with District plans and policies. Y` The environmental impact report lacks provisions for control of erosion and water management during construction. Additional information is required as noted on the.attaehad sheat. Changes, as noted on the attached sheat, should be made before approval can be given'by this District. This environmental impact report is considered to be inadequate, therefore, the District must oppose the project. Thank you for keeping us informed on the environmental aspects of your project. Please feel free to call on us if you have any questions or if we can be of assistance. Yours very truly, 0107 '1.*�='r^..!-j}• :;�': .-.�55?WF'•��Atit�ti..•:�'sr'-=t:r...r•�f.F�ir�<iso.P!•:�v :+:;`-€:;.,..,.71ft;t--�'r u-,,••,,,•• 'x: •�.•.:'3..:':: .. .. t �•,,� FOURTEEN ESTATES R E� '- I- February 16, 1977 Fre 17 +0 so AN 077 Contra Costa County Crrlai; -. .0 /11„ Planning Department ALAHfi�1;C ..EY1 P. 0. Box 951 Martinez, CA 94553 Re: 2065-RZ Subdivision 4919 Draft E.I.R. Gentlemen: Attention Mr. Arnold B. Jonas Fourteen Estates (an organized group representing owners served by Slater Road) have reviewed the Draft Report and find the following: 1. The report tends to address both the rezoning and subdivision, proposed as a single issue. This results in Section C (Other : Alternatives) being a short, inadequate statement. The report text is weak in clearly identifying the land use that surrounds the site. Figure A, 1-2 illustrates the size, and shape of parcels. It is clearthat there is noland in sight of this project that presents the density or image of "R-12 Subdivision" development. Hence the obvious alternative land use that will reflect the existing Buttner, Slater and Grayson neighborhoods should be explored in detail. 2. Because of the weak separation of zoning and subdivision '- development, it was not clear how the creek is proposed to be improved. If this is ultimately approved for R-12 development, then'an open channel in residential backyards will result in 'poor drainage practices, channel overgrowth, debris, lack of access` to maintain, etc. If, however, continued rural, large parcel development is approved, then an open channel may be compat- ible. The confused proposal seems to provide a Willow bog in part and a 36 inch culvert in part. Treatment of the drainage', course (and its improvement) needs considerable more attention` in the report. 3. City of Pleasant Hill sphere of,influence includes this area,:; }rF accordingly its general plan encompasses the subject site. ,. �- This rezoning and subdivision ignores .the Pleasant Hill.general :plan that includes: 0107 1 �' - 2 - a► A. Taylor Boulevard Scenic CoiiLdor B. Open space land use (hence the low density suggested above) C. Grading suggested by this subdivision is inconsistent with City policy. The site has about a 401+ fall, the grading / scheme shows cut of 10'+ and fills equally as great. This is a leveling exercise not at all consistent with open space density and scenic treatments. The mitigation measures do not address the aforementioned items, but dwell on superficial items such as; reduction of fences, providing open space trails or recreational areas that are not shown on the subdivision plan. 4. The report tends to ignore the hundreds of units now under construc-., tion or already approved by Cities of Martinez and Pleasant Hill that will create an accumulative demand on the community services afforded the area. Schools will be one of the most obviously impacted services. All the community services should be reexamined to show the accumulative effect of the development of this site and others in the respective community services areas. 5. Traffic impacts have been incompletely reported and analyzed. Traffic assignment refers only to the existing units and the proposed units of Subdivision 4919. Nothing is included concerning trips generated by chose units having access to Dublin Drive and the longer range possibility of Buttner Road extension northerly into new sub- divisions. No attempt has been made to estimate the southbound Dublin/Dobbs move- menc and its companion movement via Buttner/Dobbs/Dublin for the hundreds of units already existing north of Slater Road. People utilizing these routes may find them to be more attractive than the Pleasant Hill Road/Taylor corridor. An obvious mitigation measure is the construction of a median island in Taylor Boulevard to provide protected left turn movement. This improvement, with-acceleration and deceleration lanes suggested on Page B-33, with no connection between Dobbs and Dublin, should be examined carefully. 6. Appendix D is a response to a specific subdivision proposal. If a large lot,.,rural,. open space development were to be considered.by PubLic Works Department, the recommendation could be significantly different. Detail requirements should be prepared for a R-20 or greater type subdivision. Specifically suggested changes may be: a) No curb, gutter or side walk, b) Less than Collector Street Standards as to width or pavement and right of way. uo 78 -0 3 - 7. Any subdivision of the subject ite will require the installation of a sewer system. All lots -h.)t abut adjacent unsewered land should have sanitary easements along each side lot line. Please include us on the nailing list for final F.I.R. , notices, postings and scheduled hearings, Fourteen Estates c/o James Lawson, Chairman 815 Slater Road Pleasant Hill, CA 94523 Phone: 937-4496 Very )truly yours, James R. Lawson, Chairman 1 cc Hon. Nancy Fanden Supervisor, 2nd District 1153 Hillsdale Avenue `tartinez, CA 94553 t 1, , � �- j i t _ . . . .0 w � f 't i 1 � /� � � , f / / �%�i,` r ��//;/ 1 i � , .,r , � . . .:� , ' i �-- � �� � r .,, j I / ��. f ' - ! /� ,,► �- . r 1 .�; \ . � t'' ' �i1 r i .. 1�: � � I r ity of Pleasant �ill-Califo 1-Irin Wt ��W leW - uca 3300 N, MAIN STREET,PLEASANT HILL, CALIFORNIA 94523 PHONE(41,5).934-6050 1461. 104 1431.4 �r March 14, 1977 �� h a t'l ,Mr. Arnold B. Jonas, Chief Environmental Assessment Planning Department Contra Costa County f✓ P. 0. Boz 951 - Martinez, California Dear Mr. Jonas: Thank you for the opportunity to review the draft 'Environ- mental Impact Report for Subdivision 4919, and 20G5-RZ. _ Follow- ing please find the comments as registered by .the .City of Plea- sant Hill. As you have noted within your draft Environmental Impact Report, the City of Pleasant Hill did entertain a project ,simi- lar to this in 1974, at ;which .time the City Council, after -re- viewing the application and recommendations from the Planning Commission, tabled the item to allow the applicant 'at that time to reassess his position regarding the ultimate densities request- ed, based upon the City' s General Plan and gradingppolicies. It would appear from the review of your draft EIR that many of the issues previously discussed by the City have already been taken into account through your process , however, for your consi- deration, I would like to reiteratethemost immediateconcerns that the City has regarding this area, 1. Density: IThe density of this proposed project is not consistent with the currently adopted General Plan for the City of Pleasant Hill. As referenced in your Environmental Impact Report, this area is a part of, the City' s Open Space, designation, and as such, a direct attempt should be made to preserve some of this area for Open Space allocation This quite obviously was one of the principal concerns of this community when the plan was originally reviewed and this particular concept does nothing to .),. further that process. , The densitv. of, the prpject has a direct bearing , as you well know, on. the Open 'Space question and should this project " be approved, it will have a major impact -on, the City's Op To: Mr. Arnold B. Jonas March 14, 1977 - Page 2 ; Element and will most likely lend to the development of the addition- al parcels in much the same manner. 2. Scenic Highway Element: The City has adopted the Scenic Highway Element an Lots Z5, 26 an3-27 do have a direct relationship to that Scenic Corridor. The City's Scenic Highway Element does en- vision adequate setbacks for the preservation of the Scenic Corridor along Taylor Boulevard and further makes provisions for on-street trails which would facilitate pedestrian and bicycle movement along "Taylor Boulevard. No where in this plan on the previously mentioned lots is there any indication of a Scenic Highway concern regarding easements-and/or setback programs which would meet the intent of that Element. Since the majority of this side of Taylor Boulevard is relatively undeveloped, the City feels that this is extremely impor- tant and should be included as a part of any review process current- ly taking place. 3. Grading Program: The anticipated grading program for this site is somewhat in excess of that felt necessary by the City of Pleasant Hill. The chief concerns are the preservation of the site in as much of its natural state as possible, and with the proposed program much of the existing vegetation will be removed and many of the large trees currently existing on the site will be effected, most likely to the point of having to be removed. In addition, the creek facility, which runs through the property, will be filled and once again, this type of grading activity would most likely lead to a similar program on properties to the south. Quite obviously, if the project is to be developed in accordance with the currently proposed plan, this is the only alternative the applicant !' may have in terms of the grading program, however, perhaps a complete re-evaluation of the project in terms of density and land use is in order, if the grading of the site is to be substantially reduced and kept more attuned to the existing topographical features. 4. Archaeology and Historic Features : On Page B-41 of the draft Environmental Lmpact Report you have indicated that no historical sites or markers exist and there is no known evidence of archaeological remains on the site. As part of the Environmental Impact Report pro- cess in 1974, when the City considered this as a portion of an over-all application, there was some indication from the Treganza Anthropology Museum that there is at least a potential for archaeological remains. The following is a quote from their correspondence of February 13, 1974 which indicates in part what their concerns are; "In this regard, it would appear that the Dobbs Drive parcel project potentially may have an impact upon archaeological remains. It is, therefore, recommended that your Agency require an Archaeologist be retained to undertake the necessary study." - The previous information does indicate, at least to this Community, that even though there is no site survey for this area of R + Pleasant Hill/,��t )at least the potential exists, and therefore should 7. Any subdivision of the subjec, =ice will require the installation of a sewer system, All lots :i,• t abut adjacent unsewerad land should have sanitary easement:; along each side lot line. ?lease include us on the mailing List for final E.I.R. , notices, posting3 and scheduled hearings, Fourteen Estates c/o James Lawson, Chairman 815 Slater Road Pleasant Hill, CA 94523 Phone: 937-4496 Very )truly yours, Jam/es R. Lawson, Chairman 4 r- cc Hon. Nancy Fanden. Supervisor, 2nd D.iscrict 1153 Hillsdale Avenue Martinez, CA 94553 i k: l � r • � r i ity of Pleasant TI ill-Californi u 3300 N. MAIN STREET,PLEASANT HILL, CALIFORNIA 94523 PHONE(415)934.6050 1461.104 .1431.4 March 14, 1977 a Mr. Arnold B. Jonas, Chief, �= Environmental Assessment Planning Department t - ' Contra Costa County P. 0. Boz 951 Martinez, California Dear Dir. Jonas: Thank-you for the `opportunity to, :review the .dr`aft Environ- ment.,Thank l Impact Report for Subdivision '4919,,and .2065-.RZ. Follow- ing please find the comments as registered 'by :the City o'f Plea- sant Hill. As you have noted within your draft Environmental Impact Report, `the City ,of Pleasant Hill did entertain,a 'project .s`imi'- lar -to this in 1974, at which time the City Council:, after.re- viewing the, application and recommendations .from 'the ;.P.lanning Commission, tabled :the item _to allow the _applicant 'at 'that time to. reassess his position regarding the ultimate densities request- ed, based upon the City's General Plan :and ,grading,policies. It would appear from the review of your draft EIR that many `of the issues previously discussed by the City have already been taken into account through your process , however, for your consi- deration, I would like to reiterate the most immediate concerns that the City has regarding this area. 1, Densit • The density of this proposed',project is not consistent wit .the currently adopted General Plan .for the City of Pleasant"Hill. . As referenced in your . Environmental' Impact r Report, this area is a part of the City' s Open .Space, designation, { and as such, a direct attempt 'should be made to pre serve' some of this area for Open Space allocation. This quite .obviously was one of the principal concerns of this community .when the" plan-was originally reviewed and this, particular concept does nothing to further that process. The density of the project has a .:direct bearing , as you`.well know, 'on `the ;Open ;Spacequestion"and .should this project { be approved, it will have a major impact-Ion .the City!s 0 E To: fir. Arnold B. Jonas March 14, 1977 - Page 2 . Element and will most likely lend to the development of the addition- al parcels in much the same manner. 2. Scenic Highway Element: The City has adopted the Scenic Highway Element and Lots Z5, —2-and 27 do have a direct relationship to that Scenic Corridor. The City's Scenic Highway Element does en- vision adequate setbacks for the preservation of the Scenic Corridor along Taylor Boulevard and further makes provisions for on-street trails which would facilitate pedestrian and bicycle movement along �,- Taylor Boulevard. No where in this plan on the previously mentioned lots is there any indication of a Scenic Highway concern regarding easements and/or setback programs which would meet the intent of that Element. Since the majority of this side of Taylor Boulevard is relatively undeveloped, the City feels that this is extremely impor- tant and should be included as a part of any review process current- ly taking place. 3. Grading Program: The anticipated grading program for this site is samew at in excess of that felt necessary by the City of Pleasant Hill. The chief concerns are the preservation of the site in as much of its natural state as possible , and with the proposed program much of the existing vegetation will be removed and many of the large trees currently existing on the site will be effected, most likely to the point of having to be removed. In addition, the creek facility, which runs through the property, will be filled and once again, this type of grading activity would most likely lead to a similar program on properties to the south. Quite obviously, if the project is to be developed in accordance with the currently proposed plan, this is the only alternative the applicant may have in terms of the grading program, however, perhaps a complete re-evaluation of the project in terms of density and land use is in order, if the grading of the site is to be substantially reduced and kept more attuned to the existing topographical features. 4. Archaeology and Historic Features: On Page B-41 of the draft Environmental impact Report you have zn icated that no historical sites or markers exist and there is no known evidence of archaeological remains on the site. As part of the Environmental Impact Report pro- cess in 1974, when the City considered this as a portion of an over-all application, there was some indication from the Treganza Anthropology Museum that there is at least a potential for archaeological remains. The following is a quote from their correspondence of February 13, 1974 which indicates in part what their concerns are; "In this regard, it would appear that the Dobbs Drive parcel project potentially may have an impact upon archaeological remains. It is, therefore, recommended that your Agency require an Archaeologist be retained to undertake the necessary study." The previous information does indicate, at least to this Community, that even though there is no site survey for this area of ,.Pleasant Hillj,�� , teat least the potential exists, and therefore should V OO l x t .To: Mr. Arnold B. Jonas March 14, 1977 - Page 3 be dealt with within the framework of any project review. Suumm_m_a_r_X The primary concerns of the City of Pleasant Hill can be summarized into the following general categories: An element of incompatibility with the City's General Plan, An element of incom- patibility with the City's currently adopted Hillside and Grading Policy, an incompatibility with the City's Open Space Element, an incompatibility with the City's Scenic Highway Element, and finally an incompatibility with the City's Policies relating to tree removal and tree preservation in those areas where large trees will be effected. Adaiiional concerns relate to the over-all traffic circula- tion and the use of a somewhat substandard street (Buttner Road) and the obvious effect that this particular project will have on the adjoin- ing parcels currently within the City of Pleasant Hill. Should this project be approved in its current form, the City can anticipate addi- tional pressures to develop adjoining properties in a similar manner therefore, further complicating the over-all issues of the City's cur- rent General Plan and the preservation of sites and topo wherever pos- sible. Additionally, I might comment, at this time, that the City Council has adopted an Urgency Ordinance affecting all development within the properties west of Taylor Boulevard currently, within the City limits, in order to allow the Staff and the Planning Commission time to re-evaluate land use priorities and the Open Space Element due to the fact that some concern amongst the current residents are in evidence. Those concerns relate to the aver-al,l density and land use projections currently suggested by both the County's General Plan and the City's General Plan, and as a result, the Pleasant Hill City Council felt it necessary to review the area in light of the City's current land use and circulation elements. In addition, the Open Space Element will be reviewed and the ultimate conclusions will be presented to the City's Planning Commission within the next 30 to 60 days. I thank you for the opportunity to commnt on your draft Environmental Impacfi Report and should any further `nformation be re- quired, please feel free to contact ,this Department t your convenience. sincerely urs, J P. McLAUGHLIH Community Planning Director JPMcjbjc PUBLIC WORKS DEPARVAMT CONTRA COSTA COUNTY Date: March 7, 1977 .�•c:: CUPI I• r.t1'��►:�+ -'���'�'!f�i7A. A. Dehaesus, Director of Planning Attention: Arnold Jonas, Chief, Environmental Assesyen From: Vernon L. Cline, Public Works Director By: L. J. Reagan, Assistant Public Works Director, evelopment Subject:Draft Environmental Impact Report for Subdivision 4919 + We have reviewed the subject draft EIR received February 10, 1977 and offer the following comments. Page B -12: The EIR should be expanded to discuss mitigation of the flooding that occurs due to the inadequate reach of Grayson Creek channels between Pleasant Hill Road and Mercury Way. Page B -16: The screen proposed on the end of the storm drain is easily clogged and would tend to increase the danger of flooding. Therefore, unless there is assurance of the ability to clean the screens, this office would recommend against their installation. Since this type of operation exceeds the scope of the County Drainage Maintenance Policy a local entity would have to be created to fund the cleaning operation. Page B -16: Street sweeping and cleaning is not within the County's normal street maintenance policy and would require the f:ormatioa oP a local untity to pay for this service. We recommend that the EIR be revised to reflect this need, and related costs. Wage B -16: In addition to limits on the time for the grading operation, we recommend that all exposed surfaces be seeded as soon as the grading operation has been completed. An irrigation system be installed to encourage the growth of a protective turf, or ground cover, before the rainy season. Page B -33: author indicated that even though the road is hazardous, the actual number of accidents will still be low. Accident rate is a more appropriate indicator of risk to the road user. Page B -33: Closing of the median on Taylor Boulevard at Dobbs Drive and the connection of Dublin Drive to Dobbs Drive are alternative or mitigation measures to; 1) Reduce traffic hazards at the Dobbs Drive-Taylor Dunlevard intersection, and; 2) Construction of acceleration and deceleration lanes on the NIB approach of Taylor Boulevard. The repo�tjshould state this. � t j QQ t ILF::kat i t.� y. �� .��• �t a Fie 9 11 �iis All 77 293 Naclorettor Coad rleassat ?sill, Ca. r' •it. •, . . 94523 February 7, 1977 Contra Costa County Plannin, Dept. P. 0. Box 951 Martinez, Ca. 94553 Attantion: Anthony A. Dehassus, Director of Planning -►snold b. Jonas, Chief Environmental Assessment Subject: Draft Environmental Impact Report for Subdivision 4919 and 2165 RZ Centlamat: Thank you for mailing us a copy of subject report. We have balm property ownars on ruttner road since 1947 ,and din 1948 and 1949 built two homes, one for my parents and one for ourselves: Therefore, wa feel we .{tnow the area quite well. There is no question that this iselrted ares is In dire_need sof. e, ; /!setter system. rcr rany years many home osmers on L•uttner road have been guilty of regular effluent seepage. Last year the*County ',Cealth Department tested the entire area and has a record of several violators. The Health Department forced us to spend $2068.06 for a new drain field. On 21ay 12, 1959, 1:30 p.m. the Sanitation .Division of the health Dept. called a neetine of the Buttner road residents to attend a public discussion of severs. Attached is a photocopy of that letter of notification which is self-explanatory. It was decided at the meeting that the residents Mould make necessary repairs to their drain fields. I know that we scent several hundred dollars to install a new drain field at that tine. Then in 1973 we spent $330 to add another 100 £t. of drain field because of sewage back-up. Sewers an Duttner Road are most urgently needed. In view of the pro- posed subdivision 4919 and 2065-RZ, this would be sit opportune time to include Buttuer !toad in the setter proCra to keep the cont per resident at a miniaun. We trust you will deem it necessary to approve the proruced development and include Du tnerRoa' in the sever planning. Yours very► tru 'y, T% G'. Sanford1lC7 q F,CS:FS y { 4 • • i0P *t J, r P98LIa 9 SAL?1! :40 T 1.0.b L •r HEIIL7at DSPATIVI 1T CONVIA COSTA CGJIM FE8 P 0 so m On 7111 Ward Street 3 // • 7b•AN " t ' ltartiaes, CaaliSczr�s fit.•.:�, t w,• $11018 Sedtatio n Divisioa ' ', ;. :�...;'••' ACedanpr 0,.3000, we $3, 't r r MIMTS OF l7M"t1 �ROAD A"^`•. F—i M I1 Wil r!. XMC 1M3710 TO D7SCOSS SEWS Twlsda9' -ft 12, 1959 • 7 sat} Central Contra, Costa Sanitarg T/istriat Office 1250 Sp lagbro* Road, Ha7satt Olr * •3 ratty Health Departmont has coasstant7y+maintained that septic septic toalce and drsias ' aculidered a tamparary means of mmage disposal. This Departalent advisee .:gat, an area is developod it becomes nesesersg to irtetall ssesitary aevlers text t tilise a disposal plante • Iv: t Abler Road Area Me leu; passed the use of tempmw7 saptic tunics and rtqui r•m- .Ise i slrY&.J.a t3 on Of a or x ca collooti on syotQ2 as a nesesea T health msarearme ; #I *00=132 of fra0 tr; cepa* tent: ayatseds 3zs the Brea, mmW pex'soxta� espeeixur sa 9cm• r ;Itl.1.' ' ecg aA.;.tirausl.:; La nxpoaM ed to disease-bearing orttanimce. owtbret:c of a I ties:tue bo one l7rrlly a:vy:d al,rcad over this entire area vdth the eitvatim se it: r►Ar t :. ps:'-tu�alt rt17,n`�c.•t is use r oftwotion to a sarita" saver., itowmee, the lni+it tine I;yIe' :nr»s tyr-K t+,t, Wtkc *.a r oh this aelaetioa. Thereforo, as year stealth 01.0w., ah::ry;.,' yr Me yt:u w. :,�R'^ wary poseia�fue ale effort tc doterappropriate merit rr- : trc N:••aa , .:s*trst a�:Id aw4t,a:' corm►nnity gown gc co?.lection and dispoaaX srniae, ' . •srl► I ::. j:zr, tl..0 `'a•,:avl of i Iu stnd ;•our ohildren In l:eing Jwpardised ly tela 's: 4,L+lose Me. $j me Uts steps tomard cormtion should be taken, , , FA tapertm-mi, ea this met.USp Ift fvrro yeti:• attandwea. ' L. Ivim s H.D.* imiu J3 OP'h niz ,fit �r�� •�:� ♦�'�il•z•j.•r�•�„•�/' ' ' �'°1r• By Thomw 14 orrowt Ci:•eocor'of %%mitat3=I' . '°Y :.0 :" v:: :• dt.�' 1 ry u •+,"s'i'ir1•�.S .t,,':'A{:.. }.A:'".,'a�i!q{•ty i� •.yr '•:.4�/- .i:' 'tA?,' .SAS r+. .i•'4..�,•.: i ,�. t, ;�1� � � �•Y.'f+.1F�.X�X,i.�•l.f •d. ihk"•,•.::•PH+�:F:A .: � � y r .y + Arnold 6. Jonas, Chief Environmental Assessment 8 4 44P"977 Contra Costa County Planning Dept. P. 0: Box 951 Martinez, California 94553 a�attt,'►;� 'Ea:,r,rr�!�u� Subject: Draft Environmental Im- pact Report for Sub- division 4919 and 2065-RZ February 18, 1977 Dear Mr. Jonas: I would like to update the above E.I :R - page B-14, paragraph 2.. There --are"rnN-onl.L e.l ght_resi.dences -dischargingg-shower or s I nk drai nage separate from the septic tank system on to the ground. Our home was hooked up to the sewer last July, probably after Mr. Brldenjack made his report. I spoke to him on 2/14/77 and confirmed we were one of the ''nine residences In his report. He agreed it can be up-graded to eight. I believe the current water rationing required by EBMUD of 280 gallons per family per day makes many of the recommendations in this report impossible to carry out. I spoke to a representative at EBMUO on 2/14/77. 1 learned that when new hook-ups are granted, water conservationdevices must be in- corporated and the consumer must sign a statement agreeing to use only 280 gallons a day. If they exceed this limit they are subject to turn-off. I therefore, question the feasibility of tearing up an established en- vironment in the face of a severe water shortage that could last several years. I question whether the contractor would have the water available to wet down the constructicn site, and later, whether the necessary planting could or would be done In order to prevent erosion and loss of remaining tress. Therefore, I think anything related to water In this report should be revised. I also wish, to add a comment on traffic (page 8-31, paragraph 2). There are na sldewalks on Buttner Road, nor safe shoulders at most points. Con- sequently, foot traffic must walk on the roadway. Our home Is at the crest of the blind hill. The driver of a large car or station wagon cannot see over the hood of their car. I know of two near accidents on this hill in the last 4 months. A neighbor nearly missed hitting four children - ages 6, 7 and 8 - who were crossing the hill diagonally gust below the crest and out of sight, The children were crossing the street to reach their school bus stop. After school one afternoon, i observed a teenager almost strike two neighbor children, ages 7 and 8, who were walking home from the bus stop. They were Page 2, . IFtheleft appropriately at the side of the road, however, the teenager was ng too fast as he crested the hi 11, and he also swung out far to to make the first curve, thereby nearly hitting them. My point Is this Is a very dangerous hill and I would not like it to be underestimated. We are fortunate that there have been no accidents - however, there have been many near misses. I feel the parents on the street have been very conscientious about teaching their children how to walk safely and defensively. Also, the parents communicate with one another if we see a child getting careless. We all dread the day when, ; one of the children might react impulsively on the road, as all children do at one time or another. Sincerely, Mrs. A. K. Swann j V �t In the Board of Supervisors of Contra Costa County, State of California July 26 . 19..77 In the Matter of Endorsement and Authorization for the Office of Economic Opportunity to Participate in the Emergency Energy Crisis Intervention Program Whereas the President of the United States and the Congress have approved legislation to provide assistance to low income persons for energy/fuel bill payments; and Whereas this legislation, known as the Emergency Energy Crisis Intervention Program, appropriates $3.38 million for California, of which S59,757 has- been earmarked for Contra Costa County's low income population. Now therefore, BE IT RESOLVED that the County Board of Supervisors for Contra Costa County endorsesthe Emergency Energy Crisis Intervention Program and authorizes the Office of Ecorti=Ic Opportunity/Housing Rehabilitation Counseling Program to certify eligibility for participation. APPROVED BY THE BOARD July 26, 1977 I hereby certify that the foregoing is a true and correct copy of on order entered on the minutes of said Board of Supervisors on the date aforesaid. Ori g. Dept.: OEO Witness my hand and the Seal of the Board of cc: County Administrator Supervisors Auditor-Controller o8'ixed this26thday of_ July . 1977 Regional OEo-y QED State 0E0 `�� CEO J. R. OLSSOU, Clerk �, . Deputy Clerk 24ax a H. Neu 'ld 01089 11•bf i.•7(f Stn _01 1M t In the Board of Supervisors of Contra Costa County, State of California July 26 , 19 In the Matter of 1977-1978 Premium Rates for County Group Health Plan. Of The.Board having received a memorandum from Mr. C. J. Leonard, Director of Personnel, pertaining to the County Group Health Plans for the 1977-1978 fiscal year; NOW, THEREFORE IT IS BY THE BOARD ORDERED that receipt of the aforesaid report to copy of which is attached hereto and by reference incorporated herein) is ACKNOWLEDGED and the premium rates are APPROVED effective August 1, 1977; IT IS FURTHER ORDERED that the Director of Personnel is AUTHORIZED to sign the necessary documents extending coverage with the health plan carriers through July 31, 1978. PASSED by the Board on July 26, 1977. I hereby certify that the foreeoinp is a true and correct copy of an order entered an the minutes of said Boord of Supervisors on the date aforesaid. cc: Director of Personnel Waness my hand and the Seal of the Board of County Auditor-Controller Supwvisom County Administrator this 26 d of July 1 County Counsel ay - 927 J. R. OLSSON, Clerk 8 1 i / Deputy Clerk � e Neufe .V •tom. 01090 H-24 4/77 ism v Contra � - a Costa CIVIL SERVICE DEPARTMENT Com Administration Building Martinez,California Date: July 26, 1977 TO: Board of Supervisors FROM: Arthur G. Will, Employee Relations Officer F By: Charles J. Leonard, Director of Personneff) Us'J SUBJECT: 1977-78 Premium Rates for County Group Health Plan Nli We have been advised by Blue Cross and Kaiser that increased premiums will be required for the next contract year. In the composite, these rate increases approx- imate il% and have been explained by rising inflation, service costs, increased employee utilization and increased medical malpractice insurance premiums. The new overall rates presented by the carriers are as follows: Single FamiilY %Increase over last Contract Blue Cross $56.39 $ 102.58 250/c Kaiser 46.24 71. 10 7°!o- California Dental Service 7.55 21.01 no rate increase Occidental Life 1.25 1.25 no rate increase Corresponding Blue Cross medicare rates are $33.75 single, $83.09 family one member on medicare, $67.50 family two members on medicare. Kaiser medicare rates are $34.52 single, $59.38 family one member on medicare, $47.66 family two members on medicare. The final ratio between County and employee costs for the above rate increases is subject to the current meet and confer negotiations. It is recommended that the Board of Supervisors adopt the aforestated premium rates to be effective August 1, 1977 with the County costs subject to final negoti- ations with the various employee organizations. ACM:mg REE 1 I1TED JA-46 ar w�4w as 0101 COSTA Microfilmed with board order I In the Board of Supervisors of Contra Costa County, State of California July 26 .19 77 In the!Matter of The Appeal of Messrs. Bill Norris and Bob Thomas, Public Iforks Department. This being the time for Board determination on the appeal of Messrs. Bill Norris and Bob Thomas from the Employee Relations Officer's denial of grievance relating to the decision of the Public Iforks Director to transfer Messrs. Norris and Thomas from the Martinez Corporation Yard to the Lafayette Corporation Yard; and Mr. Henry L. Clarke, Business Manager, Contra Costa County Employees' Association, Local No. 1, having appeared on behalf of Messrs. Norris and Thomas and having reviewed the circumstances surrounding the -17ievance; and Mr. Robert Aitchison, Assistant Public Works Director, Maintenance Division, appearing on behalf of the Public Works Directors having summarized the position of the County with respect to the aforesaid decision; and matter; Members of the Board having briefly discussed the IT IS BY THE BOARD ORDERED that, based on the documents submitted and the testimony presented, the appeal of Messrs. Bill Norris and Bob Thomas is DENIED. PASSED by the Board on July 26, 1977• 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of supervisors on the date aforesaid. cc: Mr. Henry Clarke Witness my hand and the seal of the Board of Public 'works Director Supervisors Director of Personnel affixed this.26tway of July . 19 7L Employee Relations Officer I R. OLSSON, Clerk By �•1 6,77 1 Deputy Clerk Robbie G�tierre H•21 U76 ISm 0109912 r 1 In the Board of Supervisors of Contra Costa County, State of California .hila 26 , 14 M In the Matter of Report of Planning Commission on the Request of Discovery Bay Corporation, Applicants and Owners, (2115 RZ) to Rezone land in Discovery Bay Area. The Director of Planning having notified this Board that the Planning Commission recommends approval- of the request of Discovery Bay Corporation, applicants and owners, (2115–RZ) to rezone approximately 1.58 acres located at the southwest corner- of Discovery Boulevard and Riverlake Road, Discovery Bay area, from ?'later Recreational District (F-1) to Planned Unit District (P-1); IT IS BY THE BOARD ORDERED that a hearing be held on Tuesday, August 23, 1977 at 11:00 a.m. in the Board Chambers, Room 107, Administration Building, Pine and Escobar Streets, Martinez, California IT IS FURTHER ORDERED that the Clerk, pursuant to code requirements, publish notice of same in the ANTIOCH DAILY LEDGER and give notice by mail to all persons shown on the last equalized assessment roll as owning real property` " within 300 feet of the property which is the subject of the proposed zoning change. .PASSED by the Board on July 26, 1977- 1 hereby certify that the foregoing is a true and correct copy of an order entered on the, minutes of said Board of Supervisors on the date aforesaid cc: Discovery Bay Corporatlorl. Nrat" my hand and the Seal of the Board of List of Names Provided Supervisors by Planning affixed this 26t1day of July . ig 77 Director of Planning — f J. R. OLSSON, Clerk By Deputy Clerk R bbie Ggi ierrez 01+ 93 H-24 3/:6 15m A I r CONTRA COSTA COUNTY RECEIVED PLANNING DEPARTMENT JUL 2o 1911 I R OiSSON CLERIC BOARD Of SJXRVISORS TO: Board of Supervisors DATE: 13 July 1977 w�tovrr� Atte: Clerk of the FROM: Anthony A. SUBJECT: REZONING: Discovery Bay Corporation Director of P (Applic/Owner)- 2115-RZ - 1.58 Acres, F-1 to 1 P-1 - Discovery Bay Area. (S.D. V) Attached is Planning sion Resolution No. 55-1977, adopted by the Planning Commiss- ion on Tuesday, July 12, 1977, by unanimous vote (all member Present). This application was reviewed by the Planning CoumLission on Tuesday, July 5, 1977, and was approved for change from F-1 to P-1 by a vote of S AYES - 2 ABSENT (Anderson and Stoddard). The subject property is described as being approximately 1.58 acres located at the southwest corner of Discovery Boulevard and Riverlake Road, in the Discovery Bay Area. The following people should be notified of your Board's hearing date and time: Discovery Bay Corporation (Applicant & O,Ler) Route #1, Box D-250 Byron, California 9S 944.s7st Attention: lie. Reward Bru AAD/v Attachments: Resolution, Findings Map, Area Map, Staff Report, Neg.EIR, Minutes. cc: File 2115-RZ Discovery Bay Corporation Supervisors, District: I, II, III, IV, V. hruco::mrd with board order RESOLUTION NO. 55-1977 RESOLUTION OF THE PLANNING COMMISSION OF THE COUNTY OF CONTRA COSTA, STATE OF CALIF- ORNIA, INCORPORATING FINDINGS AND REC"ENDATIONS ON THE REQUESTED CHANGE IN ZONING BY DISCOVERY BAY CORP. (APPLICANT & OWNER), (2115-RZ), IN THE ORDINANCE CODE SECTION PERTAINING TO THE PRECISE ZONING FOR THE DISCOVERY BAY AREA OF SAID COUNTY. WHEREAS, a request by DISCOVERY BAY CORP. (Applicant & Owner), (2115-RZ), to rezone land in the Discovery Bay area from Water Recreational District (F-1) to Planned Unit District (P-1), was received by the Planning Department Office on February 8, 1977; and WHEREAS, a Negative Declaration of Environmental Significance was posted on this application on May 17, 1977; and WHEREAS, after notice thereof having been lawfully given, a public hearing was held by the Planning Commission on Tuesday, July 5, 1977, whereat all persons interested therein might appear and be heard; and WHEREAS, the Planning Commission having fully reviewed, considered and evaluated all the testimony and evidence submitted in this matter; and NOW, THEREFORE, BE IT RESOLVED that the Planning Commission recommends to the Board of Supervisors of the County of Contra Costa, that the rezoning request of DIS- COVERY BAY CORP. (Applicant & Owner), (2115-RZ), be APPROVED as to the change from Water Recreational District (F-1) to Planned Unit District (P-1), and that this zoning change be made as is indicated on the findings map entitled: A PORTION OF BYRON DIVISION, SECTOR 5, CONTRA COSTA COUNTY, CALIFORNIA, which is attached hereto and made a part hereof; and BE IT FURTHER RESOLVED that the reason for this recommendation is as follows: (1) The proposal for commercial development of the site is part of the adjacent area proposed for commercial uses approved in 1974 for the overall development of Discovery Bay. The site which was previously part of the adjacent subdivision was specifically reverted to acreage in 1974 for the purpose of commercial development is more suitably related to the proposed contiguous commercial uses rather than the residential area across Riverlake Road to the north. The request is consistent with the final develop- ment plan approved for the overall development of Discovery Bay in 1974. BE IT FURTHER RESOLVED that the Chairman and Secretary of this Commission shall sign and attest the certified copy of this resolution and deliver the same to the Board of Supervisors all in accordance with the Government Code of the State of California. The instruction by the Planning Commission to prepare this resolution was given by motion of the Planning Commission on Tuesday, July 5, 1977, by the following vote: AYES: Commissioners - Compagiia, Walton, Young, Phillips, Milano. ©1095 r\:=uo.::•^zd with board ordor v Resolution No. 55-1977 NOES: Commissioners - None. ABSENT: Commissioners Anderson, Stoddard. ABSTAIN: Commissioners None. I, William L. Milano, Chairman of the Planning Commission of the County of Contra Costa, State of California, hereby certify that the foregoing was duly called and held in accordance with the law on Tuesday, July 12, 1977, and that this`resoTution was duly and regularly passed and adopted by the following vote of the Commission: AYES: Commissioners - Young, Phillips, Stoddard, Compaglia, Anderson, Walton, Young. NOES: Commissioners - None. ABSENT: Commissioners - None. ABSTAIN: Commissioners - None. Chairman of a Plahpd@ CommissMh of the County of Contra Costa, State of California ATTEST: s � - Secretary f the Planning Coma1}�ssion of the RECEIVED ED Countyt'of ontraJCosta, Sta of California AL 20 1517 I D. OLSSOV CLUK WAM OF WPON SM !SAA�- DewN 01 9;i -2- Nkrofitmed wish board order r MINNOW e r.� i �• '`�'.' /,�` r Yom/ / Rezone From F-t To N . 1• wM_L. Chairman of the Contra Costa County Planning Commission, Stale of California, do hereby certify that this is a true and correct copy of A-Romi0% y byawk NvInam ix 5 CoNtRw CASTA C-MA TY+ t-AL-1 indicating thereon the decision of the Contra Costo County Planning Commission in the matter of CTNGN X15-RZ ioirman of the G6ntro Costa County r Planning Commission, State of Calif. ATTE - i r' ' Sejtetar of the 7onlro Costo Clounty Planning Commission, State of Calif. Findings Map -rRA COSTA COUh?Y PA0ING DEP rr 'firENPTMW C� -''RA COSTA COUNTY PLANNING DEPAFrIENT NOTICE OF C�Completion of Environmental Impact Report Negative Declaration of Environmental Significance Lead Agency Other Responsible Agency Contra Costa County c/o Planning Department P.O. Box 951 Martinez, California 94553 Phone (415) 372-2091 Phone EIR Contact Person Byron Turner Contact Person PROJECT DESCRIPTION: DISCOVERY BAY CORPORATION (Applicant and Owner), County File #2115-RZ. A request o rezone acres rom Water Recreational District (F-1) to Planned Unit District (P-1). Subject property is located at the southwest corner of Discovery Boulevard and Riverlake Road, in the Discovery Bay Area. The project will not have a significant effect on the environment. Environmental concerns were previously considered with the General Plan for the area and the preliminary and final development 'plans for Discovery Bay. This proposal is consistent with the final development plan previously approved for the overall development of the area of this proposal. It is determined from initial study by Byron Turner of the ®Planning Department that this project aoes not have a significant effect on the environment. Justification for negative declaration is attached. S� The Environmental Impact Report is available for review at the below address: Contra Costa County Planning Department 4th Floor, North Wing, Administration Bldg_ Pine F Escobar Streets Martinez, California t� Da a Post MAY 1 (9 Final date for An`!�►�-,'review/appeal t'� 2(p By a^-- 01098 Planning Dcpar me t lepresentative K•icsor?r.�ed wit!. 6oerc3 or33r AP9 1/74 BOARD ACTION - BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY. CALIFONNIA July 26, 1977 NOTE TO CL4X%VU%`T Claim Against the County, ) The copy os th" document r=ited to you .c6 youst Routing Endorsements, and ) notice 06 the action taken on yawn claim by .tee Board Action. (All Section ) Socnd os Supe/nvibou Wanagaaph 111, below}, references are to.California ) g.ive)L punbuant to-GoveAmment Code Secti.on,&..911.8, Government Code.)- ) 913, B 915.4.- Ptea6e note the-"warning" be.Cow: - - • ' Claimant: Lee Howard, Jr. , 1800 Dunn Avenue, Richmond, California 94801 Attorney: Alan M. Kaufman, Esa. Address: 220 Montgomery Street, Suite 976, San Francisco, California 94104 Amount: $1,0(10,000.00 Date Received: June 20, 1977 By delivery to Clerk on By mail, postmarked on June 13,-r977 I. FROM: Clerk of the Board of Supervisors TO: County Counsel Attached is a copy of the above-noted Claim or Application to File Late Claim. DATED: June 21, 1977 J. R. OLSSON, Clerk, By��Y�/G �,/1 Gam--- Deputy _3amie�'-3o son II. FROM: County Counsel TO: Clerk of the Board of Supervisors (Check one only) V This Claim complies substantially with Sections 910 and 910.2. This Claim FAILS to comply substantially with Sections 910 and 910.2, and we are so notifying claimant. The Board cannot act for 1S days (Section 910.8). ( ) Claim is not timely filed. Board should take no action (Section 911.2). ( ) The Board should deny this Application to File aim ecti 911.6). DATED: C-i 7''� JOIN B. CLAUSEN, County dounsel, )/I-- Deputy III. BOARD ORDER By unanimous vote of 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's Order entered in its minutes for this date. DATED: July 26, 197,7- R. OLSSO,Y, Clerk, by --lax" , / �,� _ , Deputy WARNING TO CLAIMAN`r Government Coe Sections 911.8 8 913) You have onzy 6 montft6 onom the mmaing oS tW notl.ce to you WZthin which to 6.iLe a count action on thi6 rejected Ctaim (bee Govt. Code Sec. 945.6) on 6 montha 6rcom the deniat o6 youR Apptieati,on to Fite a Late CY•aim mWUn which to petition a eowtt don netie,6 bum Section 945.4',& cCaim-6iZ ng deadline (see Section 946.6). You may &eek the advice ob any attoaney 06 your eho.ice ,in connection u;ith th,i6 matter. 16 you want_ to eon6utt an attorney. you dhoutd do ,&o immediateZy- IV. FROM: Clerk of the Board TO: 1) County Counsel, (2) County Administrator, f1 (3) Public Works, Business & Services Division Attached are copies of the above Claim or Application, We notified the claimant of the Board's action on this Claim or Anplication 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 Secti.::z 29705. REC;.:1 % ��-- DAJDa gal, �E_28, 1977J. R. OLSSON, Clerk, By i"�/ /tLC�'.:EG i Deputy '7—� —Robbie Gutidrrez V. co,,,FROM, (1) County Counsel, (2) County Administrator, TO: Cl rk of the Hoard (5) Public Works of Supervisors Received copies of this Claim or Application and Board Order. DATED: July 28, 1977 County Counsel, By County Administrator, By Public Works, By n1 n(1(l 8.1 Rev. 3/77 S ,c2.Q CLAIM AGAINST THE COUNTY OF CONTRA COSTA F L E D FOR DAMAGES FOR FALSE I"RISIONMENT AND " I EMOTIONAL DISTRESS JUN 21 1977 �. R.OLCMNLzamn--� OF SUPERVCLAIMANT'S NAME: Lee Howard, J CLAIMANT'S ADDRESS: 1800 Dunn Ave. Richmond, California 94801 Pbone: 232-3343 AMOUNT OF CLAIM: $1,000,000.00 ADDRESS TO WHICH NOTICES ARE TO BE SENT: c/o ALAN M. KAUFMAN, ESQ. 220 Montgomery St., Ste: 976 San Francisco, CA 94104 Tel: (415) 956-4616 DATE OF CLAIM: March 10 to present STATEMENT OF FACTS GIVING RISE TO CLAIMS On March 10, 1977, claimant was arrested by Ricbmond police officers for violation of California Penal Code Section 211, and booked. Claimant posted bail and was released from custody that day. At the time claimant posted bail and was released, it was known by the Richmond police department that no offense was committed by claimant. Claimant appeared at the Municipal Court in Richmond, California pursuant to information given to him at the time of his release from custody on lurch 31, 1977. At that time claimant was advised that a complaint had not been filed by the District Attorney and that he should await further word from the Court as to when and where to appear. To date claimant has not been notified as to whether a criminal complaint has been filed against him or ever will. The Richmond police department still retains certain personal property of claimant which was booked as evidence at the time of his arrest. Claimant is presently free on bail for the above referred offense. As a result of the foregoing claimant has incurred 01100 certain medical and psycbiatric treatment and expenditures and general damages. DATED: June 11, 1977 SIGNED ON BEHALF OF CLAIMANT By: "ALAN"M. KAUFMAN, ESQ. 220 Montgomery St., Ste: 976 -San Francisco, CA 94104 .Tel: (415) 956-4616 C w� t " f l � g u w f 'N -2- BOAPD ACTION BOARD OF SUPERVISORS OF CO,-,'TRA COSTA COUVTY. CA:_FOR`1A July 26, 1977 Areended NOTE TO CLAI:NLAIL'T Claim Against the County, ) The copy o6 this document mcu,Z. to you .iA youtt Routing Endorsements, and ) notice o6 .the action .tak¢n on yowt ctaim by the Board Action. (All Section ) BooAd o6 Supmviaou (Paaagaaph IFI, b aul, references are to.California ) __ given pursuant to GoveAmmentt Code.See bona 911.8, Government Code.)- ) 913, 5 915.4.' Ptease note-the "Wa�nning"'betour: -r_ Claimant. weslev Olden, 1744 Third Street, P.ichmond, California Attorney: David T+. Simonini Address: 2150 Valdez Street, Suite 1585, Oakland, California 44612 . Amount: $8,500.00 Date Received: June 23, 1977 By delivery to Clerk on By mail, postmarked on June 21, 1977 I. FROM: Clerk of the Board of Supervisors TO: County Counsel Amended Attached is aPcopyRlO$ the above-noted Claim or Application to File Late Claim. DATED: June 23 L1011.177OLSSON, Clerk, By `.kIY1bU .11 A-41. L407 -- Deputy Jamie T.. Johnnon II. FROM: County0iusss; DAVID M. SIMONINI F I L E ® T 150VALWAY BUILDING DEZ.SUITE 1585 ATTORNEY AT LAW OAKLAND.CALIFORNIA June 21, 1977 JUN 2 3 1977 1415)7634800 J.R OISM CLERK BOARD OF SUPEWWRs L CONTRA COSTA CO. COUNTY OF CONTRA COSTA CONTRA COSTA COUNTY COURTHOUSE P.O. Box 911 Martinez, Calif. 94553 Re: Claim of Wesley olden against The County of Contra Costa Dear Sir, In response to your memo dated June 20, 1971, I submit the following: On March 11, 1977, Mr. Olden was falsely imprisoned and personally injured by the Richmond Police Department, who are employees of the County of Contra Costa. The complete details are set forth in my claim for damages. Please contact me should you desire further formation. ~ _ Yours 1 SIMONINI DMS:sw 01IO 111 FILED CLAIM FOR DAMAGES JUN 16 1977 2 TO: COUNTY OF CONTRA COSTA Contra Costa County Courthouse aFax �� 3 P.O. Box 911 L WAM r�CM Martinez, Calif. 94553 �.dln 0.4 5 CLAIMANT'S NAME: WESLEY OLDEN 6 CLAIMANT'S ADDRESS: 1744 Third Street Richmond, California 7 8 ADDRESS TO WHICH NOTICES DAVID M. SIMONINI ARE TO BE SENT: 2150 Valdez St., Suite 1585 9 Oakland, Calif. 94612 10 AMOUNT OF CLAIM: $8500.00 11 DATE CLAIM ACCRUED: March 11, 1977 12 PLACE CLAIM ACCRUED: Richmond, California 13 CIRCUMSTANCES OF CLAIM: On or about March 11, 1977, during the evening hours, claimant was 14 a guest inside the home of his brother, Leslie Olden, a resident 15 of the City of Richmond, County of Contra Costa. Mrs. Leslie Older , 16 the sister-in-law of Wesley Olden, and Wesley Olden, began wrestling 17 in a playful manner; neither party was injured and violence was not 18 used. Officers from the Richmond Police Department, while in the 19 course of their employment, arrive at this residence in response to a 20 neighbor's complaint of loud noise coming from the party; the door wa 21 open in an effort to cool the room temperature and the Officers ob- 22 served Wesley Olden and Mrs. Lesli Olden wrestling. The Officers 23 immediately entered the room, struck Wesley Olden in the head with a 24 flashlight, and placed him under arrest. Wesley Olden was placed 25 in jail and ordered to appear at Bay Municipal Court in the City of 26 Richmond on April 4, 1977 at 9:30 a.m. for arraignment; Mr. Olden di 01104 a J ' IL CIRCUMSTANCE OF CLAIM (cont.) in fact appear at said arraignment and was told that there was no 2 complaint filed and that he was completely released. 3 4 ITEMIZATION OF DAMAGES: By reason of the unlawful and unjustified detainment and con- s finement of claimant by the Rich- mond Police Department, claimant 6 suffered injury and damage to his reputation and character, the full 7 ` extent of which cannot be presentl ascertained. Additionally, 8 claimant suffered personal injury to his arm and head, where he 9 received four sutures. 10 QED: June 13, 1977 11 DAVID M. SIMO 1- 12 12 13 _By DAVID M. SIMONINI 14 Attorney for Claimant 15 16 17 18 19 20 21 22 23 24 25 26 -2- 011.05 IN TETE BOARD OF SUPERVISORS OF CON;'RA COSTA COUNTY, STATE OF CALIFORNIA July 26,' 1977-'' In the Matter of Releasing ) Deposit for Land Use Permit 2113-74 ) El Sobrante Area. ) Cir. July 13, 1976 this Board stated that the improvements in the above-named Land Use Permit were completed for the purpose of establishing a beginning date for filing liens in case of action under the Road Improvement 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; Pursuant the Road Improvement Agreement, it is by the Board ORDERED that the Public Works Director is authorized to refund to John Osteen, the remaining $945.00 cash deposited as surety under,the Road Improvement Agreement as evidenced by the Deposit Permit Detail Number 127718 dated July 17, 1975. PASSED by the Board on July 26, 1977. 4 _1 .X 5 ' c. J t I HEREBY CERTIFYthatthe foregoi.ng_is a true and correct copy of an Order entered on the ailnutes of said Board of Supervisors on'the'date aforesaid. Witness my hand and the Seal of the Board of Supervisors affixed d Originating Department: Pot (LD) this -26th ay of July 191Z cc: Public Works Director-LD J.R. OLSSON, CLERK John Osteen 4300 Santa Rita Road By //, f's►z�g Deputy Clerk El Sobiante, CA 94803 N. -Pous 01106 J 1 In the Board of Supervisors of Contra Costa County, State of California July 26 , 14 77 In the Matter of Approving and Authorizing Payment for Property Acquisition. Oak Road Extension, Project No. 4052-4143-663-74, Pleasant Hill Area. IT IS BY THE BOARD ORDERED that the following settlement and Right-of-Way Contract for Oak Road Extension, Project No. 4052-4143-663-74, Pleasant Hill area, is APPROVED and the Public Works Director is AUTHORIZED to execute said Contract on behalf of the County: Contract Payee and Grantor Date Escrow Number Amount John H. Sutter, et ux July 12, 1977 Western Title Insurance $1,814.98 Company, Escrow #M-307818-2 821 Main Street Martinez, CA 94553 The County Auditor-Controller is AUTHORIZED to draw a warrant in the amount specified to be delivered to the County Principal Real Property Agent. The settlement for the property being acquired was for $12,500.00; the balance of $10,685.02 has been paid grantor previously under withdrawal provisions of a condemnation deposit, Condemnation Action €154546, Contra Costa County vs. Helen Fickett, et al. The County Clerk is DIRECTED to accept Deed from above-named Grantors for the County of Contra Costa. PASSED by the Board on July 26, 1977. 1 hereby certify that the foregoing is a true and correetcopy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seol of the Board of Originator: Public Works Department Supervisors Real Property Division affixed this 26ttaay of July 19 77 cc: County Auditor-Controller County Counsel J. R; OLSSON, Clerk By �6z�o , Deputy Clerk N. Pous 01101 H-24 1/76 ISm In the Board of Supervisors of Contra Costa County, State of California July 26 19,77- In 9 77In the Matter of Approving and Authorizing Payment for Property Acquisition. Oak Road _ Widening, Project No. 4054-4189-663-74, Walnut Creek Area. IT IS BY THE BOARD ORDERED that the following settlement and Right-of-Hay Contract for Oak Road Widening, Project No. 4054-4189-663.-74, Walnut Creek area, is APPROVED and the Public Works Director is AUTHORIZED to execute said Contract on behalf of the County: Contract Payee and Grantor Date Escrow Number Amount Carlton Merritt, et ux July 9, 1977 Title Insurance and $35,000.00 Trust Company, Escrow Number OK-245388, P.O. dox 906 Concord, CA 94522 The County Auditor-Controller is AUTHORIZED to draw a warrant in the amount specified to be delivered to the County Principal Real Property Agent. The County Clerk is DIRECTED to accept Deed from above-named Grantors for the County of Contra Costa. PASSED by the Board on July 26, 1977 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid Originator: Public Works Department Witness my hand and the Seal of the Board of Real Property Division Supervisors affixed this 26ttday of July cc: County Auditor-Controller By 2 ,p J. R. OLSSON, Clerk . Deputy Clerk N. Pous 01108 H-24 3/76 ISm In the Board of Supervisors of Contra Costa County, State of California July 26 19 77 In the Matter of Authorization to Temporarily Close Central Street, North Richmond Area. W. 0. 4965-671 On the recommendation of the Public Works Director, IT IS BY THE BOARD ORDERED that the Public Works Director is AUTHORIZED to temporarily close Central Street (Road No. 0565Y) north of First Street and south of Pittsburg Avenue, from August i to August 5, to repair the timber abutments on Wildcat Creek bridge_ Traffic shall be routed around work area via Third Street. PASSED by the Board on July 26, 1977 I hereby certify that the foregoing is a true and correct copy of an order entered an the minutes of said Board of Supervisors on the date aforesaid Witness my hand and the Seal of the Board of Supervisors Originator; Public Works Department affixed this26thday of July 1977 Maintenance Division cc: Public Works Director J. R. OI.SSON, Clerk By „lol1x� . Deputy Clerk H. Potts 01109 H-24;,`76 1im 11%7 TEE BOARD OF SUEZ-1VISOR'S OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter. of Awarding Contract '. 'July 26, 1977 `• for the Newell Storm Drain Project,- Walnut Creek Area. ) Project No. 3844-4369-661-77 ) Bidder Total Amount Bond Amounts D.C.M. Construction $19-1774 Labor k Mats, 9,887 160 1/2 Cherry Avenue Faith. Perf. 19,774 Auburn, CA 95603 Martin Brothers, Concord tiountain Construction Company, San Ramon V. N. Vukasin, Castro Valley Cleverdon Company, Lafayette Hess Construction Company, Vallejo W. R. Thomason, Inc. , Martinez The above-captioned project and the speeifications• therefor being approved, bids being duly invited and received, the Public Works' Direetor recommending that the bid listed first abode is the lowest responsible bid and this Board concurring and so finding; IT IS ORDERED that the contract for the furnishing or labor and materials for said work is awarded to said first listad bidder at the listed amount and at the unit prices submitted in said bid; and that said contractor shall present two good and sufficientsurety bonds as indicated above; and that the Public Works Department shall prepare the contract therefor. IT IS FUR THEEt ORDERED that, after the contractor has signed the contract and returned -it together with bonds as noted above and any required certificates of insurance, and the County Counsel has reviewed and approved them as to form, the Public Works Director is authorized to sign the contract for this Board. IT IS FURTHER ORDERED that, upon signature of the contract by the Public Works Director, the bonds posted by the other bidders are to be exonerated and any checks submitted for security shall be returned. PASSED by the Board on July 26, 1977 • aRTIFMD COPY T certify that this is a full. We & correct copy of the original docurnrot which is on file in my office. and that It way mused & adopted by the Iloard of Originator: Public Works Department supersl.+ors of Contra Ceuta County. Cellfornla, on. Road Design Division the date shown.ATT NT: J. It. Of SSON. County Clark&esoftlelo Clerk of said Baird of Supervisord, cc: Public Works Director Dy Jlrpuly Clerk.�a-� JUL 2 s 1977 Contractor on County Auditor-Controller i 01110 Form 9.1 Rev. 6-75 OP !is Works Department Contra _Z& �.� D�utY 8nsih:s and Services Costa (425)372.2145 .�-icer,r8ministratiun Building �/ mark L.Kermit /'y��V ft,lil, M�rtir!aY.Cafi=otnia 33553 OeausrTraasaorratior 1 u r 14151372-21 V_ tLU.Rrok Vernon Conti t}—y-suildwssx,a tircz nr� f+u5:I¢woWkrts t3irecsor � fioom tiS,C.purthoust (415}Z 2224 4 E.Taysm J,f Chieff+oeauty f oc.%\alfoed ✓ � 0muty-operations &Flood Control RECEIVED 14Gtacia�t44'Jrir. 2 5St 372 AUG 121 1977 August 10, 1977 J. t~oLMav C-VitK BOA=or SUPMsO Our File. Cons--Newell Avenue Storm Drain CO. �i JtVAA:. t�a�+-ate_ Project No. 3844-4364-661-77 O.C.M. Construction Y 160 1/2 Cherry Avenue Auburn, California 95603 Gentlemen: Enclosed is your copy of the approved contract for the Newell Avenue Store Drain, Project No, 3844-4369-661-77. This is your Notice to Proceed as set forth in Section B, Article 9c, of the contract Special Provisions. You have stated that you placed the order for the pipe immediately' upon receiving notice of award of contract and that delivery. of the beveled pioe Will take four to five-weeks. We have therefore set the official starting date at four weeks from the order date. Further extension of time will be considered depending upon the actual circumstances. The first chargeable working day shall be August 29, 1977: The resident engineer assigned to this project is Mir. Mike Hollingsworth who may be reached via the County office, 372-4480. Very truly yours, Vernon L. Cline Public Works Director By�` St.,b.,�— V. R. P utnb Assistant Public Works Director :'AP:bw Construction Division Enclosure cc: 14. Hollingsworth, Resident Engineer N. Griffin Survey Section Maa;.e:-iels and Testing Division L,-C,erk of the Board, w/copy of Contract, Bonds and Insurance Auditor-Controller, w/copy of Contract Business and Services, w/copy of Contract 01111 Microfilmed with board order. oil Co:+iRr�Ci (Construction Agrce:xnt) (Contra Costa County Standard Forn) 2. SPECIAL FSP.!S. These special terns arc incorporated bales by reference. (552,3) Parties: [Public Ageneyl Contra Costa County [contractor] D. C. H. Construction Comp to legal aaoc (52) Effective Date: . August 8, 1977 (See 54 for starting date.) (53) rho york: Installation of approximately 560 linear feet of reinforced concrete pipe and seven drainage inlets at the intersection-of Newell Avenue and Circle Drive in the Walnut Creek area, Project No. 3844-4369-661-77, all in accordance with the Plans, Drawings and Special Provisions.or Specifications, prepared by or for the Public Works Director and in accordance with the accepted Bid Proposal. (54) Coo L--tion rime: [strike out (a) or (b) and "calendar" or 'working"] pU;xx>>acx(&MA (b) tfith£n 25I[!t/uorY.ing days from starting date. (55) Liquidated Damages: $ 75.00 per calendar day. (56) Pubtic agency's Agent: Public Works Director (57) Contrcat Price• S 19,774--00 (for unit price contracts: more or less, in ccordance wi-th Snished quantities at unit bid prices.) (Strike oul parenthetical �erial if inapol£cable.1 2. SFCt1AY111tES S ACL]0UI.89C11E. Pub Lie dseaca, Sy: (President, Chairman Or other Vernon L. Cline' Oes£gnated representative) Public Works Director (saatxacaco Contractor, hereby also acknowledging awareness of and compliance with Labor Code S18G2 concerning Warders' Compensatlon Law. By: �a '.tLf r �CIJ.[J��r [CORPOPATE i otfl capacity in the bus:nes S&ILI BYE Dezzignatc official capacity in tele b_u_z1 ass Note to Contractor (2) E=acute ac;.n"Zedg=ent fora bcz", and (2l if a eo=ora- tion, aJfis Corporate $cal. - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -.- - - State of ) ACZd0U EDC1fE9T (by Corporation, County of California.?A�E�' ) Partnership, or Sndividurl) i The person(s) signing above for Contractor, }•.Hawn to me in individual and business capacity as stated, p_rsonally appeared before toe today and acknowledged that he/they executed it and that the corporation or partnership named above executed it. Dated: 01_- 11- w tV- - - - - SEAL) rt- - - real:e -; ' FO1:,1 J►I.1•1C01!CJ by Cou^.ty COU.•13e1. -e .O OFFICIAL SEAL (raga 1 of 4) -r,1: CtFFM a. acR2t4a : 401A8Y�UZLiC-CAL,;! 11 ��` (CC-2i Rev. 11-76) � ._/ PLACER C.:U'SiY 2 UJV C"..7.e:afs u:r,s, t.a7 P.O. r�S , •n t:'may.P n,y.�..� &crofilmeu wan baud order"`'r' I 3. UORC COrrP.ACr, COMES. (a) By their signatures in Section 2, effective on the above data, .the*e parties proci..c and agree as set forth in this contract, incorporating by these references the material ('spacial teras') in Sec. 1. (b) Contractor shall, at his ewa cost and c:pcaso,•and in a wor):m_-zL'):o_manner, fully and faithfully per.o= =d. lata_ the work. and will furnish all materiaL^, labor, service;, and transportation :necessary, convcaient and proper in order fairly to perfo_-n the requirements of this contract, all strictl, is accordance with the Public Agency's plans, dravings and specifications. CO Titan wort: can be changed only with Public Agency's prior written order specifying such change and its cost agreed to by the parties; and the Public Agency shall never have to' pay more than specified in Sec. 7 vithout such an order. •4. Tit=.- IMUCC TO PROCC=. Contractor shall start this work as directed in the speci- fications or the Hance to Proceed; and shall complete it as specified in Sec. 1. S. MQUIDATED DAHAMS. If the Contractor. faiL to coQIota this contract and this work wstAxn tine tiLut t7:2ti therefor, allowance being made for contingencies as provided horein, he beccaes Bole to the Public Agency for all its loss and damage therefraa; and because, from the nature of the case, it is and will be impracticable and extremely difficult to ascertain and fix the Public Agency's actual damage from any delay in performance hereof, it is agreed that Contractor will pay as liquidated damages to the-Public Agency the raa=anabla sus spec::_ed in Sec. 1, the result of the partios' reasonable endeavor to estimate fair average compensation therefor, for each calendar day's delay in finishing said %ort; and if the sane be not paid;:Public J.sjs:nty may, in adcitioa' to its'othcr re�xd:a~d,'deduct the sax from any money due or to become-.due Contractor auhdor this cea- tract. -If the Publie'Agtncy for any cause authorizes or contributes to a-delay, su.pon- sion of worn: or extension of time, its duration shall be added to the time allowed for coanlction, but it shall not be deemed a vainer nor be used to defeat any right of the Agency to damages for non-coppletion or delay boreunder. Pursuant to zoiernment Code Sec. 4215, the Contractor shall not he assessed liquidated damages for delay in completion of tho work, %wen such delay was caused by the failure of the Public Agency or the owner of a utility to provide for removal or relocation of existing utility facilities. 6. ItlS'ECP.ATE DOC100:CS. The plans, drawings and specifications or spacial provisions 7f Use Public As uct s ;all for bids, and Contractor's accooted bid for this work are hereby ides rporated "-to tats pwtract; and they are ifsztclhie�i. to eo-operate, so that any- thing nxhibitad in the plans or drawings and not mantioned in the specificaticra or special provisions, or vice versa, is to be executed as if exhibited, mentioned- and set forth in both, to the true intent and aaaaing thereof %hen taken all together; and differences of opinion concerning t4ase shall b* finally determined by Public Agone�'s Agent specified in Sec. 1. 7. PAYRMT. (a) For his strict and literal fulfillment of these premises and condiFsons, an as tui= empensatioa for all tibia work, the Public Agency shall pay the Contractor the sun specified in Sec. 1, except that in unit price contracts the payment shall be for finished quantities at unit bid prices. (b) on or about the first day of each calendar month the Contractor shall submit to the Public P.gency a verified application for payment, supported by a statement showing all materials actually installed during the preceding n.outh, the labor expended thereon, and the cost thereof; whereupon, after checking, the Public Agency shall issue to Contractor a certificate for the amount datarof d to be due, minus lot thereof pursuant to Covern;uant Code Sec. 53067, but not until defective work and materials have been removed, replaced and mad* good. 6. PAWIMMS WLTNSIELD. (a) Vic Public Agency or its agent may withhold any payment, or ecausm or ter sscovored evidence nullify all or any certificate for payment, to suc.'h 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 unsxha{hloted work, or (2) Claims filed or reasonable evidence indicating probable filing, or (3) Failure to propharly pay subcontractors or for maturial or labor, or (4) Reasonable douhht that the work can be corpleted for the balance then iuhpaid, or (5) Damage to another contractor, or (6) Damage to the Public .Agency, other than damage due to delays. (b) :'ihr rublic Agency shall use reasonable diligence to discover and report to the . Contractor, as tine war). prograzzos, the materials and labor %pith are not :satisfactory to it, so as to avoid unns:cousary trouble or cost to the Contractor in making good any defective worn: or parts. (e) 35 caluhdar days after the Public Agency files its notice of templet o,gfa�.j� entire (Page 2 of 4) WC-1; Rev. 13-70) ON wort... it shall issue a certificate to the Contractor and pay the balance o: the contract prkge after deducting all amounts withhold under this contract, provided the Contractor shows that all elai= for la:ror and materials have been paid, no claim have been • pres,:ated to the Public Agency based on acts or omissions of the Contractor, and no liens or withtioid noficbs liave boon fileu 8igairst tAo,wdrL or site, and provided thLr-;C arc not- " reasonable inuic:•tions of defective or mizzi.ng wort; or of lata-recorded notices of liens or clairs• against Contractor. 9. Ii:5t3R.lMU. (Labor Code 351860-61) On signing this contract, Contractor Must give 'alio wgexhcy (1) a certificate of consent to self-insure issued by the Director of Industrial Relations, or. (2) a certificate of Workers' Caapensation insurance issued by an admitted insurer. or (3) an exact copy or duplicate thereof certified by the Director or the insurer. Contractor is aware of and ca� Workers' Compensation Law. lies with Labor Code Sac. 3700 and the 10. DOtMS. On signing this contract Contractor shall deliver to Public Agency for ap-proval good and sufficient bonds with sureties, in atwunt(s) specified in the specifi-, cation:, or special provisions. guaranteeing his faithful performance of this contract.and his payment for all labor and material haroundar. 11. FAY!Lt:.T- TO PERPOP11. if the Contraptor at any 91m iofu:jes qr negigets,_witheitt.fault. o: the Public Agency or its a;ent(sl; to supply sufficient materials or workmen to cc=pletc'this.agreement and work. as provided herein,.for'a porkod of 10,days•or more after written notice thereof by the Pn:xlie Agebcy, the Public Agency may-furnish same-and deduct the reasonable expenses thereof from the contract price. 12. L.IttiS APPLY. General. Doth parties recognize the applicability of various federal, state and ocal lacrs anu regulations, cspocislly Chapter 1 of Part 7 of the California Labor Code (beginning with sec. 1720, and including Sees.. 1735, 1777.5, L 1777.6 forbidding discrimination) and into nd that this agreement e.•mplies therc++ith. The parties specifically stipulate that the relevant penalties and forfeitures provided in the Labor Code, especially in Secs. 1775 s 1C13, concerning prevailing wages and hours, shall apply to this agreement as though fully stipulated herein. 13. SUBCONTRACTORS. Government Code 554100-4113 are incorporated herein. 14. tw1Cr RATtS. (a) Pursuant to Labor Code Sec. 1773, the Director of the Department of Tact--astrial eta aticas has ascertained the general prevailing rates of wages pear dies, ArA for holiday and overtime work. in the locality in which this work is to be performed, for each craft, classification. or t ao of workman needed to execute this contract, and said rates arc as specified in the call for bids for this work and are on file with the Public Agency, and are herci,y incorporated herein. (b) This schedule of wages is based on a working day of 8 hoots unless othozvise .specified; and the daily rate is the hourly rate multiplied by the number of hours con- stituting the working day. When less than that number of hours are worcad, the daily wage rate is proportionately reduced, but the hourly rate ZUPAL R as stated. (c) IThe 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 bL paid at least the wage scale established by collective bargaining agreement for such laWr in the locality where such work is lacing performed. If it become-_ noes- . Bary for the Contractor or any subcontractor to employ any Orson in a craft, classifi- cation or typo of work (except executive, supervisory, administrative, clerical or other - non-manual workers as such) for which no aLniazim wage rate is specified, the Contractor shall immediately notify the Public Agency which shall promptly determine the p--availing wa=3e rate titerofor and furnish the Contractor with the rrinimwr rate based thereon, which small apply from the time of the initial employment of the person affected and during the continuance of such cWioynent. 15. 110uM Or LNUOR, right hours of labor in one calendar day constitutes a legal day's u5.-R, ane no worixan employed at any time on this work: by the Contractor or by any sub- contractor shallbe required or permitted to work longer thersoxh except as provided in 7.;-bor Code Sacs. 1910-1315. 16. APP1*1;r.1C :. Properly indentured apprentices may be emptoycct an this work in accoraaxhcu ws tth Labor Code Secs. 1777.5 and 1777.6, forbidding discrimination. • (Page 3 of 4) (CC--I: Rev. 11-76) q 01114 ■ I 17. P!:i,•:ZMtr VC:: FOR ?!t\TIMIAI.S. The Public Agency desires to promote the industrir_:; and eca.lov of ec:stra Costa Couuty, and the Contractor therefore promises to use the products, WOO,t.. la'_,orers and =L c. nics of t:iis County in every case where the price, fitness and quality are. equal. 13. This agreement bines the heirs, successors, assigns, and representatives of Cie Contractor; but he cannot assign it in whole or in part, nor any conies due or to becoai-a- due under it, without the prior written consent of the Public Agency and the CuaLractor's surety or sureties, unless they have waivesl notice of assignrant. 19. N'O UAIVER BY PLULIC AG=:CY. Inspection of the work and/or caterials, or approval of c:orL an,!/or materials irxy) cted, or statement by any officer, agent or employee of the Public regency indicating the work or any part thereof complies with the requirements of this contract, or acceptance of the whole or any part of said work and/or matexiaL, cc _ pa:mcnt� therefor, or any combination of these acts, shall not relit:ve the Contractor of his WUigation to fulfill tail contract as prescribed; nor shallthe Public Acme., be thereby estopped from bringing any action for damages or enforcement arising from the failure to co=ply with any of the tcrms and conditions hereof. 20. HOLD !U►_4t7.V.SS s I:iL'r:,:Z;tm. (a) Contractor promisors to and shill hold harmless and ance=Uiy from the abslzties as icefined Ln this section. (b)' The indracniteas benefited and protected b} this prouise are the Public.Agency and its elective and appointive' boards, cocaissions, officers, agents and employees. (c) The liabilities protected against are any liability or claim for damage of any kind allegedly su rered, incurred or threatened because of actions defined below, including personal injury, death, property damage, inverse condemnation, or any combination of these, regardless of whether or not such liability, claim or damage was unforeseeable at any time before the Public Agency approved the improvement plan or accepted the improvements as =-4-leted, and including the defense of any suits) or action(s) at law or equity concerning (d) The actions causing liability are any act or omission (negligent or non-negi-Cent) in connection wit:�rhe matters covered by thiscontract and attributable to the contractor, subcoatractor(s), or any officer(s), agent(s) or eaployce(s) of one or more of them:. (c) No::-Condition:: The premise and agreement in this section is not conditioned or 0.- w:1ct::c r or not any Indccnitee has prepare*, supplied, oi- approved any plan(s), ,Laving(s), specification(s) or special provisions) in connection with this wor):, h - insurance or other inde=i!ication covering any of tiiese matters, or that the alleged damage resulted partly from aag negligent or willful.misconduct of any Indemnitee. 21. EXCAVATIO::. Contractor shall comply with the provisions of Labor Code sec. 6705, if app icab e, Dy submitting to Public Agency a detailed plan shcriing the design of shoring, bracing, sloping, or oti:cr provisions to be made for worker protection from the hazard of citing ground during trench excavation. (rage 4 of 4) (ec--,; rev. 11-76) (A r*' :y ATTORM-IN-FACT AFFIDAVIT r STATE OR CO&I IONWEALTH OF, RA FO COUNTY OR CITY OF PLACEEt Before me,a Notary Public,personally came Fred C. Merriam known to mo,and known tote the Attorney-in•Fact of United States Fidelity and Guaranty Company,a Maryland Corpor,tion, which executed the attached bond as surety,who deposed and sairi that his sign,- Lure and the cot�wrate seal of said United States Fidelity and Guaranty Company were affixed by order and authority of sold Com Ws Board of Directors, and that the execution of the attached free act and deed of United States Fidelity and Guaranty Company. bond Is the r Given under my hand and sent tllis.__., Qiltli _da at_.! ut!�s 77 r OFFIC L` CLIFFMCL 6-, , i r NOTAR9 PUBLIC=CAUfap tq ; biY;ommisalon uptr� V116 n�c�e COUSIN '► Notary Public. ; fad.e7e tear) -----•Ah"O�an. s1t(•n AUe 24, 1. a , ia."4.791.gas uncorn worn Autwin.cs 951101 w. Microfilmed with board otdet STATE OFCAUPORMA On this .....abtL.......day of..A Ua,,Uml:......„....In the year one thousand nine '00 UN OF.............'Plog�. ...... µ hundred andto.uraMdm °��j a me,..w? . !oxrd...3....;.;.:sr.�i.gm... r •. ! a Notary Pubtle,State of California,duty commissioned and sworn.personalty wearal...D..... 7.....LLm 71.7.At0X1......................._...................................... y.ra..esero�..�•._= ............................................:................................................................................. r, OF RD 8- ERRIA known to me to be the person.....whose name...i.9.....subscribed to the within EV C!.lffQRtl 8. MERRtAI�I t ; NOTAW PUBLIC•CAUronNiA instrument and acknowteddad to me that.....he....,executed the same. PtALtR COUNly IN WITIVESS WHEREOF I haus hereunto set my hand and affixed my MY CON101.40*42 No 240 1080 r,;.ow.�•a-.rte official seat in the..........................County oj..1MI.-ax........the day and year ►A.Bos 791,99'.U—In war.AL44140, 95609 In this arrttfkete first above writ .................. � ` .... Notaryl'r 5tateojCali/ornia bly commission expires ..... !:......M.1,12f Q.................. Cotrdery t Form No.12-Acknowiedaamont-General(C.C.Sea 119(h) Jf►jerofilmed with board order f I -...t--7 ' `_ `` UARANTY COMPANY UNITED STATES FIDEL €� 1 ' (A Stock CaapaM) r ;t BOND NO............................. .t PUBUC WORKS 1- ly PERFORMANCE BOND (The premium charged on this bond is$.237.00............being at -N the rate of�.X2.00.............. per thousand of the contract price) ) +�:+ • KNOW ALL MEN BY THESE PRESENTS: _ iE?� ihatwe.. .....D..C..M. coxsTRumou - 1603 Cherry .'KSn,et...Aubura, C?'...9..5.6...3.. ......... 1 tt asPrindpal, and UNITED SLATES FIDELITY AND GUARANTY COMPANY,a Corporation organized and existing under the lams of the State of pi;! Maryland and authorized to transact sorely business in the State of Cafitorok as Surety,are held and firmly bound unto................ CqhM.CO3TA.Cl3UNi'Y.................................................................... as Obligee, ? =94 in me sum at. Nineteen Thousand Seven Hundred Seventy-four and Pio/ltd I ...... ..... . ............................. ................. ............................. ) �QI tkitars tS 19,�j(4.w — t.lawful money of the united States at America,for the payouts whereof,well and truly to Cy be made. we hereby bind ourselm, our heirs,•executors, admiaistratus, SeCreSSntS and assim jotally and severalhl. firmly by tt�se Presents. �I l WHEREAS,the above bounden Principal has been awarded and has entered into a contract dated....AUV3.t.d,.,1977......... with said Obligee to do and perform the following wo:k to-wit:- t`= 1 Installation of approximately 560 Linear feet of reinforced con crete pipe and seven =..i drainage inlets at the intersection of Newll Avenue andCircle Dive in the Walm t f ) Creek area, Project No. 3844-4369-661-77, all in accordance with the Plans, DrwAngs and Special Provisions or specifications, prepared by or for the Public Works Directo F ' and in accordance with the accepted Bid Proposal. ;T- as will morn fully appear In Sall contractteterence to wlddn is hereby made. NOW,THEREFORE,THE CONDITION OF THIS OBLIGATION IS SUCH,That,if the above bounden Principal shall well and truly perform,of cause to be performed.each and all of the mialremeets and abligatioas of said centrad to be performed by said Principal,as in said contract set torch,thea this bond shatI be cull and void.otherwise it shall remain in full force and effect I_ ' �• SIGNED,sealed with our seals.and dated..........tP,Bt{st.8....................19. ' -' D. C. M. CONSTRUCTION `\ ............................................................ +.y / Principal i D GUARANTY COMPANY 01'116 � l FIDELITY z/�' Att rneyln fact Microfilmed with board order I t� 1 ti - - - T 1 umt»et 237 (C.Br.rai.) (:-:s) s:z t 4# t.i r ATTORNEY-IN-FACT AFFIDAVIT STATE OR COi tBIOMVEALTH OF jA mq•----........_ COUNTY Olt CITY OF pr m 8t t Before me,a Notary Public,personally came_..._._Fred C• t dam t known to mo,and known i be the ted the attar act of LJnitetl'-tat se Fldejity and Guaranty Campaw ny tureyandltheLcTorporate seal of said United Staters Fidelias and Gun�i•nnty Comied nd saiii alibi eat d 6 signs.'a t and authority of said Company's Board of Directors, and that the axecution of the attached bond is the frt�a act and deed of United States Fidelity and Guaranty Company. Given under my hand and seal this., August.d 0 . _ 77 OF SEAL r CUEEDALLB. h1EBBi�! i it C-6—my OTARY PUBLIC•CALIFORNIA 6 NOtary j�txbjj��` biy Commission expirast�, .1aPLAClR COUNTY Comm.eiPlns AUG 24.1930 t P.O.Box 791.939 Lincoln Way.Auburn.CA 99603 M160filmed with board order STATE t?PCALI170ItMA On thio ,..,1*4�r�1.......,.day of.A1.1 >.i .4.............In the year one thousand nine �t�►f/NTY OF..................k'�.ti1i9.«......... hundred and S!:l,Htt�iyr." +{j�i me,......Clitto:'d...>....::ot:� �y a Notary Pubtte,State of Catltornk dulycommissioned and sworn,penomaity it appeared.....DA—SIA...11I.}I.ULIAtoft............................................................. .............................................................................................................................. OFFICIAL SEAL known to me to be the portion.....whose name-.Lz......subscribed to the within * `�,• CLIFFORD S. MERRIAM "Instrument and acknowledged to me that.....he.....executed the same. NOTARY PUBLIC-CALIFORNIA PLACER COUNTY IN WITNESS 11711:11LOF7 have hereunto set my hand and affixed my My Comm.expires AUG 24,1930 official seat in the..........................County of..........P h mar.tire day and your P.Q.Cot 791,939 U:uoln Woy,Auburn.CA 9360s M this cerHfieate first above written. . t r Notary Pu, I , tch of Calii'ornla t My commission expires ......r ........`...I...19.0.................. Cowdery's Form No,32—Acknowledgement—Genera!is C.Sec.1190:1) Microfilmed with boord order i _ j UNITED STATES FIDEL[ GUARANTY C4M�'ANY IhOt�No............................ �r- ! PUBLIC WORKS lc. PAYMENT BOND !. (Premium included in Performance Bond) {=1 KNOW ALL MEN BY THESE PRESENTS- i ' ! That„� D. C. M. CU. U.CTION - 160A Cherry Avenue, Aubh=, CA 95603 _.. Imo...; ... .......... ........... ....... ............ ! � f` as Principal. and UNITED STATES FIO M AND GUARANTY COMPANY.a Corporation organized ad cdsft soda the taws of the state Ldi of etiaryland and authorized to transact surety busineis i4 the state of Catnforcia,as surety,are thrid and firmly bound wsto............ j ` CONTRA COSTA COUWY � ......................................................................................................... ..as Obligee, in the sum of...Nine..7Aou*=d.Right.J#>i Ced.4J;htyn!*PRM and No/100............................ i Ell' miars tj 9.887.00 X lawful money of the United States of America„ for the payment whereof, well and truly, to ±� be made. we bey,* bind ourseive; ts, cecm� ay, i : utors. adstratas, successors and assigns, ioiatly and, severally. firmly by these �! e.;' presoas - ,z4 WHEREAS.the above but Principal las been ararded and has entered Into a contract,dated.Avs=A A,197y7ith said Obrgee to do and Perform the following work,I"% > 11iir Installation of appro3de:ately 560 linear feet of reinforced concrete pipe and seven A!� drainage inlets at the intersection of +•sell Avenue and Circle Drive in the Walnut � ! Creek area, Project No. 38k4--11365�-561-7"J, all in accordance with the Plans, Drawings •n�� and Special Provisions noir Specifications, prepared by or for the Public WoZom Director ; 7Rlerilittcficordai. a with -Te ac «+ nherrd P000sal. i .{ y appearald con re rxmce e;am. may. WHEREAS,said Principal Is required by the provisions of Chapter 7,Title IS,Part 4,Division 3 of the Civil Code to furnish a bond in tea! CIDWecthon with said contract,as hereinafter set forth. y s, ,;Al NOW,THEREFORE,THE CONDITION OF THIS OBLIGATION IS SUCH,That, if said Principal, his or its heirs, executors, i� r+ administrators,successes or assigns•or shall fail to pay for any materials,provisions,provender or other supplies or teams, I � { implements or machinery used hk upon for or about the perfor aaoe of the work contracted to be done,or for any work or labor thereon of ,�I ilki any kind, or for emourrh due under the Unemployment:Insurance Ad with respect to such work or labor,as required by the provisions of Is}I e- Chapter 7,Title 15,Part 4,Division 3 of the Civil Code,and provided that the dabnad shall bare complied with the provisions of said Code;or I•:-v for any amounts required to be deducted,withheld,and paid ova to ttw•Franchise Tax Board from the wages of employees of the Principal -. and his subcontractors peusuant to Section INNS of the Revena and Taxatioa Code,with respect to such work and tabor,the Surety hereon will pay for the same in an a overt not exceeding the sum specified in this bond;otherwise the above obligation shall be voted.In rase suit 13 troupht upon this bond,the said Surety will pay a reasonable attorney's fee to be fixed by the wmL �'•� ! This bond shall bare to the benefit of any and all persons,companies and corporations entitled to file dahms under Section 3181 of the r Civil Code,so as to give a right of action to them or their assigns in soy suit brought upon this bood. fr� .. h SIGNED.seated with our seals,and dated....Augaot.a............ 77 ....... cd ................ 1t {I ........� ��,! ►t.r--. .MeaO : s; Pritxiaal I::= (��1 17 U ` TES FID GUARANTY COMPANY r � I [/ 1 hay. ::..' ,,VX�/ ,�I r — Attorneyinh•fact Cantnt t Z38 (Cob(orpJal (i Tal '-1 CER'IIFIM COPY GENERAL POWER OF ATTORNEY No.......84338 . Know all filen by these Presents: That UNITED STATES FIDFI.ITY AND GUARA\7Y COMPANY.a corporation orgaaued and existing under the laws of the State of Maryisad,and having its principal office at the City of Baltimore.in the State of Maryland,does hereby constitute and appoint Fred C, Merriam of the City of Auburn ,State of California its true and lawful attorney in and for the Sate of California for the following purposes,to wit: To sign its name as surety W.and to execute,seal and adaowledge any and all bonds,and to respectively do and perform any and all acts and things set forth in the resolution of the Board of Directors of the said UNITED STATES FIDELITY AND GUARANTY COMP.4,%V.a certified copy of which is hereto annexed and made a part of this Power of Attorney: and the said UNITED STATES FIDELITY AND GUARANTY COMPANY.through us.its Board of Directors,hereby ratifies and confirms,aU and whatsoever the said Fred C. ?Merriam tl , E••iFt•. • t.vt MY lawfully do in the premises by virtue of these pceaean. � In Witness Whereat,the said UNITED STATES FIDELITY AND GUARANTY COAIPANY has caused this insttumem to'be sealed with its corporate seal,duly attested by the signatures of its Via-President and Assistant Secretary.this '301b i lday of November .A.D.19 73 UNTIED STATES FIDELITY AND GUARANTY-L054PANY.. (Signed) BY.....Charles.... Watson ..... .. ........ .Yice•Prrsident. ' (SEAL) (Signed) .....w:..G.:Hilyard............................................... • Lsant Seererm7. STATE OF AiAR11 AND. j T as: BALTIMORE CITY. On this 301h day of November .A.D. 19 73,before me personally came Charles B. Watson 'Vice-President of the UNITED STATES FIDELITY AND GUVLR LNTY COMPANY and W. G. Hilyard Assistant Secretary of said Company;with both of whom I am personally&aMsit"d.who being by me severally duly swom said that they resided in the City of Baltimore,bfaryland; shat they.the said Charles B. Watson and W. G. Hilyard were respectively the \%ce•President and rte Assistant Secretary of the said UNITED STATES FIDELITY AND GUARANTY COMPANY. the car. poration described in and which executed the foregoing Power of Attorney:that they each knew the seal of said corporation,that the seal afixcd to said Power of Attorney was such corporate seal,that it was so fixed by order of the Board of Directors of said corpora. tion,and that ib"signed their names thereto by like order av Vice-President mad Assistant Secretary, respectively,of the Company. Aly commission expires the first day in July,A.D.19-71... (SEA.L) (Signed) .....George. .G. . . Rusk ........ .. . .. ...............Notary Public. . Public. STATE OF MARYLAND SCL BALTIMORE GITY. 1. Robert H. House .Cleric of the Superior Court of Baltimore City,which Court is a Court of Record,and has a seal.do hereby certify that George G. Rusk .Esquire.before whom the annexed affidavits were made.and who has thereto subscribed his traria was at the time of so doing a Notary Public of the Sure of Maryland.in and for the City of Baltimore.duly cvammitaswwned awl sworn and authorized by law w administer oaths sad tate aclolzu%Agments. err proof of deeds to be recorded therein. I further certify that I am acquainted with the handwriting of the said and verily believe the signature to be bis genuine sigoatnte. in rc.dmony whereo/,I hereto set my hand and&Sx the seal of the Superior Court of Baltimore City,the same being a Court of Record.this 30% day of November .A.D.19 73 Robert H. Rouse (SEAL,) (Signed) .................... [} Clerk of the Superior Court o/Beltiaaore City. FS 9 ts-671 Microfilmed > with board order COPY OF BFSOLLTION a Uat.;rf ureas,it to aeoemmy Ear the t&ct wf traavction VI bosieca thai skit,cumpamy appoint oyeats a"auorasts with by'-n and augh%w.:; «w an for it'mad is its%AMC in Stat"odwr than Ma abed,and in the T.ezkWm of dw Rained States and in.the Prosi=_rs of t!-Iwai:iva of CooaJa.and in dw Wool of tewhundlaod TArrrfore,ba It Rasa sMd.nkat tha Company do.and it henebr den..1"avid etapeirei its-.Peesfdent or eishr:of its VWA- I ro*juttioa%n-Ib its yrenetxR,or aue of its Ast,it,iaat.Seemarie+.`:un3er'fiot,esrpv .seal.to.apr-fiat:any.Penita,or o Company..bill,.tw3e mad as,jts.met:.to tweite;and deltter sar and a1 cos= as at:o:ney or au s iafaet.at anon,or at:ean'of said tracts gsuanteciog tee fid uw of peroors.6Uiq;penis bas.of pab5e or.ptirate.treat.Rnaramtd is..16..pe:bn oers of t7.ntr3i,.•i::;-r . time :asutaaae pais et,and--cutins:a.gnar=fting bands and agdeltalcin miuiced or'peemitted in'all actions 4r-proceeiiay,..by awn*Bowed,and,' xxa.in its oat to and as ita.auoraep.or alto ans•ia fart,or aunt or Sam*to eseewe and,gwtmotee.tbe.nadititom of any and 4.1 . 6 VAU.:ecngebaAce%oftatioos;stipulations.andettahiots or anydag g in the.aatote of eitber.of the same,which aieor may,by wo. tauaicipal o:oenetrisr,or by any Smate.of the United.State or of at7.State or Torsitmy of the.United Stats or of the P4 Mncea of the Domiaimm of Canada or of the CoSmy of Newfuuattand,or by the rnk+.rrsalatWo ordem awtoms,practice or-r..IWa of'iny.bax3 brdy.organitatioe,*Scc or o5cer.Waal,ttumiefpa!or othencite;6e aUored.'required or permitted,to be exemed,made,tate*,0,en, teademl,accepted,filed or rw.xded Iw the toraefty pr protection of.by or.for any.pennon or.petmns.cwpontkm6 body.'oi ce.is✓rest. munieiPatisp or esker aa.uciatios oe.otgaairatian iebatjoearer,fa auy and.all npaclues whatxicrer.too tinned Wr slaw doitryl of mot 'win+, of apteixg or any coadidow.which may.be ptotided for in coy weh:lnond.eeeognimme.. %ptisn,atipnfat[on.'er umdart Uoi or anything in the Dime of*hber of the aaabc f. F. J. Willey ..am Amistam.Seaetaep of the U\fTED STATES:FIDELITY AND CU ARAwn-COMPANY,do hetrby certify,.that thw f ateein=is a Fall:time and snorteet t»py of tfn>:osfpoal poorer of attorirp.pt,m. Jay said ComPtanp to Fred C. .?Ierriam Auburn California of. • omtbeei�ai and earpswetiog ...:.:;Ilam to 1110..Leeds as timnia:jet fortk which power of auomey has neer been maked and fs a:M Im.14 form and effem Ata!I do'fmdmr catify that maid Pourer of'Atumney was plea in,r- isuaaee of a iaoLufoa adopted as:a:tYptlar.weetinF..u[the: Baanl of Dimctors of said Company, oiy caw 61d at t6..offi6a.0.1 the Company.fn the mrof,Bddmwc.on:dic'•11th dog of July. 1910 at whish nnreting a gwrra of the Board of Di ccwn was peesent._attd dw,the Wtegoios b a."m and.corm"copy of";a. rewb tion.and the wbole dweaf as recorded in the moose of said meeting:. In Testim my WhonoJ.1.have bettmto set tap band and the$=.I.of)he'UMED.STATkS.FIDEUTY.AND GL'ARab'•tY.' COatPA.vt an Auat''t gstf 97 1.(ti�stt .r ! f • -4 .:... ...:... r� .............:?.:...�.,. s:.: .. ..r ...: .:.:i - - X— �.'.41 • � ..:,.. .. ,, I�Ilcrfafilined:with board o �4 CERTIFICATE OF INSURANCE TM is to Certify ih=t the policies tistad UM Certificate tate hien mak to z ti ed Irmarzd by the Coupzny tf tze below. This Certificate does not amend. extend er otheraise atter the terms, corAticas or exekusieas of such polities. t"- tss d To(Rare W A&= t r "7 = COt+iM COST& COM?-IV- County Administration Building 1?''• 651 Pine Street ' Martinez, CA 94553 ice.• Named Insured cad Address: jagg= D. C. M. COKS2ROSTION �t i. 160 • QuWX7 Avenue �� s Auburn C>1956o3 Baits et UabiGty Policy kaa>etr Policy Tom type d turas a tRj(ejvy Pro➢ettl OMge `Tl werim"'s CoaPauxt;aa CATMNNMA Statutory I'Ai t S .000 Each Person Empblerf t i"ty S 100 000 trach Accident + f .000 Medical-Each Person ; {{ h` 5 Cmpretensire RJ omab;te S .000 Each Person 1.. u+bbty Sgoo 000 Each Occurrence S ,000;=�,(( Cw4wetuasive Geceral 5 ,000 Each Occurrence 5 ,000 p- =r, lila&ty AwegateOperations $ .000R�i NP 3 locildu:;lOuirt Aur?gate Protective S ,000 i!-?j y! ❑CaaL•acMJ iiah;liq Agyrraate Completed -�: $ 300 ,000 Operations and Products S ino 1000! ,; S .000 Each Occurrence �t r- tglt,lxLkxs'and S .000 : CoalrxWrs tiatlil;ly Awegste S 000'x ! Ow Lrewrts•sed S .000 Ea:-Occurrence $ .000! i i' Te=n Basch re ate 3i h ATg tt S ,000+ ' p�a��tea inns cad S .000 Each Occurrence $ ,000 '1 PMcts uAitity S .000 Aggregate S .000 1-1 U>biti� $ .000 Each occurrence S ,OWx, :! Aggregate $ t y' CII' 7153.05/22/77-78 cmppceeenive Esus S ,000 ECA Ocameatt e�aa� F. hxddety S ,000 Ag3ngatt h kwAptiu a0 butin of epuatieas a1 Mumel'wes 1 INSTALLMON OP 560 CRMO FEET OF B I VORCMI CGNCRM PIPE AND SEVEPT 4z D:&LUGS ItIIr- AT TEEZE INPFRSEMON OF M LL AVENM AND CBME Di3ME IN '1'F£?IVINM M - FSA PRWEM NO. 38444369-661— . i; By eadorsement to Policy No. IP3ZM & CEP76894,Contra Costa County,its officers,employeei3aand j�. agents are nerved as additional insureds solely as respects the job described in this I certificate. Contra Costa County, as an additional insured is to be given at least >= 30 days notice prior to any cancellation or modification of the insurance, Os!a _ - � h.t-:t.. l .. 01120 ` ® UNITED SIAIES FIDELITY AND GUARANTY COMPANY - f �itt 1 ❑ FIDELITY AND GUARANTY INSURANCE UNDERWRITERS, INC. D3te August 81, 1977 �At with - - -_- - - -t1 crofifined - or �;;�PT.,A►_i,^l�'C., .�uburaYC�. �I Gen.348 tt•r.-t �" • = LJN1 ITD STATES FiDEL TY AN o GUARANTY COMPANY` COMPREHENSIVE EXCESS .�;-' � • :;c�...�,,.a,, r, - ) INDE61JiiIY POt1CT '30co.,BO.—4 eseq Co.,1- 69-M2. CEP 76894 s AKent..r 24,a : O��'B �s �� {� �' /4' •. t'�y� •j Section 1. DECLARATIONS— , $ i1:: 'it TO A+swr 1.2 14vaed Issnted: �. �� � - a�►. aa.a. mos. Address leach-r,street.Citf. tam= Watt.SUM.AP Cade- - Awa CA6, ishow address of Insured first samed;+ .. I.2 PobCj Pctiod.From WX 22*%W to NAT 226 3.9M _ 11U1 A.Y.staedard tiem at rim address stated in Section LII 1.3 Itemiam.Premium Bars Es=1d kw-A Eapewn•,.S*W. ( .). Estimated Annual Premirmt Anawl"map Pw;tm Ur m Premium •P11 L s �3,�0. s Z.00� s 562.00 S 500.00 s 562.00,0 Audit Peiad:P m L aaless obtrrrise dr ip atedl a Smd aemaly ❑DnaFterly ❑mom I.4 Retained tint: $10, . 1 Ls tteemm timet s . Le Atpepte tical, s OCO 000 ' 13 Schedule of Bodulft lessrasco VM be t- an Sqo mm"Sckdd6 Pohcy No. Pofiq PRriod fosuer Description Boats or Aammts of lnsarmtca staodud t+forlmeos coapematao s w-4, UO .000co�mae B 3950-00908 �'�+ `�� �� and Erotbyaf[iahifitr AP M5. �"22`77/!a W9= Stood U"ly soft Wimr Liability, $ ~ .000 each penoo s 3m .000eacb eccormace ' 3fl0•.000 mimate pie"Damp Uab€Gtr $ 100 ,0009m*ecarrcace ICO .000 amgate mY 32735 5- 77/78. LUM Automobile UahiGh Bodily Injury Liability s ?,50 ,000 cath Person _ $ ' 0 .000 each accorteeee ""i Drnage LiabiGtr S j' Io0 ,000 each msrreaee 8 Endcrsemeots. mp A9lborixd Reoreselitative LA -v 01121 - board orderMaofilmed with 'ir ,. 11 c"tv CF. :to III••. AGENT'S COPY son sr•n, f C Public Works Deoartr, nt C�on�ra l R.D.4roaccn r P',u:I�usia�ys 3nd Services Costa ark L. Kar it 6;i moot,Administration Building rbrk L.Karmic ri:.1C:7r?L.California 94553 Ae,utY-Trar=or:3t:an (•1'a7312-2102 Cor 'LV (4I=1372.ZIG2 R.M.RYsh Vernon L.Mae J'a=Y-auR:inns and Ground r•..SbC Wx.a DtreeiW « •� Room.II_ cour:»w's -(415)372-ii14 Taylor� mi4ad Walford I V E D € 'r Deou , tions &Flood Con=l Calor o�uty 255 Glacier OrNe (415)372-4470 AU G 9� 1977 Jziy 29, 1977 J.R:axon Cox BOARD or SUPERVWM COV 90 STA CO. Qts File: Newell Avenue Stam D.-din Project 1b, 3844-4369--661-77 Work Ord--- No. D. C. H. Construction 7.60 1/2 AVMVIa Aub=n,• California 95603 wi --- Paye-_*ham: Gtr.-reat for, Newell Avenue Drain, Project-No. _ r 3844-4369-661-77 DicIcs-a- .3--r t^.e orir—i ha_� and SOL c ies o2'j'm referenced C...,.`ar i.. P=ease-f ie� -tize instruar-i s,in t+.Lis letter as cmeZ-m'-"ly and carb-let_}y e �css=bi�_ Mae cor iaact, irlshriance m—r"Ei caftmes ar tas^.s am -m 3e nett-n-ed to: C-ttw G^sra Gottaty Ptblic Works Deoazr—rrr` 255 Glacier Drive, Nr m:---tez, Cz��'_=c�-rL� 94553 attention of Cons trnctio r Rlvsim LF YOU .Z� A CDT-eOMAT1Q1i: 1. and the fow cooies Tumast I-- .LQ•ed by he the Secretary of cot_en. `she oorhtraet is sem. by an r- der other tit tie Pres=--- or S_�tary, pie -^isn a•-certified copy-of `true resolution` L^ Boa--d o_ '`�-�'Ciors x4-id atr`-ilomzes that __1�r -o Sig-to 2. Have t!'e ':= .-w..�2� r_�'r cn eadt copy c: by a 2:otary PVOUc. 3. r==i:c cor-mraLe seal. .f iQOfik(w4 with mrd ordet 01 22 �_. A.... . ..... ..... r S ♦ f 4 t � 'e�-�' � :��-assn-•tee. Me,J-99stlikeF si==zi :the,ilei: _3-��.93 _ _^�-• .. ,.._� -S ed by- 94:5i skat—aby- ­Vra F. IF YOU ARE NUIr A OQV3DMOi'F: . 1. Me orlgizmai and four copies mist be simied r tn- ori of the business, or a p xUir who is authorized to.'.sign. 2.: F,ava:.th: "�rJaiow� a on each cagy by.a rotary i; 3. Pat= the original asdthe fog—codes to 'the.add-+ss. giv=r M.Page-1-of rtu y-executed__. copy for your r3 I me, togethem-with the Notices: to Fzoceed, as soon as -the cmm= is a ced bye tie.Chief Depmry Public Works 1L-fur. IL BMMS - M BE FE MISEM IN DUPILICMV 1. Furnish a is=-:z� Send in tm scss of $.19,774.00 2. R--mish a CaU*ems== ubiic %3 ?c L-or aiid T'ztm*iz 3cn.. s=of $ 9,887.00 3. I^e cmt^a^z daEte an the boot's .sr.� be 8,.1977. .. as shown in ?2=�.b�^�h ? o= t:s coy- mixa- � 4. Mm desm ot=on os Yam an ba`n bcids shit a M CETE the same as ti dsmp�•.ior. 4r. ?ate 3 0=.4h= co:: z^r, as follow. Mm' of app�drz:ely 5501i-mr.feet of reirdfo^ced oon +ete pig and serer diairage inlets at tte'inte_♦^sioo of 4v2rn:e and Ciz�rle ih .ve'in t:►s:L•lalnut GY+ea't area, No. 3844-4359-65?-77all:is aorame ih%ecu th Plasis, Drawirgs a*sd.Social .?royisions. or.Sp�'...1riCd�iQRS,.. prepby or for.tI 3ae.F7ts Dikter and:in acood=.-ice wii� the?accepted aid Proposal.: .. S. Qee on.both bonds est ba "Contra Costa'comity",.as. sncwri :.n Paregraphh 1 of the cmTft-actr:. S. a--- ba-:d=-♦,g cc=-.y is not al er ia- conp3ratioa, p_^r•,rida. a cmy of -the :.��^-o:-at<o :y e=,; !-a i*• rte'„_ -.,m e7Ce nates �� bma for �� =-=-y. 01123. 7. Cant actor to sim both bends and-if t:-L-. firm is a ca ^anion, t corporate seal is to be'a r_. over `~e signatz on both aoctts. 8. `e�cmtra or-'s and banding any agent`s si. -t ..s as both bands, and the signab an tt pmem of atta=rey, Brat all be notarized. S. Please give your bonding coupany an enclosed extra COPY of tnis let~&.e^ md a copy of the cantracM to use as guides;in co=let ng the bands. 10. Send tie o-riginal and one co_W of each. brand. -co: Cont+a Costa Comty Public Wor?a Derz�e.*t 255 Glacier Drive, I�.i-iez, Caliz-Oinia. 94553 Atter tion of Cm sm=tian Division IT_I. SUrZiAiC - AIL !N.T RkNM ARE TO 3E FJFm4 P—'q-PM IN L•IG� 1. Fi.�zish caifilcate(s) ofire-tom+�.nce evidenc n-S c=. :eha-^-sire "i i abj i W i nS"L—an,,--.-inc?u�zr-C3vGr ?-f0^ 05+rT!�+a-tEl •:SLI awned au=mnb��say, wit"a a 'T'F.L..'_..^*.= ''`L-----"T 5=r--,2..w fins+ ^, S500,000 for all f s $a becasse of d� %�.or.. � ' i:,i•' ;, sick-Less or .'sa se, a.- death to a y pe-rson�anc d_3!.?ge -co or d s�tcrdim of ao. eerty, izn^?uaixg z:.e lcaa of use.-&,e—.-o;:, a_isi.-.g r':". each. accim�., or IL^.b .13.x. :TSS'wT"'s�'n.^e is %`eCeed to nt--t the '_"eC'�C:4 ne'... i i'ts , o_ cave=4g--s, a ovW or the =tare 3a policy endorsement mst. x D--zsti ded. a endo=semar-t , s:wr ti's policy rizc--r a nd ca_--err fo_r each mmder?y=g cave-rage-thAt tre tr zb—rella policy sum f—mats. 2 Mhee 2-»...ss to be s:-�.-n on the ce^tr�irates e d isr ��.,.�.. C:; -I;y Ad:;6 is;.=aticn. Building 053 Pi: Stmet Cz?zfa iti a 945S3 3. p'-;ease a,—: .se yaw L=.a=an'nce aggent that CrJ:-tra Ccs-.a Cats t':`► is the "pu-b lir ag.-iqy- 01 24 �y� • c�ci ail-cf ric :visa.sem v. c?x:. f sari. - � i noj—=Vz �a •endoese�t m ?d Ixudxwcs) Lts ��.beact�_Rt=Z-a�V; "a-� sc 'as r e 50 jklmd as'�' a ,p ...:.... ass �s3 xomd i-tr-Uma s w - - y .. �s X04? dMG="_*Im on aU of the cardfiisams sba3l,be: umar feet of YwuzEar��' I� -�.mss at the 3tutecs"�c'ttan cmyxetpipe and sA tlw NaImM goad Ci"c3e p��e �t �k i Avenue ' of Non Hyl T�. •. poject Nor. ' 7 -�•.t�est Z+ tL'.-90 � " P ,above, s a� �t �M*a- ' Q� , 3H{�:l4xL�IC !�*lY t1'f3�,,4.: ..ac.'�Ys S. 'a Can =3't�QFoam� leas': �_ Ong- 'bp- OR vex 2S " *.s'lSLC'1s :S to Pei=to or -- am-aased oft GCLVS art i�-suer' '� �'.VA..'jfi�s Y� faac' YMW cwes . ; F S wt cttzo Trt�+ * . Opp mil]"eS md Ty�.�1e � - C1ps 1@S, Of an of tim ksfar � X117`- ' '.�...... • ( ( SCaC=my Pea"j� bra 25S 'is Di Oil i if =a-eta=''-g = z^' not:P-rippaTily cc= =3; of ' ��a � pni o_ ig7 7wit:� t es � me care scoiwiin P 1 ex tri, ,:ez comae- m y � a�-ded to anon r" cd I='trs=s. acu�m =s �Lm*, any,bis seiy you'may have sL• �,�e_d w_L.�. for-fSa Led. wi3'a0zecilate yow aa—re u?"a-d camlete Casnlia-rxm— with o=,, if you have any cluestims, please call the,tmde^signed..i=ecu . Vest truly,yols, Verrrmn L. Cl ne` Public Worcs Dizectos . , V. A Raab: .asses- t Pub-1;c k'o.^;.s moo-• r V..P:b.- s.�c?osurs:' C3ar.��ct_ C{h:.g-�1 � 4 Copies) Cane each 2 ez Coo.� for t; . s cony znd � �-�w�a z �) , cc: 3c or �e.na--d BLSI ness areSz*vices iv f i F h g A f x f,•' e f; < C--37 Cgs- In the Board of Supervisors of Contra Costa County, State of California July 26 ,19 77 •� In the Matter of Bids for the Alhambra Valley Road Intersection Modification Project, Pinole Area. Project No. 1481-4379-661-77 i This being the time to receive bids for the Alhambra Valley Road Intersection Moxification Project, Pinole area; bids were received from the following and read by the Clerk: Mike Morgan Paving S Grading, Walnut Creek Ransome Company, Emeryville George Peres Company, Richmond - - Hess Construction, Vallejo 0. C. Jones s Sons, Berkeley Bay Cities Paving s Grading,' Richmond IT IS BY THE BOARD ORDERED that said bids are REFERRED. to the Public Works Director for .review and recommendation. PASSED by the Board on July 26, 1977• 1 hereby certify that the foregoing is a true and torted copy of on orderentered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Originator: Public Works Department Supervisors Road Design Division affixed this 260fay of July 19 77 cc: Public Works Director County Auditor-Controller J. R. OLSSON, Clerk By //'- 04074-0 . Deputy Clerk N. PouS 01127 H-24 5176 15m In the Board of Supervisors of Contra Costa County, State of California AS EX OFFICIO THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY STORM DRAINAGE DISTRICT Ju4V 76i .1972- In the Matter of Opening Bids for Contra Costa County Storm Drainage District Zone 10 - Lines A-3 and A-4 Corte Encanto Storm Drain Project 8528-0925-76 This being the time to receive bids for Lines A-3 and A-4 Corte Encanto Storm Drain, Danville area, bids were received from the following and read by the Clerk: Mountain Construction, Inc., San Ramon Peter Cole Jensen, Inc. , Danville Cleverdon Company, Inc., Lafayette McGuire b Hester, Oakland W. R. Thomason, Inc., Martinez M. G. M. Construction Company, Concord IT IS BY THE BOARD ORDERED that said bids are REFERRED to the Public Works Director for review and recommendation. PASSED by the Board on July 26, 1977. 1 hereby certify that the foregoing is a true and corned copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Originator: Public Works Flood Widnes:my hand and the Seal of the Board of Control Planning S perAsars and Design affixed this 26t Way of July 19 77 cc: Public Works Director J. R. OLSSON, Clerk Auditor-Controller By, 3�1 L©7� . Deputy Clerk N. Pous t 01128 H•2i 3i-.6 Ism In the Board of Supervisors of Contra Costa County, State of California July 26 .14 77. In the Matter of CETA Title I Grant-Modification #703 IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute Modification #703 to the County's CETA Title I Manpower Project Grant (DOL #06-7004-10) for federal FY 1976-77 to shift funds to allow for the provision of summer employment (work experience positions) for additional youth, with no change in the total amount of the CETA Title I grant, and under terms and conditions as more particularly set forth in said grant modification. PASSED BY THE BOARD on duly 26, 1977. hereby certify that the foregoing h a true and coned 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 Superhsom Attn: Contracts S Grants Unit cc: County Administrator affixed this 26tiday of July . 14 77 County Auditor-Controller County Manpower D J. R.nOLSSON, Clerk Project Director -'d' aatX.�. U. S. Dept. of Labor BY., sem- -Deputy Clerk 01129 RJP:dg H-24 3/76 ISm — �'�:INP•iC:1U;i1 SIF RAISIN 1'nyi••n..1 r.l Ir• �S.r,.Wn�.r.lat:w �:MANf nuMtleM t.+VOiFiC..:�Cr�r+umah;f GRANT SIGNATUAc SH'eE. 06-7004-10 � � 703 ,Jr6;z.��i f.O�r'w[,•t,.� v! E-►LOY-9ftr A,.O "AtNrr1G rr►OGM^ma rim.—YoR T. $. 0-r LABOIK GRAwEr - : .... . ,� rDIISTATO � CO:7i1 COSI1y 450 GOLF_: CTE 651 PIIiL STREETvSLLytt SAI. r�•,,CISZ0. C.?LTFORUTA 94102 ,GI.P:IMM, CALIFOF,NU 94553 This grant is en:ertd into by the United States of America. Department of Labor. Employment and T.pima? Ad.:uns---atton, hereinafter reerred to as Grantor and (rwne of mw s�rarl '•" - `� --- _ IS Contra Cos.2 Cou.t beceiraft_r referred to as Grantee. The Grantee agrees to operate a Ccm-pra%rensive Emgtoy^_nr a=d Traiaing?rogr=in accorda.'rce with the provisions of this agreement, including t e Comprehensive blanrower Plea and such general and special assurances as are iacluded herein. A.GRMT PERIOD This Grant agrweat covers the period fare) from 10-01-76 to 09-30-77 B.OBLIGATION This action Q iwmasea� ❑decreasesdoes1 7n�ot change the federal OV'lation for this gcaat by . (rhis actio-) S to(new tenet) S 3.374.. . 37 C.TITLE AND 'c'ISCAL YEAR FISCAL YEAR TITLE 1976 1 1977 1 TOTAL Trp 1 —0— f$280,352 $3,093,385 $3,374,237 L,eensi.� —0— —0— —0— IJiser.tion+rT I –0– –G- –a TZ-411M fit Trrt:s u L�aes.eion.rr ' L,di++u ?tippet odwr Tr=N DuensSt+waq � I . TOTAL —0— $280,852 $3,093,385 $3,374,237 D.GRAN['ALLO arME-d a S 3,093,335 (his is the aam&mced allotmsat whieb is subpar to araffAiliry of:toes and e'-nes no:ceardum a fe+eal obiilatihm) E This raodifi=-don ra luest will result in V a modirkatim to the grant agreemeet, and/or Q a substantive mange to the Compmbeadve btanpower Plan. Ap"Ovac ron T,.0 GMA"Vow Ov APIMOV(O 0`0M TIC 6NAnTlt OV naaue i:51?LOY}G:::Y a 1RA1SZG --1J' MMISTB.?TION "'a°e= BOARD OF SUP.: WOKS tt. S. D:_DA�ttz :i O:' L.SS03140 P.MBOA)= COMM COSTA CC'IM- TITLE -C-Mat�r. irt.t: l4i EL:ci t:. BO.-CeSS /I2�*Lm? OF Aiw Q•� iGM4TVa£ `wOk TEy�Tf ' F ./ LV-�� ' BcgNq! —Of I3f LA I At 0� ETA 2-199 (Jen.1970 Human Resources Agency. Contra Nglftt.Med,cae-Sotxai Service G.L VaniNars+er Costa °a Manpower Project te` 2401 D Stanwell Dr..No.440 Concord.Catitomia 94520 CourV (415)671.4239 Nancy Van Nuffai Director July 12, 1977 Mr. Arthur Douglas, Grant Officer U.S. Department of Labor Employment and Training Administration 450 Golden Cate Avenue San Francisco, California 94102 Dear Mr. Douglas: This letter is to request approval of Modification CNP-2 to the Contra Costa County Comprehensive Manpower Plan for Fiscal. Year 1977, Grant #06-7004-10, MOD 703 under Title I of CETA. The proposed action would not alter projected client enrollment levels, although it would remove General Assistance-Employables (GA-E's) as a Significant Segment group served. The HOD would also alter expenditure levels for the fourth quarter in a manner reflected in the attached revised copies of Form 5-145 "Budget Information Summary:'. The attached proposed changes in the Comprehensive Manpower plan reflect no change in the total al.loction to the Prime Sponsor under the current grant or in the amount of federal obligation. In addition, the proposed changes do not affect the terms of the grant nor the conditions of the grant. Sincerely !1 r George Leonardos Acting Director County Manpower Project GL:jb 01131 rio:tt'd of, llt:l+..:�vit:ora C1:.'1"t1 11RUWtA+11 b'L/1i�IVs:rC; + I r Contra Co:-,L:.,. Counry 07-7004-10 Mon_„703__.___..__..–.. G51 11ira Srxcor c. GnANT YCAn d. TYPII OF I'llOCIIAle ii:1CC:ttC.^., CA 06553 10/1/76 To 1.:x 11114.1 1.U talc Ill .ftortly. 10/1/76 ( 9/30/77 ?. 0 TIIIn II A,1-7 dila VI (°011 114C:01':,1l OFI-'ICC- U::.": ONLY INST11UCUOUS FUIT COMPLETING St:C11ONIi I, II, A1111 Ill yt $ec,Is A (Total Clvoliments) is tale slim of AJ and A.2. G (7'0111 Terrnlnalsonl) Is 11+ n+rn of a.l thro:�.". eoNrnnc, Icr.� C ,.Ioa.DATC r► 0.3. C (Planned L'nrollmentt) Is A minus 0. 6 1, Scc. III Cnter In Ilne (a) UmIlmentt In each Fropam aetlyity cumulatively U+rovgh ilia 7ranl year arra In llne ti uSI v C } E �'"d E d (b) life number of parllelp rats planned to be enrolled In cull progrsm activity at the env! of rich `' .+;u p " d�'T v � �v O gvltter: participants tvho we conwrently enrolled In more than one activity Lhontrt be cluelled in each MM Or7• vV I activity In wltkh they aro enrolled. __ See,Iltl Enter, the cumulative number of parildpants In each VIMenl to be enrolled dullrn file ,r=rc fe'r, I 77 1 a t 3 ? k 31 i.•.+a 1').la 1 3 3►• 2 ::: 1110, t+arlielpanes should bo counlad In at many s(gnlfleant segment r,+roupt As Are epplitlyle. J.. I .. I. woLLMENT AND TCAMINATION SUMMAnY GRANT YEAn•TO•DATE PLAN I. ; nCr47nT A. TOTAL I0. TOTAL 1.Cnlerh C. PLAtINCO cNncfL4 1, Critelli- @.Patilcl'• TCnf.#INA. 9 ?. Other 3. Nn n. 0 pCA100 MRNTS menti n+�+tl GntoO TIONO Clrtloym�t a.OI►eel b..lndltecl e.IV.W ed P01111.e tnslllve C4-".Ltr.Cr+r Ill r over Mem11. PIe►nit. rnptq,rnen rend n/e.ri. 321 ,...r.�23 v.�,..e +.�er:.s •evn•..,.n,. ,.e.:- -.-•1 t ►:: ;,:12J.ZG;y 1 ? 944 623 236 172 5 127 30 35 79 77''; o i _1730 G].2 1118 GOG 40G 20 295 0 r0 y is :i L 1 f` '� '�;;��ti• :. 06%7,7;x; o a ? 2043 925 1118 23 4 4 —.�>= 't.. G_ 1_0_ : 3Q.. : ,1' 0 9 1 2223 1105 1�118 888 25 662 201 179 577. 584; 1 3 '��'L' •�'. IL'•CYSis h 7v :i •ti.'• SL•' :+. /,0 "L 'I •11. PLANNED ENROLLMENTS IN Pn00nAM ACTIVITIES IV. OTHEn ACTIVITIES -� A 0 C CLA95n0OM TnA1N1N0 On-the-Job Pula.Darvier Work Indicate other aetivilin w usec(al or"ome on attach• nln�q.rmns. Voe. Cd. Training erne rymmt an rience • rnanlr. Oetcribe their objectives and tact mil;Itonm t _ 2 ai Tofa+ [nrollmenls 12/76 401,37 260 87 42 240 lowerd their oehtevoment In•c ,wntitail� or nertatire ai ct err+tttr Cn►olled 1' 75 130 38 13 210 presentation. a1 Tolrl Gnroll,*en11 03/77 492 142 61 -- 241bt Currently enr,itd03/77 247 88 35 170 t _ ! a) Tot a1•CnrMin+enu 06/77 o a y 670 167 95 230 t: J Ill Curtenlly Cnrolted 06/11 o a ? 332 55 50 164 2 a1 Total Cn►olintentl 09/77 0 0 725 177 117 300 ' e 3 b) Cu►tenity Cn►oflad 09/77 0 9 y 115 20 56 32 L.".7:a ji••,1 a. 3G + ''•� b.l .7��+�1'''''� , r Ill. SIGNIFICANT SCOMENTS CnANT,YCAn•TO•DATC PLAN -�CRANT YCAn•TO•DATC PLr1N ' SICNIPMANT 12/31/75 3/31/ 7 0130/77 9/30/ 7 SIONIPICAN1 12131 KWACNTY SCOMCNTS 3tJ1 0/30 9/JO , 1+I Ibl (e) tdl I1) ilii fel to) %Yout .57 199 292 346 a andicn ed – 17 2 56 Te___m__Idnl Ree 77 156 240 289 0 c•Miyn Tari 11Ri1],d111 _],6_ 19/i 239 H D Vcrarnna 48 91 150 �12 1 t J •� 3 :;atil':. '� C1 O O 10� O or Nauss O o a ; rz cn o. rn rn cn f• f. Ch N r•. f .s N c ,f`• CYary N 1 0% ,7 C0 trr I a' t O t t 0 Cl tn Li N N -01 Cl cl O J ~- '' ^r .. "•`" j r. N 1S CO't 0I O O 0 �r'i r. 1 rr'! t In t i O N w•.7 �Y" "� w N .7 t0 r1 Mt 0000 O Z > O 0 0 0 O N °` N N C CQ cn :0 ❑ `} C : N I'0 co W. M � .+,t a c H N -- j O O ;, CO N t"r N N h R i M Yl c J'� '7 P• R c H :7 `} 2 4 t!'� .7 n O't C"1 L rh u w V N R ,r •+ 0 000• O O } C R cv a 2 Ci 0 0 O O C.' N .��+ yy ¢ f' ip t0 co N CD r T N W 2 n� .-_4 N 17 f-i ( 1 1N•• t I CT u # a N co M 'i a irk � - :� M��.y4 �,; .•i N O Z iOAi'Pott/ tCi o{. a'eM'aa`..' a.t. O N rt• as .-i ~ M {o of ._`5.. ~ Y O `' f" N 4 ? o G •, t� '. jy 7 1 O ^ N n t;t`! ac: s�es ''t'F•3 }.! ^ 1- ^ Z �� .•t '>:+ '� iA :. Ot Z :t+ x t. x r-?=.• .+ < � O p B {� N L v �:~ar•: y'Y2222i` �•»� 0 "'t''x� q v'"`.-.?'*94;..{'= "' O `Li�'•�," r _ cs N u u =w , 'it u 0000 D C a 0 o N o �' •-: -• .Oy O oW f_ C> cn O cni m ti ., ON 'POW a til j w. «'j N) Go rl N r�• O ► `� 1 1 N c.. ,. :. W p N 00 InN N a •POJ n f Q { -:t:. t 'o W07 6 r ' N 1y CA roN w L Y 1ul J{h '{Old lt4 i�J E.at N h1 `.4nS _„'� ? ta G. � .'^7^ Q N �Y` R' t✓ :.t :.C': C�X7«..1 y"�2 'i#zx -1 tj 1D'QWnN a •S" i`i.' •.. LS U £ C V 2 Y Iaa/OAd n t tw 0 N 0►4 c s -moo Up p g ca > p c C < AJ Q tri U.U. c. <> -. 79 4 V d O Z p y a.t CT a C li E C' n ° c• a , o G G -bay a su y o n a =u b G $+ C u h0 O F o c= { 4.1 0 L U ZZ O W to w apO] .'' Cb O `o C u O,? s( ..f{E-_x'U �'i• n O1" CS •fi C -_ tl }+ +J a3c0 (N �� E o na c �° :° die oar{ {.�•,, G C q V 0 Lnfi >+ GC = ti Fca N a'•iO .: jo c: v d Zc1` O`er U . 'SrAVtli q .. -E M r•i q ai �M ri - N { { ro (c#+r+ a i F t NARRATIVE (Accompanying MOD 703 to Grant 106-7004-10) The transfer of CETA Title I funds which results from this Grant Modification will enable 107 youths who were enrolled in the In-School Youth Work Experience program to be continued through the summer months for a period of approximately fifteen (15) weeks. Each of these youth will work an average of twenty (20) hours per reek. These youth will also have access to the remedial education program and vocational exploration program which is available to youth who are enrolled in the SPEDY program. The shift of $76,080 from the category of Services to Clients to Work Experience, as indicated in the Budget Information Summary form, and the elimination of General Assistance-Employables as a Significant Segment on the Program Planning Summary form, will not alter the level of expenditure or the level of client participation planned under the Grant. The reason for requesting the transfer of funds follows. At the time the announcement was made in Contra Costa County newspapers that SPEDY enrollment applications ,could be received, both DOL and the Prime Sponsor assumed SPEDY carryover funds from 1976—and thus, the total amount of funds available for 1977--was $76,080 more than announced by DOL. The response to the newspaper announcements by economically disadvantaged youth was overwhelming and indi- cated that to provide a summer program below the level originally anticipated would be a disservice to:the county's low-income youth. The transfer of the $76,080 which is requested in this Grant Modification would restore the overall summer youth program to the originally intended level. As the Program Planning Summary (PPS) indicates, this Grant Modification removes General Assistance-Employables (GA-E's) as a Significant Segment group. This client group was originally included as a Significant Segment group because Social Service Department figures showed there wase a large enough number of GA-E's to merit special attention. Through the influence of the Social Service Department, this group was added as a Title I Significant Segment group. Three months of careful tracking and close communication with the Social Service Department has led to the conclusion that the number of GA-E's who have entered CETA as a result of a special effort by the Vocational Services Division of the Social Service Department and CETA Units is far below what was anticipated and below the level which would justify these clients being given the status of a Significant Segment group, Analysis of CETA Unit records also showed that persons classified by the Social Service Department as GA-E's and who were trainable and employable were coming into CETA Units of their own volition. * $11,447 remains in Services to fund 3 youth counselors 238 shifted to Administration from Services 63,250 shifted to [:ages from Services 1,145 shifted to Fringe.Benefits from Services $76,050 Total reallocation 01134 f In the Board of Supervisors of Contra Costa County, State of California July 26 1977 In the Matter of ACCEPTANCE OF FIVE HUNDRED DOLLAILE ($500.00) GIFT TO SHERIFF'S TRAILING LIBRARY FROM SHERIFF'S LADIES VOLULTEERS OF CONTRA COSTA COUNTY MIEREAS: The Sheriff-Coroner has accepted and deposited to the General Fund a gift in the amount of Five Hundred Dollars ($500) received from the Sheriff's Ladies Volunteers of Contra Costa County, and; AWMI AS: A stipulation was made by the donors that this gift was to be used to acquire books for the Sheriff's Training Library, and; IMEREAS: The Sheriff-Coroner and the County Administrator have recommended that this gift be accepted and used for the stipulated purpose. - THEREFOR: It is by this Board Ordered that this gift be accepted, and; It is further ordered that the Auditor-Controller is hereby authorized to transfer the sum of five hundred dollars ($500.00) from the General Fund to Cost Center 255 in the eriff-Coroner's budget as a supplemental appropriation for purchase of books during Fiscal Year 1977-78. PASSED by the Board on July 26, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of cc: Sheriff�Coroner Supervisor: Sheriffs Ladies Volunteers-p affixed this of 19 Auditor Controller otXc _2fithday July ZZ_ County Administrator * J. R. OLSSON, Clerk By ,► �•_(.t� ('� , Deputy Clerk Patricia A. sell 01135 H-24 i/7G Nm In the Board of Supervisors of Contra Costa County, State of California Tasty 1977 In the Matter of Authorizing Attendance at Seminar IT IS BY THE BOARD ORDERED that Kenneth Stephens, Public Works Dept., is AUTHORIZED to attend, at County expense, the school of instruction for maintenance and service of Idaho Norland Paint Striper, to be held in Paul, Idaho, from. July 31, 1977 to August 6, 1977. The purpose of the training is to insure the, continuous operation of this unique equipment recently purchased at a cost of $59,000. PASSED by the Board on — July 26, 1977 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Ori g• Public Works Witness my hand and the Seal of the Board of Supervisors cc: Public Works Dept. affixed thh 6th day of Ju119 77 Auditor-Controller CAO . fi. OLSSON, Clerk By n I t Deputy Clerk Patricia A. Bell H- 24 3/70 15m 01136 In the Board of Supervisors of "Contra Costa County, State of California July 26 .19 77 In the Matter of Authorizing Attendance at Seminar IT IS BY THE BOARD ORDERED that Bruce McLeod, Sheriff-Coroner's Department, is AUTHORIZED to attend, at County expense, the.Advanced Professional Polygraph Seminar to be held at Las Vegas, Nevada, from August S. 1977 to August 7, 1977. PASSED by the Board on July 26, 1977 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Originating Dept: Witness my hand and the seal of the Board of Sheriff-Coroner Supervisors cc: County Administrator affixed th'rl?-6th day of_ July . 19 77 County Auditor-Controller J.nR.-OLSSON, Clerk By ►J &AA ) Q Deputy Clerk Patricia A. Bell 01137 H-24 3/7,615m In the Board of Supervisors of Contra Costa County, State of California July. 26 :1977 In the Matter of Authorizing Suit to Recover Costs Due Contra Costa County IT Is B! TEM BOARD ORDEB£D that legal action be initiated in the Small Claims Court by the Auditar-Controller's Office against the following persons to recover the cost owed Contra Costa County: Bertha Buell Public Works $213.82 Danny Kevin Capstick Public Works $100.19 Puke Ray Erickson Public Works $124.20 Bobbie J. Frazier Public Wor'rs S 32.69 John Davis Galbraith Public Works $ 70.70 Donald James Gonzalez Public Works $406.55 Joanne Justice Public Works 3 59.72 Paul A. Moreno Public Works S 53.11 Marsha Lynne Perry Public Works $194.88 Douglas Stewart Robinson Public Works 3451.56 Joann Allen Smith Public Works $171.99 Diane J. Walton Public Works s 52.16 Sherman Davis Winship Public Works $ 59.72 PASSED by the Board an July 26, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of ccs Administrator Supervisors �= Auditor affixed this26th - day of July . 19 77 ,r. n J. R. OtSSON, Clerk Deputy Clerk H 24 1284 . 15 Patricia A. Bell 01138 A In the Board of Supervisors of Contra Costa County, State of California July 26 1977 In the Matter of RE: Authorize legal action to collect debts The County Counsel is hereby directed to take legal action against the following persons and in the following matters for money owing the County from damage to County property: Michelle Rene Gould Property damage $1.780.00 William Ubit Wallace Property damage 6 899.36 PASSED by the Board on July 26, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid Originating Dept:_ Auditor-Controller Witness my hand and the Seal of the Board of rs cc: County Administrator Superviso County Counsel affixed this26tbh day of July . 1977 ^ J. R. OLSSON, Clerk By I( [ (P ► T �1, 6M , Deputy Clerk ~ 24 12174 _ 154A Patricia A. Bell 91739 In the Board of Supervisors of Contra Costa County, State of California July 26 . 19 In the Matter of Report on Proposed Development of Tentative Map No. 4964 (Hidden Lakes Unit No. 3 located in the City of Martinez). The Board on June 14, 1977 having requested the County Planning Commission to review the tentative map of Subdivision 4964 (Hidden Lakes Unit No. 3 located within the City of Nartinez) and advise how the proposed development might affect adjacent unincorp- orated territory; and The Board this day having received a July 20, 1977 memorandum (a copy of which is attached hereto and by reference incorporated herein) from Mr. A. A. Dehaesus, Director of Planning, setting forth the Planning Commission's general observations and suggestions with respect to the following: 1. A proposed easement across a portion of the property for a hiking and riding trail; 2. Maintenance of the rural character of the area and protection of its creek area; 3. The proposed extension of Concord Boulevard from its present terminus east of the Contra Costa Canal at Pacheco westerly through the property to an extension of Morello Avenue in Martinez; and 4. Design of the subdivision; and Mr. Dehaesus having noted that a public hearing on the subdivision map application is scheduled before the Planning Commis- sion of the City of Martinez later this day and the Board might wish to transmit observations and suggestions of the County Planning Commission; and The Board having considered same IT IS ORDERED that Supervisor N. C. Fanden and/or a member of county staff is requested to attend the meeting of the City Planning Commission and present said views and suggestions. PASSED by the Board on July 26, 1977• 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc' Nr. J. P. Hauser Witness my hand and the Seal of the Board of City of Martinez Supervisors Director of Planning affixed this �Fr�day of ;;2 19� Public Works Director County Administrator _J. ft-OLSSON, Clerk By [w L f��=d%,f Deputy Clerk Helen C. Marshall 01140 H-24 4177 l Sm RE EIVED CONTRA G0%STA COUNTY J U L _O 1571 PLANNING DEPARTMENT 1. 4 CILF� CLM 50A;0 OF SUPC_W45= a co. TO: Board of Supervisors DATE: July 20, 1977 FROM: Anthony A. Dehaesus J SUBJECT: Hidden Lakes Unit No. 3 in Director of Planni {' The City of Martinez ,r At its meeting of July 19, 1977 the County Planning Commission reviewed Tentative Map No. 4964 (Hidden Lakes Unit No. 3), located in the City of Martinez, as requested in your Board Order of June 14, 1977. The property is located immediately north of the Contra Costa Golf Club, easterly of Highway 680 and the Contra Costa Canal in the City of Martinez and contains approximately 110 acres. The proposal is for a residential development of 132 single family detached residences, 100 zero lot line residential lots, and a 30-unit townhouse cluster for a gross density of approximately 40% of the property is shown as open space. The Commission's unanimous general observations and suggestions are as follow: 1) THE CALIFORNIA HIKING AND RIDING TRAIL. The map proposes an easement across the southern portion of the property for a hiking and riding trail that would provide a link between the Contra Costa Canal and the Vine Hill area. Since the state does not have a pre- cise alignment designated at this time, the Commission suggests that the tentative subdivision map be approved with the easement as shown. 2) MAINTAIN THE RURAL CHARACTER OF THE AREA AND PROTECT THE CREEK AREA. The property is shown on the Martinez General Plan for residential urban development at 6 to 12 units per acre. The County's General Plan indi- cates a high density single-family residential development for the property. The Commission felt that the area has been committed to urban development and that the design and balance of open space to development would maintain a rural appearance, protect the higher knolls and the creek at the northwest and cencer of the property. 3) CONCORD BOULEVARD EXTENSION TO The PROPERTY. The plan proposes an extension of Concord Boulevard from its present terminus east of the Contra Costa Canal in Pacheco westerly through the property to an extension of Morello Avenue in Martinez. The Comission Zu f'� �� 011 41 Board of Supervisors -2 July. 20, 7977 suggests that any approval of the map should be conditioned that Concord Boulevard be extended as shown. This suggestion'is based upon the fact that there will be public hearings before the County Planning Couniss- and the Board to .approve the final alignment of Concord`Boulevard and the precise location of the hiking and riding trail including noise attenuation measures. Further, the Commission's understanding is that the proposed location will be subject to environmental impact review and report. 4. DESIGN OF THE SUBDIVISION. The Commission feels that the design of the subdivision provides adequate and useable open space and a balance of needed housing types. The Commission does suggest, however, that there be a redesign to reduce or eliminate the number of lots fronting on Concord Boulevard. This subdivision map application is scheduled for a public hearing before the City of-Martinez Planning Commission on Tuesday evening, July 26th. .The Board may wish,- if you agree with the above, to forward these observations and suggestions to the 4ty`of Martinez. AAn:a 1 42 cc - Supervisor Fanden Public Works Director County Administrator J.P. Hauser i In the Board of Supervisors of Contra Costa County, State of California July 26 , 1977 in the Matter of - Urban Development Strategy. The Board having received a July 14, 1977 letter from Mr. Tim Leslie, Principal Legislative Representative, County Supervisors Association of California (CSAC), urging California counties to carefully review the draft of Urban Development Strategy prepared by the State Office of Planning and Research and to submit comments thereon to the CSAC Resources Committee prior to August 3, 1977; IT IS BY THE BOARD ORDERED that the aforesaid communication is REFERRED to the Director of Planning for review and preparation of suggested comments for Board consideration. PASSED by the Board on July 26, 1977. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. CC: Director of Planning Witness my hand and the Seat of the Board of County Counsel Supervisors Public k'ori:s Director affixed this36rhday of .Tij1 _ I97Z County Administrator --� R. OLSSON, Clerk `hr �. , �. Deputy Clerk Ronda ?.mdahl H-24 3/76 sm 1143 t In the Board of Supervisors of Contra Costa County, State of California July 26 01977 In the Matter of Requesting Investigation of Condemnation of Property, Brentwood Area. The Board having received a July 13, 1977 letter from 1r. Paul D. Ziemer, 823 Sunrise Drive, Brentwood, California 94513 requesting an investigation of alleged condemnation of properites located at 819 and 821 Sunrise Drive, Brentwood area; IT IS BY THE BOARD ORDERED that the aforesaid request is REFERRED to the Director of Building Inspection for report at the earliest possible date. PASSED by the Board on July 26, 1977• I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date oforesoid cc: Director of Building Witness my hand and the Seal of the Board of Inspection Supervisors County Counsel affixed this26th day of�_ July 19 77 County Administrator r J. R. OLSSON. Clerk By .-cl r ifl' i Deputy Clerk Robbie Cdtierr-bt 0114` H-243/:6 ism And the Board adjourw'. meet in;ad3ourned regular session on Thursday. July 28, 1977,at 9:30 a.m., in the Board Chambers. Room 107. .ConntY Administration Building,', Martinez. California w. N.`Boggess. alrman ATTEST: J. R. OLSSON. CLERIC _ duty F �M t i ry Y S 1 R f k c d t j' s SUM!iARY OF PROCEEDINGS BEFORE THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, JULY 26, 1977, PREPARED BY J. R. OLSSON, COUNTY CLERK AND E%-OFFICIO CLERK OF THE BOARD. Approved personnel actions for Community Services Administration, Medical Services and Social Service. Approved appropriation adjustment for Orinda Fire Protection District and internal adiustment for County Auditor-Controller. Adopted Ordinance No. 77-56 rezoning land in the Lafayette area, Planning Commission initiated, 1958-RZ. Authorized J. Port, Public Works Dept. , to attend hearings on Federal Water Resources Policy Study in Los Angeles, July 28-29, 1977. Endorsed the Emergency Energy Crisis Intervention Program and authorized the Office of Economic Opportunity/Housing Rehabilitation Counseling Program to certify eligibility for participation. Acknowledged receipt of a report from the Director of Personnel pertaining to County Group Health Plans for tom: 1977-1978 fiscal year and approved premium rates effective August 1, 1977. Introduced ordinance .increaseing Super•,risors salaries and fixed August 2, 1977 for adoption. Approved extension of time in whish to make adjustments in salaries retroactive to July 1, 1977. Denied the appeal of Messrs. B. Norris and B. Thomas, Public Works Dept. , from the Employee Relations Officer's denial of grievance. Fixed August 23, 1977 at 11:20 a.m. as time for hearing on request of Security Owners Corporation (2065-RZ) to rezone land in the Pleasant Frill area. Fixed August 23, 1977 at 11.00 a.m. for hearing on request of Discovery Bay Corporation (2115-RZ) to rezone land in the Discovery Bay area. Denied claim for damages filed by L.- Howard, Jr., and amended claim for damages filed by W. Olden. Authorized Public Works Director to refund cash deposited as surety for Land Use Permit 2113-74, E1 Sobrante area to J. Osteen. Authorized Public Works Director to temporarily close Central Street, North Richmond area, to repair timber abutments on Wildcat Creek bridge. Awarded contract to D.C.M. Construction for Newell Storm Drain Project, Walnut Creek area. 0114 July 26, 1977 Summary, continued Page 2 Authorized County Counsel to take legal action against M. Gould and W. Wallace for money owing the County from damage to County property. Authorized County Auditor-Controller to initiate legal action in Small Claims Court against persons to 'recover the cost owed the County. Authorized B. McLeod, Office of the Sheriff-Coroner, to attend the Advanced Professional Polygraph Seminar in Las Vegas� Nevada, August 5-7. Authorized R. Stephens, Public Works Dept., to attend the school of instruction for maintenance and service of Idaho Norland Paint Striper in Paul, Idaho, July 31-August 6, 1977. Accepted gift from Sheriff's Ladies Volunteers of Contra Costa County for Sheriff's Training'Library. _ Requested Supervisor N. C. Fanden and/or a member of county staff to attend the meeting of the City of Martinez Planning Commission and present views and suggestions regarding the tentative map of Sub. 4964. Authorized Director, Human Resources Agency, to execute contract with Macdonald Avenue Pharmacy for pharmaceutical services. Approved settlements and authorized Public Works Director to execute Right of Way Contract with J. Sutter for Oak Road Extension Project, Pleasant Hill area. Authorized Director, Human Resources Agency, to execute a contract with J. Stanton, M.D. for County Medical Services. Approved settlements and authorized Public Works Director to execute Right of Way Contract with C. Merritt for Oak Road Extension Project, Pleasant Hill area. Approved agreement with F. & B. Favaloro and W. & J. Snelson for private improvements in M.S. 122-76, Antioch area. Granted to D. Boone a one-year extension of time to file the Final Map for Sub. 4690, Orinda area. Accepted as complete private improvements in M.S. 123-75, E1 Sobrante area and 102-72, Pleasant Hill area. Accepted resignations from D. McDonald, G. Lazio and P. Davis from the Contra Costa County Advisory Council on Aging. As ec officio the Governing Board of Contra Costa County Storm Drainage District Zone No. 16 appointed H. LaMont Fluckiger as a member of the Advisory Board. Closed hearing and fixed August 2, 1977 at 11:25 a.m. for decision on request of J. Caroline, Jr. . and J. Van De Roovaart, 2116-RZ to rezone land in the Pleasant Hill BARn Station area. U � ` 4` ! I :uOTzOala i8ag znog.TM 'ZZ-jz we--V aOTnzaS S.unoO o. 'laza uog usg '1605 PL's 1061 .qnS 3o uo72sxauus pasodozd BuTnozdds '909/LL :uaTI go MTslO MOZ; uasua.slzg0 •Z pus u9su9.slzg0 •X Bu7ssalaz '909/LL 's8Tz7IT0s3 3u3m.aa.1Z MTZ9=1 p:�s masks uOTzoaTloo 02Bmas s 30 uoT.On22suoo 103 spiq 9n7aaaz oz *=,d 00:Z .a LL61 11 zagm9zd9S 2=x?3 '9T 'og .OTz.sTQ uoT2s37usS a.uno0 s2so0 szzuo0 3o pzsog SuTuzano� aq2 oT0T33o xa ss 'V09/LL -S.unoO alp 3o ssazs pazszodzoauT u.R.TM SIIogM pusT 3o sdem uo7sTaTpgns zo Taozzd ITs 29P=0a}j S.un00 ag. O. .Tmsup= pus S_t.Zaz 02 p.1sog aqz 3o xza10 aq. SuT209ZTP `£09/LL '6L61-LL61 zo3 saaSoldma pazuasazdazun pus 2uam98susm ao3 msz8ozd uOTzssuadmoo aqz ZuTnozdds 'Z09/LL :z7un s,S9uzo.zy .aizasTQ S.nd9Q aqz 103 uOT3PToossy s,Sau.1022y 20TzzsTQ S.ndaQ Sq pazuasazdaz seaSoldme 103 uOT.ssuadmoo 8L6T-LL61 $uTnozdds '109/LL :.Tun a0usu82uTvX 33sz0 aqz zOJ TT0un00 sapszZ uOT20nz2su00 pus BuTpling s.so0 sz3uo0 Sq pa.uasazdaz saaSOTdme zo3 uoT.ssuadmoo 6L6T-LL61 2uTnozdds '009/LL .I 'Of, Is001 'uOTlsTOossy sae4oldmg S.unoO s2so0 sz2uo0 Sq pazuasazdaz (s.Tun TI) saOSoldma 103 uOT3ssuadmo0 6L-LL61 8u7nozdds '66S/LL =h 'O.q uOT.szS pus S *ox uoT.szS zo3 2zngs24Ta io•S.TO moz3 paaQ mTBToZTnb SuT.daoas 'S.unoO szso0 sz.uo0 3o aoiz.sTQ uo7z0a2oza 9.173 %9TnzanTg ata 3o saozOaxw 3o papog aq. O70T33o xa ss '869/LL !uOTZs.s a-'q3 pa.spTlosuo0 zaMaO, aqZ 01 alzT. 30 za3susz. 203 20Tz2sIQ uo720azoza 9.173 M97az8nlg aq. O. paaa mTslo,Tna a2n0axe oz usm=TsgO $uTzlzogzns '20Tz2sIQ uoT20a3oza azT3 SzunoO s2so0 sz2uc0 aq. 3o s.1o3092TQ 3o pzsog aq. 0707330 x9 ss 'L65/LL 'sazs p200u00 'Ip pus A sessgd 's.uam9nozdml azTS 929TIoo a.1T3 3o uoT.onz2suo0 saaTdmoo s8 8ui2da00s '.OTz.sTQ uoT.Oa.oza azT3 S.unoO s2so0 szzuo0 aq. 3o pzsog 2uTuzano0 ag. OT0T330 xa ss '969/LL seas zauT.zsjj 'uoT.s.S Tana 92szs0 Iona zozojj zo3 20szzuo0 uoT2onzzsuo0 a2aldmo0 ss 8u72da00s '56S/LL `sazs S9Ixs0 '9L-ZZI 'S'N 203 Ozolsns3 '3 gzTM 2u9maaz8s 8u7nozdds 'V65/LL :sats spuTzp '££8£ 'qnS ul 88 Pus Z8 szol uo .uamasza a8suTezp 3o .uamaopusgs pasodozd uO 2u7zsaq zoo -m-s MOT za LL6I '9 zagma2d9S 2uTxT3 '£69/1L azdo auo a . o. o zua ua !6pn2S Pagsza.sM uomsg usS '.OaCoza P Py g£ Z q E H my uo BuTzsag zo3 •m•s 09:01 .s LL6T '9 zagma.dsS 8uTx73 '20Tz2sIQ uoT3snz8suo0 za.sM pus loz3uo0 pool3 S.unoO s2so0 sz2uo0 aqz 3.o saosTezadnS 3o pzsog aqz o7oT;7o xe ss 'Z69/1L 'sazs a.uszgoS IZ 'L9LV •gnS.aoj P-TvITV 'K ggTm zuamaazfs pus d-em $uinozdda 'I69/LL !zOTTsq PaTTsm Sq uomaoaTa assaaouT ersz xs2 mnmTxsm s zo3 SuTTIso pus sass SaIXsO 100£ sazy a3su-maa 3o uo7zsmzo3 pasodozd uo SuTzBag 203 •m•s SV:OT zs LL6T 191 zsn8ny 9uMg zaTzzsTQ uoT.snzasuo0 zazsM pus loz2uo0 pool3 SzunoO s2so0 eazuo0 =a ssosinzadnS 3o pzsog aqz OT-DT;-0 xa ss '06S/LL .saga o0ag0sa 'OL-07T 'S-X IIT s.uamanozdmT a.aTdm= ss 2ui2da00s '689/LL :sazg puomg07h 'zOaCozd .uamanozdml 92plzg anuany xzsa zo3 spiq anTazaz oz •m•d 00:Z zs LL61 'SZ .snBny 2uixz3 '885/LL :sazs allTnusQ '209COld 2;TuBPTM Pzanalnog aTTTnusQ zo3 spiq an7a0az o, •m'd 00:Z zs LL61 'SZ zsn2nV $u7x?3 'L89/LL :suoT2nlos9z pazagcnu 2uT.moll03 aqz pa.dopd £ a2sa penuT.uOO 'S�-zm S LL61 '9Z STnf ' s*AIL. — a } July 26, 1977 Summary continued Page 4 77/60', fixing September 6, 1977 at 10:35 a.m. for hearing on Maguire Boundary Reorganization, Port Costa area (concurrent annexation to County Sanitation District No. 5 and County Service Area L-46) ; 77/608, fixing August 25, 1977 at 2:00 p.m. to receive bids on South Danville Storm Drain; 77/609, 77/611 and 77/612, authorizing cancellation of tax liens on property acquired by public agencies; 77/610, authorizing cancellation of uncollected penalty and interest on Assessment reduced by Assessment Appeals Board/Officer; 77/613 through 77/615, authorizing changes in the assessment roll; 77/616, approving Delta Advisory Planning Council operating budgets for the period of February 1, 1977 to June 30, 1977 in the amount of $21,000; 77/617, approving Delta Advisory Planning Council operating budgets for the period of July 1, 1977 to June 30, 1978 in the amount of $35,870; 77/618, accepting work and final contract costs for installation of reflective pavement markers by Riley's Striping Service in Assessment District No. 1973-3, San Ramon area. Adopted Ordinance No. 77-67 establishing exempt classification of Manager of Airports. Directed County Counsel to prepare a resolution to effectuate the vehicle code in Diablo Country Club area to aid residents with traffic related problems. Fixed August 2, 1977- for adoption of ordinances approving requests of C. , Y. and M. Thompson (2121-RZ) to rezone land in the Knightsen area; Arnold and Ferguson (2117-RZ) to rezone land in the Vine Hill/Martinez area; R. A. Vail & Associates (2104-RZ) to rezone land in the Knightsen area and recommendation of the Planning Commission (2047-RZ) to rezone land in the West Pittsburg area. Fixed August 2, 1977 at 11:25 a.m. for decision on hearing of J. Caroline, Jr. , and J. Van De Roovaart (2116-RZ) to rezone land in the Pleasant Hill BARTD Station area. Approved application of J. Schireck for transfer of location of cardroom license from Trails End, Pacheco, to 2324 Old Crow Canyon Road, San Ramon, and increase in number of tables and length of hours of operation. Approved application of J. Schireck to extend hours of operation and number of tables at his cardroom, Outpost Saloon Clubroom, Pacheco. Adopted proposed budgets for county fire protection districts for fiscal year 1977-1978. Fixed August 16, 1977 at 1:30 p.m. for continued consideration and discussion of 1977-1978 proposed budges for County Special Districts and County Service areas. July 26, 1977 Summary, continued Page 5 i . Approved recommendation of Director of Planning to refund park dedication fees paid by W. Lyons in connection with building permits for parcels in the Brentwood area. Referred to: Public Works `director, bids for the Alhambra Valley Road Inter- section Modificar' in Project, Pinole area; Director of . . i.lding Inspection for report, request of P. Ziemer for investigation o.-L* alleged condemnation of properties in Brentwood; Director of Planning for review, letter from County Supervisors Association of California re urban Development Strategy; Director of Planning- and Contra Costa County Development Association, notice from State Business and Transportation Agency advising that site proposals for a Japanese auto plant in California should be submitted no later than August 15, 1977; Director, Human Resources Agency, letter from U.S. Dept. of Labor, noting that County did not achieve its June 30 hiring goals called for in the CETA economic stimulus program and urging that action be initiated to ensure that the July 30 hiring schedule is met; Public Works Director and-Health Officer, letter from W. Lebo transmitting material related to Lebo Process and facility for composting septage and inviting County review of said operation; Housing Authority of Contra Costa County and Director of Planning, letter from U.S. Dept. of Housing and Urban Development announcing the availability of supplemental allocation of funds for fiscal year 1977 to be used for funding conversions of Section 23 units to Section 8 Existing; Local Agency Formation Commission and Public Works Director, request of Bryan & Murphy Associates, Inc. , that Sub. 4932, Danville area, be annexed to an appropriate county service area for maintenance and operation of street lights; County Auditor-Controller, resolution adopted by the Board of Directors of the Central Contra Costa Sanitary District fixing the 1977-197--- tax rate required for district. Exercised option to extend two-year lease with E. Dunivan for continued occupancy by County Clerk, Elections Division. Amended Board order dated May 24, 1977, concerning the execution of certain CETA contracts to indicate that such contracts may be executed by the Director, Human Resources Agency, or his designee. Authorized Auditor-Controller to transfer the June 30, 1977 balance in the Treasurer-Tax Collector Cash Overage Fund in the amount of $26.73 to the County General Fund. Approved submission of a grant application to the Federal Office of Child Development for demonstration of new approaches to mental Health Services in the Head Start Program. Authorized Director, Human Resources Agency, to submit revised budget to State Dept. of Aging for fiscal year 1977-1978 Area Agency on Aging Program, reflecting additional federal funds to be received by the County. Ox 146 July 26, 1977 Summary, continued Page 6 Authorized Public Works Director to execute Amendment to Architectural Services Agreement with Cometta and Cianfichi of Richmond for design of alterations to the Veteran's Memorial Hall in Danville. Authorized Director, Human Resources Agency, to donduct contract negotiations with various service providers under specified terms and conditions for consideration and approval by the Board. Adopted order to hold harmless the City of Walnut Creek with respect to liability arising from assignment by the Walnut Creek-Danville Municipal Court of Juveniles to work details on city streets and property. Approved relation Assistance claim from A. Mulligan re Center Avenue, Pacheco. Approved Traffic Resolution No. 2352. Approved Occupancy Agreement with Bryan McDonald for maintenance of County-owned property. As ex officio thr Board of Supervisors of Contra Costa County Flood Control and Water Conservation District, authorized Public Works Dept. staff to initiate acquisition proceedings re acquisition of property required for a portion of future U.S. Array Corps of Engineers sponsored Flood Control Zone 3B Project on Pine Creek. Authorized refund to Raisch Construction of cash deposited to insure completion of minor deficiencies in Sub. 4087, San Ramon area. Approved extension to agreement with San Ramon Valley Unified School District re County Service Area R-7. Accepted Indenture from Southern Pacific Transportation Company for storm drain facilities. Approved Deferred Annexation Agreement with V. Pato, et al, for M.S. 206-76, Oakley area. Accepted instruments from V. Pato, et al, for M.S. 206-76, Byron Sanitary District and Masamitus Ranigaki, et al, for M.S. 140-76. Accepted Offer of Dedications from V. Pato, et al, from M.S. 206-76 and M. Famigaki, et al, for M.S. 140-76. As ex officio the Board of Supervisors of the Contra Costa County Storm Drainage District, referred to the Public Works Director for review and recomendation bids for Lines A-3 and A-4 Corte Ph canto Storm Drain, Danville area. Approved recommendations of Finance Committee with respect to creation of additional Superior Court judicial positions and increased filing fee for court actions from $16 to $17. 01149 WIN, July 26, 1977 Summary, continued Page 7 t � r Authorized Chairman to execute the following: State Dept. of Aging Contract Amendment A036-73-2 for Social Service/Area Office on Aging for fiscal year 1976-77; Agreement with Tesseract Corporation to assist County Data Processing personnel in developing and implementing new computer scheduling and control procedures; Release of Abatement Lien to H. Hilday and 0. Jimison; Modification ;`703 to County's CETA Title I Manpower Project Grant for federal Fiscal year 1976-77 to shift funds to allow for provision of summer employment for youth; Agreement with N. Ashford, L. Stratton and D. Johnson for Foster Home Development Training; Agreement with Apollon Research, Inc. to increase existing CETA Title I contract; Agreement with Environmental Science Associates to prepare EIR for Subdivision 5045, Danville area; Agreement with Environmental Science Associates to prepare EIR for Subdivision 5065, Lafayette area; Agreement with Ambrose Park and Recreation District for 3rd Year Community Development Program Projects Nos. 23 and 45; Agreement with Great Western Savings and Loan Association for Housing Rehabilitation Program, loan servicing; Agreement with Volunteer Bureau of Contra Costa County for Court Referral Program; Agreement with San Ramon Unified School District for the cooperative project of relocating Love Lane and -widening Danville Boulevard concurrent with general improvements of San Ramon High School in Danville. Authorized Chairman to send telegram to Secretary of Transportation urging that Hoffman Freeway be declared an interstate freeway so that it might be eligible to receive 90 percent federal funding for reconstruction project, Richmond area. Authorized Chairman to approve population estimates for fiscal year 1978-1979 developed by the County Probation Dept. for state subvention purposes. Authorized Chairman to sign letter directed to U.S. Dept. of Housing and Urban Development to verify Federal Section 8 Existing Housing Subsidy application submitted by the Contra Costa County Housing Authority to be consistent with County Housing Assistance Plan. As ex officio the Governing Board of -the Contra Costa County Water Agency, authorized Chairman to execute Amendment No. 1 to Agreement for Consulting Services with F. Tarp, Ph.D. Adjourned to meet Thursday at 9:30 a.m. in adjourned regular session. r s July 26, 1977 Summary, continued [Page 8 SUMMARY OF PROCEEDINGS BEFORE THE BOARD OF SUPERVISORS OF CONTRA COSTA COMM, JULY 28, 1977, PREPARED BY J. R. OLSSON, COUNTY CLERK AND EX-OFFICIO CLERK OF THE BOARD. .Met in regular session, recessed at 10:30 a.m. to meet in Executive Session at 11:00 a.m.' in. Room 108 to-discuss- personnel matters and reconvened at 12:12 p.m. in the'Board, Chambers to adjourrC to;meet in regular session on Tuesday, August 2, 1977 at 9:00 a.m. ' in the Board Chambers. a- M 1 AM w any w J Y mJ ! _ 1 S ; l- The , 'following documents SAW= of 1149,pages: MAN Mos 3 r i , RENO r � rtY 'r 1✓ s (' r { Cr �MIS Y rY :r a $ � .�e .-*fix" y.r C 4 y� Vol moms 4 � 1• Y