Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
MINUTES - 09271977 - R 77L IN 2
1971 ' E P T E PAI ER'- . t TUESDA f } i i Architect' s approval. The Architect may require the removal and replacement of any unapproved materials or equipment installed. All materials shall conform to the published requirements of the Underwriters' Laboratories , Inc. , and shall bear their label wherever they have established standards and regularly furnish label service. 6. EXAMINATION OF SITE: The Contractor shall be held to have examined the site and compared it with the specifications and to have satisfied himself as to the conditions under which the work is to be performed. He shall be held responsible for all existing conditions, whether or not accurately described. No allowance shall subsequently be made on his behalf for any extra expense to which he may be put due to failure, or neglect on his part to make such an examination. 7. EXCAVATING AND BACKFILL: Refer to Division 2, Section 2a EARTHWORK 8. FURRING AND CONDUIT SPACES: All conduit and wires concealed, unless otherwise specifically shown. Keep all work within the spaces provided in the design of the building. Should other openings or spaces be found necessary, notify the Architect in time to prevent unnecessary cutting. 9. CUTTING AND REPAIRING: Do all cutting necessary for the installation of the work of this division. Cut only with the Architect's approval and conform to the requirements of Division of Carpentry and Millwork. Do not notch structural members for passing conduits. Repair as required by the Architect. a) all structural damage resulting from cutting (approved or unapproved; b) all damage to work of other divisions. 10. DEFECTS AND/OR OMISSIONS: The correction of defects and/or omissions evidenced within the period of responsibility is outlined under the GENERAL CONDITIONS of the specifications and is included as part of this work. 11. CLEANING AND PAINTING: Thoroughly clean all conduits and equipment. in s e coats of paint specified in Division 9, Section 9b PAINTING. 12. TESTS: a) The entire installation shall be free from short circuits and improper grounds. ELECTRICAL 16A-4 7633 011504 111 . b) Test all feeders by means of a 500 volt megger, after cable is connected to panels. Furnish Architect with copy of all meter readings before power is applied. The use of a buzzer for testing will not be acceptable. c) Test panels and circuits by means of a megger for grounds and shorts, with mains disconnected from feeders, branches connected and switches closed, all fixtures in place and permanently connected, lamps removed or omitted from the sockets and all wall switches closed. d) Test each individual circuit at the panel with equipment connected for proper operation. e) Ground tests shall meet the requirements of the National Electrical Code. f) Upon completion of the work, make a final inspection and operate equipment under normal conditions, to the satis- faction of the:Architect and other interested authorities. g) Make all tests in the presence of the Architect or his representative. MATERIALS AND EXECUTION le SLEEVES: Install "AdJust-O-Crete" sleeves wherever feeder conduits pass through concrete slabs or walls. No conduit shall pass through a concrete beam except where specifically shown on the drawings. Calk clearance between sleeves and feeder conduits with oakum and seal with mastic where below grade or through first floor slabs. 2. ELECTRICAL SERVICE: Underground service conduit from the existing Flood Control Building to the new structure shall be installed as indicated on the drawings. Distribution will be 120/208 volts, three phase, four wire, star. 3. GROUNDING: a) General. Equipment , raceways, reinforcing steel, and neu- tral in the low voltage system within the buildings shall be grounded to the water service lines. Connections shall be made with the following Burndy fittings, Ilsco, or equal: Cable to water pipe Type GAR Cable to ground rod Cadweld or Thermoweld Cable to box or cabinet Type QAB Cable to cable, in grid Cadweld or Thermoweld ELECTRICAL 16A-5 ?633 005()5 112. b) The connection of the bare cable to the ground rods shall be made in a ground well as shown, accessible for test purposes. Resistance to ground shall not exceed 5 ohms, as measured by either the "Fall of Potential" method or by direct reading ground resistance. 4. TOGGLE SWITCHES a) Ratings of toggle switches - 20 amperes at 277 volts. . All switches specification grade. Manufacturer' s names are used to establish standards of design and quality. TYPE HUBBELL A & H Single Pole 1221-I 1991-I Three way 1223-I 1993-I Double 1222-I 1992-I Lock 1221-L 1991-L Motor Thermal Switches Flush or Surface 28211 b) All lock type switches shall be keyed alike. Furnish one key for each lock switch installed. c) Thermal switches for protection of single phase , fractional horsepower motors: A-H No. RL-21-U, or equal . d) Safety Disconnect Switches: Square D Type ND, 600 V; Westinghouse, General Electric, or equal; of proper size and rating, capable of being padlocked in "On" or "Off" position. Nonfused unless otherwise shown. Hussmann Dual Element Fusetron time delay type fuses. NEMA-1 or NEMA-3 enclosures as required. e) Weatherproof Swtiches: Crouse-Hinds DS 185 covers; Appleton, Pyle-National, or equal. f) Disconnect Switches: Furnish and install all motor and other disconnect switches shown or required by state, national, or local codes. Type of disconnect shall be determined by requirements of load unless otherwise specified, and shall be either a Square D Co. Type KG-1 (surface), KS-1 (flush) , or KW-1 (weatherproof) motor starting switch, or a Square D Co. Type H-300 line heavy-duty horse power rated safety switch (NEMA 1 or 3R as required) , or Westinghouse, General Electric , or equal. Voltage and current rating shall be as shown or required. ELECTRICAL 16A-6 7633 • 00506 113 5. RECEPTACLES: Receptacles as specified below: a) Duplex - 15A.., 125 volts, 3 pole grounded type, Hubbell No. 5262-I, or A&H. b) Receptacle Caps - Furnish and deliver to the Owner for all outlets in the amount of 50% of the total number of duplex receptacles installed. C) Special outlets shall be as indicated on the drawings. 6. WALL PLATES: Wall plates for toggle switches, wall recepta- cYesrltelephone outlets, etc. - stainless steel, satin. finish, Hubbell 93000 series, or A&H 93000 series. 7. FLOOR OUTLETS: a) Floor outlets for 120V receptacles shall be Walker Series 513. b) Floor outlets for telephone requirements shall be Walker . and sized as needed for individual locations. S. TELEPHONE - POWER POLES: Material shall be galvanized st-e-el- with bakedename finish. Poles shall be a minimum size of 1-3/4" by 1-1/4" with separate sections for power and telephone circuits and be installed in accordance with mannfacturer' s recommendations. Color as selected by Architect from standard colors furnished by manufacturer, Wiremold 21TP-2. 9. PLUGMOLD: Material shall be galvanized steel with baked enamel —finish. Receptacle enclosure shall be a minimum size of 1-1/4" by 7/8" with single 120V, 3 wire grounded rectacle mounted on 24" centers. Color buff or gray as selected by Architect . Wiremold 2100. 10) CONDUIT AND FITTINGS: Manufacture: Electrical fittings, etc. , shall be Thomas & Betts,. Steel F City, Appleton , OZ, or equal. For convenience only, one name • or number is used herein to indicate type and quality of item or product required. ' ELECTRICAL 16A-7 7633 00,15 tl 114'. Materials a) Rigid Conduit : May be either steel or aluminum type as specified. 1) • Steel: Conduit: Full weight, threaded, hot-dip galvanized. Bushings : T&B series 222, insulated; T&B 3802 series, grounding; or equal. 2) Aluminum: Conduit: Extruded 6063-T41 aluminum allow with one- tenth percent (0. 10'0 max. copper content . Bushings: T&B series 122; T&B series 3802 , grounding; or equal. b) Electrical Metallic Tubing: 1) Tubing: Hot-dip galvanized or sherardized. 2) Connectors: Compression type with insulated throat; T&B series, or equal. 3) Couplings: T&B series 5120 or equal. c) Flexible Metal'.Conduit : T&B Series 3110, insulated; or equal. Liquid-tight Flexible Metal Conduit : Complete with grounding wire liquid-tight insulated connectors. d) underground Duct : Johns-Manville Transite "Korduct" , Carlon Type A (thin--wall) polyvinyl chloride, or equal, as manufactured by Stauffer Chemical, AMCO, or equal. 1) For Transite Ducts. Couplings shall be plastic with tapered joints. Ninety-degree and 45-degree bends shall be made with elbows of 36-in. minimum radius; lesser bends shall be made with five-degree segments. 2) For PVC Ducts. Couplings shall be PVC, sealed with solvent cement. Bends of 30, 45, 60 and 90 degrees shall be manufactured. Lesser bends shall be made by heating with hot air or other approved means and bending duct to a minimum radius of 36 in. , without flattening or loss of X-section. ELECTRICAL 16A-8 7633 115 3) Factory coat with silicone interior surfaces of metallic conduits and elbows. e) Rigid Standard Galvanized Steel : Galvanize per applicable ASTM standards. 11. SHEET STEEL OUTLET BOXES: Standard galvanized one-piece knockout boxes of shape best suited to particular location. Concrete type where outlets are installed in concrete, or depth which will avoid interference with reinforcing bars and conduit runs. Boxes not less than 4" X 4" R 1-1/2" deep , unless otherwise specified herein or shown on drawings. Furnish outlet boxes installed in hollow walls with device rings. a) Cast Metal Boxes: Crouse-Hinds condulets; Appleton; Pyle-National; or equal; complete with box covers of same material as box; neoprene gaskets and threaded connections. b) Junction and Pullboxes: Standard outlet boxes where possible, otherwise code galvanized steel of required size with covers secured by cadmium plated machine screws 8" on centers. Finish with dichromate primer and two coats of hammertone grey enamel. c) Concrete Boxes: Precast , reinforced, size and type as shown;Christy; Brooks; or equal. 12. CONDUCTORS: a) Branch Circuits - In or under slabs or earth, type TW copper, 600 volt insulation. b) Branch Circuits - shall not be smaller than No. 12 color- coded as follows: 1) A-Phase - black 2) B-Phase - red 3) C-Phase - blue 4) Neutral - white c) Feeders_ - Copper, type TM, copper, 600 volt insulation. 13. WIRE AND CABLE CONNECTORS: a) One piece, self-insulated, compression type for No. 10 and smaller wire. b) Color-keyed, compression connectors , for No. 8 and larger conductors. ELECTRICAL 16A-9 ?633 00509 116. ,c) Insulate all 120/208V splices with two layers of rubber tape at half lap and two layers of friction tape at half lap. . d) Cover joints in wet locations with two layers of weather resistant tape at half lap and two coats of flyptol paint. 14. CONDUIT SUPPORTS AND HANGERS: gindorf , Unistrut ; or equal. 15. SHEET METAL - For Cabinets for Switchboards , Panelboards, and Pull Boxes; Galvanized sheet steel; with protective priming coat and finish coat of enamel on all sides ; both' inside and outside of cabinets and boxes; not less in thickness than National Electric Code standard for dimensions of cabinets. 16. FACE PLATES AND TRIMS FOR SWITCHBOARDS AND PANELBOARDS: Stretcher-leveled sheet metal. 17. DISTRIBUTION, LIGHTING, EQUIPMENT AND BRANCH CIRCUIT PANELBOARDS : a) Panelboards shall be furnished complete with mounting, number and sizes of circuit breakers, and spaces for future circuit breakers as shown on the schedules on the drawings. Circuit breakers shall be Square D Co. , Westinghouse, General Electric, or equal. Panelboards shall be type as shown on the drawings by Square D Co. type numbers. . b) Branch Circuits. Each branch circuit shall have a permanently fixed number. Provide a typewritten direc- tory mounted in a frame with clear plastic cover on inside of cabinet door showing circuit numbers and a complete description of all outlets controlled by each circuit breaker. Configuration of directories shall be• the permanent numbers (not plan numbers) of approved room names. Submit draft of each directory for approval of text prior to installing final copy in panelboards. c) Box. Boxes shall be fabricated from code gauge galvanized steel. Doors shall be mounted with concealed hinges and provided with combination spring latch and lock. Trim shall be fastened to the cabinet by means of adjustable trim clamps. All bus connections shall be bolted. Trim of flush mounted panels and trim and box of surface- mounted panels shall be finished with one coat of primer and one neutral color flat coat . Supports for trim, or parts of trim, shall not be located in the gutter spaces. Trim supporting door shall -be cut from one piece of sheet metal. Panelboard fronts for panels and flush latches shall be Square D Co. type "MONO-FLAT" , Westinghouse, General Electric, or equal. All panelboards shall be minimum 20" wide, 5-3/4" deep . ELECTRICAL 16A-10 7633 0015111 X17. d) Filler Plates. Filler plates in section of trim over breakers shall be securely mounted; "snap-in" filler plates will not be acceptable. e) Gutter. Gutter space shall be provided in panels to allow installation of the wire and feeder cables without crowding. Bus connections shall be through-bolted or made with approved clamps. Main lugs shall" be sui.t•able for both copper and aluminum connections. f) Lock-On Devices. Lock-on devices shall be provided on the handles of panelboard circuit breakers serving heating controls, automatic alarms and other devices than should not be shut off , to lock the breaker in the ON position. The device shall prevent the circuit from being turned off , but shall allow the breaker to trip on overload. Provide means for locking any circuit breaker in the OFF position by means of a-2 dlock. g) Busses. Busses shall be copper, parallel in the same , plane, independently and rigidly supported on insulators to withstand 40,000 amperes symmetrical short circuit current . Insulators shall be Melamine or equal material. h) N=eplate. Provide nameplate for each panel. Nameplate shall be of gray Lamicoid or equal, engraved letters 1/4 in. high, screw mounted. Lettering shall show panel number and voltage. . J) Su orts. Panels shall be supported by studs not less than 5/16 in. in diameter, welded to the back of the box. Bolts shall be equipped with double nuts for ad- justing position of panel. J ) Re in All panels shall be keyed alike per standard key system. k) Circuit breaker shall be furnished as scheduled. All multipole breakers shall be single toggle , common trip (no handle linkage accessories) . All necessary mounting hardware and bussing shall be furnished in the panel for all spaces indicated on the drawings. Panels shall bear the U.L. label. 18. FUSES: Equip all fuse holders and switches with fuses of the proper size and type. a) ' Enclosed fuses shall be Bussmann Dual-element Fusetron , or equal. b) Replace fuses blown during testing before final acceptance. ELECTRICAL 16A-11 7633 19. ELECTRICAL FIXTURES: a) Furnish and install electrical lighting fixtures complete and ready for service in accordance with the fixture schedule on the drawings. Submit type and finish of all fixtures for the Architect's approval before f ixtures are ordered. b) All ballasts shall be high power factor type , CBM and ETL approved. The ballast shall be "A" sound rated with Class "P" thermal protection. c) Fixture designs are indicated on drawings by type letters. Catalog numbers designate acceptable type. d) Wiring within fluorescent fixtures shall be Type RHH. e) Recessed incandescent fixtures shall be installed in accordance with manufacturer' s recommendations , using plaster rings securely fastened to ceiling structure with wood screws. f) Glassware in recessed fixtures shall be securely fastened to hinged trim frame so as to avoid any accidental dislodgement. g) Furnish and install incandescent 3amps, inside frost , and fluorescent lamps, standard cool v4hite, of sizes indicated for all fixtures and all lamp holders. h) Support all recessed fixtures in suspended ceilings by a x`12 gauge galvanized wire from each corner of the fixture. 20. MOTOR AND CONTROLLERS: a) All electrical motors and controllers will be furnished and motors set in place under other divisions of the specifications (Division of Heating and Ventilating , Division of Miscellaneous Equipment ,. Division of Plumbing) . 1) Furnish and install externally operated switches where shown or required, run all conduit and line voltage wiring to motors and connect all magnetic starters, pushbutton stations, motors, controls, etc. furnished under this or other divisions of the specifications. 2) Check for correct rotation of motors. b) Refer to the mechanical drawings and specifications for information concerning motors , control apparatus and diagrams. ELECTRICAL 16A-12 ?633 119. c) All wiring of equipment shall be done in accordance with the heating equipment manufacturer' s recommendations and diagrams. 21. TELEPHONE : Provide conduit for telephone circuits , with out- let boxes and necessary fittings conforming to the utility company' s requirements. Wall outlets shall consist of standard outlet boxes with telephone plate, and iron wire in each conduit to facilitate pulling-in of telephone wires by the utility company. 22. GENERAL NOTES FOR ELECTRICAL SYSTEM: a) The electrical drawings indicate the general arrangement of electrical systems. Where necessary to deviate from this arrangement to meet construction conditions, or for other reasons, the required changes shall. be made without additional cost . The location of outlets as shown is diagrammatic and approximately correct , but they shall be accurately located in the building with respect to doors, partitions, pipes, cabinets, and other features of the finished work. 1) The right to move any outlet 10 feet is reserved by the Architect. 2) Give particular attention to the locations of ceiling outlets with relation to acoustical materials and other ceiling patterns. 3) Fixtures shall be installed in centers of acoustic tiles. 4) Take all measurements and locations of doors , parti- tions, etc. from the architectural drawings and verify at the building. b) The electrical drawings indicate generally the routes of all branch circuits pulled in each conduit . 1) Circuit tags show the number of the circuit and panel to which it is connected. 2) Provide E-Z Code wire markers on all circuit wires in panels, "J" boxes and outlets for identification. 3) Circuit tags have been omitted from the drawings where they are not necessary for clearness. 4) All runs to panels have been indicated as starting from the nearest outlet and point in the direction of the panel . ELECTRICAL 16A-13 7633 .O1.lX 3 120. 5) Run all such circuits and conduits continuous to the panels, as though the routes were completely indicated. C) Identify all distribution panelboard circuits , time clocks , externally operated switches , and apparatus used for the operation or control of circuits, appliances or equipment with descriptive engraved phenolic nameplates, which shall be approved by the Architect before being applied. No card holders or glued labels. 23. . INSTALLATION OF CONDUIT: a) General 1) All wiring for lighting and receptacles shall be in rigid metallic raceway system in stud walls and furred ceilings. 2) Conduit System: Concealed except as shown or specified on drawings. Exposed shall be only as approved by Architect prior to installation. 3) The term "conduit" as used in these specifications refers to rigid conduit , electrical metallic tubing, non-metallic duct , flexible conduit , or watertight flexible conduit. b) Conduit - Typical: 1) Install in a manner as hereinafter specified, rigidly secured in position without sagging, by means of pipe clamps or metal cleats. 2) In making joints, conduits shall be cut , threaded and smoothly reamed. c) Underground Conduits: 1) Asbestos-Cement or Rigid Steel, with a 3" concrete envelope and a 3" concrete separation between all conduits. Asbestos-cement or composition duct shall not be installed under buildings. Refer to drawings. 2) Wrapped rigid galvanized steel conduit shall not be encased in concrete. 3) Install an insulated ground conductor where required for power systems. ELECTRICAL 16A-14 7633 V '3 121. 1 4) Excavate trenches for all underground conduit to depth shown. Where depths are not indicated, bury conduits not less than 30" below finish grade. Grade trenches so that conduit lines will drain to exterior pull boxes with a fall of not less than 3" per 100 feet . Refer to Article herein titled CONCRETE FOR ELECTRI- CAL WORK. 5) All conduits installed in or on sand or gravel fill under slab on grade shall be rigid steel, with a 2" concrete envelope, or rigid wrought iron without concrete. d) Type of Conduit : 1) Rigid steel conduit for interior feeders, subfeeders, wiring in concrete walls and floors, underground and exposed work. 2) Rigid aluminum conduit may be used, at Contractor' s option, for all locations except in the ground floor slab, in wet or damp locations, or in direct contact with earth or concrete. 3) All other wiring may be in electrical metallic tubing. 4) Use flexible conduit only for connection of recessed lighting fixtures, motors and -heating and ventilating controls. e) Concrete for Electrical Work: 1) Non-metallic raceways shall be encased using 2500 psi concrete having maximum aggregate size of 3/411 and minimum thickness of 611 , unless shown otherwise Where outside of building lines, install with top of concrete 30" minimum below grade or as shown. Con- crete for encasement of underground electric ducts shall be colored red by addition of four pounds of natural bright red oxide pigment ; P-C Permacolor; Konset Permatint , or equal, for each sack of Portland cement in the concrete mix. Where extended above grade or above floor, install an adapter fitting on the non-metallic section and attach rigid steel gal- vanized or sherardized elbow thereto. Firmly anchor conduit elbow in duct envelope. 2) Concrete shall be placed and compacted sufficiently to fill all voids and spaces. Allow to harden before commencing any covering backfill work. ELECTRICAL 16A-15 7633 0051) ,;: ... 122 f) Flashing: All conduit going through the roof shall be flashed and counter flashed with 4# sheet lead. Flashing shall extend a minimum of 8" on all sides from the riser. This flashing is to be made waterproof to the Owner's satisfaction. 24. INSTALLATION OF OUTLETS: a) All fixture, switch, telephone, signal and receptacle outlets shall be of the shape best suited to the particular location and of sufficient size to contain all wires and connections without crowding. 1) Use deep boxes for one inch conduit and larger. 2) Mounting heights are to be to the center of the outlet , unless otherwise noted. 3) Provide wood blocking behind each outlet box. , b) Fixtures outlets shall be complete with plaster rings, ears drilled and tapped, and 3/8" fixture studs. 1) Install outlet box hangers at each lighting outlet, ceiling and bracket . 2) Installation shall be in accordance with National Electrical Code. e) All switch and receptacle outlets shall be in one piece standard or gang switch boxes with suitable covers . Switches and receptacles in exposed areas shall have 4" square boxes and 1/2" raised cover. d) Install convenience outlets in standard boxes with single gang covers. Center of box 12" from finished floor, or directed otherwise, or where location of cases, counters, or other equipment require a different mounting height . 25. INSTALLATION OF WIRE: a) Do not draw wire into any conduit until all work of any nature that may cause injury is completed, and conduits are free, smooth and dry. 1) Use no blocks, tackle or other mechanical means for pulling wires or cables. 2) Avoid damage to insulation of .wire. ELECTRICAL 16A-16 ?633 000. 123. b) Do all wiring with identified neutrals. C) Sake splices on outlet boxes by solder and tape method with separate tails of correct color. �■ 1) Leave not less than 8" of tails after splice is made up, taped, painted and then packed in outlet box. e Z) Tape each splice with rubber tape equal in thickness to the insulation. 3) Follow with an outer covering of Scotch No. 33 tae. 4) The use of Buchanan or Scotch-lok connectors and insulating covers will bepermitted. s ELECTRICAL 16A-17 ?633 t .0051'7 124 - 1;^�"6"^f' IN THE ;BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Approving Plans and } Advertise for Bids - Civic Center ) Improvements. Martinet Area ) RESOLUTION NO:` 77/792 (4050-2310-AIO-WB9995) For Mechani— cal and Safety Alterations. } WHEREAS Plans and Specifications for Civic Center Improvements, Martinez Area have been filed with the Board this day by the Public Works , Director; and WHEREAS the Engineer's cost estimate for construction is $28,500, and WHEREAS the general prevailing rates of wages, which shall be the minimum rates paid on this project, have been approved by this Board; and WHEREAS this project is considered exempt from Environmental Impact Report requirements as a Class 1A Categorical Exemption under the County Guidelines, and the Board concurs in this finding; and the Director of Planning is directed to file a Notice of Exemption with the County Clerk; and IT IS BY THE BOARD RESOLVED that said Plans and Specifications are hereby APPROVED. Bids for this work will be received on October 20, 1977 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 MORNING NEWS GAZETTE PASSED AND ADOPTED by the Board on September 27, 1977. Originator:- P 14., Dept. Bldgs: and Grounds cc: Public Works Dept. Building Projects Agenda Clerk County Auditor-Controller J. Dye County Administrator 011 RESOLUTION NO. 77/ 792 �'J t .. 4 • '.� t DIVISION A - HOTICE TO CONTRACTOR (Advertisement) notice is hereby given by order of the Board of Supervisors of Contra Costa County , that the Public Works Director will receive bids for the furnishing of all labor , materials , equipment , transportation and services for : Mechanical and Safety Alterations Civic Center Improvements Martinez, California Budget Line Item No. 4050-A10-1469996 The estimated construction contract cost (Base Bid) is $28,500 ' Bid proposals shall be sealed and shall be submitted to the Public Works Director , 6th Floor , County Administration Building , 651 Pine Street , Martinez , California 94553 , on or before October 20 1977 at 2:00 p.m. , and will be opened in public immediately after and at the time due , in the Conference Room of the Public Works Department , 6th Floor , Administration Building , Martinez , California , and there read and recorded . Any bid proposals received after the time specified in this Notice will be returned unupened . Each bid shall be in accordance with the Drawings. and Specifications on file at the Office of the Clerk of the Board of Supervis"ors , Room 103 , County Administration Building , Martinez , California . This project is funded under a Local Public Works Capital Development and investment Program Grant . On-site tabor must begin by november 15, 1977 A pre-bid conference will be held for all prospective bidders on Wednesday. October 12. 1977 at l : in Room 107,..Courthguse. MartinP?.CaI ifnrnia The drawings and specifications may be examined at the Office of the Clerk of the Board of Supervisors or at the Public Works Department , Building Projects Office , 823 Main Street , Martinez , Pians and Specifications may be obtained at the Building Project Office , 823 Main Street , Martinez , upon payment of a printing and service charge in the amount ofTwn d_Qfi,L]()nthS_ Dollars ($2.61 ( 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 the Public Works Department , 6th Floor , Administration Building , Martinez , California 94553 . Technical questions regarding the contract documents should be directed to the Building Projects Division . Their telephone number is (4 15) 372-2146. A 1 Microfilmed with board orde :7 h DIVISION A - NOTICE TO CONTRACTOR (Cont . ) t Each bid to be considered responsibe shall be made on a bid form to be obtained at the Building Projects Office , 823 Main Street , Martinez , and must be accompanied by a certified check , cashier ' s check , or bid bond in the amount of the ten percent ( 10%) of the base bid amount , made payable to the order of "The County of Contra Costa . " Bidders are hereby notified that any contract entered into pursuant to this notice will have a 10 percent minimum participation by Minority Business Enterprises (MBE) . Minimum dollar amount of minority participation in this contract shall be greater than 10 aercent (15 percent desired) . The Contractor shall have an affirmative action plan . The said Board of Supervisors reserves the right to reject any and all bids or any portion of any bid and/or waive any irregularity in any bid received . No bidder may withdraw his bid fora period of thirty days after the date set for opening thereof . BY ORDER OF THE BOARD OF SUPERVISORS OF CONTRA COSTA COUt1TY By James R . Olsson County Clerk and Ex-Officio Clerk of the Board of Supervisors ' Contra Costa County , California DATED : SEP 2 7 197� By Helen C. Marshall Deputy Clerk PUBLICATION DATES : s A `2 SPECIFICATIONS { FOR MECHANICAL & SAFETY ALTERATIONS CIVIC CENTER IMPROVEMENTS MARTINEZ, CALIFORNIA Prepared By and For -� Public Works Department Contra Costa County . Sixth Floor Administration Building �� 27 19i7 Martinez, California CLERK BON OARD OF U SUPERVISORS 3 CO TRA COSTA CO. B ........... ...De u A Bid Walk is Scheduled for October 12, 1977 at 10:00 A.M. All contractors who are interested in reviewing the project area, should meet at the main lobby, Administration Building, :651 Pine Street, Martinez, California. T, \fit qq Microfilmed with board .order, W-B9996-c1 .EDA - 0052l TABLE OF CONTENTS DIVISION A. NOTICE TO CONTRACTORS DIVISION B. INSTRUCTIONS TO BIDDERSt: Section 1 Competence of Bidders Section 2 Securing Documents Section 3 Examination of Plans, Specifications, and Site of Work Section 4 Bidding Documents Section 5 Submission of Proposals Section 6 Withdrawal of Proposals Section 7 Public Opening of Proposals Section 8 Irregular Proposals Section 9 Competitive Bidding Section 10 Award of Contract Section 11 Special Requirements Section 12 Execution. of Contract Section 13 Failure to Execute Contract DIVISION C. PROPOSAL (Bid Form DIVISION D. ARTICLES OF AGREEMENT (Con-tract DIVISION E. EQUAL EMPLOYMENT OPPORTUNITY DIVISION F. WAGE RATES DIVISION G. GENERAL CONDITIONS DIVISION H. SUPPLEMENTAL GENERAL CONDITIONS TECHNICAL SPECIFICATIONS (C.S. 1 . Format) DIVISION 1 . GENERAL REQUIREMENTS Section lA Special Conditions DIVISION 13. SPECIAL CONSTRUCTION Section 13A Roof Safety Alterations DIVISION 15. MECHANICAL Section 15A General Requirements Section 15B Standby Chiller- Installation " Section 15C Fan Drive Modifications Section 15D Pipe Insulation Repair 99 �"- i WB9996-C1-EDA DIVISION A - NOTICE TO CONTRACTOR ti ' (Advertisement) 0 - Notice is hereby given by order of the Board of Supervisors of Contra Costa County , that . the Public Works Director will receive bids for the furnishing of all labor , materials , equipment , transportation and services for : Mechanical and Safety Alterations, Civic Center Improvements Martinez, California, Budget Line Item No. 4050-A10-WB9996 The estimated construction contract cost (Base Bid ) is $28,500 Bid proposals shall be sealed and shall be submitted to the Public Works Director , 6th Floor , County Administration Building , 651 Pine Street , Martinez , California 94553 , on or before October 20, 1977 at 2:00 p.m. and will be opened in public immediately after and at the time due , . in the Conference Room of the Public Works Department , 6th Floor , Administration Building , Martinez , California , and there read and recorded . Any bid proposals received after the time specified in this Notice will be returned unopened . Each bid shall be in accordance with the Drawings and Specifications on file at the Office of the Clerk of the Board of Supervisors , Room 103 , County Administration Building , Martinez , California . This project is funded under a Local Public Works Capital Developent and Investment Program Grant . On-site labor must begin by November 15, 1977 A pre-bid conference will be held for all prospective bidders on Wednesday. October 12. 1977 at 10:00 a.m. in Room 107. Courthouse,. MartinP7. California The drawings and specifications may be examined at the Office of the Clerk of the Board of Supervisors or at the Public Works Department , Building Projects Office , 823 Ila in Street , Martinez . Plans and Specifications may be obtained at the Building Project Office , 823 Main Street , Martinez , upon payment of a printing and service charge in the amount of Dollars (S2.06) ( 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 the Public Works Department , 6th Floor , Administration Building , Martinez , California 94553 . Technical questions regarding the contract documents should be directed to the Building Projects Division . Their telephone number i.s (4.15) 372-2146 . A 1 QVc �t DIVISION B - INSTRUCTION TO BIDDERS The bidder shall carefully examine the instructions= contained herein and satisfy himself as to the conditions with which he must comply prior to bid in submitting his proposal , and to the conditions affecting the award of contract . SECTION 1 . COMPETENCE OF BIDDERS (a) License : No bidder may bid on work of a kind for which he is not properly licensed , and any such bid received may be disregarded . (b) Bidders shall be experienced in the type of work for which they are bidding and shall , upon request of the County , submit to the County a wr € tten list of completed projects, with the name of the owner or contract officer indicated . SECTION 2 . SECURING DOCUMENTS Drawings and Spec.i f ieat ions may be secured at``'the' place and for the payment as called out in the "Notice to Contractor . SECTION 3 . EXAMINATION OF PLANS , SPECIFICATIONS , AND SITE OF THE WORK (a) On-Site Labor : The Local Public Works Capital Development and investment Program legislation admin € stered by the U . S . Department of Commerce/Economic Development Administration requires on-site labor to begin within certain time restraints . The County may make such investigations as it deems necessary to determine the ability of the contractor to meet this requirement . (b) Contractor ' s Responsibility : The bidders shall examine carefully the site of the work , and the plans and specifi - cations therefor . He shall investigate and satisfy himself as to conditions to be encountered , the character , quality , and quantity of surface , and subsurface materials or obstacles to be encountered , the work to be performed , and materials to be furnished , and as to the requirements of the proposal , plans , and specifications of the contract . V0521 WB9996-Cl-EDA DIVISION A - NOTICE TO CONTRACTOR r (Advertisement ) - Notice is hereby given by order of the Board of Supervisors of Contra Costa County , that. the Public Works Director will receive bids for the furnishing of all labor , materials , equipment , transportation and services for : Mechanical and Safety Alterations, Civic Center Improvements Martinez, California, Budget Line Item No. 4050-AJO-WB9996 The estimated construction contract cost (Base Bid) is $28,500 ' Bid proposals shall be sealed and shall be submitted to the Public Works Director , 6th Floor , County Administration Building , 651 Pine Street , Martinez , California 94553 , on or before October 20, 1977 at 2:00 p.m. , and will be opened in public immediately after and at the time due , in the Conference Room of the Public Works Department , 6th Floor , Administration Building , Martinez , California , and there read and ~ recorded . Any bid proposals received after the time specified in this Notice will be returned unopened . Each bid shall be in accordance with the Drawings and Specifications on file at the Office of the Clerk of the Board of Supervisors, Room 103 , County Administration Building , Martinez , California. This project is funded under a Local Public Works Capital Development and investment Program Grant . On-site labor must begin by November 15, 1977 A pre-bid conference will be held for all prospective bidders on Wednesday, October 12. 1977 at 10:00 a.m. ' , in Room 107. Cour _ho ufia. Martin", Cal ifnrnia The drawings and specifications may be examined at the Office of the Clerk of the Board of Supervisors or at the Public Works Department , Building Projects Office , 823 Main Street , Martinez . Plans and Specifications may be obtained at the Building Project Office , 823 Main Street , Martinez , upon payment of a printing and service charge in the amount of Dollars (52.06) { sales tax included ) which amount shall not refundable . Checks shall be made payable to the "County of Contra Costa , " and shall be mailed to the Public Works Department , 6th Floor , Administration Building , Martinez , California 94553 . Technical questions regarding the contract documents should be directed to the Building Projects Division . Their telephone number,,, is J.4 15) 372-2146 . ,,._, A l ��3o DIVISION A - NOTICE TO CONTRACTOR (Cont , ) Each bid to be considered responsibe shall be made on a bid form to be obtained at the Building Projects Office , 823 Main Street , Martinez , and must be accompanied by a certified check , cashier ' s check, or bid bond in the amount of the ten . percent_ ( 10%) of the base bid amount , made payable to the order, of , "The County of Contra Costa . " Bidders are hereby notified that any contract entered Into pursuant to this notice will have -a 10 percent minimum participation by Minority Business Enterprises , .(MBE) , Minimum dollar amount of minority participation in this contract -shall be greater than 10 percent 15 aercen j desi red) . The Contractor shall have an affirmative action plan . The said Board- of Supervisors reserves the right to reject any and all bids or any portion of any bid and/or waive any irregularity in any bid received . , No bidder may withdraw his. bid for a period of thirty days after the date set. for opening thereof . BYORDER OF THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY . 8y _ James R . Olsson County Clerk and Exp-0ffIcIo' Clerk of the Board of Supervisors ' ' Contra Costa County , California DATED PUBLICATION DATES z A '2,, 1 DIVISION B - INSTRUCTION TO BIDDERS The bidder shall carefully examine the instructions: contained herein and satisfy himself as to the cond-itions with which he must comply prior to bid in submitting his proposal , and - to the conditions affecting the award of contract . SECTION 1 . COMPETENCE OF BIDDERS (a) License : No bidder may bid on work of a kind for which he is not properly licensed , and any such bid received may be disregarded . (b) Bidders shall be experienced in the type of work for which they are bidding and shall , upon request of the County , submit to the County a written list of completed projects , with the name of the owner or contract officer indicated . SECTION 2 . SECURING DOCUMENTS Drawings and Specifications may be secured at` th'e place and for the payment as called out in the "Notice to ` Contractor . SECTION 3 . EXAMINATION OF PLANS, SPECIFICATIONS , AND SITE OF THE WORK (a) On-Site Labor : The Local Public Works Capital Development and Investment Program legislation administered by the U . S . Department of Commerce/Economic Development Administration requires on-site labor to begin within certain time restraints . The County may make such investigations as it deems necessary to determine the ability of the contractor to meet this requirement . (b) Contractor ' s Res onsibilit : The bidders shall examine carefully the site of the work , and the plans and specifi - cations therefor . He shall investigate and satisfy himself as to conditions to be encountered , the character , quality , and quantity of surface , and subsurface materials or obstacles to be encountered , the work to be performed , and materials to be furnished , and as to the requirements of the proposal , plans , and specifications of the , I• contract . 1) t ✓ _ P (b) Contractor ' s Responsibility (Cont . ) Where investigations of subsurface conditions have been made by the County in respect to foundation or other structural design , and that information is shown in the plans , said information _ represents only the statement by the County as to the character of material which has been actually encountered by it in its investiga- tion , and is only included for the convenience of bidders . Investigations of subsurface .conditions are made for the purpose of design , and the County assumes no responsibility whatever in respect to the sufficiency or accuracy of borings , or of the log of test borings , or other preliminary investigations , or of the Interpretation therefor . There is no guarantee or warranty , either express or implied , that the conditions indicated are representative of those existing throughout the work , or any part of it , or that unlooked for developments may, not occur . Making such information available to bidders is not to be construed in any way as a waiver of the provisions of this article concerning the Contractor ' s responsibility for subsurface conditions , and bidders must satisfy themselves through their own investigations as to the actual con- ditions to be encountered . (c) Responsibility for Utilities : As part of the responsibility stated in subdivision b above , and without limitation thereon , the Contractor shall be responsible at his own cost for any and all work, expense or special precuations caused or required by the existence of proximity of utilities encountered in performing the work , including without limitation thereon , repair of any or all damage and all hand or exploratory excavation required . The bidder is cautioned that such utilities may include communication cables or electrical cables which may be high voltage , and the ducts enclosing such cables , and when work- ing or excavating in the vicinity thereof , the special precautions to be observed at his own cost shall also include the following : All such cables and their enclosure ducts shall be exposed by careful hand excavation so as not to damage the ducts or cables , nor cause injury to persons , and suitable warning signs , barricades , and safety devices shall be erected as necessary or required . (d) Discrepancies or Errors : If omissions, dis- crepancies , or apparent errors are found in the plans and specifica- tions prior to the date of bid opening , the bidder shall submit a written request for a clarification which will be given in the form of addenda to all bidders if time permits . Otherwise , in figuring the work , the bidders shall consider that any discrepancies or conflict between drawings and specifications shall be governed by Supplemental General Conditions, of these specifications . 00rd 8-2 SECTION 4. BIDDING DOCUMENTS " (a) The bid package shall consist of the following: 1 . Proposal (Bid Form) 2. List of Subcontractors 3. List of Minority Business Enterprises 4. Statement of Compliance MBE 5. Bidders Certificate Affirmative Action) b. Bidders Security 7. Certificate of Nonsegregated Facilities (b) Bids shall be made upon the special Proposal (Bid Form) (Division C of this Specification) , with all items completely filled out; numbers shall be stated both in writing and in figures, the signatures of all persons signed shall be in longhand . The completed form should be without interlIneat Ions, alterations or erasures, no alternative proposals. Additional copies of -the Proposal (Bid Form) may be obtained from those supplying these specifications. (c) Bids shall not contain any recapitulation of the work to be done; alternative proposals will not be considered , unless called for. No oral , telegraphic or telephonic proposals or modifications will be considered. (d) List of Subcontractors: Each proposal shall have listed therein the name and address of each subcontractor to whom the bidder proposes to subcontract portions of the work In an amount in excess of 1/2 of 1 percent of his total bid, in accordance with Chapter 2, Division 5, Title 1 , of the Government Code. (e) Each proposal shall have a List of Minority Business Enterprises containing the name, address and percentage o total bid, for each subcontractor and/or materials supplier the bidder proposes to use to meet the 10 percent minority business enterprise utilization requirement. The bidder is encouraged to use more than the 10 percent requirement if qualified subcontractors and materials suppliers are available. See the General Conditions for further information regarding the 10 percent minority business enterprise utilization commitment. (f) Each proposal shall have a Statement of Compliance indicating the Contractors intent to comply with the EDA requirement of 10 percent minimum participation of Minority Business Enterprises (MBE) . (g) Each proposal shall have a Bidders Certification indicating Contractors Proposed Affirmative Action Plan. (h) Bidder' s Security: All bids shall have enclosed cash, .a cashier's check, certi=ied check or a bidder's bond, as described below, executed s surety by a corporation authorized to issue surety bonds. in the State of California, made payable to "Contra Costa County," in an amount equal to at least 10 percent of the amount of the -bid. (i) A Certificate of Nonsegregated Facilities must .be submitted with bid. See (Division H Supplemental General Conditions. r r c 0052 5-3 SECTION 5 . SUBMISSION OF PROPOSALS Proposals shall be submitted to the Public Works Director of Contra Costa County at the place indicated on the bid proposal . It is the sole responsibility of the bidder to see that his bid is received in proper time . All proposals shall be submitted under sealed cover , plainlyidentified as a proposal for the work being bid upon and addressed as directed in the Notice to Contractors and the bid proposal . Failure to do so may result in a premature opening of , or a failure to open such bid . Proposals which are not properly marked may be disregarded . SECTION 6 . WITHDRAWAL OF PROPOSALS Any bid may be withdrawn at any time prior to the time fixed in the public notice for the opening of bids, provided that a request in writing, executed by the bidder of his duly authorized representative, for the withdrawal of such bid is filed with the Public Works Director of Contra Costa County. An oral , telegraphic, or telephonic request to withdraw a bid proposal is not acceptable. The withdrawal o a bid shall not prejudice the right of a bidder to file a new bid. This article does not authorize the withdrawal of any bid after the time fixed in the public notice for the opening of bids. SECTION 7 . PUBLIC OPENING OF PROPOSALS Proposals will be publicly opened and read at the time and place indicated in the Notice to Contractors . Bidders or their authorized agents are invited to be present . SECTION 8 . IRREGULAR PROPOSALS Proposals may be rejected if they show any alter- ation of form , additions not called for , conditional bids , In - complete bids , erasures , or irregularities of any kind . If bid amount is changed after the amount is originally inserted , the. change should be initialed . The County also reserves the right to accept any or all alternates and 'unit prices called for on the Bid Form and their order of listing on such form shall in no way indicate the order in which the bids may be accepted . SECTION 9. COMPETITIVE BIDDING If more than one proposal be offered by any individual , firm, partnership , corporation , association , or any combination thereof , under the same or different names , all such proposals may be rejected . A party who has quoted prices on materials or work to a bidder is not thereby disqualified from quoting prices to other bidders , or from submitting a bid directly for the materials or work. All bidders are put on notice that any collusive agreement fixing the prices to-be bid so as to control or affect the awarding of this contract Is in violation of the competitive bidding requirements of the State law and may eenddr void any contract let under such circumstances. 00528 B-4 SECTION 10. AWARD OF CONTRACT " The right is reserved to reject any and all proposals : The award of the contract , if it be awarded , will be to the lowest responsible bidder whose proposal complies with all the requirements prescribed . Such award , if made , will be made within 30 days after the opening of the proposals . SECTION 11 . SPECIAL REQUIREMENTS The bidder ' s attention is invited to the fo-ilowing special provisions of the contract , all of which are detailed in the General Conditions and Supplemental General Conditions or other documents included in these specifications . (a) Bonds -. (b) insurance (c) Liquidated Damages (d) Guarantee (e) Inspection and Testing of Materials (f) Facilities to be Provided at Site (g) Assignment of Contract Prohibited (h) Wages and Overtime Pursuant to Contract Work Hours Standards Act - SECTION 12 . EXECUTION OF CONTRACT The contract (example in Division D ) shall be signed by the successful bidder with duplicates and returned within five (5) days of receipt , not including Saturdays , Sundays , and legal holidays , together with : a) Contract b) Contract Bonds c) Certificates of Insurance d) Minority Business Utilization Report (Form ED-530 Part A & Part B) No contract shall be binding upon the County until same has been executed by the Contractor and the County . Should the Contractor begin work in advance of receiving notice that the contract has been approved as above provided , any work performed by him will be at his own risk and as a volunteer unless said contract is so approved . SECTION 13 . FAILURE TO EXECUTE CONTRACT ! � The contractual requirements of Section 12 SECTION 13 . FAILURE TO EXECUTE CONTRACT (Cont. ) must be correctly executed in strict conformance with the contract documents and delivered to the County within five (5) working days of receipt of contract . Contractor shall not send these documents by U . S . Mail but shall hand deliver them to Building Projects Division , Room 107 , Court House , Martinez , CA where they will be , immediately reviewed for accuracy . Documents found deficient shall be immediately taken to their source for correction . Pio allowance for late submission of these documents will be made . The contract documents must be correctly executed and deliverd to the County on time to Insure that on-site work can begin before the deadline established as a condition of grant by the Economic Development Administration . Failure to meet these requirements shall be just cause for the annulment of the award and the forfeiture of the bidder ' s security . If this failure to deliver correctly executed documents and/or on-site labor has not begun as stipulated , resulting in the cancellation of Federal grant ( s) , the contractor shall be held liable for the total amount of the Federal grant ( s) not received . if the successful bidder refuses or fails to execute the contract , the County may award the contract to the second lowest responsible bidder . If the second lowest responsible bidder refuses or fails to execute the contract , the County may award the contract to the third lowest responsible bidder . On the failure or refusal of the second or third lowest responsible bidder to whom any such contract is so awarded to execute the same , such bidders ' securities shall be likewise forfeited to the County . The work may then be readvertised or may be constructed by day labor as provided by State law. r., .005 ot J , 9"6 4k { WB 9996-C1 -EDA Bidder DIVISION C. PROPOSAL (Bid Form) BIDS WILL BE RECEIVED UNTIL 2Oth day of October 1977 AT 2:00 P.M. AT THE PUBLIC WORKS DEPARTMENT, 6TH FLOOR, COUNTY ADMINISTRATION BUILDING, 651 PINE STREET, MARTINEZ, CALIFORNIA 94553. A. TO THE PUBLIC WORKS DIRECTOR, VERNON L. CLINE, PUBLIC WORKS DEPARTMENT: Gentlemen: The undersigned hereby proposes and agrees to furnish any and all required labor, material , transportation, and services for Mechanical and Safety Altera- tions Civic Center Improvements , Martinez California, Budoet Line Item No. 4050-23 0-A 0 4189996, in strict conformity with the Plans , Specifications , and other contract documents on file at the Office of the Clerk of the Board of Supervisors, First Floor, Administration Building, Martinez, California 94553 for the following sums; namely: 1 . BASE BID: Shall include all of the work for the construction and completion of all facilities therein, including all of the work in the following Alternates: For the sure of: Dollars (a ) 2. ALTERNATE 'NO. 1 State the amount to be deducted from the Base Bid for the deletion of work as described in Division 15 Section 8 Deduct the Sum of: Dollars ($ ) 3. ALTERNATE 110. 2 Mate the amount to be deducted from the Base Bid for the deletion of work as described in Division 15 Section C Deduct the Sum of: Dollars ($ ' ) 4. ALTERNATE NO. 3: State the amount to be deducted from the Base Bid for the deletion of work as described in Division '15 Section b Deduct the Sum of: Dollars ($ ) B. It is understood that this bid is based upon completion of the work within 90 calendar days from and after the date of commencement. C1 01531 DIVISION C. PROPOSAL (Bid Form) - Continued C. It is understood, with due allowances made for unavoidable delays, that if the Contractor should fail to complete the work of the contract within the stipulated time, then he shall be liable to the Owner in the amount of Seventh-Five & Pro/100th ($75) per calendar day for each day said work remains uncompleted beyon atime for completion, as and for liquidated damages and not as a penalty, it being agreed and expressly stipulated that it would be impractical and difficult to fix the actual amount of damage. D. The undersigned has examined the location of the proposed work and is familiar with the Plans, Specifications and other contract documents and the local conditions at the place where the work is to be done. E. The undersigned has checked carefully all of the above figures and under- stands that the Board of Supervisors will not be responsible for any errors or omissions on the part of the undersigned in making up this bid. F. The undersigned hereby certifies that this bid is genuine and not sham or collusive, or made in the interest or in behalf of any person not herein named, and that the undersigned has not directly induced or solicited any other bidder to put in a sham bid, or any other person, firm, or corporation to refrain from bidding, and that the undersigned has not in any manner, sought by coTTusion to secure for himself an advantage over any other bidder. G. Attached is a list of the names and locations of the place of business of the subcontractors. H. Attached is a list of the names, addresses and percentage of bid for each minority subcontractor and/or material supplier. - I. Attached is bid security as required in the Notice to Contractors. M Cash M Bidders' Bond M Cashiers Check L7 Certified Check J. The following addenda are hereby acknowledged as being included in the bid: Addendum # Dated Addendum # Dated Addendum # Dated Firm By Title Address Phone Licensed in accordance with an act providing for the registration of Contractors,.. Classification and License No. Dated this day of 19 f x 005132 CZ DIVISION C. PROPOSAL BID FORM continued LIST OF SUBCONTRACTORS : (As required by Division B , Section 4, Paragraph (d) ) (Substitution of listed subcontractors: See Divisions=. , Sect ion 15 , Paragraph E .) . Portion of Work Name Place of Bidders C3 l7Vc � � DIVISION C - PROPOSAL BID. FORM (Cont.) LIST OF MINORITY BUSINESS ENTERPRISES 1. Name of Bidder 3. IRS Number 4. Address: - 2. EDA Project No. 5. The Bidder commits himself to the use of Minority Business Enterprises In the dollar amount or percentage of contract as required by these documents and Title 1 , Section 106(f) (2) of the Public Works Employment Act of 1976, as amended (P.L.94-369) through the use of the following minority business enterprises as contractors or sub-contractors for services or supplies : 6. Type of Percentage Minority Firm Name(MFN) Mailing Service or of Bid IRS Number (IRS) Address Supplies Sum Name(MFN) Street (MFA) City(MFC) IRS Number (IRS) State (MFS) Zip Code (MFZ) Name(MFN) Street(MFA) City (MFC) IRS Number (IRS) State (MFS) Zip Code (MFZ) Name(MFN) Street(MFA) City (MFC) IRS Number (IRS) State (MFS) Zip Code (MFZ) Name (MFN) Street (MFA) City (MFC) State (MFS) IRS Number (IRS) Zip Code (MFZ) Name(MFN) Street (NiFA) City (MFC) State (MFS) IRS Number (IRS) Zip Code (MFZ) Street(MFA) Name(MFN) City (MFC) State (MFS) IRS Number (IRS) Zip Code (MFZ) 7. Total percentage to be Expended for Minority Business Enterprises: Total Ainount of Bid (Base) $ 8. Name and 7'itle of Authorized Otticer Phone No. lit Ir Date STATEMENT OF COMPLIANCE I , Name of Company PROVIDE ASSURANCE OF MY COMMITMENT TO PROVIDE A 10 PERCENT MINIMUM MINORITY BUSINESS ENTERPRISE PARTICIPATION IN THE CONTRACT FOR CONSTRUCTION . FIRM : BY : TITLE : ADDRESS : PHONE : Cb i 00 DIVISION C - PROPOSAL BID FORM (Cont. ) 1. Aff' r m at' '- Ac`1cn. Ce rtiflc,'ion. A Bi de'-s' Certification. A bidder will not be e3'?IDIe for award of a contract under this Invitation for Bids unless such bidder has sub.,.itted as a part of its bid the folloeri.ng certification, which will be deemed a pare of the resulting contract: BIRD .P.S 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 t'.ese 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 Ccsta ?Ian, it will comply -,dth the Contra Costa Plan on this and all future const:,;eticn wort: in Contra Costa County within the scope of coverage of that Plan, those trades being: and/or (b) as to those trades for •.ghich it is req-.aired by these •Bid Conditions to ccmuly Nath Pa:t II of these Bid Conditions, it adopts the minimum minority manpcw• r utilization goals and the scecifice affirmative action steps contained in said Part 1:, on t:.is and all future construction work in Contra Costa County subject to these Bid Conditions, those trades being: and 3 . is ebtai.n. from each of its subcontractors and submit to the con— tracting or acs nisteri^g agency prior to the award of any subcontract under this contract tate subcontractor certification required by these Did Conditions. Signature of authorized representative of bidder) OW)d i C6 CERTIFICATE OF NONSEGREGATED FACILITIES The federally-assisted construction contractor certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments , and that he does not permit his employees to perform their services at any location, under his control , where segregated facilities are maintained. The federally-assisted construction contractor certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services *at any location, under his control , where segregated facilities are maintained. The federally-assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity clause in this contract. As used in this certification, the term "`segregated facilities" means any .walting rooms, work areas, rest rooms, and wash rooms, restaurants and other eating areas , time clock.- , locker rooms and other storage or dressing areas, parking lots, drinking fountains , recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color or national origin, because of habit , local custom, or otherwise. The federally-assisted construction contractor agrees that (except where he has obtained identical certifications from proposed subcontractors for specific time periods) he will obtain identical certifications in duplicate from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that he will retain the duplicate of such certifications in his files. The subcontractor will Include the original in his Bid Package. Race or ethnic group designation of subcontractor. Enter race or ethnic group In the appropriate box: Negro Spanish American Oriental American Indian Eskimo Aleut ( ) White (Other than Spanish American) The construction subcontractor certifies that he is not affiliated in any manner with the Grantee/Borrower (City) of the federally-assisted construction project. REMARKS: Certification The information above is true and complete to the best of my knowledge and belief. Name and Title of Signee Signature Date NPTE: The penalty for making false statements in offers in prescribed in 18 U.S.C. 1001 . C -7 00531 .� DIVISION D . ARTICLES OF AGREEMENT (Contract ) C014TRACT (Construction Agreement) (Contra Costa County Standard Form) 1. SPECIAL TE?.:'S. These special terms are incorporated below by.reference. r (552,3) Parties (Public Agency] (Contractor] (Complete legal name (52) Effective Date: (See 54 for starting date.] (53). . The Work: (54) Completion Time: (strike out (a) or (b) and "calendar" or "working"] (a) By (date) (b) within calendar/working days from starting date. (SS) Liquidated Damages: $ per calendar day. (56) Public Agency's Agent: (57) Contract Price: S (for unit price contracts: more or less, in accordance with iinis c.. quantities at unit bid prices.) (Strike out parenthetical material if inapplicable.] 2. 510,V DBES S ACKYOWLEDCaENT. Public Agency, By; (President, Chairman Or Other Designated Representative) (Secretary) Contractor, hereby also acknowledging awareness of and compliance with Labor Code S1061 concerning Workers' Compensation Law. By: (CORPORATE [Designate official capacity in the businessl SEAL] By: esignate official capacity in the busineSSI lots to Contractor (21 Execute acknomtedgrent form below, and (2) if a corpora- tion, affix Corporate Seat. State of California ) ss. ACKdOWLEDG E::T (by Corporation, County of ) Partnership, or individual) The person(s) signing above for Contractor, known to tae in individual and business capacity as stated, personally appeared before me today and acknowledged that he/they executed it and that the corporation or partnership named above executed it. Dated: (.NOTARIAL SEAL] Notary Public FORM APPROvED by County Counsel. (Page 1 of '4) (CC-1: Rev. 11-76) { J 3. 14ORK COM ACT, CHANGES. (a) By their sinnatures in Section 2, effective on the above date, these parties promise and agree as set forth in this contract, incorporating by these references the material ("special terms") in Sec. 1. (b) Contractor shall, at his own cost and exponse, and in a workmanlike manner, fully and faithfully perform and complete - the work; and will furnish all materials, labor, services and transportation necessary, convenient and proper in order fairly to perform tho requirements of this contract, all strictly in accordance with the Public Agency's plans, drawings and specifications. (c) The .cork can be changed only with Public Agency's prior written order specifying such change and its cost agreed to by the parties; and the Public Agency shall never have to pay more than specified in Sec. 7 without such an order. •4. TItlE: NOTICE TO PROCEED. Contractor shall start this work as directed in the speci- 1cations or tze notice to Proceea; and shall complete it as specified in Sec. 1. 5. LIQUIDATED DAtU1GES. if the Contractor fails to cor lot this contract and this work wits the time-Fixed therefor, allowance being made for contingencies as provided herein, he becomes liable to the Public Agency for all its loss and damage therefrom; and because, from the nature of the case, it is and will be impracticable and extremely difficult to ascertain and fix the Public Agency's actual damage from any delay in performance hereof, it is agreed that Contractor will pay as liquidated damages to the Public Agency the reasonable sus specified in Sec. 1, the result of the parties' reasonable endeavor to estimate fair average compensation t::erefor, for each calendar day's delay in finishing said work.; and if the same be not paid, Public Agency may, in addition to its other remedies, deduct the same from any money due or to become duo Contractor under this con- tract. If the Public Agoncy.for any cause authorizes or contributes to a delay, suspen- sion of work or extension of tire, its duration shall be added to the time allowed for completion, but it shall not be deemed a waiver nor be used to defeat any right of the Agency to damages for non-completion or delay hereunder. Pursuant to Government Code Sec. 4215, the Contractor shall not be assessed liquidated damages for delay in completion of the work., when such delay was caused by the failure of the Public Agency or the owner of a utility to provide for removal or relocation of existing utility facilities. 6. INTEGRATED DOCUNE;;PS. The plans, drawings and specifications or special provisions of the Public Agency's call for bids, and Contractor',, accepted bid for this work are hereby incorporated into this contract; and they are intend, d to co-operate, so that any- thing exhibited in the plans or drawings and not mentioned in the specifications or special provisions, or vice versa, is to be executed as if e.diibited, mentioned and set forth in tots, to the true intent and meaning thareof when taken all together; and differences of opinion concerning these shall be finally determined by Public Agency's - Agent specified in Sec. 1. 7. MUM' . (a) For his strict and literal fulfillment of these promises and conditions, and full compensation for all this work, the Public Agency shall pay the Contractor the sus specified in Sec. 1, except that in unit price contracts the payment shall be for ' finished quantities at unit bid prices. _ (b) On or about the first day of each calendar month the Contractor shall submit to the Public agency a verified application for payment, supported by a statement showing all materials actually installed during the preceding month, the labor expended thereon, and the cost thereof; whereupon, after checking, the Public Agency shall issue to Contractor a certificate for the ai.:ount determined to be due, minus 106 thereof pursuant to Government Code Sec. 53067, but not until defective work and materials have been removed, replaced and made good. B. Pl1YlittlTS WITHHELD. (a) Tho Puilie Agency or its agent may withhold any payment, or because o ateriscovered evidence nullify all or any certificate for payment, to such extent and period of time only as may be necessary to protect the Public Agency from loss because of: (1) Defective work not remedied, or uncompleted work, or (2) Claims filed or reasonable evidence indicating probable filing, or (3) Failure to properly pay subcontractors or for material or labor, or (4) Reasonable doubt that the work can be completed for the balance then unpaid, or (5) Damage to another contractor, or (6) Damage to the Public Agency, other than damage due to delays. (b) The Public Agency shall use reasonable diligence to discover and report to the Contractor, as the work progresses, the materials and labor which are not satisfactory to it, so as to avoil unnecessary trouble or cost to the Cowbrs r in making good any defective work or parts. (c) 35 calendar days after the Public Agency files its notice of completion of the entire (Page 2 of 4) (CC-1; Uv. 11_76) D_Z r wor:., it shall issue a certificate to the Contractor and pay the balance of the contract price after deducting all amounts withheld under this contract, provided the Contractor shows that all claims for labor and materials have been paid, no claims ;lava been presented to the Public Agency based on acts or omissions of the Contractor, and no liens or withhold notices have been filen acainst the wor4: or site, and provided there are not reasonai,le inuications of defective or missing work or of late-recorded notices of liens or claims against Contractor. 9. IIISUFUU1CL. (Labor Code 551860-61) On signingthis contract, Contractor must give Public wgercy (1) a certificate of consent to self-insure issued by the Director of Industrial Relations, or (2), a certificate of Workers' Compensation insurance issued by an ac: ittec inaurer, or (3) an exact copy or duplicate thereof certified by tae Cirector or the insurer. Contractor is aware of and complies with Labor Code Sec. 3700 and the Workers' C=pensation Law. 10. 130111;8. On signing this contract Contractor shall deliver to Public Agency for app— r!vr-good and sufficient bonds with sureties, in amounts) specified in the specifi- cations or special provisions, guaranteeing his_ fait.'rful performance of this contract and his payment for all labor and materials iu.reunder. 11. PAILL'RL :O PERYOP11. If the Contractor at any tire refuses or neglects, without fault of the P:i.a:c Agency or its agent(s) , to supply sufficient materials or workmen to complete this agreement and work as provided herein, for a period of 10 days or more after written notice thereof by the Public Agency, the Public Agency may furnish same and ded.ct the reasonable expenses thereof from the contract price. 12. LAWS APPLY. General. Both parties recognizo.the applicability of various federal, state anu local laws anu regulations, especially Ciiapter 1 of Part 7 0£ the California Labor Code (beginning with Sec. 172u, and including Sacs.. 1735, 1777.5, 6 1777.6 forbid-1 discrimination) and intend that this agreement complies therewith. The parties specifically stipulate that the relevant penalties and Iorfeitures provided in the Labor Code, especially in Secs. 1775 a 1813, 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. NAGE RATE'S. (a) Pursuant to Labor Code Sec. 1773, the Director of the Department of rndustriaT Relations has ascertained the general prevailing rates of wages per diem, a::3 for holiday and overtime work, in the locality in which this work is to be performed, for each craft classification, or type of workman needed to execute this contract, and saia rates are as specified in the call for bids for this work and are on file with the Public Agency, and are nereLy incorporated 'herein. (b) :his schedule of wages is based on a working day of 8 hours unless otherwise Specified; and the daily rate is the hourly rate multiplied by the number of hours con- -a on- stituting time working day. 1-Then less titan that number of hours are worked, th daily wage rate is proportionately reduced, but the hourly rate remains as stated. (c) The Contractor, and all his subcontractors, must pay at least tiiese rates to all persons on this work, including all travel, subsistence, and fringe benefit payments provided for by applicable collective bargai:iing agreements. All skilled labor not listed above mast be paid at least the wage scale establisi:ed by collective bargaining agreement for such laLor in the locality where such work is being performed. If it becomes neces- sary for the Contractor or any subcontractor to e:aploy any person in a craft, classifi- cation or type of work (except executive, supervisory, administrative, clerical or other non-manual workers as such) for which no mininuri wage rate is specified, the Contractor shall 'w..ediately notify the Public Agency which shall promptly determine the prevailing wage rate t4erefor and furnish the Contractor with the minimum rate based thereon, which shall apply from the time of the initial employment of the person affected and during the continuance of sucL employment. 15. jjaE;;s Or LABOR. Eight hours of labor in one calendar day constitutes a legal day's work, a:.zi no wor.a»an employed at any time on this work by the Contractor or by any sub- contractor shall be required or permitted to wor): longer thereon except as provided in Labor Coda Secs. 1310-1315. 16. :+PPPINTICCS. Properly indentured apprentices may be employed on this work in accorM�ce whir Labor Code Secs. 1777.5 and 1777.6, forbidding discrimination. _ (Page 3 of 4) (CC-1; Rev. 11-76) D-3 -A0 17. PYLFEttI;.CS FOP. MATERIALS. The Public Agency desires to promote.the.industries and econouy of Coatra Costa County, and'tne'Contractor therefore promises to use the products, workzan, laborers and mochanics'of t1his County in every case where the price, fitness and quality are equal. - 16. hSSZC;;:W;:T. This agreement binds the heirs, successors, assigns, and representatives of t:.e Contractor; but he cannot assign it in whole or in part, nor any monies due or to becoce due under it, without the prior written consent of the Public agency and the Contractor's surety or sureties, unless they have waived notice of assignment. 19. :x3 ',.IAXVI:n BY PUBLIC AGC::CY. Inspection of the work and/or materials, or approval of o work and/or materials ins pecte , or statement by any officer, agent or employee of the Public Agency indicating the work or any part thereof complies with the,requirements of this contract, or acceptance of the %,hole or any part of said work and/or materials, or payncnts therefor, or any combination of these acts, shall not relieve the Contractor of his obligation to fulfill this contract as proscribed; nor shall the Public Agency be thereby estopped from bringing any action for damages or enforcement arising from the failure to 'cosply with any of the terns and conditions hereof. 20. UOLU ILAP.:'.LESS b INLEMVITY. (a) Contractor promises to and shall hold harmless and In-de=ufy from theis it es as defined in this section. (b) The indemnitees benefited and protected by this promise are the Public Agency and its elective and appointive boards, commissions, officers, agents and employees. (c) The liaL"ilities protected against are any liability or claim for damage of any kind allegedly suffered, incurred or threatened because of actions defined below, including personal injury, death, property darmace, inverse condemnation, or any combination of these, regardless of whether or not such lia;jility, claim or damage was unforeseeable at any time �z before the Public Agency approved the inprovement plan or accepted the_ improvements as a caspleted, and including the defense of asiy suit(s) or action(s) at law or equity concerning these. (d) The actions causing liability are any act or omission (negligent or non-negligent).. In connection with the matters covered by this contract and attributable to the contractor, subcontractor(s), or any officer(s) , agent(s) or employce(s) of one or more of them. (e) tion-Conditions: The promise and agreement in this section is not conditioneu or dependent on whether or not any Indeciitee has prepared, supplied, or approved any plan(s) , ' drawing(s), specifications) or special provision(s) in connection with this work, has insurance or other indemnification covering any of these matters, or that the alleged danage resulted partly from any negligent or willful misconduct of any Indemnitee. 21. E CAVATIOU. Contractor shall comply with the provisions of Labor Code Sec. 6705, if app ca e, !)y sutnitting to Public Agency a detailed plan showing the design of shoring, bracing, sloping, or other provisions to be made for workar_protection from the hazard of caving ground during trench excavation. (Page 4;,of 4) (CC-1; Rev. 11-76) f .S t'�{F 00 ./4. t k J » DIVISION E - EQUAL EMPLOYMENT OPPORTUNITY BID .COr,IDITIONS AFF I RIAT IVE ACTION REQU I PEE11TS sip EUL E•1PLOYf'EIT OPURN ITy CE 'EF01i, •I P -1) For all Non-Exempt Federal and Federally-Assisted Construction Contracts to: be Awarded in Contra Costa County, California. NOT CE . EACH BIDDER, COIZRACTOR OR SUBCONTRACTOR (HERE I MFTER THE COtnTZACTOR) MUST FULLY COMPLY WITH EITHER PART I OR PART II.. AS APPLICABLE,, OF THESE BID COI113I T I OMS AS TO EACH OON STRtrr I ON TRADE IT I tfOOS TO USE ON THIS , CONSTRUCTION COi'fi`R.ACT AND ALL OTHER C014STRUCTION WORK (BOTH FEDERAL APO NON- FEDERAL) IN THE CMTRA COSTA _:oufrY AREA DURING THE PE.RFORt•1ANCE OF THIS CONTRACT OR SOM i ACT. THE ODP RACTOR C011,1ITS ITSELF TO THE GOALS FOR MINORITY IMANKMER UTILIZATION IN EITHER PART I OR PART II, AS APPLICABLE, AND ALL OTHER, rzOUIREt•ENTS, TER-IS AND CONDITIONS OF THESE BID COi,DITIONS BY SUBMITTING A FROPERLY SIGNED BID. THE CONTrZACTOR SF'f,LL APPOINT A COMPANY EXECUTIVEJO TO ASSU-E THE RESPONSIBILITY FOR THE IMPLE"`PfiATION OF THE :REQUIREt-IECITS, TERttS AND CONDITIONS OF THESE BID CONDITIONS, nT The provisions of this Part .I apply to contractors which are party to collective bargaining agreements with labor organizations which together have agreed to the Contra Costa Co.mty Area Construction Program (hereinafter the Contra Costa Plan) for equal opporturnity and have jointly made a. cor -.dtr.&_nt to specific goals of minority and, where applicable, female utilization. The Contra Costa Plan is a tripartite voluntary agreement between management, labor, and the minority corsaunity. The Contra Costa Plan, together with all implementing agreements that have been and cay hereafter be developed pursuant thereto, are incorporated herein by reference. E- 1 f 00 542 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 trade. A contrac- tor may therefore be in compliance with Part I of these Bid Conditions by its :. participation with the labor organization which represents its employees in the Contra Costa Plan as to one trade provided there is set forth in the 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 II, Section A) must comply with the commitments contained in Part II including goals for minorities and female utilization set forth in Part II. If a contractor does not comply with the requirements of these Bid Conditions, it shall be subject to the provisions of Part II. Pel A. CoveraZe. The provisions of this Part II shall be applicable to those con- tractors who: 1. Are not or hereafter cease to be signatories to the Contra Costa. Plan incorporated by reference in Part I hereof; _ 2. Are signatories to the Contra Costa Plan .but are not parries to collec- f tive bargaining agreements; 3. Are signatories to the Contra Costa Plan but are parties '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 .-nd 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 S. Are participating in an affirmative action plan which is no longer accept- able to the Director, OFCCP, including the Contra Costa Plan; 6. Are signatories to the Contra Costa Plan but are parties to collective bargaining agreea:epts with labor organizations which together have failed to make a good faith effort to comply with their obligations under the Contra Costa Plan and, as a result, have been placed under Part II of ' the Bid Conditions by the Office of Federal Contract Compliance Programs . B. . Reouirer"ent--an Affirmative Action Plan. Contractors described in paragraphs 1 through 6 above shall be subject to the provisions and requirements of Part II of these Bid Conditions including the goals and timetables for minor- ityl utilization, and specific affirmative action steps set forth in Sections B.1 and 2 of this Part II. The contractor's commitment to the goals for minority utilization as required by this Part II constitutes a co=itr.,nt that it will make every good faith effort to meet such goals. 1 ninority is defined as including Blacks, Spanish Surnamed Americans, Asians, and American Indians, and includes both minority .men and minority women. E-2 110543 1. Goals and Timetahles. 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 pro- visions of Part I. For all such trades the following goals and timetables shall be applicable: GOALS FOR M I NOR I TY UTILIZATION From 10/01/74 To 9/30/76* 17.0% - 19 .5% * In the Event that any work which is subject to these Bid Conditions is performed in a year later than the latest year for which goals of minority utilization have been established, the goals for the last year of the Bid Conditions will be applicable to such' work. The goals of minority and female utilization above are expressed in terms of hou of training and employment as a proportion of the total number of hours to be worked by the contractor's aggregate work force, which includes all supervisory personnel, in each trade on all projects (both Federal and non-Federal) in the Contra Costa Plan area during the perfor- r;ance of its contract (i.e. , the period beginning with the first day of work on the Federal or federally assisted corstructicn contract and ending with the last day of work.) The «ours of minority employment and training dust be substantially uniform throughout the length of the contract in each trade and minori- ties asst be employed evenly on each of a contractor 's projects . There- fore, the transfer of minority employees or trainees from contractbr to contractor or from project to project for the purpose of meeting the contractor's goals shall be a violation of Part II of these Bid Conditions . If the contractor counts the nonworking hours of trainees and apprentices in c-et-In'- the contractor's goals , such trainees and apprentices must be employed by the contractor during the training period; the contractor must have nade a commitment to employ the trainees and apprentices at the completion of their training subject to the availability of employ- ment opportunities; and the trainees must be trained pursuant to training progra,s approved by the Bureau of Apprenticeship and Training, for "Federal Purposes" or approved as supplementing the Contra Costa Plan. 2. Svecific : firnative fiction Steps . No contractor shall be found to be in nonco .pliance with Executive Order 11246 , as numended, solely on account of its failure to meet its goals , but shall be `iven an opportunity to deronstrate that the contractor has instituted all the specific affir- mative action steps specified in this Part II and has inade every good faith effort to make these steps work toward the attainment of its goals within the timetables, all to the purpose of expanding minority utili- ;° ,zation in its aggregate work force in the Contra Costa Plan area. A contractor subject to Part I which fails to comply with its obligations under the Equal Opportunity clause of its contract (including failure to meet its fair share obligation if provided in the Contra Costa Plan) or subject to Part II which fails to achieve its commitments to the goals for minority utilization has the burden of proving that it has engaged in an affirmative action program directed at increasing minority utilization and that such efforts were at least as extensive and as specific as the following: a. The contractor should have notified minority organizations when employment opportunities were available 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 fo.r 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. C. The contractor should have promptly notified the contracting or administering agency and the Office of Federal Contract Compliance Programs when the union or unions with which the contractor has collective bargaining agreements did not refer to the contractor a minority sent by the contractor, or when the contractor had other information that the union referral process has impeded efforts to meet its goals. d. The contractor should have disseminated its EEO policy within its organization by including it in any employee handbook or policy manual; by publicizing it in company newspapers and annual reports, and by advertising such policy at reasonable intervals in union publications. The EEO policy should be further disseminated by conducting staff meetings to explain and discuss the policy ; by of the policy; and by review of the policy with minority , employees. e. The contractor should have disseminated its EEO policy externally by informing and discussing it with all recruitment sources; by advertising in news media, specifically including minority news media; and by notifying and discussing it with all subcontractors . f. The contractor should have made both specific and reasonably recurrent written and oral recruitment efforts . Such efforts should have been directed at minority organizations, schools with substantial minority enrollment, and minority recruitment and training organizations within the contractor's recruitment area.- 0 A J . l. f E 4 r ` I C g. The contractor• should have evidence available for inspection that all tests and other selection techniques used to select from among candidates for hire, transfer, promotion, training 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 and participated and assisted in all Depart- cent of Labor funded and/or approved training programs relevant to the contractor 's employee needs consistent with its obligations under this Part II. 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. k. The contractor should have continually monitored all personnel activities to ensure that its EEO 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 seek those opportunities. 1 . The contractor should have solicited bids for subcontracts from available minority subcontractors engaged in the trades covered by these Bid Conditions, including circulation of minority con- tractor associations. NOTE--rhe Assistant Regional Administrator of the Office of Federal Contract Compliance Programs and the compliance agency staff will pro- vide tscnnicaZ assistance 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 it at the time of the submission of their bids which, together with labor organizations with which they have collective bargaining agreements, subsequently become signatory to the Contra Costa Plan, either individually or through an association, will be deemed bound to their commitments to the Contra Costa Plan from that time until and unless they once again become subject to the requirements of Part ii pursuant to Section A. l -6. 4. tion-discrimination. In no event may a contractor utilize the goals and 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. PMT III Co-,mliance and Fhforcer-ent. In all cases, the compliance of a contractor will be determnined in :accordance with its obligations under the terms of these Bid Con- ditions. Therefore, contractors who are governed by the provisions of either Part I or Part II shall be subject to the requirements of that Part regardless of. the obligations of its pride contractor or lower tier subcontractors . F f 4 5 ;, x E- 00154 f 1b All contractors performing or to perform work on projects subject to these Bid 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 SLbject to Part I. 1. A contractor covered by Part I of these Bid Conditions shall be in compliance with Executive Order 11246, as amended, the implementing regulations aid its obligations under Part I, 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 they committed themselves in the Contra Costa Plan, or can demonstrate that every good faith effort has been made to meet the goal. In that event, no formal sanctions or proceedings leading toward sanctions shall be instituted unless the Office of Federal Contract Compliance Progra=s determines that the contractor has violated a substantial require snt in the Contra Costa Plan or Executive. Order 11246, as amended, and its implementing regulations, including the failure of such contractor to make a good faith effort to meet its fair share obligation if provided in the Contra Costa Plan or has engaged in unlawful discrimi- nation. Such violations shall be deemed 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 contractors ' employment practices during the performance of the contract . Further, O"LCCP shall be solely responsible for any final determination that the Contra Costa Plan is no longer an acceptable affirmative action program and the conse- quences 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 affi1-mative action. In the event it shall be solely responsible for any final determination of that question and the consequences thereof. 3. 6'nere OFCCP finds that a contractor has failed to comply with the requiremc-nts of the Contra Costa Plan �:.d its obli-ation minder Part I of these 3id Conditions, it shall take such action and/or impose such syictiors as may be appropriate under the Executive Order and its regulations. when the OFCCP proceeds with such formal action it has r the burden of proving that the contractor has not m`t 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 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 contractor must also provide evidence of its steps toward the attainm°nt of its trade 's goals within the timetables set forth in the Contra Costa Plan. The pendency of such formal proceedings shall be takea into consideration by Federal agencies in determining whether 0054 d E-6 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 pro— • curement law. B. Contractors Subject to Part II. In regard to Part II of these Bid Conditions, if the contractor mets the goals set forth therein or can demonstrate that it has made every good faith effort to meet these goals, the contractor shall be presuned 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 for-inal sanctions or proceedings leading toward sanctions shall be instituted unless the contracting or administering agency other-wise determines that the contractor is violating the Equal Opportunity clause. Where the agency finds that the contractor failed to comply with the require- ments of Executive Order -11246, as amended, the implementing regulations and the obi Igations . under Part II of these Bid Conditions, the agency shall take such action and Impose such sanctions, which include suspension, termi- nation, 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 met the goals contained in Part 11 of these Bid Conditions. The contractor 's failure to meet its goals shall shift to It thi 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 spaciFic affirmative action steps listed in Part 11 , 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. C. Obligations Applicable to Contractors Subject to Either Part I or Part 11 . It shall be no excuse that the union with which the contractor has a col- lective bargaining agreement providing for exclusive referral failed to refer minority employees. Discrimination in referral for employment, even if pursuant to provisions of a collective bargaining agreement, is prohibited by the '11--tional Labor Relations Act, as amended, and Title VII of the Civil Rights Act of 1964, as *fam--nded. It is the policy of the Office of Federal Contract Compliance Programs that contractors have a responsibility 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 amenddd, such contractors cannot be considered to be in compliance with Executive Order 11246, as amended, its implementing rulos and regulations. E-7 00348 �I General Requirements. 1. 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. U11 nenever a contractor sub- contracts a portion of the work in any trade covered by these Bid Conditions, it shall include these Bid Conditions in such subcontracts and each subcontractor shall be bound by these Baal Conditions to the full extent as if it were the prime contractor. The contractor shall not, harever, be held accountable for the failure of its subcontractors to fulfill their obligations =der-these Bid Conditions. However, the prime contractor shall give notice to the Assistant Regional Adn.ini- strator of the Office of Federal Contract Compliance Programs of the Department of Labor and to the contracting or administering agency of any refusal or failure of any subcontractor to fulfill its obligations under these Bid Conditions. A subcontractor' 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 determined not to be a "responsible" bidder for Government contracts and federally-assisted construction contracts pursuant to the Executive Order. 3. The Contractor shall. carry out such sanctions and penalties for . violation of these Bid Conditions and the Equal Opportunity clause including suspension, teas+ir:.;:ion and cancellation of existing sub- contracts and deb..rrent from, future contracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations by the contracting or administering agency and the Office of Federal Contract Compliance Programs . Any contractor who fails to carry out 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 contractor during the tcr.., of its contract from compliance with Exacutiva Order 11246 , as , and the Equal Oppurttaiity clause of its contract with respect to matters ' not covered in the Contra Costa Plan or in Part II of these Bid Conditions. 1 ; 00543 E $ Executive Order 11246. _. _.....t Executive Order 11246 requires non-discriminat"ion in . emplo ment assisted contracts. In executing this assurance, the County, cities , and - profit sponsors agree to do, among other things, the following:cities , and non- a. Include the following equal opportunity clausel assisted contracts . This clause applies to administrative, — supervisor supervisor y, professional , and clerical ' str�uction workers . This clause also appPieSotoethesemelo aent�n- practices of the-Activity Sponsor: P "No person in the United States shall on the ground ' of or. sex -be excluded from' ptheicipationf• race, color, ' the benefits: of, or be subjected to discrimination Under be denied or activity funded in whole or in part with nder an Y Program this title. ", w. _..... .. h aUn . avai_l:able ds ....under. .vM >vNu .. 'i N rE1•+f .:fr.f4 4wi'f i Yd •aT4.r a•C ...'!•,. .S• r.W!Yf✓x ..... Y J bh•NfwM,M •>t>.1 77 C .I.a. ,.,wax;h•4 .n ,...,.: v•nx..+.e,rr ..rnr_....e,.fr.,iv<,. ln. -t-r _,n...e;,.. ,.ne>.r ... ...w ,.., d.,.n.r. r4wti.n;i' a i r s f j t :o- v«,J war• •..e,e..,,• »rt> .wewa,..aq+..w,,cva+oyp r u n., 1. �. .{.. y. ..�,..,�: ..� .� 1. -.-x.�e.. a,n.. �K.•»w+> i + 4 •y,w ,a.•k,..- !w -1. .}.e Z wt -ww..+r?o-r _ ., +:rny N •,t+� S al .,{r. +>d. -rt. n rw. :� } Li ..:,, .,•,, >n»•s+: �..,,.::• �•.. y.-, n....:.w ,,...i ,,.r K.,4a .t,: „ , r+' <� ..xyr ..<4y :;. ,✓.+.•: .«:4w. .ka.,,,...• '.r: r.+u..v;11 Y.a,..+nv. u...+u ..r..au..i.� r t rv,. Y+ ».+v Y�+r• •.•f � Yaww uW.-^ t,• o(f n,w.•h. v.ir.nnc,� t+•Y _ ' s.+ M.,wN- r �r..°,•1°"'^t•w + r .....n y s-*W w. 7 a .i ,(i( _+ '�, f�+..'.u..w ,, w.--++..'r,,..r.✓ Nia r a.W! 1. > en-.r s '00550 9 t • -: a Yr:..s.. .N ...,� M trr s.:....muv.r.w ,Mr• +t!�r•a ,.,, i».-..,y ...,;,•..., ,n wl., •. �,�Y� ..i ,. ,.�; s,s , ;..�i , ; 1 4 F:- ., .�rM•i ir£i�:,G �"`.5 > {l 5~'_ J � d ,hf' p (, n i f j �• $+ :+�� w.;+ i�r �:v���; �� �{ i D)V! S!ON E. EQUAL EMP+OYMEINT OPPORTUNITY (Cont .) OMB Aooravai No . 44-Ri395 � STA?+DARD FGR: - ?j? ,,, erar.i:3 Feriod MONTHLY EIMPCOYMENT (Month, Year) (Aug. 1976) UTILIZATION REPORT Aa prescribed ty the Cel:. of Labcr (CFCCP) (gee reverse for instructions)JM . This report is. required by Executive Order 11246 , Section 203 . Failure to report can result in sanctions hick include suspension, termination, cancellations or debarment o` -contract. r13� To: (2+awe ar.d l.catior, of c=;Bance Agenc-r) From: (Kane and lccation cf ccntractcr) , Asst. Reg. Admin. fcr Equal Opportunity U.S. Dept. of Housing i Urban Development 430 Golden Gate A•ienue, Box 36003 San Francisco, Califo=-'a 94102 1 . 3. u. % j. Mina-- 'total Total Work Hours of Emplo7ment (see footnote) lrit7 number n=ber Y a. o. C. a. . e, u/h c: o' a. Cass- ai^oris. cag ay His- Amer. Asian/ ^:'ota1 r r '-ade *ica- iota' Black ndian Pmc_"c oe. total E»�_cy- tea Compazxf s Name (..7. , ...on panic Zsia-d -ale �+/`y ees C Tr A T- AD Tr I ) A Tr Ao Tr C •rs� A o Tr C AD- Tr Tr Tr An Tr 7. Coepar.;r s 41j=aturo as c-e d. Date 313ned g. 'eleprcre Number ( inalu��l� (* Mst Fsm&tss ` rt NLnjF L,as & non-on inortt„) in . � INSTRUC IryS FOR FILI`.:G EMPLOYMEOT UTILIZATION REPORT (SF-2771 ) The Employment Utilization Report is to de completed by each subject contractor (both prime and subcontractors) and signed by a responsible official of the company. The reports are to be filed on the day required , each manth , during the term of the contract, and they shall includ'e the total work-hours worked for each employee level in each designated trade for the entire reporting period. The pr=me contractor shall submit a report for its aggregate work force and shall collect and submit reports for each subcontractor' s aggregate work force to the Federal Compliance agency that is funding their construction project. Reporting Period . . . . . . . . . . Self-explanatory. Compliance Agency . . . . . . . . . U. S. Government contracting or adminis- tering agency responsible for equal employ- ment opportunity on the project. Contractor Any contractor who has a. construction con- tract with the U. S . Government or. applicant (See OFCCP Revs . 60L-2 . 3) . 1. Company's Name Any contractor or subcontractor who' has a federally involved contract. 2.. Trade Only those crafts covered under applicable Federal EEO. bid conditions.. 3: work-hours of ,cmplcyment. The total number of hours worked by all employees in each classification; the total number of hours worked by _ach *:ninority group in each classifi.catzon and the total work-hours for all women. Classification '- The level of acccrplishment or status of -.- the worker in the trade. (C = Craf t:.o-ker - Qual:fied, Ap Apprentice, Tr. = Trainee) y. Percent cf .minority work - hours of total ..ork-hours The percentage of total, minority work-hours worked of all work-hours worked . (The sum of columns b, c, d and a divided by column a .) 5 . Total ?cumber of minority employees . . . . . . . . ;lumber of minority employees working in contractor' s aggregate work force during _ . reporting period . 6. Total ,umber of e-mployees `lumber of all employees :corking in con- tractor' s aegre;ate work force during reporting period. * Minority is defined as including Blacks , Hispanics , A-merican _n�ians and Asian and Pacific Islanders both Ten and women. ikrt • 1 1 0055z 4 CJS �iu"'lEn1!!EYT ?;t!. �YG OF�.C'c !37'-;271-Q:3/:63 DIVIS1014 E. - EQUAL EMPLOYMENT OPPORTUNITY I . Affirmative Action. Certification. A. Contractors' Certification. A contractor will not be eligible for award of a contract under this Invitation for Bids unless such contractor has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: CONTRACTORS CERTIFICATION certifies that: Contractor 1. it intends to employ the following listed construction trades in its work under the contract and 2. (a) as to those trades set forth in-the preceding paragraph one hereof for which it is eligible under Part I of these Bid Conditions for participation in the Contra Costa Plan, it will comply with the Contra Costa Plan on this and all future construction work in Contra Costa County within the scope of coverage of that Plan, those trades being: and oi• (b) as to those trades for which it is required by these Bid Conditions to comply with Par: II of these Bid Conditions, it adopts the minimum minority manpower utilizaticn goals and the specifice affirmative action steps contained in said Pa_r,- II, on this and all future construction work in Contra Costa County subject to these Bid Conditions, those trades being: and 3. it will 6�ain from each of its subcontractors and submit to the con— tracting or admninis ging agency prior to the award of any subcontract under this contract the subcontractor certification required by these Bid Conditions. Signature of authorized representative of contractor) U(1t:;�53 t t . E_ 12 DIVISION E. EQUAL EMPLOYMENT OPPORTUNITY B. Subcontractors' Certifications.. 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 1' 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 being: and/or (b) as to those trades for which it is required by these Bid Conditions to comply with Part 11 of these Bid Conditions, it adopts the 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 authoy`ized representative of bidder E- 13 'O055 ;t LIVISION F - WAGE_ RATES Minimum wage rates for this protect of there tismaned by the Secretary of Labor are herein set for difference between the minimum wagenraWasepratesedeterminedtby the Secretary of Labor and the prevails g 9 State or the County- for similes classshall ' payanotnof lesslthan , theehigher tractor and his sub contracto wage rates . See General Conditions for reporting requirements . ._ I . ;; ,,t I � I�I I , ,� , . � P, � I,,I I!I �,.-, �- � ,: r 4:, t , y - � f( { , ■■'/fir 4. r S i ..iJ x.. 11.1 I 11 F. 1' 4� 11 t , . 1 c, est'. � J..f»�r{tl Yx�,'$:,"�}�.i, t , ,.. it .t�..^x i':, .`i..t .,i..i ea.�,+,n},...,.>.,._. ._t .., t,J: .. ...,,.., , " ,.L,.. ,r .�. ....... Mar _ ..,t• . . • 1 r• • SOpritsmuS DECISION DECISION NO. CA77-5039 rage 2 STATEr California COURrIES: Alameda, Alpine,:Amador, Butter Calaveras, Colusa, Contra friss*Ben.Dto Payments Costa, Del Norte, E1 Dorado, Fresno, Basic Rings, Lake, Lassen, Metria Glenn, Rusboldt, Rin EJ+ostkss 9 Rd.s HLA Pawslens Vualsm. .srlhr Madeca, Marin, Mariposa, Mendocino, Ap..Te. r" ' Merced, Modoc, Monterey, Napa, Nevada, Placer, Plumes, Sacramento, San Benito, BRICK TENDERS: San Francisco: San Joaquin. San Mateo. Alpine. Amador. LS Dorado, Santa Clara. Santa Crus, Shasta. Sierra Nevada. Placer, Sacramento, Siskiyou, Solana, ;•ones, Stanlslauu, Sierra and Yolo Counties 3 9.30 $ 1.00 3 1.70 Sutter. Tehama, Trinity, Tulare, - San Francisco and San Mateo Tuolmese, Volo and Yuba Counties 10.00 .65 .BO oWIStOtt MDMERt CA77-5019 DATEt Dote of Publication Fresno. Rings, Madera and Supersedes Decision No. CA76-5101 dated November 19, 1976, in 41 FR 51255 Tulare Counties 9.10 .80 1.10 DESCMt1PTloN OF WORK: Building Construction (does not Include single family CAAPhtTMSi harms and garden type apartments up to and Including s atotlerl, heavy and CArpontsrs 11525 1.22 1.71 .75 .06 highway eunmtruotlori and dredging. Hardwood Floor Layeres Power Saw Operators) Sar Filets) Basic rri,q.B*saNtsray.enH Shinglerel Steel Scaffold MostlyErimosti.s Erectors and/or Steel Shoring Rates M L A rwslass V.c*tien ..�/ir Erectors 11.60 1.22 1.71 • .7S .06 Apr.Tr. Millwrights 11.75 1.22 1.71 .73 .06 Piledrivermen, bridge, wharf and dock builders 12.23 .04 1.26 .75 .06 ASBESTOS WORKERS 6 12.41 .90 S 1.17 $1.50 .06 CEMUM MASONSt BOILMA1KERS 13.175 .775 1.00 .S0 .02 Cement Masons 10.00 1.15 1.63 1.50 .OS F.A BRICKLAYERSs Stonemason•: Mastics Magnesite) All Del Norte, Humboldt, Lake, Composition Masons 10.25 1.15 1.43 1.50 .05 Men working from swinging or 7ranclern, San Marin, co, San Mateo,Napa, San ell form scaffolds 10.25 1.15 1.13 1.50 .05 ateo, Slsklyou, DRYWALL INSTALLERS 11.32 1 1.22 1.71 .73 s .07 Z Solana, Sonoma and Trinity tLDCTRiCIANSs Q ) Counties 11.02 1.40 .93 1.00 .OS Alameda County Alameda and Contra Costa Electricians 11.61 .60 16~.90 .03 A Counties 11.95 1.05 1.05 .20 Cable Splicers 12.66 .60 1~+.90 .03 M� Fresno, Rings, Madera, Amador. Colusa. Sacramento, Matipoaa and Merced Counties 10.95 .95 1.00 Sutter, Yolo, Yuba and butte. Coluss, E1 Dorado, those portions of Alpine, Glenn, Lessen, Medoc, Nevada, EI Dorado, Nevada. Placer Placer, Plumes, and Sierra Counties West Shasta, Sierra, ra, Sutter,, Sacramento, of the Sierra Mountain Tehama, Yolo and Yuba Cos. 11.90 .RO 1.O5 .25 Watershed Monterey and Santa Crus Electricians 12.69 .95 11+.95 .065 Counties11.60 1.13 1.20 San Benito and Santa Clara Cable Cable Spllcec� 14.18 .95 11+.95 .065 , Tunne Counties 11.95 1.O5 1.O3 •02 t Electricians 13.03 .95 1l+M .OIS Alpine, Aaudor, Ctlaverse, Cable Splicers 16.32 .95 114'.65 .065 San Joaquin, Stan Klaus and Tuolumne Counties 10.05 1.00 1.00 1.00 Tulare,County 11.60 1.00 1.00 .07 _ .. ;- ,,. ;:•.:_tete. -.., _ 1 tD FEDERAL REGISTER, VOL. 12, NO. 78--FRIDAY, APRIL 22, 1977 1•+ tete- - 1 0111=14110 IID.'CA77-5019 togas 3 DECISION NO. CA77-5039 rags 4 { +. F ~lFdga Banath.Pay enb ' raMaea Bosolih r.,..a. 0oaA ._.. lode Hwrtr Edacmtoa H.rrly EJeaests. Rotes H L M Panalasa Vacation and/or Rsa% 11 t s Positions Y000nee eat/or .App''Tr' a AMr.Tr. ELtMICIANSt (Cont'd) RIJIMICtGMit (Cont•A), Monterey County take Sahoo IWOa Electciclans i 12.50 .90 11+.75 .06 R1sCtt Lclena I) 13.]3 .67 14+.77 .08 Cable Splicers 1].81 .90 1%+.75 .06 Cauls splicsts 14.56 .67 111+.77 .06 Napa and Solana Counties 0wtte. Cleanr L4884n, Medoc, Electricians 12.07 .68 14+.85 .04 dumas, abasta, alskiyou. Cable Splicers 13.56 .66 Li+.85 .04 fthass and Ttinity Counties Sita Bonito, Santa Clara and !laottiolane' 11.90 .01 It+.T35 .04 Santa Quit Counties Cable spliceco' 13.18 .87 111+.70S .04 Eloatriclons 12.80 .77 16+1.50 .05 TWunslM Cable Splicers 14.40 .77 11.1.50 ,05 tleottiolaa►I Cable splicacs' san Trahcleco County ; .loots + 13.90 .07 11+.705 .04 Electricians 13.835 1.04 I4+.90 .06 Cable splicsts ' 11.04 .67 14+.705 .04 Cable SPlicere 15.56 1.04 I%+.90 .06 ' Calaestaa and baa""VIA San Mateo County. Cesrttisa Rlectcicians 11.77 .82 Ist.50 .03 " ■8laWUjoEaM1 �Schnlclana 12.19 .92 11+1.23 .01 ELVATOR CONSTRUCTORS 13.49 .545 .35 36+a ..02 Cable spiiara 13.67 .92 18+1.25 .0L ,LEVATOR COHSTdUCTORs' HELPEII9 701JR .545 .]5 31+e .02 COwtca toasts county ELEVATOR CONSTRUCTORS' HELEPRS 0lsctticlans 13,45 .70 11+1.00 (PROD.) 501JR Cable splicers 14.55 .70 10:1.00 GLAZIERS# "I starts and awmal4t Counties Alameda, Contra Costa, Lake, RlsctticislM 10.25 .35 14+1.75 .04 Marin, Mendocino, (Southern Cablecats t'' 11.07 .35 11+1.75 .94 halt of County from North of + zttesraaipl/isgs. Nadsca and Pt. Bragg). Monterey, Napa, 0 Tulare Counties San Benito, son Francisco, alacttictani 12.26 .75 11+.95 .OS San Mateo, Santa Clara, Sento , Cable Splicac• 13.26 .75 18+.95y0S C{ut. Solana, (S.W. from east rnr lake• Natio, llsndacino.and o Pairfield) and Sonoma smnaimb clouaty } Counties t 11.23 .92 1.35 .02 Illactriciva 12.65 .12 11+.30 .02 Cable Spit Coco 13.91 .02 11+.30 .02' t - lisrtpota. Mtcad. stag/claw .. and TLolutsns'Coantles Eleetrlciaes 9.03 .62 It 11 Cable Splicsts 10.41 .62 11 11 y F101M REGISTER, VOL. 42, NO. 70--1`0IDAY, APRIL 22, 1977 • �MM"�4'M'tar/'E+M'#Ma'i(+MM^'M.`^a'ra..YK+itr....+1„d..0--r'.. - • �r B _ til, . . I`• , i DECJ9tON N0. CAV-5030 Ps9a S DECISION NO. CA77-303! Mage t Pdga Berths Paywawta , Fd.ee/+seri*Farm*.+a Newly Edacattaa Basic Rebs N A• Ps.sieas Yacrttew e041/.t N.rrlr EJ.ceti.,, ARr.Tr. Retea N i M Pe.sbes Yecettew -A/9f Ant.Tr. e.:..._ - LATH M (Cnnt'd) GtwtitwSi ICont'd) Montatoy and Santa C[us c h4low, Amadoc, Butte, Counties i 11.30 CslAvoras, 91 Dorado. San rcanciaco and W% of Maciposa, Merced, (North San wteo county 13.07 si 2.00 .02 of City of Livingston). San Benito and Santa Clara Modoc, Nevada, Placer, counties 10.14 .73 .73 ; Sacramento. San Joaquin, !roan, Rings. Mad*ca and l Shasta, Sierra, Siskiyou, Tulare Counties 12.03 .35 .43 Stanislaus, Sutter, Tehama, Mariposa, Marced, Stantalauo Tuolumne, Yolo and Tabs and Tuolumne Counties 10.75 .01 ' Counties { 10.495 .43 1 1.20 Asador, al Dorado, Sacramento reesno. Rings. Madsra and I and Yolo Counties 5.40, .40 1.00 Tulare Counties and the Southern half of San Mateo resaining portions of County " 10.03 .32 1.00 Merced County 9.09 .01 1.04 .SOS .05 LING CONST1t=10Mt IRONWMZRSr Contra Costa County renco Erectors 10.41 1.14 1.94 1.20 .04 Groundmen 10.017S .70 1911.00 Reinforcing 11.30 1.14 1.66 1.20 .04 Line Equipment Operators 12.1050 .70 1st1.00 Ornamental/ Structural 11.30 1.14 1.994 1.20 .04 Linemen 13.45 .70 1041.00 t LATHERS, Cable Splicer* 14.95 .70 ist1.04 ! Alameda and Contra Costa Dal motto, Modoc and Sinktyou j r Counties 12.39 1.49 1.29 .425 Counties O Butte, Coluss, Glenn, Use trimmer helparr Rumboldt, Lake. (that Ccoundman 8.11 .45 It .10 V24 f1 portion of County from Read Groundman: Read9cound- M Lakeport up to County"Lina) man (Chipper)i Powdermen) N Nevada, Placer, Plumes, Jaekhamsersen 9.69 .43 1s .10 1/2s Shasta, Sierra, Tehama. Line rquipment Man 9.95 .45 It .10 1/2s and Trinity Counties 11.00 .K .50 .dl Linemen Polesprayert Reavy Calaverss.and San Joaquin Line equipment Mont Counties 10.55 .69 .35 .01 Certified Linsmanl Welder Il.S4 .43 If .10 1/24 Lake (from City of Lakeport Tram Trimmer 10.42 .45 is .10 1/2t down to County Line), Mucin, Cable Splicers Leaileml Mendocino and $one" Counties 9.01 .417 .95 .1.00 I/Bt pole sprayer 12:78 .15 1s .10 1/29 FEDERAL REGISTER, VOL 42, NO. 70--FRIDAY APRIL 22. 1977 r tape 7 OiC14101! x0. CA77-1039 Pago 6 Plop gasohol Payseali frMp Banailtr Par+aaara seals seats Nealy tlursNsa Hourly S?4acolSsn flat** M a W Pas#teai Vacaliee aaurr Ratai M L M hubs# Vacation Ayes To. APPr.Tr. L)x4 c01Mi1DCT2oxr {Coat'al Lexi COMS.S clow, (Cont'd) rvesno, Ungs, hadets and Humboldt County Tulats Counties Oroun4+cen i t,20 .5a 26+2.75 (toundxsn 1 11.44 .73 16+.93 .03 Linemen 10.23 ,33 11.1.73 Ltmeeni Unit Bquipert Cable spllcecs 11.07 .55 11+1,73 y operators 12.26 .73 lx+.f3 .03 son rconolsoo County Cable'4pliosts 13.26 .73 10.13 .03 Oroundmen 11.76 1.04 1i+.f0 .06 1 ' Ilaripose, Nacosdl stanislaus Cable St Technicians lana 13.635 1.04 11+.90 .06 y a" Tuolumne colmties Cable Splicers 15.56 1.01 16+.60 .06 Lloseoo 8.83 .62 111 lit sort Bonito, santa Clete# Cable 4plicsrd 10.81 .62 to 11 an4•santi Crag Counties - Ctvun4r,rn 00.00 .87 16+1.50 .Qa loattcsy County Llnoeent Lino tyuipmont Otounse+m 1.41 .83 16+1.43 .ol Liae+net Technicians Liss .13 i6*4.45 .O1 operatece dPl; 12.70 .87 L1+1.50 .05 cold• SP110era 13.61 .83 11#1.45 .01 cable Spllosrs 14.26 .67 16+1.50 aS 146pe and 401444 Counties , MAP,BLE UTTERS 14,86 1.40 .93 1.03 LL#la�sa 11.1] .66 10.43 .04 PAilrrrn i cable $#liters 13.30 .60 16+.83 .04 Alpine, Aaodoc, G14vrru and San Joaquin Counties Mutter Glean, Lassen. Plumes. "sets. Tahaea and Trinity Brush 4.02 .TO ].31 1.11 COMLA416 Spray$ She•trock Taped Gcam0een 0.511 .47 10.703 .02 Swing stagsl So4ffoldl Liawnl •quiparsnt Opetitet� 11.99 .67 16+.705 .02 Sandblaatec structural Cable 1plicaca 13.18 .47 10.705 .02 Steel 9.72 .70 2.34 1.11 Alovis"Comet, Fresno, binge, Madera end Gcolmdeart t 4.56 .70 10.50 .%3 Tulac• Counties Lineson 11.41 .70 111+.30 .03 Brush? Tapers 11.12 .41 .20 Lina llquipxsnt Opscatocs 10.27 .70 11+.50 .03 Spray$ structural Steel 11.37 .41 .20 Jlaldor, colusa, Sacr~to, Maliposs, )U ccsd, stanislaus Ba2ttst, Toto, Yuba and those and Tuolumne Counties a' portions of Alpine, 21 Dorado Brush 9.60 .70 .13 ,75 .OZ halrada, placer and Sierra Swing Stage$ P•porhfngera$ Counties West of the Main i 0oson Chair$ Staae Cleaningi Sierra Mountain Watershed" ' lister Blasting 9.85 .70 .45 .75 .02 Grpurdesn 4.117 .73 111+.75 .045 Spray$ Sandblasting 10.10 .70 .45 .75 ..02 Linemen 11.21 .73 111+.75 .045 CabU Splicats 12.33 .73 16+.75 .045 i • Je.d� FEDERAL REGISTER, VOL. 42, NO. 74-FRIDAY, AP/IL 22, 1477 r 4 _ Paya 14 pSC1a10N N0. C^*11-5031 ' page DRCtSIVA 460. CA77-5019 DECISION et`. C277-3039 Page 9 DECISION NO. CA77-3019 Page 10 . Hulc Fdge b...lils Pywewis ' Frl.ge 6"011.Pgweots beslc N.e,lt EJec.11ea Hourly ` EJ e.tlaa 2.1.6 N L b F-.leas V.caNea and/or R.M. M L/' P.ed.ss V.Cevlae .d/.r. Appr.Tr. App..Tr. P.II1IRHtS: (Cont'd) PAINURS: (Cont'd) Ol erey, San Benito, San Alameda, Contra Costa, El 'Mateo, Santa Clara and Dorado, Napa, Nevada, Vanta Cruz Counties Place[, Sacramento, slerca. (aaeluding portions of f Solan and Volo Counties Counties In the lake Tahoe (excluding portions of Area) Counties in the Lake Tahoe 7iush S 11.22 .99 9 1.30 .80 .01 Area) Spray 11.47 .99 1.10 .50 .07 brush 6 11.12 .99 6 1.70 .80 .01 . Tapers 11.77 .99 1.10 .80 .03 Spray 11.17 .99 1.10 .80 .01 Lake Tahoe Area Tal,ets 11.92 .99 1.10 .80 .01 brush 10,93 .70 .73 ` bol Norte and Nuabpldt Counties Spteys Struotural dleell Tapers 11.20 .70 .7S brush 7.35 .SO .20 .80 Lake, Marin, Mendoeinu, San Spays Sandblasters$ Stcuctura) Francisco and Sonows Cos. Steell Swing Stages Tapeces ' 1 Brush 10.77 .99 1.10 .60 .01• Paperhangers 7.80 .50 .20 .80 spray 11.02 ,99 1.10 .50 .01 Parking int Striping Nock and/or Topece 11.72 .99 1.10 .80 .01 Highway Markets& butte, Colues. Glenn, Lessen, Fresno, Rings and Tulare Countie (eeclduing the settees Be Traffic Delineating Device ' Cin net). tewkne. Flumes, Applicator 8.67 D .so .35 b . dheeta. statures, buttes, Wheel Stop Installers Traffic ' i Teller, Trlsllt>i M/ Twba surfers sandbleetsrs•striper 8.68 ,SO is b Ketoles I Helper (wheel atop installer, Z bts"l Tet TtnAstel Moller• 8.75 .60 .60 traffic surface sondblsster, I Mot's q$ samablaatstt strnetntal striper) 6.61 ,30 .35 b steel► owing stye$ Taper* 5.29 .60 .60 slurry Soul Operations bases Chwnty (that portinn that Mlaer Operator 6,68 .50 .13 Is M Iles eastward of ". M11, Squeegee Man 7.18 .50 .15 b Itotthward to 6ttd laclwdlng Applicator Operator' 6.03 .30 .35 b Money Iastal Shuttleman 6.65 .50 .15 b brush 10.99 .70 .73 1 Top Man 5.61 .30 .15 b sprays structural steel$ Remaining Counties Tapers 11.20 JO .75 Traffic Delineating Device Applicator) Wheel Stop Installers Traffic Surface Sandblaster 8.07 .30 .35 O Helper (traffic delineating device applicator, wheel stop Installer, traffic surface sandblaster) 7.72 .SO 415 b Striper 9.97 .50 .35 b Helper (striper) 8.22 .SO .1S b FEDERAL REGISTER, VOL 12, NO. 78-FRIDAY, ARIL 22, 1977Cn R�C1S10ti xxD. Cii7-Si19. testi a oaczxloN No. CA77-503! Pages 12 t 0 r C.0 to fd�r�aaNfaa.t ' _ fY� nalirt Payments Fiessooss Eadnd/aSr n . , N Pan.a a Vacation Rafas , Y 'b. MU. • Aper.Tr. AMr.Tr. 9AIMlgOx {coat'd)' FLABTZRaRO• TCNOERB} (Cont'd)+ Slurry Sail 0perationx Alpine, Amador, al Dorado, *feet Operator 1 5.07 .S4 .33 b Nevada. Placer, Sacramento, Squeegee Mea 0.37 .SO .35 b 5% to and Yolo Counties S 7.4SS .4SS i 1.40 .80. Apel-- Operator 7.72 + .S4 .33 b r Calaveras and San Joaquin Matilseen - 6.45 ,SO .35 b Counties9.43 .80 1.40 ,90 UP 4.22 .50 .35 b MaWn County 8.32 80 1.40 ,90 r` RUIT/Na s ( • I Montarey County 9.15 1.00 1.70 .90 .Alaareaa ata Contra costa , 7 Ban Benito, Santa Clara and Coanttea 10.10 .745 1.05 103 Banta Ccux Cuuntlea 11.80 .70 1.40 mutt*, Cities", al sen, gas"" PLUWthda {Sot}tiMNststR halt at Les"n Alameda county 13.1! 1.25 2 29 .22 cwntylt PIWAs, Sierra, Corner Costa County 21.87 1.25 2.29 .20 } ontee, ata Ycounties .S4 1.00 Bal Norte and Humboldt Counties 11.33 .71 1.12 ,OS Monterey Countyy 10.60 .71 .35 .01 FLUMBERSr Steamfittoror From", Unga, Madera ane Amador (Northern helt at Tulare cDuattea 9.24 .90 1.l4 l.11• County), Sacramento, Yalo, Alpha A"dot, Sntte,•Calaeeras al Dorado, Nevada, Placer Colusa, at Owasso, Clean, , and Sierra Counties (excluding flaMs tSacr enrich, a Josr, ` Lake Tahoe Ares) 13.33 1.14 1.60 .14 liurssr faocaaa}nea, Sia Joaquin Lake Tahoe Area 10.99 .Se .60 1.95 .10 Sierra, Suttet, colo tad Tuba Marin, Mendocino, San Francisco Z a Couatiss 11.5! ,71 1.50 .02 and Sonoas Counties 11.75 1.905 1.50 1'.17 ,15 Ua ►ssrretsaa County 11.70 .90 1.90 03 San Benito and Santa Clara z 0 11181 Meso Co}M►ty 7.72 ,4! ,.90 1.50 .025 Countles 24.20 .90 1.6s .14 y 11181 cotter iivat}o14y Laaasa San Nate. County 11.74 1.05 1.85 1.20 .25 M iMortbrsacer(t Aa1ti, FAC to, , Alpine, Asador (Southern in ibdoer Mpa, seportion of County), Butte, Sisttyiou, folaso, Sana", Calaveras, Colusa, Fresno, Tsi}esa ax+d Ttiatty Counties 9.95 .!S .SO 1.25 .Ol Glenn, Rin9e, Lassen, Madera, tffstxp.ea, tYr4xd, StanislawMariposa, Merced, Modoc, aid Tuolusse c4uatiee 9.05' .90 1.55 1.20 rt}nterey, Plumes, San Joaquin, r 9t�1Ju�8�.TOx Santa Crux, Shasta, Sierra, Alias" and Contra costs' r Siakiyou. Stanislaus, Sutter, i . Counties.' S.S7 .60 1.10 Tells". Trinity, Tulare,, pre-, St1gs ata Hiders Tuolumne and Yuba Counties 12.60 1.39 2.00 .10 ;. Cotrttita. ' t 0.00 .64 1.40 Lake, Napa and Solana Counties 13.31 1,13 2.29 .16 ! 1 • i FEt1ERAL REGISTER, VOL. 42, NO. 72-FRIDAY, APRIL 22, 1977 ovtia w�Mitsaea...... ntIc1S10M NO.. CA77-503! Faye 14' ' DECISION No. CA77-vo39: hsa it � ' F,bp deaellts Permealb F.)gs 6saaNti Permeate Basic _ Mss,)r Ei.e it Nssrlr Edacst)sa Rates N L W Psselsss Yacetlra wever now M&IN P•esl000 vscedta sei/w Ampe.Tr. 1106I St 1AO rMi (Cont'd) Alaaida and Contra Costs Countial Amadot. SaCr418011to and Y010 sooterm 1 14.94 3 1.17 i 1.10 .60 .04 Counties Mastic Nockerat Kettlemen Kootera Islets, tile and (2 kettles v/0 pumps) 11.19 1.17 1.10 .60 .04 ocaposition) 6 10.11 5 1.04 i 1.10 $1.00 .07 , •itu"stict Enamelerat Pipe- 2nawel4r and Pitch 11.11 1.04 1.10 1.00 .07 wralgterat Coal Tar built up 11.94 1.17 1.10 .60 .04 San Benito and Santa Clara Alpine, Colovetas, riatiivaa. Counties Metced, San Joaquin, Stanlolun lkwiterel Kettle (I kettle) 10.10 .61 1.14 jamb Tuolwwts Counties 011frT MKTAt WIRKrAlf , Mouters (Slate, tile Alameda, Contra Costs. Haps eoapoaition and built up) 11.29 .90 .67 and Solano Counties 11.I3 .ii 1.lS 124 .04 Felt Machine operator • 11.44 .90 .67 Alpine, Calaveras and butte. Colusa. EI Dorado, San Joaquin Counties 11.77 .6s 1.40 .02 Glenn# Lassen, Kodoc, Placer, e Asador, Butte, Coiusa, ' Plumes, Shasta, Sierra, E1 Dorado, Glenn, Lassen. Steklyou, Sutter, Tehams, Nevada, Placer, Flumes, Trinity and Tuba Counties t Sacramento. Shasta, Starts, footers 11.09 .03 .40 Sutter, Teham, 7410 and Ramo, Kings, heatte and Yuba Counties 11.09 .66 1.44 .09 Tulare Counties mariposa, Merced, stanislauo posters 11.31 .60 .00 end Tuolumne Counties 11:14 .60 1.10 .06, Zr We. Marin, Man6actnn. Napa, Monterey, San Benito, Banta Q 001snn on6 sat+o.a Gauntes Clots and Santa Cruz Counties 11.1! 30.94 1.049 1.135 : Kvtses 10.1) .03 1.20 1.03 .04 Get Mutts, Rumboldt, Lake, A Mastic Mtrkecem settleaen maria, ,Yandocmno, Ban it battles W/0 rove) 16.30 .63 1.90 1.63 .04 Francisco, Sonoma and Ntussetict f+sreleret pipe- Trinity counties . 12.10 .ii 1.74 .12 wror"rst Coal tar pitch 11.13 .IS 1.20 1.03 .04 sen Mateo county 12.42 .66 1.01 .12 #tet Nolte and Rumbotdt Modoe and siskiyou Counties '10.263 .52 .28 .03S Counties Fceano. Kinye# Were sn4 ' Routers 10.32 .40 .75 .35 Tulare Counties 11.70 .66 1.22 .09 Monterey and pants ecus ( t Counties mWofere 10.75 .90 1.15 San Francisco and San Mateo Counties Acwters 10.93 .60 1.15 1.10 .04 .Mastic ttorkecs'and Kettlemen - - (2 kettles) without pumps 11.16 .60 1.15 _1.10 .64 altumastict Enamelerst pipappecsl,COal tar 11.93 .60 1.11 1.10 .44 euc v e 22. 147T FEDERAL REGISTER, VOL '42, NO. 7s-FRIDAY, APRIL r OSCULON No.. C07-58319 tags i5 DECISION NO. CA17-5039 , Page 16 ra 00 • ...��....- � , friaN•B•n•IiN Payw•wl, o•sic Friss.ba•8r•Pay--* Is Basic _ i Nwrly EJ.corico "emir EI•casi•a Rases N L M P•asioas vocadan •ndl•. oasis N t.if Pa•si•as vac•si•m •■Uor J Arpt.Tr. .. 1 A�►r.T.. . TERRAZZO NORKERSr r 'SOF! FLOOR 9AYBRSr; Alameda. Contra Costa, Do, Alp sw,.Amadoc, Butte, Norte. Humboldt, Lake.. cslavecas. Colasa. at Dorado, i Karin. Mendocino, Napa. Clawr, 1410Un (excluding Sari rcaseloco, San Mateo. Rwwy Lake Ag41a). wrced Siaklrou, 50141/00 Sonoma (east of San Joaquin pivot). and Trinity Counties i 11.02 $ 1.40 .93 $1.00 plumes, San Joaquin, Sbasta. t butte. Colusa. E1 OoFado, saccaeento. Staaielaus,• i Glenn. Lassen. Nada.:. Sutter, Tubas. Trinity.' 1 NrrYada. Placer, plumas, Tlalmsns,.10 10 and Yuba Sscraertnto, Shasta, sierra, Owentloo and !,0441 Portions Sutter, Tehama, Yalo and at at Dorado, Nevada, Placer Yuba Counties 11.80 .80 .90 .25 i amd stages counties (excluding TILS SVrrr11S. take Tab" Areal j 10.23 .79 $ 2.25 $1.00 .10 Alameda, Butte, Colusa. smell Lake Aces asd Lake Contra Costa, Dal Norte, Tahoe Area 10.05 .70 ,20 El Dorado, Glenn, Humboldt, Alasmda, Contra Costa. Lake, Lake, Lassen. Karin, ' Naris, affailrcimo, Merced, Mendocino, Nodoc, Napa. Nontegay. Napa, Sas Benito, Nevada, Placer, Plumas, Sas trAnclow, Sok Metas, Sacramento, San Benito, SMta Clara, Remits Crus. San Francisco, San Kateo, Solaro gad Sone Counties 11.30 .60 1.00 c .10 Santa Clara, Shasta, Sierra, Z StRINCLCR FITTERS; + Siakiyou, Solano,.Sonoma, a Alameda, Costco Comp. Irscin. Sutter, Tabama, Trinity, - Ns", Sea lVancieoa,, San Yolo and Yuba Counties 12.00 .98 1.20 1.40 .095 A Nstao, Saints Clava; Solana Alpine, Amador, Calaveras, M asd Sonoma Counties 15.61 .60 .90 .09 San Joaquin, Stanislaus and Rewtming Counties 14.02 .60 .90 .08 Tuolumne Counties 10.27 .55 .30 1.00 sT9WITYSRSI. Fresno, Kings, Madera, ed Alama and contra Coat& Mariposa, Merced and Tulare Counties 13.30 1.25 .2.29 .165 i Counties 9.80 1.00 +.50 0411 Norte 00 vueboldt • Monterey and Santa Crus Counties 11.64 ' .61 1.12 .05 Counties 11.99 1.01 .93 , J , Cj � - FEDERAL REGISTER, VOL 42, NO. 79-FRIDAY, liPRil 42, 1977 ' Pagn lk D�'�1S10N No. C -5039 A77 : R -�J DW-M011 MO. CA77-5039 Fye 17 DECISION NO. G77-5039 Fagim 19 r"TAID itOLt0AY5t • A-Mer Year's Dayt S-Memorial Day, C-I Rsste F'lNe RswsRts Paymeets -e'I+6oc Dayr E-Thanks lv �tmae Day.DsYt Nom' . 9 irt9 aYt F-CTicletasa Day. Ebcstl.e Rents M l■ Pwsies• YacaNsa ';�TNOTESe _ LA901lGIS Goa/erAqr.T•. . i. Employer contributes 41 of basic hourly rate for over S years• secvlce, and 2f of basic hourly cats for 6 months to S year• Group 1 i 6.2fS $ 1.00 9 1.70 1...90 u Vacation Pay Credit. Six Paid 11011dmyau A through F. Group 1(a) 6.52 1.00 1.70 .90 Group l(b) 6.795 1.00 1.70 .90 .10 b. dployer contributes $.22 per hour toHoliday Fund plus i.13 GrouGroup 1(d) 8.365 1.00 1.70 .90 .10 per hour to Vacation Fund for the first year Of employments p 9.I�3 1.00 1.70 .90 .10 . 1 Year but leu than S years 9.33 per hour to Vacation Funds Group 1(e) 9.665 1.00 • 1.70 .f0 t.10 S years exit lose than 10 years i.63 per hour to Vacation Fundi Croup %it) 9.195 1.00 1.70 .90 sl ;10 our 10 years 6.51 par 110411 to Vacation Fund. Group 2 9.145 1.00 1.70 .!0 .10 Occup 9.043 1.00 1.70 .90 .10 C. Employer contributes i.90 per hour for the first Slue years andemployment, After five yeact $1.05 per hour to Vacation nd Holiday Benefits. . Lll90RERS (Gunnits) ' r Group is 9.755 1.00 1.70 .90 .10 Group 2s 6.165 1.00 1.70 .90 .10 Group 3s 9.065 1.00 1.70 .90 .10 LAMOMS t • (Tunnel and Shaft Wink) a s;: , f� .Y _ .J •' Group 1 ^` t t i 9.663 1.00 1.70 :!0 .10 9.553 1.00 1.70 .90 Group 2 GrouGroup 6 9.37S 1.00 1.70 .f0 .10 A p 9.2551.00 ] 1.70 M s :a WORM ` (Mreeking Mock) Croup l Grou 2 8.295 L00 1.70 .90. .10 Croup 3% 9.165 1.00 1.70 .90 .10 p9.065 1.00 1.70 .90 •.10 ` - :5. 1. - i. ` • N FEDERAL REGISTER, VOL. 62, NO. 7"RIDAY, APRIL 22, 1977 • .. s J_ J e t 0111=1011 NO. chill-5039 Page 19 Page 20 DWISION NO. CA77-5039 CD 1&mOmrJr3 LABORERS (cont O Group is Asphalt I[oners and Rakers back*, wacker and similar Croup I(d)s Repair Trackmen and road beds scut and cover work i type t~cos buggymoblles Chainsaw, faller, logloader and of subway after the temporary cover has been placed) .' bucket$ CQW- tocm of all typmst Concrete and magnesite mixer 1/2 y&c4 and arrdtrs Coocrete pan work; Conerate saws Concrete Group lie)[ Labocers On general construction work on or in �J se114ers.Crlbbsc and/pr shoriugt Cut granite curb matters Moan bell hole footings and shaft _ r raisers flip toessal Green cutters. Neaderboaidaen. Mubsetterm. "1911e96/ Jackbaawc operatoras Jacking of pipe over 1: inches S Group lit)t Contra Costa County Onlys Pipelayste. Caulkers. Jaeksose and sia/Li type Compactors) tattlemen, Potmen and men baoders, Pipewrappecs, Conduit sayers and Plastic pipelaysrsi appitylary aapaelt, lay-told, creosote, It". caustic and Similac Prosaure Pipe Tester, no joint pipe and stripping of same, .. type mateclals) Lagging, sheeting, whaling. btacking, tceneh- including repair of voids, Precast Manhole Setters, Cast in Jacking. Rand-gui4*d lagginghammers Magnesite, epoxycesin. place. Manhole fore Setters ;. fiberglass. and Settle workers (wet at dcy)t ravemunt breakece Md apadeca, Including tool grinder! Pipslayecs. caulkers. bandert. Ctoup 24 Asphalt Shoveletst Cement dumpers and handling dry cement ,,.• r/pkY[appe[s. conduit layers plastic Qli►slaystsr Post tgic or gypaums Hooke-aettec and Rigger (cleating work)) concrete 41"ecs -air. Sea and electric( Power brace swasperss Povst Bucket DUs"r and Chuteman) Concrete Chipping ane Grindtagi tampers of all types (except as shown in Group 2)1 Rae sat gun Concrete Labdeaca (wet or dry)) Driller's Helpers Chuck Tandeet 4114 *ted lrrs blprap-stanapavet and rock-alinget, including placing Nosrleman, adductocsl Hydraulic monitor lover 100 The pccssure)1 of exceed concrete arts/or sand (wet or dry)) Notary scarifier. Leading and unloading, carrying and handling of all coda and multiple bead oonetete chipper} Davis trencher - 300 cc similar I materials for use in reinforcing concrete conatcuctions Pittsburgh' two teed xis eSall treachecs)s Nbto and Ditch witch) )oto- Chipper, and Similar typo Brush Shreddecsl Slopecl Singlefoot, WWI Sandblasters, Patman. Gunman. Mosalemant Signalling and hand held, pneumatic tampers All pneumatic, air, gas, and electric bISSIngs lank Cleaners: Tres climbeces Vibe-screed - bull float , . tables Jacking of pipe under 12 inches to connection with labocece' works Vibratocss Drl-pak-it machines Nigh pressures blow pipe (Nye or over, 100 lips. pteswre at Over)} Group 3t All cleanup wock'of debris, grounds and buildings including $Wdto Seeder and slsilec'typel Laser boas Sri connection with ' but not limlted•to street cleanecas Cleaning and washing windowat lakorsr45' wort Construction laborers including bridge and general lat,ocecs) + Dumpian, load spotters fire Matchers Street CleanecaM Gardeners, Crop Kill Joy Drill 113dal TNM-2Al Cardene[-Donver Model M143 Horticultural and landscape labocerms Jetting) Limbers; Brush { 45114 Similac type dtilles !tack drilierst Jack leg drillers; Loaders} Pilera, maintenance landscape laborers an new constructions z /&mond dr(llecet Magdh dtillerel Mechanical drillers - all Maintenance, Repair Trackman and Road bedsl Streetcar and Railroad ; types regardless of type ar method of power} Multiple unit construction Tcack Laborara; Temporary air and water lines, Victaulic Orilla/ blarte[s and Powdermant All work of loading, placing or similar} Tool room attandagtl Pence Eceetocat Guardrail Ereetocsj f"t 45114 blasts of a1L Powder and explosives of whatever t m '� P type cs- • Pavement Hackers (button setters} fradleie of sestlsod'used tar such loading and placing, High scalers (iesoludirrg drilling of same)) Use toppers bit grinder ., 'Grcerrp LABORERS. 1(bi a%gewsr Cleas�2err ( i atop 1(C)s Burning and Melding Group is Naxrleman (including Gunsan, •Potman)l Rodment Gcoundman• • ' ` Group 2) Reboundman +' Group 3s General Laborers .. j_ . _ ;s :til n, 1 E i •- 4 x .� =as t 4TH r v TZ ;. ,t 1- i i e t C y.. FEDERAL REGISTER, VOL 42, NO. 78—FRIDAY, APRIL 22, 1977 i� ' DECISION MD. CA77-5039 Pays 21 DECISION NO. CA77-5079 Page 22 - LABORERS - (Tunnel and Shalt Mock) ` 'Group It Diamond Drillers Croundaans Gunite or Shotcrete Nozzle- Basle Fe1ye assents Permeate mens Rodmen; Shaft Mock and Wise (below actual or excavated 90MfJt Ep(;IPltErrt OPERIITORSs Newly EiseNes �41cound level) DREDGING Rates N L W rMQee• VeceNea sad/or SCHEDULE I IAppr.To. Group 2s Olt Grinders blastett t-illers. Powdece•n-beadings Chaccy CIAHSHEU. AND DIPPER DREDGING Pickerseen - where car Is litted; Concrete rinlahec in Tunnels Con- (Mev Construction) •rete Seceed sant Grout Pumpman and Potmanl Gunite and Shotecete Gunmen and Potrens Headermen; High Pressure Norsleasns Miners rfcoup Is Tunnel, including top and bottom man on shaft and raise wockr bargeman; Deckhandr Pizamans Nipper Mortleman on slick liner Sandblaster-potuan (work assign- Oiler sent Interchangeable) Steel Por■ Raisers and Setteces Timbecean. Area 1 $0.2! 71 1.07. 1 1.7/ .00 .14 Retlsbersan - wood or steel or substitute materials thecelorel Asea 2 9.13 16070 1.7/ .60 .14 X99*c Ares 3 9.41 1.070 1.7/ ./0 .14 Area 4 9.69 1.07• 1.7/ ./0 .14 Group 31 Cabletenders Chucktendsrs Powdecsen-ptlssr houses Vlbcator- sen, Pavement breakers croup 20 1 Deck Engineers) Deck Note Group 4t Bull Gang - Mucken, Tcackeenr Concrete Ccw - Includes Aces 1 9.91 1.07• 1.7/ . .00 .14 todding and spceadlngs Duspeen lany method); Grout Czew) As- Area 2 10.76 1.070 1.79 .00 .14 boundmens Sweeper Use 3 11.03 1.070 1.7/ ./0 .14 Area 4 11.31 1.07• 1.70. .60 ' .14 LRBORIMS Group 33 (11cecking Mock) • Melded Mechanic Melded Watch Group 11 Skilled wrecker Itemoving and salvaging of "sh, wirAk-se Area 1 10.31 1.076 1.70 .60 .11 doom, Plumbing and electric fixture• Area 2 11.15 1.07• 1.7/ .80 .14 •%Z Ate: 3 11.43 1.070 1.19 .90 .14 i O _Group 2t Beni-skilled Wrecker (aelvaging of other building mateciala) Acea 4 1 11.71 1.07• 1.7/ .10 Gcoup 31 General Laborer (includes all eleaeup notk• loidiq,f Group 41 !1 lumber, loading and burning of debris)_ l T clamshell Operator (up to , N and Including 7 cu. yda. m.c.c.1(tong soon Pay) Asea 1 11.01 1.070 1.70 .60 • .14 Area I 11./6 1.07• 1.78 ./0 .14 Area 3 12.14 1.07• 1.70 Area 4 12.41 1.07• 1.70 .60 .14 Group 4-At Clamshell Operator (over 7 c CU. yda. R.c.c.(Long _ boos Pay) Area 1 12.00 1.07• 1.70 .00 .14 Area 2 12.93 1.07• 1.7/ ./0 .14 ( Arora 3 13.21 1.076 1.79 .60 .14 Aces 4 1 13.40 1.07* 1.76 .60 .14 1 ------------- _ ' 9 r: FEDERAL REGISTER, VOL 42, NO. 7E-FRIDAY, APRIL 22, 1077 1 V Ot fags 23 DECISION N0. CA77-5039 Page 24 t3 rISIOM!110. CA77-503! � O • o k3 : Ftiaga paealltt Par-**#* Basic • . paric F.i.e.taaatiu/ttrreau Mewty �_-� Edac*ri*n Maar(y EJrptlea TOM W ATS (Dradgl.agl t Rata► H 6.bt Paoli**& Vacatiaa end/or 101f zWIPjWXT OFFiUAJQRS (Cont' )Reiss 14&W Paatsaa VacNtaa "J/er Mork an sniffs powered vassals APPr. It. DaF�GIi1G Apgr.7t. (except skins powecad try out- board rotors) engaged in cowing Scum tt II and shifting of barges, vessels WFDRAULiC SUCT1014 DREDGING AND and water borne craft or In the At.L O"M CLAMSHELL AND DIPPER transportation by water of 6iRItD6ING personnel. materials, equipment and supplies Group A-J& bargemant tmcktutdl Tawas- Deekhanl/Machantcs ")brads Firemanb Oiler At so I i 9.51 .09 3 1.61 11.16 prat 1 ) 6.27 9 1.07. 4 1.16 .00 .14 Area 2 10.06 .89 1.61 1.18 Acta i 0.11 1.07• 1.76 .60 .14 arta 3 9.39 1.07• 1.76 .60 .14 Area 3 10.30 .09 1.61 1.18 Ara& 4 9.67 1.07• 1.76 .80 .14 Area i 19.55 .89 1.61 1.18 IOperator Hachanle/Match Raw A-21 I . rngineec r Wirichoot (scsca winch on Area 1 10.75 .96• 1.36 1.15 dcedye)l Ded"Satal Dsck Ata& 2 11.25 .96 1.36 1.15 Regiment,•- Area 3 11.50 .96 1.36 1.15 area 1 1.20 1.07• 1.76 t0 .14 Area 2 '�` r 10!05 1.07• 1.76 .90 .14 Ales i 11.75 .96 1.]b 1.15 Area-3 10:30 1.07• 1.78 .80 %14 Building and Heavy Construction Area 4 10.60 1.071 1.78 .00 .14 Tow Boats ` Group A-3: 1 (work on self-propelled z Match Englneaci Maldeci vessels) y Soot Operators 10.75 .96 1.36 1.15" Welder Mechanic n Area 1 1.85 1.07* 1.76 .80 .14 FfracEst M 10.70 1.07* 1.78 .80 .11 4 At" 2 Four centers designated! City Na U of Oaland, Sat Fcanciac , �, 10.90 1.07* 1.78 .80 .14 Sacramento and Stockton, Califon la Area 4 11.25 1.07• 1.78 .60 .14 t Area 1 - qP to 20 road miles from said Cen,ers. Group A-i: Area 2 - rbcs than 20 toad miles o and i luding 84 road oil's 4vat"aj Clamshell Opacatocl from saidCenter areal 60.6! 1.07*, 1.76 .80 .14 Area 3 - Outside o! 30 road miles from Sal( Centers area 2 11.54 1.071 1.78 .80 .14 Area 4 - An a Tahoe.` etendiny 25 rot miles Lion rhore ane of area 3 11.22 1.07* 1.78 .80 .14 Lake T Area 4 12.09 1.07* 1.70 .60 .14 A -Includes $.20 per hour to Pensioned He&IU and Welfare Fund. r y FEDERAL REGISTER, VOL. 42. NO. 78--FRIDAY. APRIL 22, 1977 :� E DE7CISION Nb. CA77-5039 Page 25 DDCISIOH W. CA77-5079 ►age 18 POWER DQUIPM10111 OFZRATORS 1 (Plledrlving) a•,ic Met#a...Me►erwew►1 M••')► Elreeuew Gcoup It Assistant to Engineer (fireman. Oiler, Dockhand) R•n•0 N l a P..d•.• V•c•n•" 4p.Tr. Group 1-At Compressor Operator POWER EQUIPMENT OPERATORS I Group 1-Ba Truck Crane 011er (P1ledriviny) - Group 2s Tugger Hoist (hoisting material only) , Group 1 8,18 f 1.3S. f 2.00 .10 .21 Group 2-AI Compressor Operator (2-7)) Generator (100 B.H. or over)/ Croup 1(b) , f Group l(a) 9.]/ 1...11 133 35• 2.00 .90 .11 2.00 .90 .2i Pump (2-7)) Melding Machine (2-7)(Povere41 other than by electricity) Group 2 9.49 1.350 2.00 .90 .2/ Group 21&1 10.10 1.3S• 2.00 .90 ,2a Group 3t Deck Engineer) fork Lift) A-Pcama) Self-propelled soon Group 3 10.10 1.354 2.00 .90 .2/ type-lifting device Group 10.33 1.35 1.350 2.00 .2.00 . and/cc:2/ 90 •21 4 Group 1 11.3] Group 3-A) (Navy Duty Repairman Helder , Group S 11.18 1.350 2.00 .90 .21 Croup It Operating Engineer In lieu of Assistant W Engineer •Includes f.23 pec hour to Ponsic wd Heap i and welfare fund. Tending Boller or Compreaeor attached to Crane Piledriver) Operator of Piledrlving Riga, Skid or floating and Derrick sargear Opetatoc of Diesel or Gasoline powered Crane Piledriver (w/o boiler) up to and including 1 cu, yd.) Truck Crane, t4 to and Including 25 tons hoisting material only Group St operator of Diesel or Gasoline powered Crane Plledrlver (w/o boiler) over 1 cu. yd.I Operator of Crane (w/ateam, flub boiler, pump or compreuor attached)) Operator of steam powered i Crawler cc Universal type driver (Raymond or similar type)! Truck Z Crane, over 25 tons hoisting material cc performing piledeiving work . 1 . i M • IA r . FEDERAL REGISTER, VOL. 11, NO. 7R-FRIDAY, APRIL 21. 1977 ) ,j • 061CISION 00. CA77-5039 Paye 27 ,. DECISION NO. CA77-5039 Page 28 • O POWER MUIPMENT OPERATOES - O AREAS I and III r • Group 11 Assistants to-Engineers (Brakeman$ Fireman) Neavy Duty Repairman =ar)c 6adc Far"&6ealt/i)•Palmaris Belpec; Oiler; Deckhand; Signalman; Switchman; Tar Pot Fireman)? Partsman aed (iseavy Duty Repair shop parts room) Mow)r MI E/+cat;es Rare. Rams. .M i W Paasieas veces(q int/or Gcoup 2s' Compressor Operators Concrete Mixer (up to and including 1 yard)r ^`90m pOIR1O1f OPIdtAlOR+ APlr.1r. Conveyor Belt Operator (senna!); Plcesun Not Plant) tlydraulsc; Monitor; I ARSA 2 Mechanical Conveyor (handling building materials); Mixer Box Operator � (concrete plant)I Pump Operator; Spreader Boxman (rich screeda)s Tar Pot Fireman (power agitated) atoisp 11 i 6.70 610.10 = I.3S• 3 2.00 .90 .24 Gcoup 3s Box Operator (bunker)) lielieopter Radioman (signalman)I Motor- Gtoup 21- 9.OS 10.45 1.35• 2.00 .90 .24 man) Locv40tive) Oilar) Boas Carrioc (conotruction ,lob alta); Itotumist Geotlp 3s 9.26 10.66 1.75• 2.00 .90 .24 Operators Screedman (except asphaltic concrete paving)) Selt-pco)wlled, ago* 4s 9.81 11.21 1.35• 2.00 .f0 .24 automatically applied concrete cueing machine Ion sttuats, highways, a[owp 51 10.02 11.42 1.356 2.00 .90 .24 airports and canals)) Trenching Machine (Maximum digging capacity 3 Gcou{0 Lr 10.17 11.57 1.75• 2.00 .90 .24 ft. dapth)i Tuygor Ik;lst, single drum) Tcuck Crane Oiler at4wp ]1 10.32 11.72 1.1510 2.00 .90 .24 t Gcoop 61 10.72 12.12 1.334 2.00 .90 .24 Gcoup Ir Ballast Jack Tampers Ballast Regulator) Ballast Tamper Multi- Group 91 •• 30,94 12.34 1.350 2.00 .90 .24 purposes Boxman (asphalt plants Elevator Operator (inside): rock Lift s Gcoup 10a 11.14 12.54 1.35• 2.00 .90 .24 of Lumber Stacker (construction job site)► Line Master; Lubrication and Gcoup 10-114 11.25 12.65 1.350 2.00 .90 .24 Service Engineer (mobile and grease rack)) Material Hoist (1 drum)$ Gcoup lir• 11.42 12.62 1.151 2.00 .90 .24 Shuttlecar! Tie Spacers Towermobile Grorlp}1-As 12.49 13.93 1.350' 2.00 .90 .24 i Group 11-61 12.77 16.25 1.35• 2.00 40 .24 Group S: Compressor Operator (2 to 7)1 Conccate Mixers (over 1 yard)$ Group 11-Cr 13.07 31.55 1.354 2.00 .90 .24 Concrete Pumps or Pumperete Genas Generators (100 K.N. or over)) Grouting Machines Press-weld (air-operated); Pumps (2 to 7); Welding elacludss 6.23 per bout to Machines (powered other than by electricity) (2 to 7) Pensioned Realth'and llelface Fund. Z Group 6s BLA Lima Road Pactor or similar! Boom Truck or Dual Purpose A-Frame Truck) Concrete Batch Plants (wet or dcy)s Concrete.Saws (self- f1 propelled unit) on streets, highways, airports and canals; Drilling and Boring m Machinery, vertical and horizontal (not to apply to waterllners, wagon _ drills or jackhammers); Gradesetter, Grade Checker (meehaniepl or other- wise)) Highlins Cableway Signalman; Locomotives (steam or over 30 tons) _ • Maginnis Internal Full Slab Vibrator (on airports, highways, canals and r 1 warehouses)► Mechanical Finishers (concrete) (Clary, Johnson, Bidwell Bridge Deck or'siallar types); Mechanical Burs, Curb and/or Curb and ' r Gutter Machine, concrete or asphalt; Portable Crusher; Post Driver (M-1500 and similar)) Power Jumbo Operator (setting slip forms, etc. I `;, �• J ry, in tunnels)$ Rollers Screedman (Barber-Gcocne and similar) (asphaltic ii concrete paving); Self-propelled Compactor (single'engine); Self-propelled Pipeline Wrapping Machine, Perault, CRC, or similar types); Slip Forms Pumps (lifting device for concrete forms)/ Small Rubber Tired Tractors) Surface floater • CC? FEDERAL REGISTER, VOL. 42, NO. 78-FRIDAY, APRIL 22, 1977 Fay$ ]0 - .,� - t moo- DECISION NO. CA77-5039' rage 29 ' DECISION w0. CA77-5039 Page 30 t POWER lVUtPMt2tT OPERATORS (COnt'd! (AREAS I and 1I) POWER tQGIPME277 OPERATORS (Lbnt'd) (AREAS I and 11) , Gtoup 7t Concrete Conveyor or Concrete Pump, Truck or Equipment mounted' - (boom length to apply); Concrete Conveyor, building site; Deck Engineecss Croup 20-Ar backhoe (hydraulic) (up to and including 1 cu. yds. ■.c.c.ls t Backhoe (cable) (u to and including I cu. d. a.r.c.}s Combination Back- --(or Drum Mixer; £u11er Kenyon Pump and similar types; Gantry R_dtc P 9 y , --(or aimilar)s Hydra-Hammer for similar); Material moist (2 at more druas)l hoe and loader over 1/2 cu. yd. m.c.c.); Continuous Flight Tie Back ,,Mechanical Finishers or Spreader Kachlne (asphalt, Barbet-Greene and Auger (up to and including 1 cu. yds.) (dant attached); Cranes (swat over i >Aalwtlac), Mine or Shaft hoist, Mixermobile; Pavement Breaker Breaker with or 25 lana, Hammerhead and Gantry}; Grade-all. (up to and including 1 cu without Compressor Combination; Pavement Breaker, truck mounted m.r. Powe[ Shovels, Clamshells, Draglines. (up ll and In-typo q 1 cu. yds. with Compressor Combinations Pipe Bending ttwchine (pipelines only)! w.r.c.}s Power Blade tringle angine}# Salt-pco(telltd Hoon-type Lifting Pipe Cleaning Ktchina (tractor propelled and wppnrted)t Pipe wrapping Device (center mount) (over 10 tonsil Self-pcopolled B.xvm-type I.Ittlnq Mwrhino (tractov Vlol+llyd A10 euptuArtedl# Rettlootation Plant# N011tr Device {cantor maunL) (over 15 tuna} Oparatut (Llniuh asphalt)# Galt-plol,110d boom type lifting device (center „ mrunt) (t0 tans or lass M.R.C.)j self-prolviled Elevating Grade Planar Group lir Automatic r Drain Slip Form Pavers Automatic CanRaial oad Car , Slusher Operators Small Tractor (with boom) Soil Tested Truck type LoAdec Dumpers Canal Finger Drain eacktlller! i�nal Trlaaert Canal Trimmer v/ditching attachments, Cranes (over 25 tons up to and tncludin4 12S ter (or slalier)t Asphalt Plant Zn4ineers Cast-in-Place tons)# Continuous Flight Tie Back Auger over I cu. yd. (Including crantll Group ot Atmoc-" Pipe toying Machine) Combination Slusher and Motor Operators Concrete Drott Travelift 650-A-1 or similar (45 tons or over)# Highline Cableway batch Plant (multiple units)! Dozers Heading Shit It Operatois heavy Duty (over S tonsil Loader (over a yda., up to and including 12 cu. yde.)s Power Repairman and/or Welders Ken peal Machine (or similar); Kalman Loaders Blade (multi-engine)# power Shovels, Clamshelle, Draglines, Backhoes, loader (up to 2 yds), Mechanical Ttench Shield; Portable Crushing and Grade-ells (over 1 yd. and up to and including 7 cu. yds. s.r.c)l Rubber- ` Screening Plants; Push Cat; Rubber Tired Earth-moving Equipment (up tired earth moving machines (multiple propulsion power units and two - to and including 45 cu. yds; 'struck` m.r.c.) Euclids, T-Pulls, DW-10, 20, or more scrapers) (up to and including 75 cu, yda. 'struck' ■.r.c.)s Self- 21, and similats Rubber Tired Doxers Self-propelled Compactor with Dozers propelled Compactor (with multiple propulsion power units); Single engine Sheeptoot# Timber Skidder (rubber tired or similar equipment), Tractor Rubber-tired Earthmoving Machines (with tandem scrapers)l Slip :arm drawn Scrapekt tractor Trenching Machines Tri-batch Pavers Tunnel tole Paver (concrete or asphalt)s Tandem Cats; Tower Cranes tbbilr} Trencher Oaring Machines welders woods-mixet (and other similar Pu90111 equipment) (pulling attached shield)! Universal I,lebher and Tower Cranes (and stellar types); Wheel Excavator (up to and including 730 cu, yd.per hour)N,whicley a Z Group ft Canal tinge( Drain Diggers Chicago ms Combination Mixer Crane (over 25 tons) looO and Compressor (gunite)# Combination Slurry Mixer and/or Cleaners Highline .•s Csblewy 15 tons and under)# Lull H1-Litt or similar (20 ft. or over), Mucking Group 11-At Band Wagon@ (in conjunction with wheel Htcavotor)l Ctrness Machine (rubber tics, tail or track type)) Tractor (with boom) (D-6 or (over 125 tons)i loader (over 12 cu. yde.i up to and Including 10 cu. as.)j t }� m larger and similar) r Power Shovels and Draglines (over 7 cu. yds., m.r.c.)s )tubber Tired Multi H Wo purpose Catth }leaving Machines (2 units over 75 cu, yds. 'struck e.t.o:)s Group 10i Roam-type Nockfilling Machines Bcidge-Crsnet Cary-lift tot wheel Excavator (over 750 cu. yds. per hour) almilar)l Chemical Grouting Machines Combination Sackhoe and loader (up to and including I/2 cu. yd. m.r.c.)l Derrick (2 operators required Group I1-Bt Loader (aver IS cu. yde.) When swing engine remote from holet)t Derrick barges (except excavation work)s Do-Mar Loodart Adams Elegraders Elevating Graders Heavy Duty Group II-Cs Operator of Helicopter (when used its erection work)) It�moto t Rotary Drill Rig (including Caisson Foundation work and Robbins typo Controlled Earthmoving Equipment drills), Koehring Skooper -(or similar), Lift Slab Machines (Vagtborg and 1` similar types)# Loader (2 yds. up to and Including 4 yds.)# Locomotive (over 100 tons) (single or multiple units), Multiple Engine Earthmoving Machine (Euclid,, Dozers, etc.) (no tandem scraper); Pro-sttaaa wiry s wrapping Machine# Rexervoit-Debris Tug (self-propelled flosting)s Rubber tired Scraper, self-loading (paddle wheels. eta.)# Shuttle Car (reclaim stmtionli Slogle Engine Sccopec over 65 yds.# Soil stabiliser (P s H of ' # squalls Sub-grader (Gurrfee at other automatic types Ttactot. Coe- pressor Drl11 Combinations Track Laying type earth moving sachlne (single engine"with tandem scrapers)i Train loading stations Vacuum Cooling Plants Shirley Crane (up.to and including 25 tone) ! ? • ;c ' a 'N _. FEDERAL REGISTER2NO7S—FRIDAYAPRIL 43 )977 C , VOL., , . , ,, -- .. to 040SOM 40. CM-11439 rate 31 DZCISION NO. CA77-5039 Page 32 N O ' 1 4M ' Friafe$awe#iia I'araeats �Prirya seoa114 Pnyww+a Basic Mala .... .r Noerly Edrea+ •-_••� Noedy Elrcatioo Ra+.► M l X Pew.irna Vowtioa sadistr • App.Is. RWs N l V Poosleor Vocation 804/er "Him DYIYfi3 App.It. TRUCK DRIVERS: tCont•d) r MX CiftOrt SPUADCR (w/wo larger. uador 4 yds. "Atsc LIST JITNEYS, rock Litt ) i 10.035 1.195 .70 $1.00 level)! sum ac M■nbaul Acivecs tlomccste prop machines T)<ANSIT NIX, AGITATOR cowccete pump CCU" (when _ ;under a yds.) 10.055 1.195 .70 1.00 flat coca truck is used appropriate flat cock rate TRUCK REPAIRMAN HELPER 10.075 1.295 70 1.00 Mall owly)n puw funder 4 yds.watoc level}) a+aperote VACUUt TRUCK under (I,SOO ,. Came (umdet 4 yds. water gallon■! 10.015 1.165 .70 1.00 level)) Dus$+atoc ;ender 4 yds. r Water lovel)t seoact ac pilot SCISSOR TRUCK+ Single unit car drivotl'ifippet trwA (whom tint cock (3 sale unit)) flat rock truck is wood Industrial Litt Truck i sppcopciate flat tack rate (mechanical tailgate)) aboll apply): PickopsS Skids Small rubber tired tractor (dobe!■ boa, cadet 4 yds. water (when used within teamsters' 10vo111 Team driversl Trucks jurisdiction) 10.10 1.195 .70 1.00 (dry lot-batch eoaccato *to, + wader 4 yds. rates level)! JETTING TRUCK a NATER TRUCK ■alpora) iiacsboussaea $ 9.905 f 1.195 .70 $1.00 (2,500 gals. under 4,000 gals.) 10.115 1.195 .70 1.00 ` 2 Nuu Cflit3tr SMZADM (UAW COMMINATION MINCM TRUCK 0 auger. 4 yds. and wndsc 4 WITH MOIST) Transit, -4 yds. voter Level)I Dump i4 His Agitator (4 yds. and A yds, and under 4 yds. Watac under 4 yds.) 10.155 1.195 .70 1.00 M level)I Durpccete'(4 yda. and t under 4 yds. water level)# VACUM TRUCK (3,500 gals. DW"tat 14 yds. Sod under 4 and under 5,500 gals.) 10.165 1.195 .TO 1.00 Ida. water level)! Skids idebti bow 4 rde. and uodoc 4 yds. RUMMER-TIRED NICK CAR (not water lawl)S single unit flat a &elf-loaded) 10.175 1.195 .70 1.00 tack (2 "Is wait)! IaWstrial Litt Treck {sscdaaical tailgots) Tracks (dry pco-batch conctate t Olaf 4 Of. and Under 4 yds. watac level) 10.09 1.19 .70 1.00' _ .1i!'ifl6 4Ri1C'R ands kfkTiQ T>1KlL>Z '' (+'Mt 2.500 gallons) 10.011 1.195 .70 1.00 t FEDERAL REGISTER, VOL. 42, NO. 74•—FRIDAY, APRIL 22, 1977 i Ya9e N i + •f�,1C�N NO. CA7T-5099 n 1 � s � � � „ , s"� rwxrsr(xr No_ CAi77-5039 _. Page 33 DECISION NO. CA77-5039 Page 34 ' • Fdwq.B.w.(ib Pq�•wtr r -.. ,..: '. ;. :.. FAq•/.w•li/.Pq.«th e.ar e..Ar _ Na•rir Ei•nti.. Heady EJre•HM not.. N 6 M P.n.lsws vc.ti•. •wadi_ Rules H l IF pensi••s ve•ti•w •w//.r TNXK DRIVERSt Wont'41 A",-Tr. TRUCK DRIVERS (Cont'd) Aq►r.Tr. DWS Ct7U24T SPREADER (w/wo auger, 6 yds. and under 8 yds. vale[ level)[ Dump (6 TRANSIT MIX AGITATOR (over yds. and under • yda, water 10 yda. through 12 yds.) f10.3SS S 1.195 .70 $1.00 1 level)i Dumpccate (6 yds. , BULK CEMENT SPREADER (W/WO and under 8 yds. water level)s Durpater 16 yds. and under 8 auger, s yds. and I Dump yda, water lewel)s Skids (debris 12 yds. water clueIjg 12 box. 6 yda. and under 8 yds. N yds. and including 12 water level)A Trucks (dry pre- yds. water level)[includiDumPcteng 1 batch Conctete win, 6 yda. (e yda. yds. and ►ncluding - 1 and under a yda. water level) $ 10.20 f 1:193 .70 $1.00 yds• water levels Selfith puled street eweepec with � • A-FRA11E, WINCH TRUCKS$ telf-contained ceruse bins t , Skids (debris box, 6 yds. Buggyanblle$ Hydro-lift, and including 12 yds. water Swedish crane type (jetting); level)[ Snow go and/or snow ) ' Jetting and water truck plow; Truck (dry pre-batch (4,000 gala. and under, concrete miss, 8 yds. and 5,000 gels.)) Rubber tired - : Jumbo 10.215 1.195 .70 1.00 Including 12 yds. rete[ level)$ Dumpater•48 yda. - 1 and including 12 yds. WitterHI IDA bed) 10.22 , 10.22 1.195 .70 •1.00 level) 10.44 1.195 .70 1.00 0 IIU!le HYfiPA and QHIWI MUIVY DUTY TRA)ISPORT I A STRADDLE CARRIER 10.265 1.195 .70 1.00 (gooseneck lowbed) 10.43 1.195 .70 1.00 TRANSIT MIX AGITATORTRANSIT MIX AGITATOR - (8 yda. through 10 yds.) 1055 1.195 .70 1.00 (over 12 yda. through .2 16 yde.) 10.455 1.195 .70 1.00. "CUM TRUCK 15,300 gals. and under 7,500 gals.) 10.265 1.195 .70 1.00: JETTING TRUCK 6 NATER TRUCK (3.000 gals. and under 1 7,000 gals.) 10.315 . 1.195 :70 1.00 ) FEDERAL REGISTER, VOL.-42, NO.'79—FRIDAY, APRIL 22, 1977 ="slow up. CJ►77-5032 DECISION ND. CA77-5034 Page 36 it ` C-- Poison Prison iaeeRts PeyeoaN iasle Meme Rarelits Pac,.•n1s ieAc �� HwdY Edlcaclee NAY Ed.ntM. Relea N[X Peealeea vacahlom andlo, Its" plyani •(dant-41 Rah$ N[X Pension's Vocalism ed/or TRUCE DRIVERSc tCon['d)_ Ayr.)T,. Ayer.Tr. MILK Comm SPREADER (w/wo OULR CM401r SPREADER (w/wo sager, over 12 yda, and j auger, over 24 yds. and including 10 yda, water including 35 yda. water lovel)l level)# Ourp Iver 12 yds. pulp (over 24 yda. and and Including 10 yds. water including 35 yda, water level)) level)$ Dhnperete Inver 12 Du24`Crmt0 lover 24 yda« and yda. and including is yde. •including 35 yde. water level)) wtee level)$ Duepater lover Duapater (over 24 yde. and 12 yds. and including is yqs. w including 35 yda. water lovel)l water level)n [kids (debris DM 101a, 20's, 21's and other box, over 12 yds. and including similar cat typo, Terra Cobra„ 18 yda. ester level)# Trucks LaTournsapulle, Tournaroekse, {dry pre-batch concrete nix. Euclid and stellar type equip- over 12 yds. and including stent when pully Aqua/Pak at 10 water level) 0 10.48 8 1.125 .70 31.00 water trek trailers and fuel and/or grease tank trailers P.R. C1111SUUL[R 19P or other also. trailers Skids 8811P-LOADING TIMM 18.54 1.125 .70 1.00 IMbris box, over 24 yds. and including 35 yds. water level)$ TWWK R8lAIRsM 10.575 1.12S .70 1.00 Truck (dry pre-batch concrete Utz, over 24 yds. and including =A COWIP MISSUM (WAN) 35 yds. water level) i 10.64 $ 1.125 .70 $1.00 awe, wee 18 yda. and. Z including 24 yds. water DOLK CMM SPREADER (w/Wo O level)# Combination dual and sugar. over 35 yds. and # dump trailer/ owe (over is including 50 yds. water level.)! rest yin. and including 24 yda. Dump (over 35 yde. and including to water lavel)# Dumperete (over 50 yda, water lsvol)t Durperete li ydn. sad including 24 yde. (over 35 yda. and including 50 "Stec lawel)# Orpatee lower yda. water level)) Dumpster (ova U yds. aid including 24 ydn. - 35 yda. and including 50 yda. water level)j.8ki4 (dsbcle--,• water level)# Skids (debris box, over 18 yde. 4M including over 35 yde. and including 50 24 yda. water level)$ Transit yde. water level)) Trucks (dry six agitator (over 12 yda. pre-batch cooccete nix. over tbrougb 16 yds.)# Trucks (dry 35 yda. end Including 50 pre-batch oonocste nix, over , yds, water levell 10.72 1.141 .70 1.00 17 yda. and including 21 Y". water level) 10.585 1.125 .70 1.00 FEDERAL 1REGIST62, VOL. 42, NO. 711--FRIDAY, APRIL 22, 1277 P e DEL-I5toa-' so_ CA77-5039 Page 37 DECISION No.,.CA77-5039_. Page 39 � CALIFORNIA AREA DEFINITIONS for ""M DRIVERS (Cont'd) M>ac Frig.9•..111a P•ya,..ts POWER EQUIPMENT OPERATORS 1 fbat **AREA 2: All areas not Included within Area 1 as DU[.Ii COUNT SPREADER w/wo Reitz M t w P•ed•.• Y.ori•w ._V... `L'irger,over 50 yds, and underMPr•It. 1 defined below. &S.yda. water level): Dump '(Over 50 yds, and under 65 - *AREA It All areas included in the description 0a. water level)t DusKrete defined below which is based upon township (over 50 yds. and under 65 yda, and range lines of Areas-I and 2. water level): Duepster (over 50 yda. and under 65 yds, water Commencing in the Parlor Ocean on the extension of the Southerly . level): Helicopter pilot (.•hen line of Township 195. transpottlny men or materlaisl: Thence Easterly along the Southerly line of Township 199. crossing Skids )debrle box, over So yds. the Mt. Diablo meridian to the S.W. corner of township 195, and under 65 yds. water level); range 6E, Mt. Daiblo base line and meridian. ?tucks (dry pre-batch concrete Thence Southerly to the S.W. corner of township 20S, range 69, mix, over 50 yda. and under 65 Thence Easterly to the S.W. corner of township 205, range 139. . yds, water towel) 9 10,94 9 1.195 .70 41.00 Thence Southerly to the S.W, corner of township 215, range 139, Thehce Easterly to the S.W. corner of township 215. range 178, . BULK CQItM' SPREADLIt (w/wo Thence Southerly to the S.W. corner of township 225. range 179. auger, over 65 yds. and Thence Essterly to the S.E. corner of township 225, range 17E. ' Including 0o yds. water Thence Southerly to the S.Y. corner of township 235. range ISE, levellt Dump (65 yde. and Thence Easterly to the S.E. corner of township 235, range ISE, Including so yds, water level): Thence Southerly to the S.W. corner of township 24S, range 19E, Durycteta lover 65 yde. and falling an the S9utherly line of Kings County. thence Easterly Including 60 yds. water level►; along the Southefly boundary of Kings Duepster (65 yde, and Including County and theSoutherly boundary of Tulare County, to,the S.E. 60 yde, weter.levelll Skids corner of town sh7p 245, range 29E, ahrl• Nnx, 95 yds. and Thence Northerly to the N.E. corner of township 215, range 29E, Including s0 was. water level); Thence Westerly to the N.W. corner of township 215, range 29E, 0 0 Truche fAry Pte-batch connate Thence Northerly to the N.L. corner of township 135, range 26E. els, N yds. and I$tcltMingThence Westerly to the N.W. corner of township 135, range 20E, A 40 yds.'water level) 11.49 1.195 .70 1.00 Thence Northerly to the N.L, corner of township 115, range 2790 # Thence Westerly to the N.Y. corner of townshtp•IIS, range 27E, $UTA C17ax. 9PREADPII w/w : Thence Northerly to the N.L. corner of township IOS. range 269, Sugar, over 90 yds, and thence Westerly to the H.W. corner of township 105, range 269, Including 93 yde. water Thence Northerly to the N.L. corner of township 9S, range 25e, 1 level); [rump Enver 90 yda. Thence Westerly to the N.W. corner of township 9S, range 25E, and including 9S yds. water Thence Northerly to the N.E:'corner of township SS, range 246. level)$ Duwperete (over 80 Thence Westerly to the H.W. corner of township SS. range 24E. yds. and including 95 yde. Thence Northerly to the N.E. corner of township 6S. range 2369 ) water level): Dumpster (over 1 Thence Westerly to the S.E. corner of township 5S, range 19E, ' 90 yds. and Including 95 yde. Thence Northerly to the N.E. corner of township 5S, range 1990' wbter level)) Skids (debits nThence Westerly to ths,H.W. corner of township 55, range 19EO box, over 00 yds. and'including, Thence Northerly to the N.E. corner of township 3S, range lee, ," n 95 yds, water levet):-Trucks Thence Westerly to the N.W. corner of township 3S, range ISE,, (dry pre-batch concrete mix, Thence Northerly to the N.E. corner of township 2S,\ranga 179.•• over 60 yde..and including I Thence Westerly to the N.W. corner of township IS, range 179,' ) 95 yde. water level) 11.261.195 .70 1.00 Thence Northerly crosing the Mt. Diablo baseline to the N.C. ) corner of township 2N, range 16E, Thence Westerly to the N.Y. corner of township 2N, range 169, L Thence Northerly to the N.E. corner of township 3N. range 139, Thence Westerly to the N.W. corner of township 3N. range TSL, Thence Northerly to the N.C. corner of tovns_htp 4N. range 149. O FEDERAL REGISTER, VOL /2, NO. 79-FRIDAY, Af RIL_22, 1977 0 _ t tD YOCialow NO. CA77•S039 Page 39 DCCSSIQN NO. CA77-SQ39 Page eQ G ' CAL1rQRNIA O AstJ� D1 CALIFORNIA for • AREA DEFINITIONS far POWER LQUIPMW OPEAATOMS (coat d) POWER EQUIPMENT OPERATORS (cone d) 4r*r I (cost•d)t +Area 1 (cont'd) r Tlrnee Westerly to the N.V. earner of township AN. range tit, Thence Westerly to the S.E. corner of township 26N. range Mo Theacs Northerly to the M.L. corner of township 5s. cant* 13E. Thence Northerly to the N.E. corner of township ION, range 12W. Thence Wssrcrly to the M.Y. corner of township 5e, range 13E, Thence Westerly to the N.V. corner of township loN, range 120, Thanes Northerly to the M.C, corner of township 100, range 12E, Thence Northerly to the W.E. corner of township SAH, range 1361. —Theace Easterly to the S.E. to mer of township 110, rangy 14E. Thence Westerly tach* N.V. Cartier of township 1tlN, terga 150. Thence Northerly to the M.L, corset of township Ila, rang* 14E. There* Southerly to the S.W. corner of cownahtp INN, range 14W, .-Thence Westerly to the M.L. coraer of township IM. tang* JOE, Thence Easterly to the S.L. Collier of township ION. thug+ 14M, Thence Northerly to tits M.L. corner of township 119. cause IUE, Thence Southerly to the S.W. Cartier at township M. cony 13W. Theses Easterly to the S.E. corner of township the, tangs LIE, Thento Westerly to the N.W. earner of township 15N, ranUe 14N. Thence Narthecly to the M.L. corner of township 160'rang,a lit, Thence Southerly to the S.W. corner of township 140, rouge 14W. Thane Easterly to the S.L. corner of township 110. range 141, Thence Easterly to the S.C. turner at township 1410. ranga 14W. Thence Southerly to the S.Y. career of township led. range 151. Thence Southerly to the S.W. corner of township 13N, range 13W, Thence Eracscly to the S.t. comae of towashsp 144, range 1St. Thence Easterly to the S.E. corner of township 13H. range 1361. Thence Southerly to the S.Y. coraer of•towashsp 130, range 141. Thence Soucharly to the S.W. corner of township 11H, range 12Ws Them" Easterly to the S.C. career of toWnshlp 130. rang* 16E, Thence Easterly to the S.E. cornet of township IIN. range 12W, _Thane*Sosrh*rly to the S.W. Caesar of towasblp IM. range 17C, ?hence Southerly along the Eastern Una of range 1261 to the Thence Easterly aloes the Southern Ila* of township 12M.to the Pacific Ocean excluding that portion of Northern California Rastera.howbuty rot the &tats of California, within Santa Clara County Included within the following linat Three Natthsisst*ray, thence Northerly along rho Eastern boundary Conuencing at the M.W. corner of township 6S, range 3£, tit. Of the state of Coliforals to the M.C. corner of towaabfp 179. Diablo baseline and Heridtant tense 10L. Thence in a Southerly direction to the S.W. corner of township Thome Masterly to the N.Y, corner of township 17M,'ra*ge lits 7S. range 3¢,' These* Northscly to the O.L. Comer of township 20M, range IDE, Titanic in • Easterly direction to the S.L. corner of township 75. , Then[*Ytec*cl: to the M.Y. corner of township 2001. terga 109. range 4E, Thea[*Moutherly to the M.E. corsar of cowaabip 2101, maga 99, ?hens in a Northerly direction to cit* N.E. corner of township 65,, z Thence Nesterly to the U.W. cornet of township 210, r*ng* St. range 4E. 0 Thnsee Northerly to the N.C. corner of township 23N. tangs St, Thence in a Westerly direction to the N.W. corner of-township 6S. -ye f- "aaci veaterly to the M.Y. cemor.of €swaship 222. range gt.' , tang+ 3E, tatthr paint of beginning which portion is a part of PI Area 2, Theace Northerly to the S.Y. comes of township 27M. Tanga !E, ArevMi Theses Easterly to aha S.K. corner of,tawaship 27N, range 81. Area i also includes that portion of Northern California within Thence 0agihe917 to the N,E. corner of township 250, range 5t, the follooint linasi ' Theles V*stetly to the N.V. corner of township 25110 tangs 7Es Coanencing in the Pacific Ocean on an extension of the Southerly Th&sc*Vortheriy to the M.L. cornet at township 30it. range 6L. line of towniship 28, huadualdt baseline and meridiani Thence Westerly is the M.N. corner of township 300, range 19, + Thence Eascacly along the Southerly line of township 2H to the Thence Nortberly along the Vt. Diablo swaridian to the N.L. n S.W. Garner of township 2N, range 161, cornet of township 3401, range IWO Thence Southerly to the S.W. corner of township 1N. range IW, Thsaei Vesterly to Che M.Y. corner of township 34M. range 6W, Thence Esscerly atopg the Nuaboldt baseline to the S.W. corner The* Southsrly to the N.L. corner of township 320. rang* 7W, of ramekin lk, range 2E, en Thence Westerly to the N.V. corner of township 329. cause 7W. Thence Southerly co the S.U. Corner of township 25, range 2E, Thence Southerly to the S.Y.corner of township 300, range 7W. Thence Easterly to the S.L earner of township 2S, Tanga 2E._ Then[* taaterly to the S.E. corner of township 3001. rang* 7W. Thence Soucharly to the S.W. corner of township 4S, range 3£, These* Sewtberty to the S.W, corner of township 110, range 600 ; Thence Easterly to chs S.E. corner of township 4S. range 3E. Thence Eaolecty to the S.E. garner of township 169. range 6W. Thence Northerly to the N.E. corner of cavnahlp 24, Tanga 3E,' These* Sostherly to the S.W. cornet of township I4N, rang* 5W, Thence Westerly to the N.V. corner of township 2S, range 3£, Thence Westerly to the S.C. corner of township 1401. range 7V. Thence Northerly crossing the Humboldt baseline to the S.W., Theme Notcharly'to the N.L, corner of township I4M, rang* 7M, corner of township 1N. range 3E. Them*Westirly to the N.V. cornet at cava&hip 1401. rang; 761, Thence Easterly along the Humboldc baaalina,to the S.E. corner theme Northerly to the N,t. corner of township 1501, Congo Ell, .af township IN. tang* 3E, Thence Northerly to the N.C. corner of township 9N. range 3E, Thence Westerly to the N.W. corner of township 9N.'range 2£. Thence Northerly to the N.t. corner of township 10N, lE, cot I .,. FEDERAL REGISTER, VOL. 12, No. 7R--FRIDAY, APR14 22, 1977 e w LtE—�Z-- CCCr52rat W9. CA77-5039 Pape 41CALIFORNIA ` AREA DEFINITIONS FOR POYER EQUIPMENT OPERATORS (Cont'd) +Argil: (Cont'd) }j thewee Westerly along the Northerly line to to. abip 10". into the - Pacific ocean. Areal also includes that portjon of Northern California included with- in the following line: t Ccstaaencing at the Northerly boundary of tha State of California i at the H. W. corner of t—%shtp 46H, wain• 7W, Ht. nlablo tWac- w line! and nwti�itanl Thence Southerly to the S.W. coiner of township 44N, range. )W, - , f t'� Thence Easterly to the S.E. corner of township 44N, range 7W, Thence Southerly to the S.W. corner of township 43N, range 6W, Thence Easterly to the S.E. corner of township 43H. range`5W, Thence Northerly to the N.E. corner of township 48H, range 5W, on the Northerly bonindary of the State of Californias Thence Westerly along the Noftherly boundary of.the State',ot California.to.the point of beginning, s .. i t•. m i ' F 6 FEDERAL REGISTER, VOL. 42, NO. 78—FRIDAY, APRIL 22, 1977 ~`' i a WPZRIS DZCIIIOM DZCISIOM NO. CA77-5040 Qegr 2 ZDG 6TAtfi California CDLIMTIZS$ Alameda. Alpine, Medoc, Cslsvetss, Contra Costs. 001 Nocte, KI Dorado, Ptssno, Nugaboldt, Films*6.uiinc P.rmaah 6a.ic { Mazla, Msrfposa. Msccad. Monterey. M•wIy EJruniaa ' Yaps. Nevada, Placer, Sacramento, Ra1aa N L M P.a$104. Vacoisa ..J/or San Oenito, Ian Francisco, 'San A"#.Ir. Joaquin, Ian /istao, Santa Clara, CEMIXT PASONSI Santa Crus, Solana, fonams, Sutter, Cement Masons $10.00 $1.15 3 1.43 S 1.50 .05 Tebasr. Tual$ew,e, vola sad Puha Mastici Magnesitey All DRCiSIOM WXW=$ 0477-5040 CATS$ Data at Publication Composition Masons 10.25 1.15 1.43 1.50 as Supersedas Decision Flo. CA76-3102 dated November 19. 1976, in 41 ra S1272 Nen working from swinging or RiCtliPTIOM Or ISMS Zasidential Construction consisting of first$ Slip Ivrga Scatfalda 10.23 1.15 1.41 1.30 as legally homes and gacdsn type apartments up to and including 4 statist. Y"LL SMSTALLOtS 11.52 1.22 1.71 .73 .07 FApa 6asaH»PerwssM ►i tx."27niCIAN5+ �a Alameda 4"ounty M.aAc E4rcaMas Electricians 11.41 .80 11+.90 .03 Retia 14 L W footless YscoHos a Wa, Cable Splicers 12.84 .80 111.90 .03 AW.To. Aaador. Sacramento. Sutter. Volo. Tuba and those portions mpg 1WR!!ft ;12.41 .90 ; 1.27 ; 2.30 .06 of Alpine, 91 Dorado, Nevada ZDIL6RMAf6R6 r Counties West of the 13.175 •775 1.00 .SO .02 MairSierr na Mountain Watershed RRICZLATWS$ itonrmasoasr Zlectriciana 12.49 .95 11+.85 .045 Del Notts. Nusboldt, Marla. Cable Splicers 14.16 .95 X4+.a5 .045 Nips, fan namciscw, San Naceo. Lake Tahoe Amu folawo Countiesnd Sonoma Counties 1.40 .93 1.04 .OS Zlsctriciana 11.33 .67 11+.77 .08 410Rmd0'aa4 Contra Costa Com. 11.95 1.05 1.05 .20 Cable Splicers 14.56 .i) 11+.77 08 Freesia. Mariposa mad Merced Cos. 10.9S .95 1.00 Tehama County U Docsdo, Nevada, Placer. Zlectciclans (really residences. 6tctagasato* Sutter, ?shame:• limited to 3 station) 7.03 .75 11+.45 .04 Tajo and Tom Counties 11.90 .60 1.05 .25 Zlectciclans (4 storied$ Z p0mttcey mad faata Crus Counties 11.68 2.11 1.20 Zlectriciana 11.99 .97 11+.705 .04 0 Sea"Alto and Santa Clara Cos. 11.95 1.05 1.05 .20 Cable Splicers 13.10 .67 Itt.705 .04 Alpine, Amsdur. Calawerso. San Calaveras and San Joaquin Cos. M ' Joaquin sad Twolumne.Counties 10.65 1.00 1.00 1.00 Zlectrictana 12.15 .92 1t+1.25 .01 in MICE TENDERS: Cable Splicers 13:67 .92 11+1.25 .01 "a Pcancisco"and San Mateo Cos. 10.00 .6S .60 Contra Costa County Alpine. Amador, ZL Dorado, Zlectrlclans 13.45 .70 11+1.00 e Nevada. Placer, Sacramento and Cable Splicers 14.95 .70 11+1.00 Solo Cawntlsa 9.30 1.00 1.70 Del worts and ihaaboldt Counties Preaso County 9.60 .90 1.40 Zlectrictans 10.25 .55 14+1.75 .04 CaZPOrS!t2Rs: Cable Splicers 11.07 .55 11+1.75 .04 Cacpentere 11.25 1.22 1.71 .7S .06 Hardwood Floor Layers$ Poor Saw Operators$ Saw Tilers! ! fhingleral Steel Scaffold t 11r9ctore and/or Steel Shoring _ tractors - 11.40 1.22 1.?1 .?S .06 Millwrights ' 11.7.3 1.22 1.71 .75 .06 Piledtivaramn, ZriBgs. wharf ' amA Dock w1dsce 12.23 .64 1.26 .75 .04 t j T J FEDERAL MEGISTER, VOL. 42, NO. 76-FRIDAY, AFR(L 22, 1977 vaYe a 'OFxiSI -5010 NO. cA77 ;. DWISIW r10. CA77-5040 Page 3 DECISION NO. CA77-5060 ._ rage 4 Frig.Eea.Rts P.Y...ls Otic + H.salr Edac.ti. Fri.r.B.a.Rb Per.a.l+ Ral.s N l M P.esl..s V...lion ..d/.r Basic App.Tr. M.-jr Ed.c.t:.. CLAZIERSs it R.h+ H L H Pea.i..+ V.c.ti.. ..41st CLEC'TRICIANSs (Cont'dl Am Tr. Alameda, Contra Costs, Marin. Monterey. Napa, San Benito, -wreano County San Franeiaco, San Mateo, ;;Electcieians (family residences Santa Clara, Sento Cru:, +,not to exceed 2 stories) S 7.75 .60 11+.95 .05 Solana (SN iron C at Electricians (3-6 stories)$ Fairfield).'Sonoma Counties $11.23 .92 $ 1.35 .02 Electricians 12.26 .75 14+.95 .05 Alpine, Amador, Calaveras, Cable Splicers 13.26 .75 11+.95 .05 E1 Dorado, Mariposa. Merced. Marin argil Sonoma Counties (North of City of Livingston). ' clectcicians 12.65 .82 1%4,.30 .02 Nevada, Placer. Sacramento. Cable Splicec■ 13.91 .02 14+.30 .02 OAn Joaquin, Sutter. Tuolumne. Matiltiaa, Merced and Tuolumne Ynlo and Yuba Counties 10.495 .43 1.20 Counties Fresno And Remaining airtions of i Electricians 9.63 .62 11 11 Merced County 9.09 ,81 1.04 .805 .05 Cable Splicers 10.81 .62 11 11 IRONNDRRl:RS: Monterey County Pence Erectors 10.41 1.14 1.06 1.20 .04 . Eoctrlclans 12.50 .90 11+.75 .06 Ruin[occing 11.30 1.14 1.86 1.20 .04 Clble splicers 13.81 .90 14+.75 .06 Ocnamentall Structural 11.30 1.14 1.86• 1.20 .04 Napa and Solana Counties - LATHERS .• (Electricians 12.07 .68 11+.85 .04 'Alameda and Cbntra Costs Cos. 11.36 1.09 1.26 •.025' ' Cable Splicers 13.51 .68 11+.85 .04 Humboldt, Nevada. Placer and San Benito, Santa Clara end Tehama Counties 11.00 .66 %30 .01 Santa Ccus Counties Amadoc, E1 Dorado, Sacramento Electricians 12.80 .77 10+1.50 .05 and Yolo Counties 8.40 .40 .93 1.00 Z I Cable 8pllcats 14.40 .77 11+1.50 .05 Calaveras and San Joaquin , 0 Ban Franciaza County I s Counties 10.55 .60 .SS .01 flartrieians 13.935 1.04 11+.90 .06 Marin and Sona& Counties 9.01 .87 .85 1.00 1/00 4, m Cable splicers 15.36 1.01 11+.90 .06 Monterey and Santa Crus Counties 11.10 .68 .SS ) .01 /an Mat" Count/ Llectrlclana antCounty 1].07 .f6 2.00 .02 6MBen Francisco and Hit of San 11.77 .82 114,.50 X03 r ftrVA7D11 CONSTRUCTORS STRUCRS 13.49 .565 .35 �314A .02 FIAXATOR CQIM11CIORS' San nito.and Santa Clara Counties 10.14 .73 .75 , UrLPEIlS - - 701JR .565 .]S Use .02 ELEVATOR COHSTRUCIDRS• - - Fresno County - 11.43 .35 .4S ' HELPPRS ._(PROD.) - SOUR MCounties Merced and Tuolumne , Counties 10.75 .01 Southern half of Sin Mateo County 10.03 .32 1.00 - _ CA t t s � ,• t • i ` 14 •, t i ) ( r r i"'" FEDHIAI REGISTER, VOL. 42, NO. :8-FRIDAY, APRIL 22, 1977 W ORCIlI011I0. C07-5040h9t s DDCIsloN No. CA77-5040 Page 6 tr Rent FA%w Sas.ir►4tmeoa Na.rlr EIw.eNee Frl.$*■.w.lit.Pyr...0 aa..s M a• Pnwleea YsaNts @We# 99161 AMr•T.. NwJr Educelbe AW", 0ma0or. Calaveras and awl.. N L M P..,1... V.c.11.a ..JJ., "Sob Joaquin Counties App,.To. Rtwh 0 0.92 .70 9 2.34 9 1.11 rA1NTEASt ICont'd) ••,.Spcayl Sheettook lapecar swinj MArlpasa. Merced and Tuluane Rtage! Scattold! Sandblaster Coupties 0ttrawr.l 0t*el 9.72 .70 2.11 1.11 plush 9 9.60 .70 .45 .75 .02 4 �tttMlO OOunly suing Stage, paperhangers. R[makl *open 11.12 .41 .20 bosun Chair, $team Cleaning Spasys Structural Steel 11.)7 .41 •20 and Nater blasting 9.0S .10 .45 .75 .02 owl Me an ortd 9"boldt Counties n Spray, Sandbasting 10.10 .70 .45 .75 .02 keep 7.55 .50 .20 .10 PLASTPilMt splay! SemablMar/! StrucW[• Alaawd• and Contra Costa Coll. 10.10 .743 1.05 .Ol Stals Selig 2"1 !"res Sutter Stu] Vuba Counties 9.79 .56 1.00 Paperhangers. 7.90 .50 .20 .40 rresno County 9.24 .90 1.25 1.00 Monterey. San smm/to. San ateo Monterey County 10.60 .71 .35 .O1 Seta Clara and Santa Crus Alpine, A.ador, Calaveras, Counties Istrcluding poctlow 01 Eldorado, Nevada, Placer, the Sake Taboo Arep) Sacramento, San Joaquin, Sce/b 11.22 .99 1.30 .60 .03 Sutter, Volo and Yuba Spcay 11.47 .99 1.30 .00 .03 Counties 11.59 .71 1.50 .OL Tape[/ 11.77 .99 1.30 .SO 1.03 San rrancisco County 11.70 .90 1.90 .03 Setter. vokows"a Yuba Countlem San Mateo County 7.72 .48 .90 1.50 .025 _ Scwh! Pot Teade[t Wallace 4.75 .60 .40 Del Norte, Nuoboldt, Navin, sways Raadbl•/tei// Sttu rucca Napa, Solano, Sonoma and Z Stat!! Sulry Stager Salres 9.25 .40 .40 what" Counties 9.50 .911 .50 1.00 .01 Q sake.22wo 4cea Mariposa, Merced and Tuolumne Wro" 10.95 .70 .75 Counties 9.05 .90 1.55 1.20 IArt Spray! Structural steals Taparl 11.20 .70 .75 PLASTERERS TENDERSt awls. Sea Jrawtow•ad Sonoma Alameda and Contra Costa Cos: 11•117 .60 1.10 OOnMt/N - rresno County 9.00 .80 1.40 keg 10.77 .99 1.10 .00 .03 Karin County 8.32 .80 1.10 .90 "Car 11.02 .99 1.10 .80 .03 !•pen 11.72 .99 1.10 .1110 .03 • Alameda. Contra Costa, it Dorado, spa. tlevads. Placer, Sactatento, Solana and IWO Csu/tles tetrcltding portion/.o Col/tltl In the fake Tabor r Area) , r arab "'ti` 11.12 .99 1.30 .10 .03 • ' Spcq .' 11.37 .99 1.30 .SO .03 Impose`= 11.92 .99 1.90 .60 .03 JP Aft FEDERAL REGISTER, VOL. 42, NO. 78-HIDAT, APRIL 22. 1977 CA77-5040 Page 7 DECISION NO. CA77-5060 # Page 0 Df7C7S1rXr NO. t Friss 6esefies Permames Frisp ft.oeRes Payments Newly E ' Basic Posa-s Vocalism /wRe�+ HLM Newly _ E46catiaw Aw.Tr. ' Roots H L It Passions Vocalism sed/or Apor.Tr. Plk-MOUNtS Tt749)ERS# (Cont`d) Alpine, Asador, El Dorado. RCMFERS# ' Nevada, Placer, Sacramento Alameda and Contra Costa Cos. + •� and Yolo Counties S 7.155 .655 S 1.60 .80 Rooters 110.94 1 31.17 6 1.10 x '.60 .04 Calaveras and San Joaquin Cos. 9.63 .80 1.60 .90 - Wstic Norkera# Rettlamen (2 Monterey County 9.15 1.00 1.70 .90 kettles w/o pumps) 11.19 1.17 1.10 .60 .04 San Denito, Santa Clara and Ditumastici Enuselerst pipe- Fanta Crus Counties 11.80 .70 1.40 wrappers# Coal tar built up 11.94 1.17 1.10' x.60 1 .06 DLUtlOERSs Alpine, Calaveras, Mariposa, Alameda County 13.10 .63 1.55 .12 Merced, San Joaquin and Contra Conta County 12.72 .90 1.72 .20 Tuolumne Counties )r ) tu#1 Norte and Itumt.oldt Counties 11.69 .61 1.12 .05 Rooters (a late, the and P44MBtJeS# Steamtitterne Cunpoaltion and built up) 11.29 .98 .67 I Anudor (Northern I#alf of Felt Machine Operator 11.46 .98 .67 County), E1 Dorado, Sacramento, E1 Dorado, Placer, Suttee and Yolo, Nevada, Placer (excluding Yuba Counties Lake Tahoe Area) 13.33 1.16 1.60 .14 Roofers 11.89 .95 .60 Lake Tahoe Area 10.99 .58 •60 1.95 .10 1Fresno County Marin, San Francisco and Sonoma Roofers 11.35 .60 .80 Counties 11.75 1.905 1.50 1.17 .15 Marin, Napa, Solano and Sonoma San Benito and Santa Clara cos. 16.20 .90 1.65 .14 Counties San Mateo County 11.74 1.05 1.65 1.20 .25 Routers 10.13 .85 1.20 1.63 .04 Alpine, Amador (Southern portion Mastic Workers) Rettlemen (2 Z of County), Calaveras, Fresno. kettle w/o pumps) 10.38 .85 1.20 1.63 .06 .O Mariposa, Merced, Monterey, Hitumastiet Enaneleral Pipe- t•••6 San Joaquin, Santa Cruz, Sutter wroppeeaf Coal tar pitch 11.13 .85 1.20 .1.63 .06 ii Tehama, Tuolumne and Yuba Del Norte and Humboldt Counties M _ Counties 12.60 1.39 2.00 .10 Roofers 10.32 .40 .75 .35 Napa and'Solano Counties 13.31 1.13 2.29 .16 Monterey and Santa Cruz Counties Roofers 10.75 .90 1.15 # 1 San Francisco and San Mateo Con. t Roofers 10.93 .60 LAS 1.10 .04 Mastic workers and Rettlemen e (2 kettles w/o pumps) 11.16 .60 1.15 1.10 .06 Bitumasticl Enameleraf Pipes- wcapperal Coal tat 11.97 .60 1.15 1:10 .06 }t C l _ FEDERAL REGISTER, VOL. +2, NO. 78-FRIDAY, APRIL 22, 1977 , 4 0%I 1410 00. CA77-3020 r pit" 9 DRcI&lON NO. CA7T-5010 Pale 10 r ' o &se,a ramp&Mehl#repass" Frtaea&nadir.Pay.�aU Mil 00600aa teat Rate. May ,,sues ,*4.1304 aa,Vet + Hwrty Edurarioa Afft.To* SPRINKLER FITTERS# Rare* HAM Paatiaas Yoram.. and/or 000FIRSt (Conci•d) Amador. Sacramento and Talc Alameda, Contra Costa, Marin, Aovr.Tr. counties % ,pr. S San Francisco, San Kateo, Santa Clara, Solana and Samosa hooters $30.11 $1,02 i 1.10 1 1.00 ,07 Snsselats and Pitch 11.11• 1.04 1.10 1,00 .07 Counties 315.61 ,410 .90 .09 San Benito and Santa Clara Coe. samatninq Counties 14.42 .40 .90 .04 oters& Bettieman ii kettle) 10.19 .65 1.12 STYAt1yiTTtlrS, ho •IKR!IMKTAL WRKsasr Alaanda and Contra Costa Cos, 13.30 1.25 2.24 .165 Alessda. Contra costs, Napa Del Norte and Humboldt Coo. 11.64 .61 . 1.12 .05 No Solana Counties 11.25 .66 1.43 12 lameda.04 TMContra ont Alameda. Cancrara Carta, Del Alpine. Calavatu and fan Mort*, Humboldt. Karin, Napa, Joaquin Counties 11.77 .66 1.410 .02 Aimed", UDorado. Nevada, San ano, San Hates, Solana and d Sononu Counties 11.02 1.10 .93 1.00 Plecac, teccasento, Sutter. 91 Dorado, Nevada, Placer, )+shwa. Volo and Yuba pus. 11.09 .66 1.42 .09 Sacramento, Sutter, Tahoe&, Macipoaa. Netted and Tuolumne YEla and Yuba Counties 11.40 .40 ,40 .25 Counties 11.14 .60 1.10 ,06 siomtetay, sal#&aaitd, seats T3LL SKITIRSr Clava and sash Crus Cas. 11.15 30♦.66 1.625 2.125 Alameda, Contra Costa, DelNorte, Rl Dorado, Husholdt, Son Mateo county 12.62 .66 1.91 .12 Del Norte, Sumboldt, Marin, Karin, Hap,, an Beniada, Placa,, Sam maclsoo ead Snecma Cat. 12.50 .66 1.72 .12 Francisco, San Benito, San ' fresco County 11.715 .66 1.22 + ,0f Francisco, San Mateo, Santa � -Clara, Solana, Sonau, Sutter, SM!LOOK IAYWt Tehama, Yolo and Yuba Cos. 12.00 .14 1.20 1.40 .045 Z Alpine, Amsdor. Calaveras. Alpine, Amador, Calawaras, San G Merced (last of the San Joaquin and.Tuoluana Counties 10.27 .55 ,30 1.00 Joaquin Rivet), San Joaquin. fcasrw, Nactposa and Merced n � .facrananco/tSutter. ?ehasw. m llwlumne. Talo pad Yuba Counties 4.60 1.00 .50 to ptnuatlasl and tfeose portions of Monterey and Santa Crus Counties 11.99 1.01 :43 u Dorado. News" and Placer PAID itOLIDAYSr Counties (ucludittp Oke Tahoe A-t(ev Year's Day/ B-Hamorial Day, C-Indepe deuce Da , o.-Labor Day, Area) 10.23 .74 1.25 1.00 All R-Thankagtyinq Dayt F-Chtlstatas D y. Lake Toone Aces 10.05 .70 .20 ' Ads. Contta Costa, Marls, ' t+�o_1�1�'rEs t toed. Monterey, Maga. San a, Employer contributes 4% of basc hourly rats for over 5 yokcal sec lce "Alto. sea ftaacisoo, San Mateo. Seats Clata,-santa Crus, and 20 of basic hourly rate [0 6 month to S ye to as ver tion Pa Credit. Sia Paid Hoiidayrr A through solaeo and sonase Counties 11.30 .60 1.00 b .10 b. Employer contributes x.90 per r for he first five year 'of sop yraenti After five years $1.05 per hour to Vaca ion and iolidays D netits. Y , , - t FEDERAL REGISTER. VOL. 12, NO. 76-FRIDAY, ARIL 22, 1477 .:z:• - ,. `--- . . ,. ..,. 4141 - nrclslOtu H9. CA77-5040 P..•+.: 12. - , r 4. �t DECISION NO. CA77-5040 to a 12 ixtctstwt NO. CA71-Sp40- page 11 g ' LABORERS Croup It Asphalt Iconere and Rokerst Rack*, racket and,iimilar , Retic File"Somali#$Pgmeers type tampers# buggymobile$ Chainsaw, faller, logloadec and RawlyElacetiea bucker# Compactors of all types# Concrete and magnesite tixec / Race. M&W Pasaia.s v«.tie. e.Uer 1/2 yard and undar# Concrete pan works Concrete saws Concrete { Af-?r. sanders Cribber. and/or shoringi Cut granite curb setters Fort '+ 1 raiseral Slip forms) Green cutters, Headecboacdrsen, Hubsetters. , iJ4110RERS Alignerst.Jsckhawmer operstorat Jacking of pipe over 12 inches# t Jackson and similar type Conpactorst Ri6ttlsmen, rotmen and men Gcot4(+-1 S s:29S S 1.00 S 1.70 .90 .10 applying asphalt, lay-gold, creosote, lime, caustic and similar ) Groupwl(a) 8.52 1.00 1.70 .90 .10 typo atatetialat Legging, sheeting, whaling, bracking, trench- Gcoup:I(b) 6.795 1.00 1.70 .90 .10 jacking, hand-guided lagginghanners Magnesite, epnxycesin. Group-1(c) 0.345 1.00 1.70 .90 .10 fiberglass, and mastic workers (wet *c dry)# payment breakers ) Group lid) 8.245 1.00 1.70 .90 .10 and spadece, including tool grindat t1 p4layars, caulkare, banders, Group 1(e) 6.845 1.00 1.70 .90 .10 pipewrappers, conduit loy*rs, plastic pipelaysrat Post hole t Group 1(f) 6.495 1.00 1.70 .90 .10 diggers - air, gas and electrics Powac broom xweepacst Power Group 2 8.145 1.00 1.70 .90 .10 tampers of all types (except as shown in Group 2)1 Ram met gun ' Rtoup 1 0.045 1.00 1.70 .90 .10 and stud guns Rlprap-xtonepaver and rack-alinget, including placing of sacked concrete and/or sand (wet or dry)$ Rotary scarifi*r, i multiple hand concrete chipper! Davis trencher - 300 or similar' typo (and *11 small trencher*)$ Rnto and Ditch witch$ Auto- tARORERS� tiller# Sandblasters, Putman, Gunman, M*aslamant Signalling and (Gunnitel R)gg)ngt Tank Cieanerat Tree climbecst Yibra-screed - dull float t ' in connection with laborers' works 9'ibratorat Dr)-pak-it machine)' Ctcup Iz' 8.755 1.00 1.70 .90 .10 High pressures blow Ipipe (lh• or over. 100 lbs. pressure or ovac)s•• ' Group 2t 6.165 I.00 1.70 .90 .10 Hydro Seeder and simtiac typal Laser beam in connection with % Ocoup'3c. 8.045 1.00 1.70 ".00 .10 laborers' work Group limit Joy Drill Model 7WM-2At Carden*r-Denvec Model 09113 r ' and similar type drlllat Track drillerat Jack leg drillscs# t Z' Diamond drillers$ Wagon drillerat Mechanical driller* - all •`t} Q types regardless of type or method of powert Multiple unit drillas blasters and Powd*rmenl All work of loading, placing A+ and blasting of sil`powder and explosives of whatever type rtr gatdl ss of method used for such loading and placing# High scalers (includingdrilling of sass)) Tree t t 9 opperr sit grinder Group 1(b)# Dewar Cleaners • t: + Group licit burning and Nal41ng + « „ tt + pp - . ' • L - t ` ,yt. „ • et 1 ,4 . , �' _ ` - - •i :'t+ -�� , S Fes. ">5 FEDERAL REGISTER, VOL 42, NO. 711--FRIDAY, APRIL 24. 19" ,•t.�,. y I a P 1 ► DRCtSION M. CA77-5090 Ppe ll OGCISION NO. Q77-5040a Page U N tQ SAMORM (Cont'd) \ Oo Gco•p IN)s RWA1c.Traekaen and road cede (cut and cover work at subway atter the temporary cover has been placed) Filer.R•n•ht.P•r•.•et. A•de Rede .,& 1(4)s Laborer■ 0n general construction work on or InN•...q N•\..ir EJuc•u+e bell Role footfsgs and abaft - \ Rel.. Rel•. 11 b K P•e.loe. V•c•il•e ..J/.t Apps.Tr. OPERATORS QcOW 9ff)s Contra Cuts cuaoty Onlys Nplayra, Caulkers, POWER sOulPnlsrr Raabcs. 01pswcappecs, Cw.mit Layeen rs d elastic pipelayc•I AREA 1 axssA 2 Pressure Pipe !rater, no jcint pipe and stripping of seem, Group Is i 1.70 S10.10 S 1.75• $ 2.00 .90 .2/ Imle0ing cepaIt of voids, Precast whale Setter•, Cast In Gcoup 24 9.05 10.45 1.15• 2.00 .90 .21 VIM*, Mansel• face settee Croup 31 9.29 10.06 1.156 2.00 .90 .24 1 OCMtp /t 9.01 11.21 1.35• 2.00 .90 .24 G[oep 2s Aaplalt aA>yvelec•► Cement d\rpese and Aatdling dry CementGroup St 10.02 11.42 1.35• 2.00 .90 .24 Sor gypwns Choke-setter and Miller Icles()ny uurk)1 CotWset• Gtoup 61 10.17 11.57 1.35• 2.00 .90 ,24 Ruokaf 0aapar and Chutaaanl Conosete Chipping and Ocindingl Group 71 10.32 11.72 1.35• 2.00 .90 .24 Cstwcr•t• Laboc•ce (wet as dry)► Ocillor's Relparl Chink tender! Group 81 10.72 12.12 L.IS• 2.00 .90 .21 00881man, adductors/ Mly9ssulle Mnitot lover 100 The preasucs)r croup 91 10.9/ 11.31 1.35• 2.00 .90 .24 Loading mad unloading, carrying and baAling of all coda and Group 101 11.11 12.51 1.35• 2.00 .90 .24 matatials 90t use ice csinforciag concrete constructions Pittsburgh. Group 10-As 11.15 12.65 1.35• 2.00 .90 .24 Chipper, mad sUdlat type RcuaA Sbceddec•s Slopsr► ainglefoot, Group lbs 11.12 12.81 1.354 2.00 .90 .24 lewd held. pneumatic tampers All poewtic, sic. Sea. and electric Group I1-As 12.49 13.95 1.35• 2.00 ,90 .24 tools$ Jacking of pipe under 12 Inches Group 11-Rs 12.77 14.25 1.35• 2.00 .90 .24 4 cog 7t All cleanup work of dabcla, grounds and buildings Including Group 11-Cs 13,07 11.35 1.35• 2.00 .90 .24 but not lldtad to street cleanersl Cleaning and washing wlndowsl w Construction labors[/ includingbrf dgi and q•rursl labor•nr alncludee 1.23 pec hour to Dappian, load spotters firs► Matchers Stc••t Cleanscar Gardeners, : r Pensioned health and Melface Fund. Moetieultucal and landscape Labocecal Jetting; Liabee•s Rcuab 2 Loadata$ Mace. saintesuwno• Landscape latnceca on nowoOnKcnlOtianl (� Ilelat•aasoe. Repair.Teackeen and Road bedai Streetcar and Rallcoad - �' - - -•1 00ssatewtiow?tack taboceea► Tempocaty alt and water Lines, Vletaullc n or similary Tbol coon attendants Peru• Rcectorss Guardrail Lrectorat - - m Nesmcst wFkeca (button /[cure) Vt IAMORM " lGunnita) . Group Is' Masal•nan (including Cannan, Mann)I Rodman$ GroUn&m Gcoup•21 Mhomadman - Geo" S% General Iaboraea 1- t SCI i FEDERAL REGISTER,.VOL. 42, NO. 711-FRIDAY, APRIL 22, 1977 x C•l't_,-pan „ \ -. a tsDCtartm rl:a, CA77-5040 tags 15 DECISION too. CA77-5060 Foga 16 POMl7t EQUIPMENT OPFAA70LS POWER EQUIPMENT OPERATORS (Cont'd) AR£AS I and II) (ARFJtS I and II) 1 Group It Asaistanta to Engineers (Brllkemans Fireman; to Duty Repairman Group 7r Concrete Conveyor or Concrete Pump, Truck or Equipment counted Helpers Oiler; Oeckhands Signelmanl Switchmant Tar Pot Fireman); Pactown fboom length to apply)► Concrete Conveyor, building altos Deck Engineers) (Iteavy Duty Repair shop parts coon) Dual Drum Mixer; Fuller Kenyon Pump and similar typear Gantry Rider for similar)) Hydra-Hammer (or similar); Material Hoist 12 or more dcuesll Croup 2: Compressor Operators Concrete Miser (up to and including 1 yard)l Mechanical Finishers or Spreader Machine (asphalt, Barber-Greene and -.Conveyor Belt Operator (tunnel); Fireman Not Plante HydraulicsMonitort slmilar)l Mine or Shaft ►foist) Mixecmobilet Pavement Breaker with or. Mechanical Conveyor (handling bulldin3 waterials); Mixer losx Operator without Compressor Caabinationl Pavement Breaker, truck mounted , '_'jeoncretd plant)1 Pump Operator; Spreader Bogue pith ds ith scree ); Tar with Compressor Combinationl Pipe Banding Machine (pipelines only)t Pat Fireman (pore[ agitated) Pipe Cleaning Machtne (tractor propelled and supported); Pipe Wrapping Machine (tractor propelled and supported), Refrigeration Plants Boller Cronp Is Mx Operator 1buMei)t Helicopter Radisson (signalman): Motor- Operator (finish asphalt)► Self-propelled boom type lifting device (center can; lAcoreotfves Oiler; Rosa Carrier (construction job @)Be)l Rotomlat mount) (10 to or leas M.R.C.)i Sell-propelled Elevating Grade Panel ' SluaAec Operators Small Tractor frith tnaae) Soil Tr+tsct Truck type leader operators Srreert,an (excep) asphaltic concrete pavtng)s Self-propelled, automatically applied cunctete cueing machine ion +trete, A►pAwaya, Group Ot Arsar-Coatec for similar); Asphalt Plant Fi;ylneetl Cast-in-place airports 41141 caualsls Trenching Machine (Masimum digging capacity l [t. depth)) Tugger 11018L. single drum) Truck Cana Osler Pipe taying Machines Combinatiwi Blusher and Motor Operators Concrete Batch Plant (multiple units)) Dozers Reading Shield Operators Heavy Duty Coup 4: Ballast Jack Tamper; Ballast Regulators Ballast Tamper Mulct- Repairman and/or Welders Ren Seal Machine (or similar►) Rolman Looderl purposes Boxman (asphalt plantlr Elevator Operator (lnside)l Fork Lift Loader (up to 2 yds)) MCat; Bubbchanical Trench Shields Portable Crushing and , or Lumber Stacker (construction job site)) Line Masters lubrication and Screening Plantar Push Cats Rubber Tired Earth-coving Equipment (up Service Engineer imoblle and grease tack); Material Hoist (1 dcum)t to and including 6S cu. yds. *struck' m.r.c.) Euclids, T Pulls, OW-10, 20, Shuttlecars Tie Spacers iowermoblle t - 21, and similar:; Rubber Tired Dozers Self-propelled Compactor with Dozer; Sheepfoot/ Timber Skiddec ?tubber tired or similar equipment)r Tractor Group Sr Compressor Operator 42 to 7)r Concrete Mixers (over 1 yard)1 - _ drawn Scrapers Tractor Trenching Machines Tri-batch Pavers Tunnel Mole Concrete Pumps of Pumpctete Gunss Generators (100 K.W. or over); Boring Machines Welders Moods-mixer (and other stellar Pugmill equipment); Grouting Machines Pceso-veld fair-opecatld)t Pumps 12 to 711 Welding G Nachlnes fpoweced other than by electricity) (2 to 7) , roup Canal Finger Drain Diggers Chicago boost combination Mixer and O Comprere ssor (gunite)s Combination Slurry Mixer and/or Cleaners Mighllne•, Group 61 RUN Lima Road Factor or simllart enol Truck or Dual Purpose Cableway 15 tons and under)l Lull ML-Lift or similar (20 ft. or over); '. f1 A-Frame ?rocks Concrete Batch Plants (wet or dry)l Concrete Sar@ (self- Mucking Machine (rubber tire, call or track type)► Tractor (with boom) propelled unit) on streets, highways, airports and consist Drilling and (0-6 or larger and similar) t!C Rnring Machinery, vertical and horizontal (not to apply to waterliners, t wagon drill+ or jackhamrnerals Gradesettor, Grade.Checket (mechanical or Group 10i !loam-type Backfilling Machines Bridge Cranes Cary-lift (oc•'•, _ "�r-• othet-wi■elt Highline Cableway Slgnalmans Locomotives (steam or over`70 sisilacls Chemical Grouting Machines Combination Backhoe and Loader tanall Maginnis internal Full Slab Vibrator (on airports, highways, canals (up to and including 1/2 cu. yd. m.r.c.)s Derrick (2 operators required ' t and warphouses)t Mechanical Finishers (concrete) (Clary, Johnson, Bidwell When owing engine tesste from hoi@t)l Derrick Barges (except excavation Bridge Dr•ck or similar tyMs)t Mechanical Burs, Curb and/or Curb and, work)► Do-Nor Loaders Adams Elegr@dect Elevating Graders Heavy Duty Gutter Machine, concrete or asphalts Portable Crushers Post Driver Rotary Drill Rig (including Caisson Foundation work and Robbins type ,s (M-1500 and similar)► Power Jumbo Operator (setting slip forms, etc. ' drills)) Roehring Skooper (or oimilar)s Lift Slab Machines (Vogtborg and In tunnels)) Roller; Screedman (Barber-Greene and similar) (asphaltic similar types)) Loader, (2 yds. up to and including 6 yds.)) Locomotive concrete paving); Self-propelled Compactor (single enginell Self-pro- (over 100 tons) (single or multiple units)l Multiple Engine Earthmoving polled Pipeline Wrapping Machine, Perault, CRC, or similar types)$Slip Machine (Euclids, Doters, etc.) (no tandem scraper)l Pre-stress Wits Forms Pumps (lifting device for concrete form)I Small Rubber Tired Wrapping Machines Reservoir-Debris Tug (self-propelled floating); Rubber- Tractor;-Surface Heater tired Scraper, self-loading (paddle wheels, etc.)) Shuttle Car (reclaim station)► Single Engine Scraper over 45 yds.; Soil Stabilizer (F i R or equal)l Sub-gradet IGurries or'other automatic type)► Tractor, Coo- pressor Drill Combinations Track Laying type earth moving machine (single engine.with tandem scrapers)s Train loading station; Vacuum Cooling Plantl 1 Whitley Crane (up to and including 2S tons) K FEDERAL REGISTER, VOL 12, NO. 78--FRIDAY, APRIL 22, 1977 r + J ` Sage 17' DRCISION No. CA77-5040 page lP � SCISIOMM MD. Ci77-SNO CD IMA=SpUI6W O►OUITORS (Cwt-4) (ARRAS I and Il) Geoup 10-At Backhoe+(hydraulic) (up to and includi09'1 cu. Yds. r.e.e-11s.eie Pe)rge Seeable Par.ee)e Backhoe (Cable) (up-to.std including 1 cu. yd. m.t.c.)# Combination Sack- N•erlr EJucr)les kiss and leader twat lj2 Cu- yd. �.t.C.I) Continuous flight Tie back Reis* H t k II Peaeleae Yecor)en endl.r Auger (up to and Including 1 Cu. Yds-) Want attaetud)t Crams (not over Apy,•Tr• TmUCK bNtVtltS 2% tons. Rasmarhead and Gantcy)) Grade-all* (up to and including I cu yd.)-1 Power shovels. Clasaballa, btaglines. (up to and including 1 cu. yds. BULK CWNT SPer,ADER (w/woo power Slade (single anglns)i melt-poopeil*d 9000-type Lifting auger, under 4 ydr, water DWlce (cantor Mount) (over 10 tons)) belt-propeli*d Soar-type Lifting level)) but of NaWkAul drive[) Deeks 4cetttss mount) (over It tons) Concrete puwP sachine) G[/ lit Automatic concrete Slip lora Paver) Automatic )tailroad Car Concrete poop cruet (++hart 14 Dumper, Canal ling*+ Drain aacktillact Canal Trimsect Canal Tcisme alar pact eruct la krd r/diccb(ng sttactmenta) Ccanes (over 25 tons up to and Including 125 appropriate flat racck dace tons)) Coatieuous Flight Tie Rack Auger Gvec I CO. Vd. (including crani)) shall apply)) Dump (under 1 Droit Tcaeel)tt 650=A-1 oc Similac (4S tons or over)# Mighlins Cableway yds. water level)) Dusperate (over S tons)# Loader (over 4 y4+•, up to and Including 12 cu. yds.)# power )tuck (under 4 yds. deur Sla (suitl-engine)# Power steels, clamshells, Duw glinsee Rackhso av*1)t vaillDuspeer tondos 4 yde. de )tads-Ails (ores 1 yd. aup to and including 7 cu. yas. m.c.c)) Rubber- cater level)) Escott of pilot nd tired earth moving "Chinos (multiple propulsion power units and two cat drivatt Nipper truck (when "or Mote scrapers) tup to and including 75 cu. yds. •struck' m-r.c.)) self- flat rack truck is used pcopellod Compactor (wIt* multiple propulsion power units)#Bingle engine appropriate flat rack cat* shall apply)) Vickupal Skids Rubbst-tired Sartbeoving Machines (with tandem scrapers)1 slip tore ftvtt (ccaccete or aspheltl# Tandem Cates 'lower Cranes Mobil*i Ttanchsc (debris boa, under 4 ydr, water level}) Team drivers) Trucks Walling sttacwd mh(e1d)# Universal Liebhsc and Tow) Cranes (and similar types)!,Steal Excavator to and including 750 cu. yd.per bour)l Whitley (dry pre-batch concrete six. Craw (over 25 toes) under 4 yda, water ei), semen belpexe) Warehousemen i 9.905 f 1.195 .70 $1.00 Z stoup 11-Ad now magma (in conjunction with Wheal Cscavator)# Fracas BULK CEMENT SPREADER (w/uo -4 ca (Gest 12S tonsil Loader (over 12 Cu. Yds.) up to and including is cu. Yds.); sugar, 4 yda. and under 6 M D ewer shovels and Stsglines (over 7 cu. yds., m.c.c.)I Rubber Tired Multi- da. water level)) Dump (4 purpose North Moving Machines (2 units ovac 75 cu. yds. *struck' •.r.e.)# yds, aqd under 6 ydr. water to )bel Sxeaeatoc (over 750 cu. yda. pat bout) ; level), Duspecete (4 yds. and unmet 6 yds. water srowp.11-Ss Loader toeer IS cu. yes.)_ _ an ) d otmpatar (4 yds.. a andd unmet 6 stoup 11-Cs Gp*ratoc of helicter (when used la *ceetion work)) 11n oto yds. radar level)) skids (debris op box 4 Yds. and under 6 yds. Controlled Earthmoving fqu(pment .:. . wort level)) single unit flats - _ tack (2 axle unit)) Industrial Lift Truck (mechanical tailgate) Trucks (dry pre-batch concrete and under avatar level) 20. six, 4 yda. a 6 yds. 00 i.195 .70. 1 00 _ . TRUCK JETiidNG,TRUOt 92,500 a11ootTi� 10.015 1.195 .70 1.00 (uny - .. 4 Cn FEDERAL REGISTER, VOL. 42, NO. 7s•—FRIDAY, APRIL 22, 1977 Vag* 20 CA77-SO40 .- i DD ISIAt NO. CA77-5040 Page 19 DECISION NO. G77-5060 ►age 20 • r , bdc ft(ge ReaeRlt FaymtnU - Basic Frlye moments Permeett Ed.ceNea tl••r11 Ebcel" Nwd R.t.a N 6/ Pwtlaas Yecetles "Not R.trt M 1 V Peat)ut Vocalism ead/er •-TRUCK DRIV171Sr ICont'dl �..Tt. .AAP.Ta ' DOLR CMMT SWAVER (w/wo LIR JITNEYS, cork Litt S 10.015 S 1.19 .70 3 1.00 auger, 6 ydr. and under t yds. water level)$ Dump (6 lRMl9l!NIR, AGITATOR yda. and undet 6 yda. water .(tinder 6 ydr.) 10,055 1,195 .70 1.00 level)$ Duni-trete (6 yda. , and wtdcr 6 yda. ester level)I 7%1k= REPAIRMAN HELPER 10.075 1.195 .70 1.00 Duwpster (6 yds. and under a VACUUM TRUCK under (3,500 - yda• water level)) Skids (debris boa, 6 yds. and under 6 yda. gallons) 10.065 1.195 .70 1.00 water level)l Trucks (dry pre- batch concrete air. 6 yds. flatrack (7 arle unit)) tiTRVCR� Single unit and under 6 yda. water level) t 10.20 •= 1.195 .70 01.00 flat r • Industrial Litt Truck - 81 (mechanical tailgate)l PuqqymxnA-PRAMS. MlN0t1 ydeoTRU-lift, Small rubirr tired tractor Swedish era! Ilydro-lilt, (when uned within teeasters• Swedish crane type Ilettln9)1 Jetting and water truck - jurisdiction) 10.10 1.195 .70 1.00 (6,000 gala. and under JE7TIW. TRUCK 6 NATO$ "UCK 5,000 gala.)$ Rubber tired (2,500 gals. under 4,000 gals.) 10.115 1.195 .70 1.00 Jumbo 10.215 1.115 .70 1.00 OONRINATION WINCH TRUCK - RGVY DUTY TRANSPORT(high bed) 10.22 1.195 .70 1.00 WITH IIOISTI Transit, Mit Agitator (6 ydr. and ROSS NYSTER and SIMILAR Z under a yds.) 10.155 1.195 .70 1.00 STPADDLE CARRIER 10.265 1.195 .70 1.00 0 VACUUM TRUCK 11.500 gala. TRANSIT MIX AGITAtOR t1 and un4er-3.500 gala.) 10.16S 1.195 .70 1.00 (B ydr, through 10 yds.) 10.255 1.195 .70 1.00 1 N ROnDER-TIRED MUCK CAR (not VACUUM TRUCK (5.500 gala. t self-loaded) 10.175 1.195 .70 1.00 and under 7,500 gals.) 10.265 1.195 .70 1.00 JETTING TRUCK 6 MATER TR= (5,000 gala, and under 7,000 gals.) 10.315 1.195 .70 1.00 - ' .. o --FEDERAL"REOISTER;'VOL 42, NO. 7"RIDAY, APRIL 22, 1977 DCISIOM 00. C07-S010 .:•Page 21 DECISION N0. CA76-5010 Page 22 IPJ•• l:. • , N goals: Basic fwlil► Pay Baric Fdne+fudU.Porw+wlc May Ed+dtlN Rates Ed+llot Roao M L r posed.-& vocarlea awI/wr R+I+c MSN Pucl+ac V+c+U+w +n�/+, elope.To. TRtK7f OHI VENS (Cant d) Apy,. To. Is= snlyafs 1Conttd) BULK MONT SPREADER (w1wo 2%"El!NIIaf1ITAWK (over Auger, over 12 yda. and 10 yda. through 12 yda.) $10.355 8 1.195 .70 $1.00 including le yda, rater • level)$ Droop (aver 12 yd>,. • ^- f07i CfmOli flmiMf# (v/w and Including 18 yda, rater level)! Dumperete lover 12 aaget, 0 yda, and including yds. and including 18 yda. 13 yM, water lwel)I pump rater level)l Duaputec (over 1f yda. a" Including 13 y . water levelll Dumper�to 12 yda. and 1nckidsng 18 yda. da water level)! Skids (debris f yda. and Including 12 box, 00er 12 yds. and including V". water levelll felt- ' $capelled street sweeper 18 yda, rater level)► Trucks with self-eontolned refuse " ' (dry pre-batch concrete ■ix, over 12 yds. and Including e>ai St10a idabtta box, f is water level) $ 10.48 $ 1.195 170 $1.00 Ids. and Including 12 yds. water level)r Saw go and/or anus P.B. OR SIMILAR TYPE Plows Tract (dry pre-batch concrete six. f yds. and SELF-(DARING TRUCK 10.51 1.195 )70 1.00 lmcludlaq 12 yda. water TRUCK REPAIRMAN 10.575 1.195 .70 1.00 1Ove111 Dumpater q yda. and lacludicg l2 yd.. war BULK MINT SPREADER (r/wo level) 10.64 1.195 .70 1.00 auger, over 18 yda, and Z MVT am TAANSPM Including 26 yds, rater O 1900eafte" lowbed) 10.65 1.195 .70 1.00 levelll Combination dump and 1 dump trailers Dump (over 18 m' "unit all aGiT117OR yds. and including 24 yda. in . (met 12'yda. through water level); Dumperete (over 18 yds. and including 24 yds. 1/ yes.). 10;655 1.195 .70 1.00 rater lavel)T Dumpater (over 18 yds. and Including 2 yds. rater level)l Skid (debrle box, over 18 yds. and including - 24 yds. water level)$ Transit mix agitator (over 12 yda. through 16 yda.)I Trucks (dry pro-batch concrete mix, over a17 yds. and Including 21 ! yds. rater level) 10.585 1.195 .70 1.00 • V 1 - ss-. : FEDERAL REGISTER, VOL. 42, NO. 78—FRIDAY, APRIL 22, 1977 " • - ►atr.rrn.w..evw.•.n.•.w..w-�.+•r•-,,, DWISIO"MD. CA77-5040 Page 23 D11631011 NO. CA77-5040 :age 20 ' Free"$~fit*fer.•eeh asset Mese Swolits pela..te , S ' .- Rerlc Nesrll EbnNea Newrlr E+Mesi{ee ` Rater N t w Pee.laae vatal"s ewd/er Rea. M t R rweleee ye"114% ee4/er Ae►r.Tr. 4 , TRUM-ORIVIRSI iCont'd) Apr`Tr• 71ttK7t DRiVLe1S iCont'd) su1lt,Ct7ntart SPl1EADER (w/wo BULK COUNT S"RADER w/wo 1= auger, over 24 yds. and fn- auger, over SO yds, and under ' cluding l5 yds. water level)► 65 Ida, water level)$ Dump Dump (over 24 yd8. and in- (over SO yda. and undet 65 i eludlug 35 y4e, water level)$ Ids. water levelll numperete 4 , Oumperete (over 24 yds, and (over SO yda. and under AS yds. 1 including 35 yds. rater level)$ water level)e Duspatet (oval SO , Ouwpstar (over 24 yds. and + yds. and under 65 yds, water Including 35 yds. water levels level)$ Nellcopter pilot (when Dlr 1010, 2018, 21's and other transporting sen or mter(ela)$ alstlar cat type, Terra Cobra, Skids (debele box, over 50 yds. t*Tournespulls, Tournorockete and under 65 Ids. water level)$ Ruclid and similar type equip- Trucks (dry pre-batch concrete gent when pulling Aqua/Pak or six, over 50 yds. and under 65 water tank trailers and fuel yda. water level) $ 10.94 11 1.193 .70 $1,00 and/or grease tank trailers at that mint, trailers= Skids steur COUNT SVPZWER Woo (dMria box, over 24 yds. and auger, over 65 yds. and Including 35 yds. seater level)$ Including 00 Ids. water Truck (dry pre-batch concrete level)$ Dump (65 yds. and tt s j also over 24 yds, and including including 90 yds. water levelly 1S yds. water level) 1 10.61 1 1.19S .70 01.00 ' Dusperete (over,63 yda.•and r Q including 60 yds. water Lavelle (R)l.11 C04MT SPRFA092 (w/wo Dusipatet (6S yds, and including � � auger, over 15 yda. and 60 yds..water levelly Skids N Including 50 yds, water level)s (debris box, 6S yds, and "{ drop (over l5 yda. and Including inclu4ing'80 yds, water level)$ r SO yds. water level)$ Dumperete Trucks (dry pre-batch concrate (ower 35 yda. and including SO mix, 65 yds. and Including yda. water lovely$ Durnpster (ave 90 yda, water level). 11.09 1.195 1 .70 1.00. ! 3S.yd0. and Including 30 yds. } vater'level)e Skids (debris hox, > aver 35 yds. and Including 50 Ids. water levells Trucks (dry pest-betch concrete Rix, twat 15 yds. and Including 50 Ids. water level) 10.19 1.195 .70 1.00' L)71 N FEDERAL REGISTER, VOL. 42, NO. 711--FRIDAY. APRIL 22, 1977 , i lOt R1;, CA7T-!N0 1 'Paye 25 0=1310" NO. CA77-5040 Page 24 to 'CAMFORNIA Pda'Ps{Mall#.Parmeals AREA DEFINITIONS for Moody POWER EQUIPMENT OPERATORS • �'•y dr Eaaeaf{M . Robs N l M Pessioas VaCa#IM 6a1/e. **AREA 2# Alt areas not included within Area t as ViNCR DOIVUS. Cont'dl Aq#.Tr. - defined below, ' *vglat:ant 00 yds. and +AREA It All areas included in the description ,leicludin0 95 y4". water defined dbelwes below which sa is based upon township ldwlI I-Dump (owt 00 yds. range ami Including oc 0S yds. water Cosasencing In the PAClftC OceaaChit cite Shl 1•wl!i t#napctata•(ow#ar !0 n n it .aensio#t uonter Y yY. sad including 05 yds. line of Township 195. vatat level!/ Dwapeter (over Th oce EAstarly alone the Southerly line of Towtahip 195, crossing 00 yd". and Including 95 y4a. the Mt. ytAblo meridian to the S.W. corner of township 193, vetaC lwelit $kids (debris # range 6E. Mt. DAibto base line and amridian, Cos. Over 00 yds. and Including Thence Southerly to the S.W. corner of township 205, rantge 6E. 95 y4s. water U"111 Trucks Thence Easterly to the S.W, corner of township 205, range 13E, (dry pee-batch eonerate wait, Thence Southerly to the S.Y. corner of township 215. range 13E, War 00 yds, and including Thence EAscurly to the S.W. corner of township 215, range 17E, 9S yds, watt 10"11 1 11.24 0 1.195 .70 $1.04 Thence Southerly to the S.W. corner of township 225, range 17E, Thence Easterly to the S.E. corner of township 22S, range 17E. Thence Southerly to the S.W. corner of.township 235, range'IBE, Thence Easterly to the S.E. corner of township 23S, range ISE, Thence Southecly to the S.W. corner of township TLS, range 19E, ` falling on the Southerly line of Kings County, thence Eascerly along the Southerly boundary of Kings County and the Southerly boundary of Tulare'County, to the S.E. 7�• corner of township 245, range 29E, _ Thence Northerly to the N.E. corner of township 215, range 29E. # Thence Westerly to the N.W. corner of township 215, range 29E. Thence Northerly to the H.E. corner of township 135, range 28E1 n ` ty Thence Westerly to the H.W. corner of townshtp 135, range 28E., trs y i, - Thence Northerly to the N.E. corner of township 115, range 27E, tA t, . ��;� Thenu Westerly to the N.W. corner of township 11S. range 27E, t : + Thence Northerly to the N.E. corner of township IOS, rdnge.26E, Thence Westerly to the N.W. corner of township IOS, range 26E, Thence Northerly to the N.E. corner of township 95, range 25E. Thence Westerly to the N.W. corner of township 9S. range 25E. Thence Norcherly to the H.E. corner of township 8S, range 24e, Thence Westerly to the N.W. corner of township BS, range 24E, w Thence Northerly to the N.E. corner of township 6S, range 23E, Thence Wescecly to the S.E. turner of township 5S, range 19e, Thence Northerly to the N.£. corner of township 5S. range 19E, Thence Westerly to the N.W. corner of township 5S, range 19E, Thence Northerly to the N.E. corner of township 3S, range ISE. Thence Westerly to the N.W. corner of township 3S, range IBE, Thence Northerly to the N.E. corner of township 2S, range UE, Thence Westerly to the H.W. corner of township 2S. range 17E, Thence Northerly crosing the Mc. Diablo baseline to the N.E. • corner of township 2N. range 16E, ' t Thence Westerly to the N.W. corner of township 2N. range 16E. Thence Northerly to the:N.E. corner of township 311,, range 15E. Thence Westerly to the N.W. corner of township 3N, range t5E, Thence Northerly to the`N.E. corner of township 4N, range L4E, nY C1 r . Y t _ • .... ..... -. .. ` `w FEDERAL REGISTER, VOL. 42. NO. 70--FRIDAY, APRIL 22, 1977 u u DECIS100 YJ. CA77-5940 _ Feye 77 DOCISION 110. CA77-5040 Paye 20 , ULIro1UQA AREA DEFINITIUNS for POWER EQUIPMENT OPERATURS (cont'd) I'vda EQUIPMENT OPERATORS (contgd) *Area 1 (cont,d)t V *Area 1 (cont,d) Thence Westerly to the N.V. Corner of township 411, range 14E, Thence Westerly to the S.E. cotner of township 16N. range 12V, Thence to rtherly to the N.E. corner of township 511, range 13E. Thence Northerly to the N.E. corner of township 1611, range'12We ` Thence Westerly cc the M.W. corner of township SN, range 13E. Thence Westerly to the N.N. corner of township 161, tangs 12Y. Tlence Vortherly to the N.E. corner of township IO#. Cantle 1:E, Thence Northerly*to the N.E. corner of township ICN. range 13W. Thencc Easterly to the S.E. corner of township IIN. range 14E. Thence Westerly to the N.W. corner of township IBM. range 14V, Thence Northerly to the N.E. corner of township JIM. range 14E. Thence Southerly to the S.W. coiner of township IBM,* rings 14Y. ^-Thence Westerly to the N.E. corner of township 1111, range 10E. Thence Easterly to the S.E. corner of township 1811, ran`e 14W. "'Thence Northerly to the N.E. cotner of township 142, range 10E. Thence Southerly to the S.W. corner of township 100 range 13W. Thence Easterly to the S.E. cotner of township IbM, range 11F. Thence Westerly to tits H.W. cotnsr of township 1311, rang• 141. Ihence Northerly to the N.E. corner of tu•+n•hlp 16N,tanga lir, Thence Southerly to the S.V. coiner of towuhlp IwN, sang• Thonco Eaetarly to the S.C. cunwr of taunahhp I18, tang* 142;. Thence easterly to the S.E. cotner of towuhlp 14N. range 141. Theuce Snuthsrly to the S.W. cognac at law11.1tlp 1411. taupe ISE. ThQnce Southerly to the S.W. cotner of tcwnship 1311. Callao IJYs Theuca pnscerly to the S.E. turner of towuahlp 1411, tAni:a 15t:, Ihence Easterly to the S.E. corner of township 1311, range 13W. Thence Southerly to the S.W. Cosner of tonhnshlp 13.4, range IgE, • Thence Southerly to the S.W. corner of township UM, tangs 128.• 'Theuce Easterly to the S.E. corner of township 1314, rauEe IAF, Thence Easterly to the S.E. corner of township 11112 range 1281 ' Tisencst Southerly to thn S.W. cnrner of township 1211, felly• 17E, Thence Southall;, •lung the Eascorn line of rungs 1231 to the lhcucn 1:astaCly along rise Southern line of township 1711 to ilia Pacific UC+An .xuluding that portion of Northarn Californis Eastern boundary of the state of California, within Santa Clara County Included within the following U oar' Thence Northwest eel y, Ihence Northerly along the Eastern bnnndary Commencing at the N.W. corner of township 65. range 3E, Mt. - t of the state or California to the N.E. cotner of township ON, - - Diablo baseline and Meridians .• range loc. Thence 1n a Southerly direction to the S.W. corner of township Ihence Westerly to tine N.W. corner of township 170, range 11E, I 76. range 3E, Thence Nog herty to the H.E. corner of township 2011, range 10E, Thence In a Easterly direction to the S.C. corner of township 7S. Tba ce Weaterly to the N.V. corner of township 2011, range IOE, rang• 4E. The,sce li..ltbarly to tee N.E. corner of township 2111. range 9E, Thence In a Northerly direction to the N.E. corner of township 6S, Thence Westerly to cite N.Y, corner of township 2111, tonpe 9E, sanEa 4E. Thence Nettherly to tit.• N.R. corner of township 2211. tangs Up Thence in a Westerly direction to the N.Y. Cognac of•townsbip 6S; Z Theuee Westerly to the N.Y. corner of township 2211, tongs BE. range 3Ea to the point of beginning wbich portton is a part of Thence ,nrthatly to the S.W. Corner of township 310. range RE. Arse 1. N Thence rastarly.to the S.R. career of township 270, tangs se. Ate* I also Includes that portion of Northern Calitocaia with, M Tbanco Northerly to the N.E. corner of township 200. Clings RE, the folloding linear ye Theuce westerly to the N.Y. corner of township 2014, range 7E, Commencing in the Pacific Ocasn on an extension of the southerly Thence Voctheily to the N.E. curnar of townshlr 3(111. renRa 6E. line of township 2N, Huab,rldt baseline and meridian# Thence Westerly to the N.Y. corner of township 300, range It. Thence Easterly along the Southerly line of township 211 to the Thence Northerly along the Mt. Diablo meridian to the N.E. S.W. corner of township 711. range jut tt 1 corner of township 34N, range IW, Thence Southerly to the S.W. corner of township is, range till, Thence Wastarly to the N.W. corner of township 3411, range 611, Thence Easterly along the Humboldt baseline to-the S.W. *creat Thence :southerly to the N.E. corner of township 3211, range 7W, of township 111, range 2E, s Thr-ncs Westerly to the N.W, corner of township 32H. range 7W. Thence Southerly to the S.W. corner of township 2S, range 2E, Thence Southerly to the S.W.corner of township 3011, range 7W, Thence Easterly to the S.E corner of township 2S, range 2E. Thence Easterly to Elie S.E. corner of township ION, range 7W, Thence Southerly to the S.W. corner of township 45, range 3E, Thence Southerly to the N.V. corner of township 16N. reoge 6W. Thence Easterly to the S.E. corner of township 4S, range 3E. , Thence Easterly to the S.E. corner of township 16N, range 6W. Thence Northerly to the N.E. comic of township 25. cane 3E, Thence Southerly to the S.V. corner of township 1411, range 5W, Thence Westerly to the N.W. corner of township 2S. range 3E, ; Thence Westerly to the S.E. corner of township 1411. range 7W, Thence Northerly crossing the Humboldt bueilne to the S.Y. Thence Northerly to the N.E. corner of to wtahip•,1411, range 7W, corner of township IN, range 3E, ` Thenen Westerly to Lite P.W. corner of township 1411. range 7W. Thence Easterly along the Humboldt baseline to the S.E. corns* g Thence Northerly,to the N.E. Corner of township 1511, tang* SW', kof township 1N. range 3E, n Thence Northerly to the N.E. corner of township Af. rangew3E. Thence Westerly to the N.W. cotner of township 911, range 2E, s • Thence Northerly to the N.E. corner of township ION. Its , FEDERAL REGISTER, VOL 42, NO. 7R—FRIDAY, APRIL 22, 1977 RRCISIM PID: q77-30p Paye 29 SUPERSEDRAS DECISION 1.7 r + ` STATE: Minnesota COUNTY: Crow Wing CALIFORNIA DECISION RUNBER: M77-2064 DATE: Date of Publication ' AREA DEFINITIONS FOR Supersedes Decision Ito. M77-2036. dated March 16. 1977 in 42 PR 15245 : POWER WIPMENT OPERATORS (CooL'd). DESCRIPTION Of UORKg Heavy 4 Highway Construction "mac i • *Are& Ii (cout'd) Thence Westerly &loos the Northerly line to township ION. tato'the ' Pacific ocean. + Fdas•a.n.b:.P•:.u+. Area 1 also Includes that portion of Northern California included with. : Basic Is th} [allowing line: H-Ir Ed.c•U.a k "` Cenesncing at the Northerly boundary of the State of California R.te. N L M P•ada•. Vocalism and/a. at the M.V. cornea of township 4814. erase TW. M[. Diablo bus- � App:.Tc. :• lies set sortdiant IANDRUItS $5.64 .26 .15 The,ue southerly to the S.W. corner of township 44H., range 7W. �T►ence [•steely to the S.L. corner of township 4411. range 7W. ' IUDC4 Southerly to the S.W, corner of township 43H. range 6W. Theece Rootarly to the i.t. corset of township 43H. range 5W, P(W.1t fQ1iPMFWT OPERATORS Tbei+ee Northerly,to the H.g, corner of township 46N. rang• 5W. on The Northerly boundary of kilo state of California. Asphalt Dtetribucor-Spreader 7.26 .26 .15 Tlence Yeearly along the Northerly boundary of the State of Asphalt Plant 7.66 .26 .15 California to the point of beginning. SullJoter 7.66 .26 .l! t Crusher 4 Screening Plank 7.+16 .26 .I5 Front-End 7.66 .26 .15 + motor Patrols 7.94 .26 .15 Rollers: base 6.53 .26 -.15 Finish 7.04 .26 ,15 ,• Trenton-over D-2 IU-6' I.SS .26 .15 ..�<<r � : �. � 1 • •1 TI:UL7C [)RIVERS O, n M Over s cubic mdo 7.04 .26 .ls H Seat-Traccor Trailer' 7.2o .26 .15 3-Aida 7.32 .40 .45 Lt..:E' •':7 it '.1 4 . i' FEDERAL REGISTER, VOL: 12, NO. 75-FRtDAY, APRs 24, 1977 { � - __ � ova W-.1Y•,.KZ4.✓.r!.. • I �i NDDIFICATI011S P. 1 IDDIFICATIONS P. 2 DECISION $CA77-5039 - Nod. 11 162 FR 20991 - April 22, 1977) Alameda, Alpine, Amador. Butte Pd■p 0-fts.Pq�sn. DECISION •G77-5039 icon t'd) Calaveras, Colons, Contra Coat 9.0cFd•1•t•e•11M•Pq.•wh • N•vrir E4n0•e !•Ae . . .-.Del Norte. El Dorado. Fresno, Nota. Hie P•a■1••• Y•c•tl•e •ed/•r N••,ly Ei►cNl•w - .,'Glenn, Humboldt. Kings. Lake, Apr,_Tr• Rde. Nie P•ed•e. Y•e•Mi•e ••U•r Aryr.Tr. • Lassen. IYdeu, Ila Cin, .. Mariposa, Mendocino, Merced. Modoo, Monterey. Napa. Nevada. . Placer, Plumas, Sacramento, San Benito. Santa Ciera San /enito, San Francisco, - and Santa Cruz Counties ion Joaquin, San Maeeo, Santa Sleetrlcians $13.80 .77 11+1:50 .OS $aCable Splicers 35.53 .77 11+1.50 .05 Clara, Santa Cruz. Shue, Sierra, Slsk/you, Solana, SlacLBan 1'ranulaoo County Sonoma, Stanislaus, Sutter. Cable splice 15.585 1.06 11+.90 .06 1 Tehama, Trinity, Tulare, Cable Spllcete 17.53 1.06 11+.90 .06 , I I Tuolumne, Yolo and Yuba ' San Mateo County Counties, California Electricians 13.73 1.16 3!+1.00 .03 . Line Cbnatructiont . Chan e: Contra Costa Canty _ Slectrlcianst Groundmen 11.60 .70 11+1.00 Alameda County Line equipment Operators 13.68 .70 11+1.00 Slectrlelans $12.91 $1.05 11+1.15 03 Linemen 15.20 .10 11+1.00 Cable Splicers 16.52 1.05 11+1.15 .03 Cable Splicers 16.70 .70 11+1.00 !: Amador, Colusa, Sacramento, Monterey County Groundmen 9.62 •1.10 11+2.30 .06 Sutter, Y010, Yuba and throe portions of Alpine, CablLinee Technicians 12.56 1.10 11+2.30 .06 El Dorado, Nevada, Placer Cable d Solana 13.88 1.10 1!+2.30 .06 Napa and Solana Counties 0 and Sierra Counties Most Linemen 12.07 .68 11+1.10 .01 of the Sierra Mountain Cable Splicers 13.58 •66 11+1.10 .06 watershed A Alameda County Electricians 1 .39 .95 11 .85 .045, , Ce cable Splicers 15.83 .95• 11+.85 .065 . Groundmen 9.68 1.05 11+1.15 .03 to 11an0e11 Linemen 12.91 1.05 11+1.15 .03 Electricians U.52 .95 11+.85 065 Line Equipment Operators 11.62 1.05 11+1.15 .03 Cable Splicers 15.97 .95 11+.85 .065 Ban Francisco County u Cantu Costs County Groundmen 13.25 1.06 11+.90 .06 Contra Costa ]5.20 .70 11+1.00 Linement Technicians 15.585 1.06 11+.90 .06 ElectCable Splicers 16.70 .70 1441.00 Cable Splicers 17.53 1.06 11+.90 .06 San Benito, Santa Clara, Monterey.C:ounty and Santa Cruz Counties -Nlectrlciens 12.50 1.10 1!+2.30 06 Ground lneme Cab iplAcers, 13.81 1.10 11+2.30 .06 Linememen ( 11.65 S7 11+1.50 .OS nM Line Equipment Operators 13.70 .87 11+1.50 OS Cable Splicers 15.61 .81 1441.50 .OS Plumberal Steomfitters: Del Norte and Humboldt Coe. 11.83 .71 1.12 .05 Sprinkler Fitters: Remaining Counties 15.07 .65 .95 .OS. •.�• grim .__... .. • •O O aO FEDERAL REGISTER. VOL 42, NO. 112--FRIDAY, JUNE 10, 1977 1 1 IEb1FIGTld15 P. 3 MODIFICATIONS P. 1 0 or, IMIClitaid 00. C3,77-SO» Cont•d • _ OCCISION N0. CA77-5010 (Cont-d) ' Basicflop Moselle*Patroness Nearly Basic /aaalh+permeateaa&. Ebd&lea /asic Naa,ly rda..11e. - .._.� taaM N L r raadau Yacadaa ..4/6. , AM..Tr. Palo* M L It raw.lawe voca0an and/or Arpc.Tc. YaY. Son bonito, &Anita Clara l&astarancrar 000 and. . and Santa Crus Counties ' /ane Fraacleoo and ian Mateo Counties 9./0 './0 31.20 $1-25 tlecLriclans $13.80 .77 11+1.50 .05 Cable Splicers 1S.53 .77 11+1.50 .05 San Prancieco County tlectrlalan• 1S.S4S 1.0: 11+,90 .06 G77-S040 - Mod. 1 Calls Splicare 17.53 1.04 11+.90 .06 90-10-000210U - April 22, 1977) San Mateo County 111afts". Alpine. lsador.• Electricians 13.73 1.16 31+1.00 .03 Plumbers& SteanUttacso Wag", &I =86Ga Costa. 41 Dal Norte-and Humboldt Cos. 11.03 .71, 1.12 .05 IlvaboldWstt+. !li Ooraio. Fresno, Sprinkler fitters& d W abroad. maps. Remaining Counties 15.07 .65 .95 .08 - +evade. lLtgr. Maerasrato, �� San aeslto. San Francisco, Mn.7oa/ains ass Mateo, 1 Plasterers Tenders& asst&Class. Mata Crua, Sol San Francisco and San Mateo Manage, Butt". Tabar. Counties 9.80 .80 1.20 $1.25' TusluM&a, Toto and Tuba Oovittles. CaUtomia 2 Mlaetridwt A Alawada oowt7 m slactriolau $12.91 $1.05 11+1.15 .01 to Cable apllcers 14.52 1.05 1+1.15 .03 ]lnadot. Sscrausato. Sutter, Talo. 11" and Wee pattlau of Alpine, + All Datsdo, Nevada and Placer Counties West of the Main Sierra Mountain Watershed + Mlectriciene 14.» .95 11+.115 .045 Cable Splicers 15./3 .95 11+.85 .015 Contra costa County alectriciess 15.20 .70 1+1.00 •.. Coble Splicers 16.70 .70 11+1.00 Monterey county Mleetriciw 12.50 1.10 11+2.30 .06 -Cable Mpllced 13./1 1.10 1+2.30 .06 i l Val . FEDERAL REGISTER, VOL +2, NO. 112-FRIDAY, JUNE 10, 1977 Wee- n MWIFICATIONS P. 5 I unw��rr.71n�)c v a w 1g81F1CATIi>fIS P. 3 ` WDIFICATHAIS N. 4 i l small OM 110. CA77-So" -Mad. 42 Basic F.iwer III-Ls.Fort. Ott t5itttt tki, tA77-`r034��G,�nt!� I tfnyt ltsnctit.PoY wente B-ic 142 Sit 20991 - I1pc[1 22, 19771Mar,ly �� E,tucunaw t •.-Alsseda, Alpine. aNa60t, butte No+dy Edvcotiow Natrs H(:K h•asiop. Vu.wUJ aw on 'o. RNes N t it Prwsiaas Ywcweirw ww4£ s Appu Ts. Calaveras. Coluea, Contra ArP..rTs. Costa, Dal Marta. al Dorado. A+na+h,i, Cctlu:l.t, ::aci.tara:tto. ►ttano. Glenn. Ilvaboldt, Ringo, 9uatul, Yala, Yu1a and Lake. Lassen. Nadasa, tMrin. kllkn • thittiutla of Alpine. Hart"&* Mandocinal, teacvd, R! tztrmttt, Mava.la, Plaaor M3doc. Watetey, maim. Neveda, awl Ui.•tsa tlr.tt.tt.•Y that llaeer, Mluaaa, [.O:aaentb, „t illy Olvtr., tLwutakn baa bonito, San rceewtow, Itart ttntatahgd Jisaqutn. San ttateo, Santa - l:ta.•ttlullu:s [ 14.19 .95 1rt,u!i .UIS Clots, Santa CCY&. Shasta, Gt.la Bpitoaru 14.17 .45 lrs.US .045 Slott&. Stsklyou, Solana, Sbr,ncis: Scwsw• Stastslaui, Sutter, laectt ici.3143 14.52 .95 3%,.05 .045 Tebaaa. Trinity, Tulare, Cable Splicals 15.97 .95 31+.85 .045 Tuoluine. solo and Yuba Laky Tame :CaCC . Counties. California t hicctrtcianl 13.98 67 31+.77 Oil Changes Cat,le splicer:; 15.28 .67 31+.7'1 .08 butte, C1er.n. 1r Soan, WAloe, •ricklayers$-StOneassmat 1'lutras, ShastJ, Si%kiyou, Del Matt, Alumboldc, Lake. Whdwa and Trtnity Coonties Matia. Mendocino, Napa,eo, +San Bicctticfarsu 11.98 ,tl7 3tr."tu5 04 iskiyPtancleoo. San a. Sof C,ible 5plicets 13.18 .d7 Ut.705 .04 Slskiytnt, Solaro, Solta�a 7Unnel: anltinity Counties S 11.42 i 1.SO 'S 1.10 $ 1.00 .OS L•lectricianuj Cable z 0 tresna. Rings, mdtta, Splicers*.lielpeta 12.58 : .tl7 31r.70S -.04 - 0 Mariposa and ltacced Counties 11.55 ,9S 1.00Cabir Splicers 13.84 .07 3%+.705 .04 0[icR =aadacit lttfif0. Rings, Madera and { Caluvdrau and Shu Joaquin COL. m Tulats Counties 10.35 .60 1.40 i kIxtCtaiclans; '!'eGuilciann 12.15 92 l%+1.25 01 art tisCt[iC[assr _ Cable Splicers 13.67 .92 31+1.25 Uses" County t Contra Costa county. Rltct[iciMr' Electriclanu 15.20 .70 3%+1.00 12.11 1.04 31+1.15 .03 Coble Splicers ' 14.52 1,OS 3x1+1.15 .03 Cabie ,l,iiclrs 16.70 .70 31+i.0a tx:l lturce and llt& tboldt Cos. Clectrlclatta 11.25 .80 3%+1.05 .04 Cable Splicers 12.15 .80 3%tl.85 .04 t, y. Feesno. Kinyr;. Madura and Tulare Countieti Electric land , 12.91 .75 34+.95 .05 3 Cable Splicaru 14.20 .75 31%,95 .05 - r. • t FEDERAL REGISTER, VOL. 42. NO. 13I--FRIUAY, JULY •. 1911 ti J.v. ...-,,;,,.. _. . .. . - ,..,wi.gRsYsit'Si#LQn•+a.t.+c;,,,at'•w. ..... .. � .. t . _. . r" a 7 - ayrrryM*t+uk^s.!NtX.+++r.i't"w.s'ey R - MOOIFICATIOIIS P. 5 1HOPIFICAMIIS P. 6 1xISIUn %140. CA77-5039 t`.rn�t'�• ' DECISION NO. CA77-5039 {CnntFdw1t B►wa{i+s Parmswts i r+='- Sesit Fdnya StwaNh Paratw#s t H..rir E.btaiiaw Hsu+ir Ell rtUiaw Rolt. N ti;r Ptwslews Vacation andiw, Ra#ts H!•M Ponsians t+ecoNow *W*, APP+•7t. APr+.71. - �.., , Ilcsnn. Rings, ttadera and Tulare Cv unties Lake: Karin, Mendocino and Ccoutwt�n S 12.09 .7% 31+.95 1 .05 + Sonoma Counties ,' t.anwarnt t•b:e I;Iotpw„ttt i Electricians 6 1].65 .81 311.30 ,p2 "'ofntola 12.91 .75 310.95 .05 Cable Splicers 13.91 .61 31+.30 •02 CM+1e Ri:lin^rs 11.20 75 314-.95 ,OS Knntnrt' Count Kand Tuolumne #101mne Co, StAnties lou)+ Crou:rdmtn y 9.42 2.10 31+2.30 ', .06 and Tuolusu:e Counties Electricians 9.83 .62 3% 1% Llnamen; Technicians 12.56 1.10 31+2.30 .06 Cable Splicers 10.81 .62 3% it Cable Splicoru 13.08 1.10 3112.30 .06 Napa and Solano Counties Monterey County Linemen 13.50 .bd 3f+1.14 .04 ` Electricians 12.50 1.10 31+2.30 .Ob ble Splicers Alabl- 13.58 .68 31+1:10 .04 Ca Cable Splicers 13.81 1.10 34+2.30 .06 Count Napa and Solano Counties ; lamnd dmen 9.68 1.05 3f+1.15 .03 Electricians 12.07 .68 31+.85 .04 GfounLinemen 12.91 1.05 31+1.15 .03 Cable Splicers 13.58 68 3/+.85 44 tine Equipment Operators 11.62 1.05 31+1.15 .03 Santtao Crux Counties N San Santa Clare and ,#mboldt County Crux Groundmen 9.00 .80 31+1.85 .04 Electricians 13.80 .77 31+1.50 .05 Linemen 11.25 .80 3%+1.85 .04 Cable Splicers 15.53 .77 31+1.50 .05 'San Francisco County Cable Splicers 12.15 .80 ]%+1.85 .04 Z, Electricians 15.585 1.04 31+.90 ,06 San Francisco County 0 Cable Splicers 17.53 1.04 ,314.90 ,05 Gzaun+lmet 13.25 1.04 31+.90 .06 San Mateo County Linemen; Technicians 15.58 1.04 31+.90 .06 Electricians 11.77 .82 3%+.50 .03 cable Splicers 17.53 1.04 3%+.90 .06 N Lathers: San Benita, Santa Clara, and Calaveras and San Joaquin Santa Crus Counties Croundmen 11.65 .87 3%+1.50 ` .05 Counties 11.]0 .be SS •O1 Linemen; Linc Equipment , Line Construction: � �'' Contra Casts County Operators 13.70 .87 31.1.50 .05 Groundmen 11.40 .70 301.00 Cable Splicera 15.41 .87 3%+1.50 • .r .1405 Line Equipment Operators 13.66 .70 30+100 Plasterers: Linewn 15.20 .70 31+1.00 Del Norte, Humboldt, Lassen (Northwestern halt). Marinr Cable;Spliaers 16.70 .70 3%+1.Op imloc, Napa, Shasta, Sinkiyou, Solana, Sonoma, r Teham: and Trinity Coant h5 10.25 .98 :50 1 1.25 ;01 1 Ci ut 4 fit 1 FEDERAL REGISTER, VOL. {T, NO. tai-=-FRIDAY, JULY 0, 1977 t NDDIFICATIONS P.] 110DIFICATIOKS P. 0 N BION MD.'G77-5076 Cont`d DLCIS10ti NO. G77-5039 Cont`d . - F.iaee 6eaf is Poraw0a Basic Fdne•0.0•(ia Porw•na faetc Havdr Ewa•Ilea Mead► El calif Role& H&M P.ealena Vaaallan and/o, Rosa N 6,• FOaalaOa Yea•Ilen 001.41 Laborers (Gunite)s Bolt LnGroup 1 i 9.215 6 1.25 i 1.70 S 1.10 .19 Alpine.e. hfadoc. tulle. Group 2 6,615 1,25 1.70 1.10 .10 Glwaua. Coluu, til a oocedo. Glenn, Lassen TunnelGrou8.575 LIS 1.70 1.10 .10 snd Ohatt�works (ee01uding Nusny lake Group 110.315 1.25 1.70 1.10 .10 Area)• wined least of San Joaquin Group 2 '' 10.03S 1.25 1.70 1.10 .10 flwcl,�luaas. Sea Jopula. !buts, ' Group ] 9.655 1.25 1.70 1.10 .10 Swrasanto, Stanislaw, • + Group 4 9.735 1,25 1.70 6 1.10 .10 Wracking works Sutter. Tebma, Welty. Group 1 6.775 1.25 1.70 1.10 .10 9lwlusosa, Yolo sad Yuba . Cosntles and those portions Group 2 5,625 1.25 1,70 1.10 .10 0[ 62 Dorado. Mevadae Group 3 8.525 1.25 1.70 1.10 .10 !lacer and Slerra Counties (excluding lake Tahoe Areal i 10.73 .66 i 1.30 $ 1.00 .10 Terrazzo Ibrkarea ' Alameda. Contra Coate. Del lbcts, Yusboldt, lake. Naris, Naadoclno, Keys. Saa ►rtuscifew, fan Mateo. Z f/skiysu. folane. Soa0mea O am Trinity Couatlu 11.82 1.50 1.10 1.00 1 file fetters, Ihesao. [lags, Iledgra. mN Mariposa, Na[red and Tulare Counting 10.35 1.00 .SO Nonterer am Santa Crus Coaatles I 13.81 1.09 1.16 laborers, Grow,1 6.77 1.25 1.70 1.10 .10 Group IIsi J 9.00 1.25 1.70 1.10 .10 Group I 9.27 1.2S 1.70 1.10 .10 Group 1(c) 6.62 1.25 1.70 1.10 .10 Group 1(fl. 2.72 1.25 1.70 1.10 .10 Group 14V 9.12 1.25 1.70 1.10 .10 , Group 1(E) ; 5.97 1.25 1.70 1.10 .10 Group 2 6.62 1.25 1.70 1.10 .10 Group 1 6.S2 1.25 1.70 1.10 .10 Iasi - .._ .. .. FEDERAL REGISTER, VOL. 42, NO. 131--FRIDAY, JULY f. 1977 ,N ` _ e,wr.MeH•vN•.7e1 rW .^•f7 ris .. . t # MtlFitiCA7i0M5 P. 9 i1Q0iflCATIOtiS P. 10 } ISION NO. CA77-5040 Cont'd i fdwp 1•+dlf■Pq.•+#t f,iq•B+w+Bn•P•r#+nl#• � y DECISION NO. CA77-5040 - Mod. 42 Mewiy E4rnurs Mw,ly li.c•11•w 142 PR 21012 - April I2, 19771 Rel., N 6 A Pe•#l+w+ yc+n+w sa4lst R+#•r M l>7 P•+#bw+ Y•uN•w Aryr.+Tr. Ahmed&, Alpine, Am:dor, Ann.To. -caloveras, Contra Coats, bol Norte, El Dorado, rcesno, Eleetriclans (4 etocieslt 41$naboldt, Matin, Matiposa, } Electricians 1 11,94 .47 3t#,705 .04 -Merced, Monterey, Napa, Cable Splicers 13.14 .47 31#405 1 .04 Wvada, Placer. S:cramonto, Calavetan and San Joaquin Co San Benito, Ban ftancisco, Rlectricians 12.13 .12 14#1.25 .01 San Joaquin, San Matto, Cabls SP11oets 13.67 .92 34+1.25 .01 Sant: Clara, Santa Crut, Ctuttca Costa County } 907A o' Sonoma, Sutter. Electricians 15.20 .70 31#1.00 e 70114+0, Tuolumne, rain and Cable Splicers 16070 .70 31+1,40 D ymba Counties, California I el Norte And Humboldt Cos. Electricians II.25 .10 31+1.4S .04 Change: Cable Splicer/ 12.15 .90 34 1.65 104 bricklayerot Stonemssonat Marin and Sondma counties Del Norte, Humboldt, Marin, Electricians 12.65 .41 30+.30 .02 Napa, San Francisco, San Cable Splicers 13.91 .11 31+.30 " .02 j Mateo, Solano and Sonoma Monterey County Counties i 11.42 i 1.50 = 1.10 1 1.00 .05. Electeicl:ns 12.50 1.10 31+2.30 .06 Fresno, Mariposa and Cable Splicers 13.11 1.10 3042.30 .06 Merced Counties 11.55 .93 1.00 Napa and Solaro Counties Biick Tendera$ Electricians 17.07 .41 34+.65 .04 Froom County 10.35 .40 1.40 Cable Splicers 13.50 .60 31+.15 .04 illectriclanst 1 Son Benito, Santa Clara and Alameda County Santa Crus Counties } Electricians 12.91 1.05 31+1.15 .03 Electrician* 13.10 .TT 31+1.50 .OS reset Cable Splicers 14.52 LOS 31+1.15 .03 Cable Splicers 15.53 .77 3041.S0 .05 Amador, Sacramento, Sutter, San Francisco County bolo, Yuba and those poet! Electricians 15.505 1.04 31+.90 .06 of Alpine, E1 Dorado, Nevad t Cable Splicers 17.53 1.04 31+.90 .06 and Placer Counties Nest of Lathers$ the Main Sierra Mountain Calrveras and San Joaquin $ Watershed Counties 11.30 .61 .55 .01 Elactrlclans • 14.39 .9S 3t#.45 .045 Plasterers Cable Splicers 15.03 .15 31+.45 .045 Del Norte, Hustoldt, Morin, Lake Tahoe Aces Napa, Solono, Sonoma and Electricians 13.91 .67 31+.77 .01 Tehosm Counties 10.25 .90 .50 1.25 .01 Cable Splicers 15.21 .67 31+.77 .04 Tehama County ` Electricians (family residences, limited to 3 stories) :. 4.14 1.12 31+.53. .Ota , CO C I. L1mt+► r �#iM, FEDERAL REGISTER, VOL. 42, NO. 131-FRIDAY, JULY t, 1977 � I00IFICATlONS P. 9 11001F1CAT1011S P. 10 W 7 DECTS14111 NO. CA77-SO40 - Nod. 03 42,Pa 21012 April 22. 1977) Flop Srn•lirs P.raears DECISION NO. Cr76-2173 - Mod. 12 Fdam•O.noliss P•yo•.t• Alsonds. Alpine A�ador. Basic 41 FR 56581 - December 28, 197 4) Basic Ciliveres, Contra Costae Del M•.rly Ebo•iw Hartford, Middlesex, New Haven, Nw.lr EJvcorion Matt El Dorado. Itasno Rabs N[M P•osleas V.c•thra •ad/or Mary London and Tol laud Rotes H t.N P••slons Vacation and/•r • • r Apr.Tr. Appr.Te. l#es/oldt, Marin, Mariposa. Countles, Connecticut Matted. "outstay, Napa. Nevada l r t Placer. S.esaamntu, San Benito CJIANCCt Sam Francisco. San Joaquin, Stn Notes. Santa Clara. Santa ELLCMIC1ANSi Cruz, Solano. Sonoma, Sutter, Nlddlesax Countyt Tehaoa. Tuolumne. Yolo and Cantorbrook. Chester, Clintc i. Yuba Counties. California t " Cobalt, Deep River, DurhAw, 1{. 114miston. Essex, Hoddoto, Chat&Z•t 111jigouum. lvorytun, Middle Catpents n t HadJam, Muodua, 014 5aybrool,. Carps.a rs ) 11.65 1.22 1.71 .85 .06 Itockfoll Aced Woslbrook 610.36 1.20 It +.40 gardwood Floor Layeral Howe Saw Operators; Saw Filersj New llavcn Countyt Sbinaleras Steel Scaffold Ansonia, Branford, Cheshire, Erectors and/or Steel Shot Derby, Guilford, Madison, inA Braetors 11.60 1.22 1.71 .85 .06 Meriden. New Haven, Mil►vrfphts 12.15 1.22 1.71 .85 .06 N. Branford, N. Haven, Rlectr:aaut Horthford, Oranges South Matin and Sones Counties Britain and Wallingford 10.36 1.20 1X+.40 Electricians - ' 12.35 1.11 3%+ .30 .02 Cable Splicers 1 13.61 1.11 3%+ .30 .02 New London County: Tebana County Old Lyme and Waterford' 10.36 1.20 1%+.40 ' _ Rlectriciens (4 stprias): 0 E/s4t[ielsns '• 12.24 1.12 3%+ .70 .04 `- Cable splicpra 13.46 1,12 n+ ,70' .04 latbersl b1 fes Baalto Sand Santa Clara Counties r 12.69 .98 1.75_ Plumbers] Stessfitters: 1 ' Amador (Northam hal( of County). sacrassento. Yates ' Eldorado. Nevada and Placer Counties (excluding Lake Taboo Area) 13.84 •1.32 1.81 .14 Swat Meal Yorkerst Amador. El Dorado. Nevada. Placate Sacrasuento.•Sutter Tehama. Vale and Tuba t Counties 11.68 .73 1,65 .11 ` • �!! . ts/t% FEDERAL REGISTER. VOR- 42. MIO. 141-40IDAY. JULY 22. 1977 110H�rlcmI -11115 P 12 tODiFICATIONS P-- 11 i FstleRaat RlpifTIN. VOL. 42. NO. 141.-.-FROPAY. jULY 22, 1477 ttlx,lricnriats P. 7 11001FICATIOIIS P. 8 lFC157011 110. CA77-5819- Hod. 01 DEC7SlnN Nn, CA77-5034 (Cont'd} .�.----�- (42 FR 20991 - April 22, 1977) Frige Bewatib P.rym.ris Fditt#lsa+aNra Paysaars , Alameda, Alpine, Aaador, Butte, Basic Boar ' Newly iavotaCOW 34,Ce3a, Cieiitta slowly Edrestira H t M Pswrlrr\ Vacation' s u Ga �dklilot Costa. Del Norte. El Dorado, Rrta\ M g M Pr•\Irar Vrernra aeJ/st RN.r / Yr. Fresno. Glenn. Ituohxwldt, Kings, ` Are..It. Lake, Lessen, Madura, Merin, Mariposa, Mcndocino, Merced, Lstherst Modoc. Monterey. Napa, Nevada. San Benito slid Sense Clara t Pincer, Pinnas, Sacramento, ' Counties $ 17.69 } .4tl 3 1.75 San bonito, San Francisco, San I'tuawl+erat Stastsfitlani Joaquin, San ►lsteo, Santa Autdor (Northern half of Clare. Santa Crux. Shasta, County). Sacramento. Yells, Sierra, Slskiyou, Solaao, E1 Dorado. Nevada. placer, Semens, Staalalotts, Sutter. and Sierra Counties (ex- Tehama, Trinity, Tulare, eluding Lake Tahoe Arca) 19.84 1.32 1.81 ,lA Tuolumne, Veto and YubaSheet Metal Norkerst Counties. California % Amador, Butte, Colusa, El Dorado, Glenn, Lassen, Changer Nevada, Placer, plumes. Cha erp nteras Sacramento, Shasta, Sierra, Carpenters S 11.65 $ 1.22 $ 1.71 .85 .06 Sutter. Tehane, Yale and f liardwood Floor Layers; Power Yuba Counties 11.60 .73 1.65 .11 - Sew Operstorst Saw Fficrsi Shinglerat Steel Scaffold Adds Erectors and/or Steel Shot- Line Constructions itig Ereetors 11.80 1.22 1.71 .85 .06 Lake. Merin, Mendocino and Z- Millwrights 12.15 1.22 1.71 .85 .06 Sonoma Counties Electriclanst Groundman 9.89 1.11 31+ .80 .02 Lake. Merin, Mendocino and Line Equipment Operators 11.12 1.11 31+ .80 t .02 [1 Somme Counties Linemen 12.35 1.11 31+ .80 .02 t7t Electricians 12.35 1.11 314+ .30 .02 Cable Splicers 13.61 1.11 31+ .60 .02 CA Cable Splicers 13.61 1.11 31+ .30 .02 Butte, Glenn, Lessen, Modoc, . P11aes. Sh33ta, S13kiyouI , Tehaewl and Trinity Counties Electricians 12.24 1.12 3i+ .70 .04 Coble Splicers 13.46 1.12 3%+ .70 .04 Tunnels Electrfefensi Cable Splicer• t t , Helpers 12.85 1.12 31+ .?OL .04 4 Cable Splicers 14.14 1.12 31+ .70 .04 At T .. .. - W W FEDERAL REGISTER, VOL. 42, NO. 141--FAIDAY. JULY 22, 1417 1 HOOIFICATIOUS P. 11 MODIFICATIONS P. 12 .rt vl .• _ as ISION Dib. CA77-5o40 Conga c • - Fri��q d•a•li/s Pga.•a/• . j do{c �.`... . Friap d•a•(tla Pgrsaal. N•-1► E6 colt- d•.{c 9.#*. N L X P-01-0 V•c.6" _00, Nwlr EJucaliaa •-• Appi.Tr. Zort H L k P•nslaaa Vacor1a11 aadl•r ,flit: floor Lyarat Recision 1 P1.77-1065 - Mod. 1 1 Appi.Tr. Alptwe, arador, Calaverss, (42 FR-24575 - May 13, 1477) * 'Macced (East of the San Orevard t Volusia' tcape Kennedy, Joaquin Rivtt).San Joaquin. Kannedy Space Flight Cental and Sbctasiento, Sutter, 2khiima, Patrick Air Fusco nese only and 7Lolurie, Yolo and Yuba including Malabar Radar Site), { Ctiuntiesi and those pot- Flocida. tions of U Dorado, Nevada and placer Counties (ex- tkar�ifi cluding take Tahoe Area) S 10.7 .84 S 1.30 i 1.00 .10 WA, 1 I In Juna 3. 1477 Fedora Tactasso tiorketsl kc,,I%atet publication to WA. i ' Alameda, Cuntta Coats, i Dal Watts, Muaboldt, Matin: Iux is fiyAit-i1ttlA- - laud. pG Maps, son hancioco. San 39 b' tltlN 349% - Septulmber 27, 397 Mateo. Solana acid Sonoma Statewide, Guorgia Counties 11.42 1.S0 1.10 1.00 Tlia`asttetet ` ►ream. Maclpges and Chuiu ei Merced Counties 10.35 1.00 .50 DESCRIPPION OF YORK to ream: liontersy,and Santa Ctut t Counties 13.41 1.04 ' 1.18 Nlghway Construction {does not taborer•: include airport runways and Z Graig 1 8.775 1.25 1.70 1.10 :10 taxiways; bridges over navlga- Group 1(a) 9.00 1.25 1.70 1.30 .10 blo waters{ tunnolo; rent area -4 Group 1(b) 9.275 1.25 1.70 1.10 .10 which include building •true- n Group 1(c) 8.02S 1.25 1.70 1.10 .10 tureu; railroad construotion; M Grasp l4d) 8.725 1.25 1.70 1.10 .10 and paving associated with to Group Ile) 9.325 1.25 1.70 1.10 .10 building conatruction). Gggop 1(t) 8.975 1.25 1.70 1.10 .10 Grtwp 2 8.625 1.25 1.70 1.10 .10. • Grow 3 8.S25 1.25 1.70 1.10 .10 taboreto iGunnito)t i O1CI510N Amit?7-5045 - Nod, #4 Group l 9.235 1.25 1.70 1.10 .l0 (42 FR 24577 - May 13, 1977) ' Grasp"2 8.645 1.25 1.70 1.10 .10 Statewide Idaho Grasp 3 8.52S 1.25 1.70 1.10 .10 Chi I1Y.4i - Tronworkerst Remaining Cguntles and those ; f f portions of Adams, Iduho, �t Valley, Washington Cuuntles located south of the Ya£sar. Gibbonaviile Line $10.69 .6S. 41.15 .02 _ FEDERAL REGISTER, VOL. 42, NO. 131--FRIDAY, 1114Y 2. 1977 IYJUItlL/:Ilucu F. 13 MDOIFICATIONS P. 1 11DDIFlCATI0115 P. 2 1 W 00 w ... ... ._:. . .. ' fciaaa Rea•Iits rermeNsFolate Benefits Parm•ass - , Basic D4CIS10N N0. ra77-5039 - Nod d4 Newly Edreatlaw (42 FR 20991 -April 22. 1977) R*sic Rates N it M ressians Vacallea a4/e. Alameda. Alpfus. Aaedor, Butte, Newfr EJraolew *la Iisioa 9 AL77-1040 - Noil. i 3 A~c'T'' Calaveras. Culuss, Contra Rats N i X Psasteas Y•c•Naa •ad!•e (u•lt'R-1715] - April 1, 1977) Col Costa, leNurte, ZI Dorado. Ayre.Tr. 41id1aoa County, Alabow PCC%u-. Glenn. Iluad+ulJt, Kings, laka. Lissan, hadara, liartn. aas Narlposa.tfandocine. Marced. R1eOtticiane, Linemen 10.05 .40 30h30 .03 11040c, ltontnrray,Napa, NQV*da. Placer. Plulaas. Sacramento, San Motto. San Franetaia. San Joaquin San KAteu. Sanca Clara. 1)t£1141)411 it i!} '�4�'.�:�lSa1. t 1 Sent* i:tus. Shasta, Slecra, 141 n-I9IS4 - .tune 3, 1977) >tsklyau. SaianO. SUOUMe. Rlowtt. Jo99*ra4n, Saint Clatt, Stanislaus. Sutter, T*11*06. ShOlbr, lalladaya attd Walker Trinity. Tulare, Tualuaute, conatlaie Alabama. Yalu, and Yuba Counties. Ca l4turu!• Crsawaat lrwlat/ai appllcatan 3:Ys t4iDocaut Clwrluat lab0cit� 3.33 Electricians taintaca, lxlsa4 4.50 San Mateo County X13.73 ' 1.16 3%+ 1.00 .03 Z li -iW 61 -5052 - /bol. 93 i til2tit 2111515 - May 20, 1977) . n Rtalaatlb. A1amlAa M c Osamams ■aolatat , Ataa I $15.60 1.40 2.20 OS Age"'II and III 15.30 1.40 2.20 .05 1 { a r r 1 FEOERAI REGISTER, VOL. 42. NO. 146--F9ipAX, JiJIT Zt, 1977 NWIF7GTIONS P. 3 NOa1FICATlONs P. 4 + DIViSION G. — GENERAL CONDITIONS SECTION 1. CONTRACT AND CONTRACT DOCUMENTS The Plans,Specifications and Addenda,hereinafter enumerated in paragraph I of the Supplemental General Conditions, shall-form part of the contract, and the provisions thereof shall be as binding upon the parties hereto as if they were herein fully set forth.The table of contents,titles,headings, running headlines and marginal notes 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 provisions to which they refer. SECTION 2. DEFINITIONS The following terms as used in these General Conditions are respectively defined as follows: a. "Contractor":A person,firm or corporation with whom this Contract is made by the Owner.(TheOwner isreferred to by EDA,in other documents,as the Grantee/Borrower), b, "Subcontractor": A person.firm or corporation supplying labor and materials or only labor for work at the site of the project for,and under separate contract or agreement with,the Contractor. C. "Work on (at) the project": Work to be performed at the location of the project, including the transportation of materials and supplies to or from the location of the project by employees of the Contractor and any Subcontractor. d. "Apprentice":(I)A person employed and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor. Bureau of Apprenticeship and Training,or with a State apprenticeship agency recognized by the Bureau:or(2)a person in his first 90 days of probationary employment as an apprentice in such an apprenticeship program,who is not individually registered in the program,but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Council (where app.-opriate) to be eligible for probationary employment as an apprentice. e. . "Trainee': A person receiving on,theyob training in a construction occupation under a program which is approved (but not�necessarily sponsored) by the U.S. Department of Labor. Manpower Administration. Bureau of Apprenticeship and Training.and which is reviewed from time to time by the Manpower Administration to insure that the training meets adequate standards. SECTION 3. ADDITIONAL INSTRUCTIONS AND DETAIL DRAWINGS The Contractor will be furnished additional instructions and detail drawings as necessary to carry out the work included in the contract. The additional drawings and instructions thus supplied to the Contractor will coordinate with the contract documents. The Contractor shall carry out the work in accordance with the additional detail drawings and instructions. The Contractor and the Architect/Engineer will prepare jointly (a) a schedule, fixing the dates at which special detail drawings will be required. such drawings, if any, to be furnished by the Architect/Engineer in accordance with said schedule,and(b)a schedule fixing the respective dates for the submission of shop drawings,the beginning of manufacture testing and installation of materials,supplies and equipment,and the completion of the various parts of the work,each such schedule to be subject to change from time to time in accordance with the progress of the work, 00602 r G-1 i' it', 7. .- •- - _ .. d� ... SECTION 4. SHOP OR SETTING DRAWINGS The Contractor shall submit promptly to the Architect/Engineer 5 copies of each shop or setting drawing prepared in accordance with the schedule predetermined as aforesaid. After examination of such drawings by the Architect/Engineer and the return thereof, the Con- tractor shall make such corrections to the drawings as have been indicated and shall furnish the Architect/Engineer with 5 corrected copies. Regardless of corrections made in or approval given to such drawings by the Architect/Engineer, the Contractor will nevertheless be responsible for the accuracy of such drawings and for their con- formity to the Plans and Specifications, unless he notifies the Architect/Engineer, in writing, of any deviations at the time he fur- nishes such drawings. SECTION 5. MATERIALS, SERVICES AND FACILITIES 11 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 specified time. Any work necessary to be performed after regular hours, on Sundays or Legal Holidays, shall be performed without additional expense to the Owner. r SECTION 6. CONTRACTOR'S TITLE TO MATERIAL ` No materials or supplies for the work shall be purchased by the Contractor or by any subcontractor subject to zany. chattel mortgage or under a conditional sale contract or other agreement by which an interest is retained by the seller. The Contractor warrants that he has good title to all materials and supplies used by him in the work, free from all liens, claims or encumbrances. SECTION 7. INSPECTION AND TESTING OF MATERIALS All materials and equipment used in the construction of the project shall be subject to adequate inspection and testing in accordance with accepted standards.The laboratory or inspection agency shall be selected by the Owner.The Owner will pay for all laboratory inspection service direct,and not as a part of the contract. Materials of construction. particularly those upon which the strength and durability of the structure may depend,shatl be subject to inspection and testing to establish conformance with specifications and suitability for users intended, 'F- — 3N 8. "OR EQUAL" CLAUSE Whenever a material. article or piece of equipment is identified on the Plans or in the Specifications by reference to manufacturers' or vendors' names, tradenames, catalogue numbers, etc., it is intended merely to establish a standard, and, any material. article. or equipment of other manufacturers and vendors which will perform adequately the duties imposed by the general design will be considered equally acceptable provided the material, article, or equipment so proposed is. in the opinion of the Architect/Engineer. of equal substance and function. It shall not be purchased or installed by the Contractor without the Architect/Engineer's written approval SECTION 9. PATENTS The Contractor shall hold and save the Owner and its officers,agents,servants,and employees harmless from liability of any nature or kind. including cost and expenses for, or on account of, any patented or unpatented invention, process, article. or appliance manufactured or used in the performance of the contract, including its use by the Owner, unless otherwise specifically stipulated in the contract documents. 2 00603 License or Royalty Fee: License and/or Royalty Fees for the use of a process whie:i is authorized by the Owner of the project must be reasonable.and paid to the holder of the patent.or his authorized licensee,direct by the Owner and not by or through the Contractor. If the Contractor uses any design,device or materials covered by letters, patent or copyright, he shall provide for such use by suitable agreement with the Owner of such patented or copyrighted design. device or material, it is mutually agreed and understood that.without exception.the contract prices shall include all royalties or costs arising from the use of such design.device or materials,in any way involved in the work.The Contractor and/or his Sureties shall indemnify and save harmless the Owner of the project from any and all claims for infringement by reason of the use of such patented or copyrighted design,device or materials or any trademark or copyright in connection with work agreed to be performed under this contract.and shall indemnify the Owner for any cost,expense or damage which it may be obliged to pay by reason of such infringement at any time during the prosecution of the work or after completion of the work. SECTION 10. SURVEYS AND REGULATIONS Unless otherwise expressly provided for in this contract,the Owner will furnish to the Contractor all surveys necessary for the execution of the%ork.' The Contractor shall comply with all laws. ordinances, rules, orders. and regulations relating to the performance of the work,the protection of adjacent property.anq the maintenance of passageways,guard fences or other protective facilities. SECTION 11. CONTRACTOR'S OBLIGATIONS The Contractor shall and will, in good workmanlike manner, do and perform all work and furnish all supplies and materials, machinery. equipment. facilities and means. except us herein otherwise expressly specified. necessary or proper to perform and complete all the work required by this contract, within the time herein specified, in accordance with the provisions of this contract and said specifications and in accordance with the plans and drawings covered by this contract and any and all supplemental plans and drawings. and in accordance with the directions of the Architect/ Engineer as given from time to time during the progress of the work. 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 and specifications% and shall do,carry on, and complete the entire work to satisfaction of the Architect/Engineer and the Owner. SECTION 12. WEATHER CONDITIONS In the event of temporary suspension of work,or during inclement weather. or whenever the Architect/Engineer shall direct, the Contractor +viii, 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 Architect/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. SECTION 13. PROTECTION OF WORT''AND PROPERIT-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.sod protect his own work.and that of adjacent property,from damage.The Contractor shall replace or make good any auch damage, loss or injury unless such be caused directly by errors contained in the contract or by the Owner,or his duly authorized representative. In case of an emergency which threatens loss or injury of property and/or safety of life,the Contractor will be allowed to act, without previous instructions from the Architect/Engineer. in a diligent manner. He shall notify the Architect/ Engineer immediately thereafter. Any claim for compensation by the Contractor due to such extra work shall be promptly submitted to the Architect/Engineer for approval. ;,x f G_ 00604 S Where the Contractor has not taken action but has notified the Architect/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 Architect/ Engineer. The amount of reimbursement claimed by the Contractor on account of any emergency action shall be determined in the manner provided in paragraph 17 of the General Conditions. a- SECTION 14. INSPECTION The authorized representatives and agents of the Economic Development Administration shall be permitted to inspect all work,materials,payrolls.records of personnel.invoices of materials,and other relevant data and records. SECTION 15. REPORTS, RECORDS AND DATA The Contractor shall submit to the Owner such schedule of quantities and costs, progress schedules, payroLls rcportjs, estimates. records and other data as the Owncr may request concerning work performed or to be performed under this contract, SECTION lb. SUPERIINTENDENCE BY CONTRACTOR At the site of the work. the Contractor shall employ a construction superintendent or foreman who shall have full authority to act for the Contractor. It is understood that such representative shalt be acceptable to the Architect/ Engineer. SECTION 17. CHANGES IN WORK No changes in the work covered b theapproved contract documents shall be made without having g Y PP g prior written approval of the O»ncr.Charges or credits for the work covered by the approved change shall be determined by one or more,or a combination of the following methods: a. Unit bid prices previously approved. b. An agreed lump sum. c. The actual cost of: (1) Labor.including foremen: (2) Materials entering permanently into th*work: (3) The ownership or rental cost of bons;:action plant and equipment during the time of use on the extra work:' (4) Power and consumable supplies for the operation of power equipment: (5) Insurance; (b) Social Security and old age and unemployment contributions. To the cost under 17c.there shall be added a fixed fee to be agreed upon but not to exceed fifteen percent(15%)of the estimated cost of the work.The fee shall be compensation to cover the cost of supervision, overhead. bond, profit.and any other general expenses. G-4` � Y E a 6U60 W 1�M SECTION 18. EXTRAS Without invalidating the contract,the Owner may order extra work of the kind bid upon or make changes by altering. adding to or deducting from the work,the contract sum being adjusted accordingly,and the consent of the Surety being first obtained where necessary or desirable.All the work of the kind bid upon shall be paid for at the price stipulated in the proposal,and no claims for any extra work or materials shall be allowed unless the work is ordered in writing by the Owner or its Architect/Engineer.acting officially for the Owner.and the price is stated in the order. SECTION 19. TIIX FOR COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed.by and between the Contractor and Owner.that the date of beginning and the time for completion as specified in the contract of 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 on a date to be specified in the Notice to Proceed. The Contractor agrees that said work shall be prosecuted regularly. diligently, and uninterruptedly at such rate of progress as will insure full completion thereof within the time specified. it is expressly understood and agreed, by and between the Contractor and the Owner, that the time for the 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. If the said Contractor shall neglect, fail or refuse to complete the work within the time herein specified, or any proper extension thereof granted by the Owner,then the Contractor does hereby agree,as a part consideration for the awarding of this contract,to pay to 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 contract for completing the work. The said amount is fixed and agreed upon by and between the Contractor and the Owner because of the impracticability and extreme difficulty of fixing and ascertaining the actual damages the Owner would in such event sustain, and said amount is agreed to be the amount of damages which the Owner would sustain and said amount shall be retained from time to time by the Owner from current periodical estimates. it is further agreed that time is of the essence of each and every portion of this contract and of the specification 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 Owner determines that the Contractor is without fault and the Contractor's reasons for the time extension are acceptable to the Owner: Provided further, 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 of the Owner,acts of another Contractor in the performance of a contract with the Owner, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and severe weather:and c. To any delays of subcontractors or suppliers occasioned by any ofithe 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 cause of 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. 00606 . SECTION 20. CORRECTION OF WORK All work, all materials, whether incorporated in the work or not, all processes of manufacture, and all methods of construction shall be at all times and places subject to the inspection of the Architect/Engineer who shall be the final judge of the quality and suitability of the work,materials,processes of manufacture,and methods of construction for the purposes for which the;are used.Should they fail to meet his approval they shall be forthwith reconstructed,made good, replaced and/or corrected.as thecase may be,by the Contractor at his own expense. Rejected material shall immediately be removed from the site, if, in the opinion of the Architect/Engineer, it is undesirable to replace any defective or damaged materials or to reconstruct or correct any portion of the work injured or not performed in accordance with the contract documents. the compensation to be paid to the Contractor hereunder shall be reduced by such amount as in the judgment of the Architect/Engineer shall be equitable. SECTION 21. SUBSURFACE CONDITIONS FOUND DIFFERENT Should the Contractor encounter subsurface and/or latent conditions at the site materially differing from those shown on the Plans or indicated in the Specifications, he shall immediately give notice to the Architect/Engineer of such conditions before they are disturbed.The Architect/Engineer will thereupon promptly investigate the conditions,and if he finds that they materially differ from those shown on the Pians or indicated in the Specifications,he will at once make such changes in the Plans and/or Specifications as he may find necessary, and any increase or decrease of cost resulting from such changes to be adjusted in the manner provided in paragraph 17 of the General Conditions. SECTION 22. CLAIMS FOR EXTRA COSTS No claim for extra work or cost shall be allowed unless the same was done in pursuance of a written order of the Architect/Engineer approved by the Owner, as aforesaid, and the claim presented with the first estimate after the. changed or extra work is done. When work is performed under the terms of subparagraph 17(c) of the General Conditions, the Contractor shall furnish satisfactory bills, payrolls, and vouchers covering all items of cost and,when requested by the Owner.give the Owner access to accounts relating thereto. SECTION '23. RIGHT OF THE OWNER TO TERMINATE CONTRACT In the event that any of the provisions of this contract are violated by the Contractor.or by any of his subcontractors,the Owner may serve written notice upon the Contractor and,the Surety of its intention to terminate the contract, such notices to contain the reasons for such intention to terminate the contract, and unless within ten (10) days after the serving of such notice upon the Contractor, such violations or delay shall cease and satisfactory arrangement or correction be made,the contract shalt,upon the expiration of said ten(10)days,cease and terminate. In the event of any such termination.the Own:r shall immediately serve notice thereof upon the Surety and the Contractor,and 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 by the Owner thereby, and in such event the Owner may take possession of and utilize in completing the work, such materials,appliances,and plant as may be on the site of the work and necessary therefor. SECTION 24. CONSTRUCTION SCHEDULE AND PERIODIC ESTIMATES Immediately after execution and delivery of the contract, and before the first partial payment is made, the Contractor shall deliver to the Owner an estimated construction progress schedule in form satisfactory to the Owner,showing the proposed dates of commencement and completion of each of the various subdivisions of work required under the Contract Documents and the anticipated amount of each monthly payment that will become due the Contractor.in -6 00607 accordance with the progress schedule.The Contractor shall furnish the Owner (a) a detailed estimate giving a complete breakdown of the contract price and(b)periodic itemized estimates of work done for the purpose of making partial payments thereon.The costs employed in making up any of these schedules will be used only for determining the basis of partial payments and will not be considered as fixing a basis for additions to or deductions from the contract price. SECTION 25. PAYMM TO CONTRACTOR Each calendar month, the Owner shall make a Progress payment to the Contractor on the basis of a duly certified and approved estimate of the work performed during the preceding calendar month under the contract.To insure proper performance of the contract, the Owner shall retain ten percent(10%)of the amount of each estimate until final completion and acceptance of all work covered by the contract. In preparing estimates, the material delivered on the site and preparatory work done may be taken into consideration. All material and work covered by partial payments made shall thereupon become the sole property of the Owner, but this provision shall not be construed as relieving the Contractor from the sole responsibility for the care and protection of materials and work upon which payments have been made or the restoration of any damaged work,or as a waiver of the right of the Owner to require fulfillment of all the terms of the contract. 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 Contractor shall, at the Owner's request, furnish satisfactory evidence that all obligations of the nature hereinabove designated have to be 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 t� 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 obligations 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 a 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. SECTION 26. ACCEPTANCE OF FINAL PAYMENT AS RELEASE The acceptance by the Contractor of final payment shall be and shall operate as a release to the Owner of all claims and all liability to the Contrctor for all things done or furnished in connection with this work and for every act and neglect of the Owner and others relating to or arising out of this work.No payment,however,final or otherwise,shall operate.to release the Contractor or his Sureties from any obligation under this contract or the Performance and Payment Bond. SECTION 27. PAYMNTS BY CONTRACTOR The Contractor shall pay(a)for all transportation and utility services not later than the 20th day of the calendar month following that in which strvices are rendered,(b)for all materials,tools,and other expendable equipment to the extent of 90% of the cost thereof.not later than the 20th day of the calendar month following that in which such materials,tools, and equipment are delivered at the site of the project, and the balance of the cost thereof not later than the 30th day following the completion of that part of the work in or on which such materials, tools,and equipment are incorporated or used, and(c)to each of his subcontractors, not later than the 5th day following each payment to the Contractor, the respective amounts allowed the Contractor on account of the work performed by his subcontractors to the extent of each subcontractors interest therein. G-7 ��, 0VUU� SECTION 28. CONTRACTOR'S AND SUBCONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all the insurance required under this paragraph and such insurance has been approved by the Owner. nor shall the Contractor allow any subcontractor to commence work on his subcontract until the insurance required of the subcontractor has been so obtained and approved: a. Compensation Insurance.The Contractor shall procure and shall maintain during the life of this contract Work- men's Compensation Insurance as required by applicable State or territorial law for all of his employees to be engaged in work at the site of the project under this contract and. in case of any such work sublet, the Contractor shall require the subcontractor similarly to provide Workmen's Compensation insurance for all of the latter's employees to be engaged in such work unless such employees are covered by the protection afforded by the Con- tractor's Workmen's Compensation insurance. In case any class of employees engaged in hazardous work on the project under this contract is not protected under the Workmen's Compensation Statute,the Contractor shall pro- vide and shall cause each subcontractor to provide adequate employer's liability insurance for the protection of such of his employees as are not otherwise protected. b. Contractor's Public Liability and Property Damage Insurance and Vehicle Liability Insurance. The Contractor shall procure and shall maintain during the life of this contract Contractor's Public Liability Insurance. Contractor's Property Damage insurance and Vehicle Liability Insurance in,the amounts specified in the Supplemental General Conditions. c. Subcontractor's Public Liability and Property Damage Insurance and Vehicle Liability Insurance.The Contractor shall either (() require each of his subcontractors to procure and to maintain during the life of his subcontract, Subcontractor's Public Liability and Property Damage Insurance and Vehicle Liability Insurance of the type and in the amounts specified in the Supplemental General Conditions specified in subparagraph b hereof, or.(2)insure the activities of his subcontractors in his policy.specified in subparagraph b hereof. d. Scope of Insurance and Special Hazards.The insurance required under subparagraphs b and c hereof shall provide adequate protection for the Contractor and his subcontractors, respectively. against damage claims which may arise from operations under this contract, whether such operations be by the insured or by any one directly-or indirectly employed by him and. also against any of the special hazards which may be encountered in the performance of this contract as enumerated in the Supplemental General Conditions. e. Builder's Risk Insurance(Fire and Extended Coverage).The Contractor shall procure and shall maintain during the life of this contract Builder's Risk Insurance(Fire and Extended Coverage) on a 100 percent (100%)completed value basis on the insurable portion of the project.The Owner,the Contractor,and subcontractors(as their interests may appear)shall be named as the Insured. f. Proof of Carriage of Insurance.The Contractor shall furnish the Owner with certificates showing the type,amount, class of operations covered.effective dates and dates of expiration of policies. Such certificates shall also contain substantially the following statements: "The insurance covered by this certificate will not be cancelled or materially altered,except after Thirty (30) days written Aotice has been received by the Owner." SECTION 29. CONTRACT SECURITY The Contractor shall furnish a performance bond in an amount at least equal to one hundred percent (100%) of the contract price as security for the faithful performance of this contract and also a payment bond in an amount equal to one hundred percent((W16)of the contract price or in a penal sum not less than that prescribed by State.territorial or local law, as security for the payment of all persons performing labor on the project under this contract and furnishing materials in connection with this contract, The Performance bond and the Payment bond may be in one or in separate instruments in accordance with local law. Before final acceptance, each bond must be approved by the Economic Development Administration. . v G-s ON SECTION 30. ADDITIONAL OR SUBSTITUTE BOND If at any time the Owner for justifiable cause, shall be or become dissatisfied with the Surety or Sureties for the Performance and/or Payment Bonds, the Contractor shall within five (5)days after notice from the Owner to do so. substitute an acceptable bond(or bonds) in such form and sum and signed by such other Surety or Sureties as may be satisfactory to the Owner.The premiums on such bond shall be paid by the Contractor. No further payments shall be deemed due nor shall be made until the new Surety or Sureties shall have furnished such an acceptable bond to the Owner. SECTION 31. ASSIGNMENTS The Contractor shall not assign the whole or any part of this contract or any ruoncys due or to become due hereunder without written consent of the Owner. In case the Contractor assigns all or any part of any moneys-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 moneys 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 performance of the work called for in this contract. SECTION 32.. MUTUAL RESPONSIBILITY OF CONTRACTORS If. through acts of neglect on the part of the Contractor,any other Contractors or any subcontractor shall suffer loss of damage on 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 account of any damage alleged to have been sustained, the Owner shall hotify the Contractor,who shall indemnify and save harmless the Owner against any such claim. -SECTION 33. SEPARATE CONTRACTS The Contractor shall coordinate his operations with those of other Contractors. Cooperation will be required in the arrangement for the storage of materials and in the detailed execution of the work. The Contractor, including his subcontractors. shall keep informed of the progress and the detail work of other Contractors and shall notify the Architect/Engineer immediately of lack of progress or defective workmanship on the part of other Contractors. Failure of a Contractor to keep informed of the work progressing on the site and failure to give notice of lack of progress or defective workmanship by others shall be construed as acceptance by him of the status of the work as being satisfactory for proper coordination with his own work. SECTION 34. SUBCONTRACTING The Contractor may utilize the services of specialty subcontractors on those parts of the work which, under normal contracting practices,are performed by specialty subcontractors. The Contractor shall not award any work to any subcontractor without prior written approval of the Owner, which approval will not be given until the Contractor submits to the Owner a written statment concerning the proposed award to the subcontractor,which statement will contain such information as the Owner may require. The Contractor shall be as fully responsible to the Owner for the acts and omissions of his subcontractors,and of persons either directly or indirectly employed by them,as he is for the acts and omissions of persons directly employed by him. The Contractor shall cause appropriate provisions to be inserted in all subcontracts relative to the work to bind subcon- tractors to the Contractor by the terms of the General Conditions and other contract documents insofar as applicable to the work of subcontractors and to give the Contractor the same power as regards terminating any subcontract that the Owner may exercise over the Contractor under any provision of the contract documents. Nothing contained in this contract shall create any contractual relation between any subcontractor and the Owner. -9 00610 SECTION 35. ARCHITECT/ENGINEER AUTHORITY The Architect/Engineer shall give all orders and directions contemplated under this contract and specifications relative to the execution of the work. The Arrchitect/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 Architect/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 Architect/ 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 Architect/Engineer shall decide the meaning and intent of any portion of the specifications and of any plan 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 Architect/Engineer. SECTION 36. STATED ALLOWANCES The Contractor shall include in his proposal the cash allowances stated in the Supplemental General Conditions. The Contractor shall purchase the "Allowed Materials" as directed by the Owner on the basis of the lowest and best bid of at least three competitive bids. If the actual price for purchasing the "Allowed Materials" is more or less than the "Cash Allowance," the contract price shall be adjusted accordingly. The 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 expenses. The cost of installation of the "Allowed Materials" shall be included in the applicable sections of the contract Specifications covering this work. -SECTION 37. USE OF PREMISES AND REMOVAL OF DEBRIS The Contractor expressly undertakes at his own expense: a. To take every precaution against injuries to persons or damage to property; b. 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 contractors: C. To place upon the work or any part thereof only such loads as are consistent with the safety of that portion of the work; d. 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; e. Before final payment to remove all surplus material,faisework,temporary structures,including 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; f. To effect all cutting,fitting or patching of his work required to make the same to conform to the plans and specifica- tions and, except with the consent of the Architect/Engineer, not to cut or otherwise alter the work of any other Contractor, lG-1 0 - _7 00611 SECTION 38. QUANTITIES OF ESTIMATE Wherever the estimated quantities of work to be done and materials to be furnished on a unit price basis under this contract are shown in any of the documents including the proposal, they are given for use in comparing bids, and the right is expressly reserved. except as herein otherwise specifically limited, to increase or diminish them as may be deemed reasonably necessary or desirable by the Owner to complete the work contemplated by this contract, and such increase or diminution shall in no way vitiate this contract, nor shall any such increase or diminution give cause for claims or liability for damages. - SECTION 39. LAND AND RIOTS—OF—WAY Prior to the start of construction, the Owner shall obtain all land rights-of-way necessary for the carrying out and completion of work to be performed under this contract. SECTION 40. GENERAL GUARANTY !Neither the final certificate of payment 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 contract documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or work- manship.The Contractor shall remedy any defects in the work and pay for any damage to other work resulting there. from, which shall appear within a period of one year from the date of final acceptance of work unless a longer period is specified.The Owner will give notice of observed defects with reasonable promptness. SECTION 41. CONFLICTING CONDITIONS Any provision in any of the contract documents which may be in conflict or inconsistent with any of the paragraphs in these General Conditions shall be void to the extent of such conflict or inconsistency. SECTION 42. NOTICE AND SERVICE THEREOF Any notice to any Contractor from the Owner relative to any part of this contract shall be in writing and considered delivered and the service thereof completed,when said notice is potted. by certified or registered mail,to the said Con- tractor at his last given address,or delivered in person to said Contractor or his authorized representative on the work. SECTION 43. 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 other- wise any such provision is not inserted.or is not correctly inserted,then upon the application of either party the contract shall forthwith be physically amended to make such insertion or correction. SECTION 44. SAFETY AND HEALTH REGULATIONS FOR CONSTRUCTION In order to protect the lives and health of his employees under the contract.the Contractor shall comply with all perti- nent provisions of the Contract Work Hours and Safety Standards Act,as amended,commonly known as the Construc- tion Safety Act as pertains to health and safety standards. and shall maintain an accurate record of all cases of death, occupational disease, and injury requiring medical attention or causing loss of time from work, arising out of and in the course of employment on work under the contract. The Contractor alone shall be responsible for the safety,elliciency.and adequacy of his plant.appliances,and methods, and for any damage which may result from their failure or their improper construction,maintenance,or operation. t f•, G_ 00�12 a SECTION 45. MINIMUM WAGES All mechanics and laborers employed or working upon the site of the work, or under the United States Housing Act of 1937, or under the Housing Act of 1949 in the construction or development of the project, will be paid uneondi- tionally and not less often than once a week. and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations 'issued by the Secretary of Labor under the Copeland Act (29 CFR Fart 3)), the full amounts due at time of payment computed at wage rates not less than those contained in the wage determination decision of the Secretary of Labor which is attached hereto and made a part hereof. regardless of any contractual relationship which may be alleged to exist between the Contractor and subcontractor and such laborers and mechanics;and the wage determination decision shall be posted by the Contractor at the site of the work in a prominent place where it can be easily seen by the workers. For the purpose of this clause,contributions made or costs reasonably anticipated under section I (bX2)of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics.subject to the provisions of 29 CFR 5.5(a)(1)(iv). Also for the purpose of this clause, regular contributions made or costs incurred for more than a weekly period under plans, funds.or programs.but covering the particular weekly period.are deemed to be constructively made or incurred during such weekly period. The Owner shall require that any class of laborers or mechanics, including apprentices and trainees.which is not listed in the wage determination and which is to be employed under the contract.shall be classified or reclassified conformably to the wage determination and a report of the action taken shall be sent by the Federal agency to the Secretary of Labor. In the event the interested parties cannot agree on the proper classification or reclassification of a particular class of laborers and mechanics.including apprentices and trainees, to be used, the question accompanied by the rec- ommendation of the contracting officer shall be referred to the Secretary for final determination. The Owner shall require whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly wage rate and the contract is obligated to pay a cash equiv- alent of such a fringe benefit. an hourly cash equivalent thereof to be established. In the event the interested parties cannot agree upon a cash equivalent of the fringe benefit, the question, accompanied by the recommendation of the Owner.shall be referred to the Secretary of Labor for determination. If the Contractor does not make payments to a trustee or other third person. he may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing benefits under a pian or program of a type expressly listed in the wage determination decision of the Secretary of Labor which is a part of this contract; provided, however. the Secretary of Labor has found. upon the written request of the contractor. that the applicable standards of the Davis-Bacon Act have been met.The Secretary of Labor may require the Contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. The Contractor agrees to comply with Executive Order 11588. issued March 29, 1971, and any other Executive Order, statute.or regulation regarding the stabilization of wages and prices in the construction industry. SECTION 46. WITHHOLD!= OF PAYMENTS The Economic Development administration may withhold or cause to be withheld from the contractor so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices and trainees.employed by the contractor or any subcontractor on the work the full amount of wages required by the contract. In the event(it failure to pay any laborer or mechanic.including any apprentice or trainee employed or working on the site of the work or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the con- struction or development of the project, all or part of the wages required by the contract, the Economic Development Administration may, after written notice to the contractor, sponsor, applicant, or Owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. G- 12 0961 SECTION 47. PAYROLLS AND BASIC RECORDS Payrolls and basic records relating thereto will be maintained during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work, or under the United States Housing Act of 1937 or under the Housing Act of 1949, in the construction or development of the project.Such records will contain the name and address of each employee.his correct classification, rates of pay(including rates of contribu- tions or costs anticipated of the types described in section I (b)(2) of the Davis-Bacon Act), daily and weekly number of hours worked.deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5 (a)(1) (iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan program described in section I (b)(2)(B)of the Davis-Bacon Act, the Contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected,and records which show the costs anticipated or the actual cost incurred in providing such benefits. The Contractor will submit weekly a copy of all payrolls to the Economic Development Administration if the agency is a party to the contract,but if the agency is not such a party,the Contractor will submit the payrolls to the applicant, sponsor,or Owner,as the case may be, for transmission to the Economic Development Administration.The copy shall be accompanied by a statement signed by the employer or his agent indicating that the payrolls are correct and complete, that the wage rates contained therein are not less than those determined by the Secretary of Labor and that the classi- fications set forth for each laborer or mechanic conform with the work he performed. A submission of a "Weekly Statement of Compliance" which is required under this contract and the Copeland regulations of the Secretary of Labor (29 CFR Part 3) and the filing with the initial payroll or any subsequent payroll of a copy of any findings by the Secretary of Labor under 29 CFR 5.5(a)(1)(iv)shall satisfy this requirement.The Prime Contractor shall be respon- sible for the submission of copies of payrolls of all Subcontractors. The Contractor will make the records required under the labor standards clause of the contract available for inspection by authorized representatives of the Economic Development Administration and the Department of Labor,and will permit such representatives to interview employees during working hours on the job. SECTION 48. APPRENTICES AND TRAINEES Apprentices will be permitted to work as such only when they are registered,individually, under a bona fide apprentice- ship program registered with a State apprenticeship agency which is recognized by the Bureau of Apprenticeship and Training, U.S. Departrn--rit of Labor. or, if no such recognized agency exists in a State, under a program registered with the Bureau of Apprenticeship and Training. U.S. Department of Labor. The allowable ratio of apprentices to journeymen in any craft classification shall not be greater than the ratio permitted to the Contractor as to his entire work force under the registered program. Any employees listed on a payroll at an apprentice wage rate, who is not a trainee as defined in iectictt 2e or is not registered as above, shall be paid the wage rate determined by the Secretary of Labor for the classification of work he actually performed. The Contractor or subcontractor will be required to furnish to the Owncr hriaen evidence of the registration of his program and apprentices as well as of the appropriate ratios and wage rates,for the area of construction prior to using any apprentices on the contract work. Trainees will permitted to work as such when they are bona fide trainees employed pursuant to a program approved by the U.S. Department of Libor. Stanpower Administration, Bureau of Apprenticeship and Training. and where the subparagraph below is applicable, in accordance with the provisions of Part 5a, Subtitle A. Title 29.Code of Federal Regulations. On contracts in excess of S10.000. the employment of all laborers and mechanics, including apprentices and trainees, as defined in Section 2 shall also be subject to the provisions of Part Sa. Subtitle A,Title 29,Code of Federal Regula- tions.Apprentices and trainees shall be hired in accordance with the requirements of Part 5a. The provisions of Sections 45. 46, and 48 shall be applicable to every invitation for bids, and to every negotiation, request for proposals, or request for quotations, for an assisted construction contract, issued after January 30, 1972, and to every such contract entered into on the basis of such invitation or negotiation. Part 5a.3, Subtitle A. Title 29, Code of Federa! Regulations shall constitute the conditions of each assisted contract in excess of$10,000, and each Owner concerned shall include these conditions or provide for their inclusion, in each such contract. Parts 5a.4, 5a.5, 5a.6,and Sa.7 shall also be included in each such contract for the information of the Contractor. 00614 SECTION 49. COPELAND "ANTI-KICKBACK" PROVISIONS These provisions of this section. 29 CFR Part 3, prescribe "Anti-Kickback" regulations under section 2 of the Act of June 13, 1964.as amended(40 U.S.C.276c),popularly known as the Copeland Act. Each Contractor or subcontractor shall furnish each week a Statement of Compliance. Form ED-162, to accompany the weekly submission of payroll forms. Section 1001 of Title 18 of the United States Code(Criminal Code and Criminal Procedure)shall apply to such state- ment as provided in 72 Stat. 967 (18 U.S.C. 1001, among other things. provides that whoever knowingly and willfully makes or uses a fraudulent ducument or statement of entry, in any matter within the jurisdiction of any department or agency of the United States,shall be fined not more than $10,000 or imprisoned not more than five years,or both). The requirements of this section shall not apply to any contract of 32.000 or less. Upon a written finding by the head of a Federal agency, the Secretary of Labor may provide reasonable limitations, variations, tolerances,and exemptions from the requirements of this section subject to such conditions as the Secretary of Labor may specify. Deductions made under the circumstances or in the situations described in the paragraphs of this section may be made without application to and approval of the Secretary of Labor: f a. Anv deduction made in compliance with the requirements of Federal.State,or local law such as Federal or State with- holding income taxes and Federal social security taxes. b. Any deduction of stuns previously paid to the employee as a bona fide prepayment of wages when such prepayment is made without discount or interest. A "bona fide prepayment of wages" is considered to have been made only when cash or its equivalent has been advanced to the person employed in such a manner as to give him complete freedom of disposition of the advanced funds. c. Any deduction of amounts required by court process to be paid to another unless the deduction is in favor of the Contractor,subcontractor,or any affiliated person,or when collusion or collaboration exists. d. Any deduction constituting a contribution on behalf of the person employed to funds established by the employer or representative of employees, or both, for the purpose of providing either from principal or income, or both. medical or hospital care, pensions or annuities or retirement, death benefits, compensation for injuries, illness, accidents, sickness, or disability, or for insura6ce to provide any of the foregoing, or unemployment benefits, vacation pay, savings accounts. or similar payments for the benefit of employees, their families and dependents: ' Provided, however, that the following standards are met: (1) The deduction is not otherwise prohibited by law; (2) it is either: (i) voluntarily consented to by the employee in writing and in advance of the period in which the work is to be done and such consent is not a condition either for the obtaining of or for the continuation of employ- ment, or(ii) provided for in a bona fide collective bargaining agreement between the Contractor or subcontractor and representatives of its employees; (3) no profit or other benefit is otherwise obtained, directly or indirectly, by thc•Contractor or subcontractor or any afliiliated person in the form of commission, dividend, or otherwise, and(A)the deductions shall serve the convenience and interest of the employee. e. Any deduction contributing toward the purchase of United States Defense Stamps and Bonds when voluntarily authorized by the employee. f. Any deduction nrqumted by the employee to enable him to repay loans to or to purchase shares in credit unions organized and operated in accordance with Federal and State credit union statutes. g. Any deduction voluntarily authorized by the employee for making of contributions to governmental or quasi- government agencies. h. Any deduction voluntarily authorized by the employee for making of contributions to Community Chests, United Givers Funds,and similar charitable organizations. , x- 14 006b - i. Any deductions to pay regular union intiation fees and mLinbership dues. not including lines or special assessments: Provided. however. that a collective bargaining agreement between the Contractor or subcontractor and repre- sentatives of its employees provided for such deductions and the deductions are not otherwise prohibited by law. j. Any deduction not more than for the "reasonable cost" of board. lodging, or other facilities meeting the require- ments of section 3(m)of the Fair Labor Standards Act of 1938.as amended. and Part 531 of this title.When such a deduction is made.the additional records required under S5 16.25(a)of this title shall be kept. SECTION 50. SUBCONTRACTORS The Contractor will insert in any subcontracts the clauses contained in 29 CFR 5.5(a)(1) through (5)and (7) and such other clauses as the Economic Development Administration may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts which they may enter into,together with a clause requiring this insertion in any further subcontracts that may in turn be made. SECTION 51. CONTRACT TERMINATION A breach of sections 44 through 50 may be grounds for termination of the contract.and for dcbarment as provide in 29 CFR 5.6. SECTION 52. OVERTIME REQUIREMENTS No Contractor or subcontractor contracting for any part of the contract work which may require or involve the em• ployment of laborers or mechanics shall require or permit any laborer or mechanic :n any workweek in which he is employed on such work to work in excess of eight hours in any calendar day or in excess of foriy hours in such 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 in excess of eight hours in any calendar day or in excess of forty hours in such workweek, as the case may be. In the event of any violation of the clause set forth in the subsection above, the Contractor and any subcontractor responsible therefor. shall be liable to any affected employee for his unpaid wages. In addition,such Contractor and sub- contractor shall be liable to the United States fin the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic employed in violation of the clause set forth in the above subsection in the sum of 510.00 for each calendar day on which such employee was required or permitted to work in excess of eight hours or in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in subsection above. The Economic Development Administration may withhold or cause to be withheld, from any moneys payable on"ac- count of work performed by the Contractor or subcontractor, such sums as may administratively be determined to be necessary to satisfy any liabilities of such Contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth above. The Contractor shall insert in all subcontracts the clause set forth in the above subsections of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts which they may enter into,together with a clause requiring this insertion in any further subcontracts that may in turn be made. i. Any deductions to pay regular union int'sation fees and membership dues, not including lines or special assessments: t Provided. however. that a collective bargaining agreement hetµeen the Contractor or subcontractor and repre- sentatives of its employees provided for such deductions and the deductions are not otherwise prohibited by law. j. Any deduction not more than for the "reasonable cost" of hoard. lodging, or other facilities meeting the require ments of section 3(m)of the Fair Labor Standards Act of 1938, as amended,and Part 531 of this title. When such a deduction is made.the additional records required under S5 16.25(u)of this title shall be kept. SECTION 50. SUBCONTRACTORS The Contractor will insert in any subcontracts the clauses contained in 29 CFR 5.5(a)(1) through (5)and (7) and such other clauses as the Economic Development Administration may by :appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts which they may enter into.together with a clause requiring this insertion in any further subcontracts that may in turn be made. SECTION 51. CONTRACT TERMINATION A breach of sections 44 through 50 may be grounds for termination of the contract, and for debarment as provided in 29 CFR 5.6. SECTION 52. OVERTIME REQUIREMENTS No Contractcr or subcontractor contracting for any part of the contract work which may require or involve the em ployment of laborers or mechanics shall require or permit any laborer or mechanic in any workweek in which he is employed on such work to work in excess of eight hours in any calendar day or in excess of forty hours in such 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 in excess of eight hours in any calendar day or in excess of forty hours in such workweek, as the east may be. In the event of any violation of the clause set forth in the subsection above, the Contractor aind any subcontractor responsible therefor.shall be liable to any affected employee for his unpaid wages. in addition, such Contractor and sub contractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic employed in violation of the clause set forth in the above subsection in the sum of 510.00 for each calendar day on which such employee was required or permitted to work in excess of eight hours or in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in subsection above, The Economic Development Administration may withhold or cause to be withheld, from any moneys payable on ac- count of work performed by the Contractor or subcontractor, such sums as may administratively be determined to be necessary to satisfy any liabilities of such Contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth above. The Contractor shall insert in all subcontracts the clause set forth in the above subsections of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts which they may enter into,togethel with a clause requiring this insertion in any further subcontracts that may in turn be made. 00617- � , ar SECTION 53. EQUAL EMPLOY-MENT OPPORTUNITY No person in the United States:trail,on the grounds of race, color, national origin,or sex, be excluded from participa- tion in, be denied the benefits of. or be subjected to discrimination under any program or activity receiving Federal fi- nancial assistance. Reference Title VI of the Civil Rights Act of 1964 (42 USC 2000d) and Section 112 of Public Law 92-65. Form EDA-503.The Recipient and all Contractors,subcontractors,suppliers,lessees and other parties directly partici- pating in the Recipient's project agree that during and in connection with the.associated agreement relating to the Fed- erally assisted program. (i)they will comply,to the extent applicable, as Contractors, subcontractors. lessees, suppliers, or in any other capacity, with the applicable provisions of the Regulations of the United States Department of Com- merce(Part 8 of Subtitle A of Title 15 of the Code of Federal Regulations)issued pursuant to Title VI of the Civil Rights Act of 1964(P.L. 88-352), and will not thereby discriminate against any person on the grounds of race. color, or na- tional origin in their employment practices. in any of their own contractual arrangements,in all services or accommoda- tions which they offer to the public. and in any of their other business operations, (ii) they will provide information re- quirod by or pursuant to said Regulations to ascertain compliance with the Regulations and these assurances, and (iii) their non-compliance with the nondiscrimination requirements of said Regulations and these assurances shall constitute a breach of their contractual arrangements with the Recipient whereby said agreements may be cancelled, terminated or suspended in whole or in part or may be subject to enforcement otherwise by appropriate legal proceedings. Executive Order 11246. 30 Fed.Reg. 12319 (1965)(Equal Opportunity Clause). During the performance of this contract, the Contractor agrees as follows: a. The Contractor will not discriminate against any employee or applicant for employment because of race• color, religion,sex.or national origin:The Contractor will take affirmative action to ensure the applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, or national origin.Such action shall include,but not be limited to the following:employment.upgrading,demotion,or transfer, recruitment or recruitment advertising: layoff or termination: rates of pay or other forms of compensation. and selection for training,including apprenticeship. b. The Contractor agrees to past in conspicuous places available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this non-discrimination clause. c, The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor. - %lute that all qualified applicants will receive consideration for employment without regard to race,color,religion, sex,or national origin. d. The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding. a notice to be provided by the agency contracting officer, advising the labor union or workers'representative of the Contractor's commitment under Section 202 of Executive Order No. 11246 of September 24. 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. .e. The Contractor will comply with all provisions of Executive Order No. 11246 of September 24, 1965, and of rules, . regulations.and relevant orders of the Secretary of Labor. f. The Contractor will furnish all information and reports required by Executive Order No. 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor,or pursuant thereto, and will permit access to his books, record,and accounts by the contracting agency and the Secretary of Labor for purposes of investiga- tion to ascertain compliance with such rules, regulations, and orders. Each Contractor and subcontractor of Fed- erally financed construction work is required to file an Equal Employment Opportunity Employer Information Report(EEO—I on Standard Form 100) annually on March 31. Forms and instructions are available at the EDA Regional Office. g. In the event of the Contractor's noncompliance with the nondiscrimination clauses of this contract or with any such rules, regulations, or orders. this contract may be cancelled, terminated or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No. 11246 of September 24, 1965, and such other sanctions may be imposed (and remedies involved)as provided in Executive Order No. 11246 of September 24. 1965. or by rule, regulation, or order of the Secretary of Labor.or as otherwise provided by law. h. The Contractor will include the provisions of paragraphs a through h in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 1126 of September 24, 1965.so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontractor or purchase order as the contracting agency may direct as a means of enforcing such provisions including sanctions for noncompliance: Provided,however,that in the event the contractor becomes involved in. or is threatened with litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. i. Exemptions to Above Equal Opportunity Clause(41 CFR Chap.60): (1) Contracts and subcontracts not exceeding 310,000 (other than Government bills of lading) are exempt. The amount of the contract, rather than the amount of the Federal financial assistance, shall govern in determining the applicability of this exemption. (2) Except in the case of subcontractors for the performance of construction work at the site of construction. the clause shall not be required to be inserted in subcontracts below the second tier. (3) Contracts and subcontracts not exceeding S100,000 for standard commercial supplies or raw,materials are exempt. SECTION 54. OTHER PROHIBITED INTERESTS No official of the Owner oho is authorized in such capacity and on behalf of the Owner to negotiate, make, acceptor approve, or to take part in negotiating, making, accepting, or approving any architectural, engineering, inspection, construction or material supply contract or any subcontract in connection with the construction of the project, shall become directly or indirectly interested personally in this contract or in any part hereof. No officer,employee,architect. attorney, engineer or inspector of or for the Owner who is authorized in such capacity and on behalf of the Owner to exercise any legislative, executive, supervisory or other similar functions in connection with the construction of the project. shall become directly or indirectly interested personally in this contract or in any part thereof, any material supply contract.subcontract,insurance contract,or any other contract pertaining to the project. IECTION 55. USE AND OCCUPANCY PRIOR TO ACCEPTANCE BY OWNER The Contractor agrees to the use and occupancy of a portion or unit of the project before formai acceptance by the Owner,provided the Owner: a. Secures written consent of the Contractor except in the event, in the opinion of the Architect/Engineer. the Con. tractor is chargeable with unwarranted delay in completing the contract requirements: b. Swures consent of the Surety: c. Secures endorsement from the insurance carrier(s) permitting occupancy of the building or use of the project during the remaining period of construction:or d. When the project consists of more than one building, and one of the buildings is occupied, secures permanent fire and extended coverage insurance,including a permit from the insurance carrier to complete construction. G- 17 00619 SECTION 56. SUSPENSION OF WORK Should the Owner be prevented or enjoined from proceeding with work or from authorizing its prosecution either before or after its prosecution. by reason of any litigation. the Contractor shall not be entitled to make or assert claim,for damage by reason of said delay, but time for completion of the work will be extended to such reasonable time as the - Owner may determine will compensate for time lost by such delay with such determination to be set forth in writing. SECTION 57. EMPLOYS OF LOCAL LABOR The maximum feasible employment of local labor shall he made in she construction of public works and development facility projects receiving direct Federal grants. Accordingly, every Contractor and subcontractor undertaking to do work on any such project which is or reasonably may be done as on-site work,shall employ.in carrying out such contract work, qualified persons who regularly reside in the designated area where such project is to be located, or in the case of Economic Development Centers, qualified persons who regularly reside in the center or in the adjacent or nearby redevelopment areas within the Economic Development District.except: a. To the extent that qualified persons regularly residing in the designated area or Economic Development District are not available: b. For the reasonable needs of any such Contractor or subcontractor, to employ supervisory or specialty experienced individuals necessary to assure an efficient execution of the contract. c. For the obligation of any such Contractor or subcontractor to offer employment to present or former employees as the result of a lawful collective bargaining contract, provided that in no event shall the number of non-resident persons employed under this subparagraph exceed twenty percent of the total number of employees employed by such Contractor and his subcontractors on such project: Every such Contractor and subcontractor shall furnish the United States Employment Service Office in the area in which a public works or development facility project is located with a list of all positions for which it may from time to time require laborers, mechanics, and other employees, the estimated numbers of employees required in each classi. fication,and the estimated dates on which such employees will be required: The Contractor shall give full consideration to all quatified job applicants referred by the local employment service, but is not required to employ any job applicants referred whom the Contractor does not consider qualified to perform the classification of work required: The payrolls maintained by the Contractor shall contain the following information: The employee's full name, address and social security number and a notation indicating whether the employee does, or does not, normally reside in the area in which the project is located,or in the case of an Economic Development Center,in such center or in an adjacent or nearby redevelopment area within the Economic Development District as well as an indication of the ethnic back- ground of each worker,. The Contractor shall include the provisions of this condition in every subcontract for work which is, or reasonably may be,done as on-site work. , Y 18, 00 0 \, SECTION 58. SIGNS The contractor shall erect a project sign (Exhibit X) as provided by the Owner acro *ng to the t? 444cat Ions set forth in the following and hereinafter known d as Gene Con, glum 58. The contractor shall be responsible for maintain- ing the pro t s during construction of the project. Other authorities include: Requi s for ved Projects and/or Volume 65 of the Public Works Manual of Procedu D SITE GN SPE IFICATIONS Size:4' X 8' X 1Y Material: Face%'Tempered masonite or equal. e X 3%t' r.dressed four(4)sides Assembly: I%' x 3!A*fir frame to fit 4' X 8' X I*Vs'pane 'th two(2)center braces Paint:Face-3 coats outdoor enamel(sprayed) Rear-1 coat or enamel(sprayed) Lettering:Silk screen enamels where possible,or hand painted enamels Colors: Red, white. and blue.Specifically. thjA background-, -new jobs for your co pity" in red-. EDA logo and "in partnership with the U.S.Department of Commerce.Economic Development Administr "kWL. (See Exhibit X) SECTION 59. NATIONAL HISTORIC PRESERVATION ACT OF 1966 The contractor agrees to contribute to the preservation and enhancement or structures and objects of historical,archi- tectural or archaeological significance when such items are found and/or unearthed during the course or project con- struction and to consult with the State Historic Preservation Officer for recovery of the items. (Reference: National Historic Preservation Act of 1966(80 Stat 915, 16 USC 470)and Executive Order No. 11593 of May 31. 197 1.) SECTION 60. CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT The Contractor agrees to comply with Federal clean air and water standards during the performance of this contract and specifically agrees to the following: a, The term-facility-means(a) any building,plant, installation,structure,mine,vessel or other floating craft,'location or site of operations(b)owned. leased,or supervised (c) by the contractor and the subcontractors(d) for the con- struction.supply and scvvice contracts entered into by the contractor: b, that`any facility to be utilized in the accomplishment of this contract is not listed on the Environmental Protection Agency's List of Violating Facilities pursuant to 40 CFR.Part 15.20: c, that in the event a facility utilized in the accomplishment of this contract becomes listed on the EPA list, this contract may be cancelled.terminated or suspended in whole or in part. d. that it will comply with all the requirements of Section 114 of the Air Act and Section 308 of the Water Act relating to inspection.monitoring.entry, reports, and information,as well as all other requirements specified in Section 114 and Section 308,respectively,and all regulations and guidelines issued thereunder. t e. that it will promptly notify the Government of the receipt of any notice from the Director,Office of Federal Activi- tics. Environmental Protection Agency, indicating that any facility utilized or to be utilized in the accomplishment of this contract is under consideration for listing on the EPA list of Violating Facilities: F-21 G- 19 F. that it will include the provisions of paragraphs a. throoith g. in cti'cry suhcuntract or purchase order entered into for the purpose of accomplishing this contract, uniess otherwise exempted pursuant to the EPA regulations imple. menting the Air or Watcr Act(40 CFR.Part 15.5),so that such provisions will be binding uppn each subcontractor or vendor. g. that in the event that the contractor or the suhcontractors for the construction. supply and service contracts entered into for the purpose of accomplishing this contract were exempted from complying with the above requirements under the provisions of 40 CFR. Part 15.5(a)• the exemption shall be nullified should the facility give rise to a criminal conviction (See 40 CFR, Part 15.20)during the accomplishment of this contract. Furthermore, with the nullification of the exemption. the above requirements shall be effective. The contractor shall notify the Govern- ment. as soon as the contractor or the subcontractors' facility is listed for having given rise to a criminal conviction noted in 40 CFR, Part 15.20. SECTION 61. 10 PERCENT MINORITY BUSINESS UTILIZATION COMMIT The contractor agrees to expend at least 10 percent of the contract, if awarded, for bona fide minority business enterprises. For purposes of this paragraph the term „mf which issiness owned byminority . means a business at least 50 percent o group members or, in case of a publicly owned business, at least 51 oercent of the stock of which is owned by minority group members. For purposes of the preceding sentence "minority group members" are citizens of the United States who are Negroes, Spanish-speaking, Orientals, Indians, Eskimos, and Aleut&. No partial or complete waiver of the foregoing requirement shall be --granted by the Owner and approved by the Economic Development Administration other than in exceptional circumstances. 'To justify a waiverit must be shown that every feasible attempt hag been made to comply, and it must be demonstrated that sufficient, relevant, qualified minority business enterprises (which can perform sub-contracts or furnish supplies beyond those already specified in the contract bid) are unavailable in the market area of the project to enable meeting the 10 percent minority business enterprise goal. If it appears that less than 10 percentfthecontract}funds will (or whatever lower percentage has been authorized by expended to such enterprises, be this contract will be suspended or the fault terminated unless (a) the expenditureshortfalloisfactorily demonstrate* of the contractor or (b) the contract it will make up for the shortfall during the balance of the contract period. Any waivers hereunder are subject to the approval of the Economic Development Administration. The contractor further agrees to cooperatewith Administration neth reports on ' furnishing the Economic Development minority business enterprise utilization after award and at 40- percent completion of the project. G-20 MAC= tt yy { Failure to comply with the terms of this Paragraph or to use (as may be modified by waiver) minority business enterprises as stated in the contractor's assurance constitutes breach of this contract. SECTION 62. EMPLOYMENT OF ILLEGAL ALIENS During the performance of this contract the contractor agrees not to employ on such project any alien in the United States in violation of the Immigration and Nationality Act or any other law, convention, or treaty of the United States relating to the immigration, exclusion,• deportation, or expulsion of aliens. The contractor will include the provisions of the preceding paragraph in every subcontract so that such provisions will be binding upon each subcontractor. a SECTION 63. UTILIZATION OF UNITED STATES PRODUCTS The contractor agrees to use and cause to be used in such project by all his subcontractors, only such unmanufactured articles, materials, and supplies as have been mined or produced in the United States, and only such manufactured articles, materials, and supplies as have been manufactured in the United States substantially all from articles, materials, and supplies mined, produced, or manufactured, as the case may be, in the United States. EDA may determine that for specific projects this requirement does not apply. SECTION 64. EMPLOYMENT OF VETERANS The contractor agrees to provide certification that special consideration, consonant with existing applicable collective bargaining agreements and practices, shall be given to the employment on the project of qualified disabled veterans as defined in 38 USC 2011(1) , and to qualified Vietnam-era veterans, as defined in 38 USG 2011(2) (A) . 6 21 00f,23 DIVISION H - SUPPLEMENTAL GENERAL CONDITIONS SECTION I . DEFINITIONS v Whenever the following terms , pronouns in place of them or initials of organizations appear in the contract documents , they shall have the following meaning : Addendum - A document issued by the County during the bidding period which modifies , supersedes , or supplements the original contract documents . Affirmative Action Manpower Utilization Reort - A written document daily, weekly , or monthly prepared y the contractor for submission to the County which reports the total number of employees , the total number of minority employees , and the present minority manhours of total manhours worked on the project . Agreement - The written documerht of agreement , executed by the County and the Contractor . Architect or Engineer - Shall mean the architect , engineer, individual or co-partnership , employed by the County of Contra Costa ; or the Public Works Director , or his authorized representative. Bidder - Any individual , partnership , corporation , association , joint venture, or any combination thereof , submitting a proposal for the work, acting directly , or through a duly author- ized representative. Board of Supervisors - Shall mean the duly elected or appointed off7cia s who constitute such a Board , who will act for the County in all matters pertaining to the Contract . Change Order - Is any change in contract time or price and any change in contract documents not covered by subcontractors . Project Ins ector Construction Su ervisor , ins ector or Clerk of the Works - 5hall mean t e aut or zed agent of the County at the site of the work. Contract - The contract is comprised of the contract documents. Contract Documents - The contract documents include the agreement , notice to contractors , instructions to bidders , proposal , plans , general conditions , specifications , contract bonds , addenda , change orders , and supplementary agreements . Contractor - The individual , partnership , corporation , association, joint venture, or any combination thereof , who has entered into a contract with the County . H- 1 0062 SECTION I. - DEFINITIONS (cont ' d ) County - Shall mean the County of Contra Costa , a political subdivision of the State of California and party of the first part , or its duly authorized agent acting within the scope of their authority. Field Order - Is an instruction given during the course of the work. See Section 16B ) General Notes - The written instructions , provisions , conditions , or other requirements appearing on the drawings , and so identified thereon , which pertain to the performance of the work. Plans - The official drawings including plans , eleva- tions , sections—,detail drawings , diagrams , general notes , informa- tion and schedules thereon , or exact reproductions thereof , adopted and approved by the County showing the location , character , dimension , and details of the: work. Specifications - The instructions , provisions , condi - tions and detailed requirements pertaining to the methods and manner of performing the work, or to the qualities and quantities of work to be furnished and installed under this contract . Subconstractor - An individual , partnership , corporation , association , Joint venture, or any combination thereof , who contracts with the Contractor to perform work or labor or render service in or about the work. The term subcontractors shall not Include those who supply materials only. Superintendent - The representative of the Contractor who shall be present at the work site at all times during performance of the work. Such Superintendent shall at all times be fully authorized to receive and act upon instructions for the Architect or his authorized agents and to execute and direct the work on behalf of the Contractor . Supplementary Agreement - A written agreement . providing for alteration , amendment , or extension of the contract . Work - The furnishing and installing of all labor , materials, articles , supplies , and equipment as specified , designated , or required by the contract . SECTION 2 . GOVERNING CAWS AND REGULATIONS A. All work and materials shall be in full accordance with the latest rules and regulations of the Uniform Building Code , the State Fire Marshal , the Safety Orders of the Division of Industrial Safety , the National Electric Code, the Uniform Plumbing Code published by the Western Plumbing Officials Association , and other applicable State laws or regulations . Nothing in these Plans or Specifications is to be construed to permit work not conforming to these Codes . The H-i SECTION 2 . GOVERNING LAWS AND REGULATIONS (cont ' d ) Contractor shall Keep copies of Codes on job at all times during construction period . B. Excerpts from Section 6422 of the Labor Code of ■ the State of California are included below. The Contractor shall ' comply fully with this section of the Labor Code as applicable . "No contract for public works involving an estimated expenditure in excess of $25 , 000. 00 for the excavation of any trench or trenches five feet or more in depth , shall be awarded unless it contains a clause requiring submission by the Contractor and acceptance by the awarding body or by a registered civil or structural engineer , employed by the awarding body to whom authority to accept has been delegated , in advance of excavation , of a detailed plan showing the design of shoring , bracing , sloping , or other provisions to be made for worker protection from the hazard of caving ground during the excavation of such trench or trenches . if such plan varies from the shoring system standards established by the Construction Safety Orders , the plan shall be prepared by a registered civil or structural engineer . "Nothing in this section shall be deemed to allow the use of a shoring , sloping , or protective system less effective than that required by the Construction Safety Orders of the Division of Industrial Safety. "Nothing in this section shall be construed to impose tort Liability on the awarding body or any of its employees . "The terms "public works" and "awarding body, " as used In this section shall have the same meaning a,s in Labor Code Sections 1720 and 1722 respectively . " SECTION 3 . CONTRACTOR ' S RESPONSIBILITY FOR PUBLIC UTILITIES A. Public Utilities (a) The Contractor shall send proper notices , make ail necessary arrangements , and perform all other services required in the care and maintenance of all public utilities . The Contractor shall .assume all responsibility concerning same for wthich the County may be liable. (b) Enclosing or boxing in , for protection of any public utility equipment , shall be done by the Contractor. Upon completion of the work, the Contractor shall remove all enclosures , fitl in all openings in masonry , grouting the same watertight , and leave in a finished condition . (c) All connections to public utilities shall be ' made and maintained in such maintained as not to interfere with the continuing use of same by the County during the entire progress of the work. SECTION 4 BOND AND INSURANCE A. Compensation insurance The Contractor shall take out and maintain during the life of this Contract , adequate Workman ' s Compensation Insurance for all his employees employed at the site of the project , and in case any work is sublet , the Contract shall require the subcontractor similarly to provide Workman ' s Compensation Insurance for the latter ' s employees, unless such employees are covered by the protection afforded by the Contractor . In case any class of employee engaged in hazardous work under the Contract at the site of the project is not protected under the Workmen ' s Compensation statute , or in case there is no applicable Workmen ' s Compensation statute , the Contractor shall provide , and shall cause each subcontractor to provide , adequate insurance for the protection of his employees not otherwise protected . B. Public Liability and Property Damage insurance The Contractor , at no cost to Public Agency , shall obtain and maintain during the term hereof , Comprehensive Liability Insurance, including coverage for owned and non-owned automobiles , with a minimum combined single limit coverage of $500 , 000 for all damages due to bodily injury , sickness or disease , or death to any person , and damage to property , including the loss of use thereof , arising out of each accident , or occurrence . Contractor shall furnish evidence of such coverage , naming Public Agency , its officers and employees as additional insureds , and requiring 30 days ' written notice of policy lapse or cancellation . The Contractor shall submit a Certificate of Liability Insurance which shall include the "hold harmless" agreement as required in the Articles to Agreement . C. Certificates of Insurance Certificates of such Workmen ' s Compensation , Public Liability , Property Damage Insurance , and Fire Insurance , shall be filed with the County and shall be subject to County approval for adequacy . of protection . All certificates shall indicate that Contra Costa County has been named as an additional insured . These certificates shall contain a provision that coverage afforded under the policies will not be cancelled until at least thirty (30) days ' prior written notice has been given to Contra Costa County . D. Performance Bond In addition to the requirements in Paragraph 29 of the General Conditions , the bond shall insure the owner for the term of one (1 ) year from the date of final acceptance of the work against faulty or improper materials or workmanship that may be discovered during that time. H-4 lTVC2 z SECTION 4 . BOND AND INSURANCE 4 E. Payment Bond In addition to the requirements in paragraph 29 of the General Conditions , the bond shall be in accordance with the laws of the State of California to secure the payment of all claims for labor and materials used or consumed in the performance of this contract and of all amounts under the Unemployment Insurance Act . SECTION 5 . SUBCONTRACTING A. The Contractor shall be responsible for all work performed under this contract , and no subcontractor will be recog- nized as such. All persons engaged In the work will be considered as employees of the Contractor . B. The Contractor shall give his personal attention to the fulfillment of this contract and shall keep the work under his control . When any subcontractor fails to prosecute a portion of the work in a manner satisfactory to the Architect or Engineer , the Contractor shalt remove such subcontractor immediately upon written request of the Architect or Engineer and he shall not again be employed on the work. C. Although the specification sections of this contract may be arranged according to various trades , or general grouping of work, the contractor is not obligated to sublet the work in such manner . The County will not entertain requests to arbitrate disputes among subcontractors or between the Contractor and one or more subcontractors concerning responsibility for performing any part of the work. D. Subletting or subcontracting any portion of the work as to which no subcontractor was designated in the original bid shall be permitted only in case of public emergency or necessity, and then only after a finding reduced to writing as public record of the awarding authority setting forth the facts constituting such emergency or necessity. E. Substitution of Subcontractors : Contractor shall not substitute any person or subcontractor in place of a subcontractor listed In his bid proposal without the written approval of the County. Substitution of subcontractors must be In accordance with the provisions of the "Subletting and Subcontracting Fair Practices Act" beginning with Section 4100 of the Government Code. Violations of this Act by the Contractor may subject him to penalties which may include cancellation of contract , assessment of 10 percent of the subcontractor ' s bid , and disciplinary action by the Contractors ' State License Board . SECTION 6. TEMPORARY UTILITIES AND FACILITIES A. All water used on the work will be furnished and paid for by the Contractor. The Contractor shall furnish the necessary H-5 00628 SECTION 6. TEMPORARY UTILITIES AND FACILITIES (cont Id) temporary piping from the distribution point to the points on the site where water is necessary to carry on the work and upon completion of the work shall remove all temporary piping . B. The Contractor , at his own cost , shall furnish and Install all meters , all electric light and power equipment and wiring , all gas meters , gas equipment and piping that is necessary to perform his work and shall remove the same upon the completion of the work. The Contractor shall pay for all power , light and gas used in the construction work. C . The Contractor shall furnish , wire for , Install and maintain temporary electric light wherever it is necessary to provide illumination for the proper performance and/or inspection of the work. The lighting shall provide sufficient - illumination and shall be so placed and distributed that these Specifications can be easily read In every place where said work Is being performed . This temporary lighting equipment may be moved about but shall be maintained throughout the work , available for the use of the Engineer , Project Inspector , or any other authorized representative of the County whenever required for inspection . D . The Contractor shall provide and maintain for the duration of the work temporary toilet facilities for the workmen . These facilities shall be of an approved type conforming to the requirements of the County Health Department , and shall be weather- tight structures with raised floors . Structures are to have adequate light and ventilation and door equipped with latch or lock. Contractor shall service such facilities daily, maintaining same in a clean and sanitary condition . Portion of site occupied by toilet facilities shall be graded and cleaned up upon removal of facilities when so ordered and/or upon completion of work. The County will pay directly to the utility companies connection fees , annexation fees , permit fees , acreage fees , and all other fees required by the utility companies and associated with the permanent utility services . If additional fees associated with the temporary services are required they will be paid by the Contractor. The County will not 221 for water, gas , telephone and electricity consumed o—n--tfie project until after the County makes written request to the utility companies that ' bill ings be sent to the County. (Normally the County will make these requests after the project is accepted as complete. ) F. A 3 ' X 4 ' bulletin board (protected from the weather) on which to display wage rates , equal opportunity data , emergency telephone numbers and other information as directed by the Engineer. SECTION 7 . PERMITS The Contractor is not required to pay any charges associated with permits . ( it Is not the present policy of the County to pay fees to the incorporated cities for permits . ) H-6 00629 . SECTION 8. CONDUCT OF WORK A. The Contractor shall observe that the County reserves the right to do other work in connection with the project by Contract or otherwise , and he shall at all times conduct his work so as to impose no hardship on the County or others engaged in the work. He shall adjust , correct and coordinate his work with the work of others so that no discrepancies shall result in the whole work. B. Proper facilities shall be provided at all times for access of the County representatives to conveniently examine and inspect the work. C . If any subcontractor or person employed by the Contractor shall appear to the Engineer to be incompetent or to act in a disorderly or improper manner , he shall be discharged immediately on the written request of the Engineer/Architect , and such person sha11 not again be employed on the work. 0. Certification of Nonsegregated Facilities - Notice to Prospective Contractors of Federally Assisted Construction - �. - (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 federally assisted construction contracts exceeding $ 10 , 000 which are not exempt 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 Opportunity clause will be required to provide for the forwarding of the following notice to prospective subcontractors for supplies 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 Requirements for Certifications 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 Eqaul 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 forwarding of this notice to prospective subcontractors for supplies and construc - tion contracts where the subcontracts exceed $ 10, 000 and are not exempt from the provisions of the Equal Opportunity clause. H-7 0{ 630 CERTIFICATE OF NONSEGREGATED FACILITIES The federally-assisted construction contractor certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under his control , where segregated facilities are maintained. The federally-assisted construction contractor certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location, under his control , where segregated facilities are maintained. The federally-assisted construction contractor agrees that a breach of this certification is a violation of the Equal 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 dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color or national origin, because of habit, local custom, or otherwise. The federally-assisted construction contractor agrees that (except where he has obtained Identical certifications from proposed subcontractors for specific time periods) he will obtain Identical certifications in duplicate from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that he will retain the duplicate of such certifications in his files. The subcontractor will Include the original in his Bid Package. Race or ethnic group designation of subcontractor. Enter race or ethnic group In the appropriate box: Negro ( Spanish American Oriental American Indian Eskimo { Aleut White (Other than Spanish American) The construction subcontractor certifies that he is not affitiated In any manner with the Grantee/Borrower (City) of the federally-assisted construction project. . . REMARKS: pwv H X.011 Certification— ''The information above Is rue :and complete do the best 'of my knowledge and belief. Name and Title of Signee Signature Date NP,TE: The penalty for making false statements•r'inI offer§ i`s' pre11 scribed in 1 . U.S.C. 1001 . 1 st1. ! .," tr } Y r } L R ` C t: l y y 1 4 f ',S i t S 1. i Jt�+ t e;r tF £.: r J 3 f S ;.F4 4I a t i�il 'r }3 0: ,+ ),y k S k t t P r :: f' t i_� a : t} e s } p '+ i 1� i tri � 'k e rr { <3 t+, I rie +. i ,t �f Y `A 1 ! f':4 f t`" : f 11 G-5 a;'� ,f: t �; _ ` �- 4 j i + t i t i r - ) k } x+ t a e E { t t M i , • F ;� 1 J }R + . ... . . _ t tIP �'l .! r� ,,.i r`; t .:� _ 1 .4i , r n tt 5 t .� �:' s, f t :i1. f z-. t S i j1 r� �= S t P S r t r, { r f t•il - f j t J a } r, i _ ,_ i r; G h , "a y H- 11-9 � : i �, 0 2,. ,o E _�. .: Il f+ f$y t` r i,R t2' . k 1. I .h d vF .,i.. .._. � ..�.s i,, .,.i+ t.+i.-" t,�^t I' .',. ,a:In�- ., ,,. ., SECTION 9. INSPECTION A. Whenever the Contractor intends to perform work on Saturday, Sunday , or a legal holiday, he shall give notice to ' the County of such intention at least two working days prior to performing such work, or such other period as may be specified , so that the County may make necessary arrangements. SECTION 10. REJECTIONS OF MATERIALS A. If the Contractor does not remove such condemned work and materials within reasonable time , fixed by written notice , the County may remove them and may store the materials at the expense of the Contractor . If the Contractor does not pay the expenses of such removal within ten (10) days thereafter , the County may upon ten ( 10) days written notice, sell such materials at auction or at private sale and shall account for the net proceeds thereof after deducting all costs and expenses that should have been borne by the Contractor. SECTION -11 . INTERPRETATION OF CONTRACT REQUIREMENTS A. Correlation : The contract documents shall be inter- preted as being complementary in requiring a complete work ready for use and occupancy or, if not to be occupied , operation . Any require- ment occurring in any one of the documents is as binding as through occurring in all . B. Conflicts in the Contract Documents : In the event of conflict in the contract documents , the priorities stated in subdivisions 1 , 2 , 3 , and 4 below shall govern : 1 . Addenda shall govern over all other contract documents , except the County ' s Standard Form Agreement unless it is specifically Indicated that such addenda shall prevail . Subsequent addenda shall govern over prior addenda only to the extent specified . 2. In case of conflict between plans and specifi - cations , the specifications shall govern . 3. Conflict within the Plans : a. Schedules , when identified as such, shall govern over all other portions of the plans . b. Specific Notes , shall govern over all other notes and all other portions of the plans . c. Larger scale drawings shall govern over smaller scale drawings . 4. Conflicts within the Specifications : a. The "General Conditions of the Contract" shall govern over all sections of the specifications except for specific modificat,ionithereto that may be stated In the Special Conditions . 0O63 3 H- 10 SECTION I . INTERPRETATION OF CONTRACT REQUIREMENTS (cont ` d) 4 . Conflicts within the Specifications : (cont'd) b. Omissions : If the contract documents are not complete as to any minor detail of a required construction system or with regard to the manner of combining or installing of parts , materials , or equipment , but there exists an accepted trade standard for good and workmanlike construction , such detail shall be deemed to have been impliedly required by the contract documents in accordance with such standard. "Minor detail " shall include the concept of substantially identical components , where the price of each such component is small even though the aggregate cost or importance is substantial , and shall include a single component which is incidental , even though its cost or importance may be substantial . The quality and quantity of the parts or material so supplied shall conform to trade standards and be compatible with the type, composition , strength , size , and profile of the parts or materials otherwise set forth in the contract documents . SECTION 12 . CLARIFICATIONS AND ADDITIONAL INSTRUCTION : A. Notification by Contractor : Should the Contractor discover any conflicts , omissions , or errors in the contract documents or have any question concerning interpretation or clarification of the contract documents , or if it appears to him that the work to be done or any matters relative thereto are not sufficiently detailed or explained In the contract documents , then , before proceeding with the work affected , he shall immediately notify the County in writing through the Construction Supervisor , and request interpretation , clarification or furnishing of additional detailed instructions concerning the work. All such questions shall be resolved and instructions to the Contractor issued within a reasonable time by the County , whose decision shall be final and conclusive. Should the Contractor proceed with the work affected before receipt of instructions from the County , he shall remove and replace or adjust any work which is not in accordance therewith and he shall be responsible for any resultant damage , defect or added cost . B. Field Orders : During the course of the work the Architect and/or Engineer may issue Field Orders regarding the work. These Field Orders will supplement the Plans and Specifications in order to clarify the intent of the contract documents by adjustment to meet field conditions or to make the various phases of the work meet and join properly. A Field Order involves no change in contract time or price. Performance, partially or in full , of a Field Order shall constitute a waiver of claim for a change in contract time or price for the work covered by the Field Order , unless a Change Order has been issued . C . Change Orders : See SECTION 17 , this Division . SECTION 13 . PRODUCT AND REFERENCE STANDARDS : A. Product Designation : When descriptive catalogue designations , including manufacturer ' s name , product brand name , or model number are referred to in the contract documents , such designat- ions shall be considered as being those found in industry publications of current issue at date of first invitation to bid . B. Reference Standards : When standards of the Federal Government , trade societies , or trade associations are referred to in the contract documents by specific date of issue , these shall be considered a part of this contract . When such references do not bear a date of issue , the current published edition at date of first invitation to bid shall be considered as part of this contract . SECTION 14 . MATERIALS , ARTICLES , AND EQUIPMENT : A. Material shall be new and of quality specified . When not particularly specified , material shall be the best of its class or kind . The Contractor shall , if required , submit satisfactory evidence as to the kind and quality of material . Price , fitness and quality being equal , preference shall be given to products made In California , in accordance with Section 4380 et seq . , of the Government Code , State of California. B. mechanical equipment , fixtures and material shall be delivered in original shipping crates to the job site and the County shall be notified of the receipt of such equipment , fixtures and material before unc ra t I ng . The County will , when desired , inspect such equipment , fixtures o r material to determine any damage or deviation from that specified . Items damaged during delivery shall be rejected . C. All materials shall be delivered so as to Insure a speedy and uninterrupted progress of the work. Same shall be stored so as to cause no obstruction , and so as to prevent overload- Ing of any portion of the structure , and the Contractor shall be entirely responsible for damage or loss by weather or other causes. SECTION 15. SHOP DRAWINGS, DESCRIPTIVE DATA , SAMPLES , ALTERNATIVES A. Descriptive Data - Submit sets of manufacturer 's brochures or other data required by the specifications in the number - of copies as required in submittal schedule , or five (5) copies If no schedule is included in these documents . The County will examine such submittals, noting thereon corrections , and return three copies with a letter of transmittal indicating actions taken by the County or required of the Contractor . B . Samples - Submit samples of articles , materials or equipment as required by the specifications . The work shall be in accordance with the approval of the samples . Samples shall be removed from County property when directed . 0063J) H- 12 SECTION 15. SHOP DRAWINGS , DESCRIPTIVE DATA, SAMPLES , ALTERNATIVES (cont1d ) Samples not removed by the Contractor , at the County ' s option , will become the property of the County or will be removed or disposed of by the County at Contractor ' s expense. C. Whenever a material or process is idein' tified on' the Plans or the Specifications by a manufacturer ' s name or number it is intended to establish a standard . If the Contractor and/or subcontractors desire to substitute any other manufacturers material or process of equal quality performance and design to that specified , the Contractor shall make application and submit evidence satisfactory to the County , substantiating the material or process as equal to that specified ; and that it will perform in relation to all other aspects of the work without requiring changes to the other work. Request for substitution shall be made with ample time for the County ' s review so that no delay will occur in the work. No extension of time will be considered because of substitutions. Failure to propose the substitution of any material or process within thirty five (35) days after signing of the contract , is sufficient cause for the denial of request . The County will not be responsible for any resulting deviations from Plans and Specifications caused by acceptance of substitute materials or processes . The Contractor shall notify the County of all changes necessitated by substitutions ; and shall make no changes without approval of the County and those approved changes shall be made without additional cost to the County. Include in all submissions for substitution , evidence of comparative cost of materials and processes so that the County may receive a credit if the substitution is of lower cost than that specified . The Contractor shall note that the burden of proof as to the comparative quality or suitability of the offered materials or processes shall be upon the Contractor . The County shall be the sole judge as to such matters . If the substitution is rejected , then the specified material shall be supplied . SECTION 16. SAMPLES AND TESTS The County reserves the right at its own expense to order tests of any part of the work. If as a result of any such test the work Is found unacceptable, it will be rejected and any additional test required by -the County shall be at Contractor ' s expense. Unless otherwise directed, all samples for testing will be taken by the County from the materials , articles or equipment delivered , or from work performed , and tests will be under the supervision of, or directed by , and at such places as may be convenient to the County . Materials , articles , and equipment requiring tests shall be delivered in ample time before intended use to allow for testing , and none may be used before receipt of written approval by the county. Any sample delivered to the County or to the premises for examination , including testing , shall be disposed of by the Contractor at his own expense within not more than ten ( 10) days after the Contractor acquired knowledge that such examination is concluded , unless otherwise directed by the County . 0063; H- 13 SECTION 17 . CHANGE ORDERS A. Allowable Time Extensions - For any change in the work, the Contractor shall be entitled only to such adjustments in time by which completion of the entire work is delayed due to performance of the changed work . Each estimate for a change in the work submitted by the Contractor shall state the amount of extra time that he considers should be allowed for making the requested change. B . Records and Supportive Information - 1 . The Contractor shall maintain his records in such a manner as to provide a clear distinction between the direct costs of extra work paid for on a cost -plus basis and the costs of other operations. 2. Contractor shall maintain daily records showing man hours and material quantities required for cost plus work. The Contractor shall use a form approved or provided by the County. The forms will be filled out in duplicate and the County ' s inspector will review and attach his approving signature to the form on the day the work is performed . 3 . Rental and material charges shall be substantiated by valid copies of vendor ' s invoices . 4. The Contractor ' s cost records pertaining to cost-plus work shall be open to inspection or audit by the County. C . Failure to Agree as to Cost - Notwithst-anding the failure of the County and the Contractor to agree as to cost of the proposed change order , the Contractor , upon written order from the County , shall proceed immediately with the changed work. Daily job records shall be kept as indicated in Paragraph (d ) above and when agreed to by the Contractor and the construction inspector , it shall become the basis for payment of the changed work. Agreement and execution of the daily job record by the construction inspector shall not preclude subsequent adjustment based upon a later audit by the County . , SECTION 18 . OCCUPANCY BY THE COUNTY PRIOR TO ACCEPTANCE The County reserves the right to occupy all or any part of the project prior to completion of the work, upon written order therefor. In such event , the Contractor will be relieved of responsibility for any injury or damage to such part as results from such occupancy and use by the County. Such occupancy does not constitute acceptance by the County of the work or any portion thereof , nor will it relieve the Contractor of responsibility for correcting defective work or materials found at any time before the acceptance of the work as set forth in Section 20 or during the guaranty period after such acceptance ,., ,as, set forth in Section 21 . 00631 H- 14 SECTION 19 . PAYMENT OF FEDERAL OR STATE TAXES Any Federal , State or local tax payable on artic'ies furnished by the Contractor , under the Contract , shall be included in the Contract price and paid by the Contractor . The County will furnish Excise Tax Exemption Certificates to the Contractor for any articles which are required to be furnished under the Contract and which are exempt from Federal Excise Tax . SECTION 20. ACCEPTANCE d A. The work shall be accepted in writing only when it shall have been completed satisfactorily to the County . Partial payments shall not be construed as acceptance of any part of the work . B. Final acceptance of the Contract will not be given until all requirements of the contract documents are complete and approved by the County . This shall include , but is not limited to, all construction , guarantee forms , parts list , schedules , tests , operating instructions , and as-built drawings - all as required by the contract documents . SECTION 21 . GUARANTEE A. The Contractor further agrees , that within 10 calendar days after being notified in writing by the County of any work not in accordance with the requirements of the contract or any defects in the work, he will commence and prosecute with due diligence all work necessary to fulfill the terms of this guarantee , and to complete the work within a reasonable period of time , and in the event he fails to so comply, he does hereby authorize the County to proceed to have such work done at the Contractor ' s expense and he will pay the cost thereof upon demand . The County shall be entitled to all costs , including reasonable attorney ' s fees , necessarily incurred upon the contractor ' s refusal to pay the above costs . Notwithstanding the foregoing paragraph , in the event of an emergency constituting an immediate hazard to the health or safety of the County' s employees , property, or licensees , the County may undertake at the Contractor ' s expense without prior notice all work necessary to correct such hazardous conditions when it was caused by work of the Contractor not being in accordance with the requirements of this contract . B. The general contractor and each of the listed subcontractors shall execute and furnish the County with the standard guarantee form. 00038 H- 15 GUARANTEE FOR CONTRA COSTA COUNTY BUILDING MARTINEZ , CALIFORNIA We hereby guarantee to the County of Contra Costa the Type of Work which we have installed in the NAME OF BUILDING ,California , for year ( s) use from date of filing of the completion notice in7h office of the County Recorder . We agree to repair or replace to the satisfaction of the County any or all such work that may prove defective in workmanship or materials within fi that period , ordinary wear and tear and unusual abuse or neglect expected , together with any other work which may be damaged or displaced in so doint . If we fail to comply with the above mentioned conditions within a reasonable time after being notified in writing ,we , collectively and separately, do hereby authorize the owner to proceed to have the defects repaired and made good at our expense and we will pay the costs and charges therefore immediately upon demand . This guarantee covers and includes any special terms , including time periods , specified for this work or materials in the plans and specifications for this project . This guarantee supersedes any previous guarantees we have . made for this particular project . SUBCONTRACTOR Date• (Affix Corporate Seal ) GENERAL CONTRACTOR Date' (Affix Corporate Seal ) Note= If the firm is not a corporation , add a paragraph stating the type of business organization and the capacity and authority of the person signing the guarantee. Nr1 RJ V ll tj:7 ' 41 DIVISION 1 GENERAL REQUIREMENTS SECTION lA SPECIAL CONDITION 1 . INCLUSION OF GENERAL CONDITIONS; The General Conditions are a part of this Section and the Contract for this work and apply to this Section as fully as if repeated here. 2. GENERAL: a. The contractor shall cooperate and coordinate his trade to the others in order to effect with the least possible delay his portion of the work; he shall be responsible for the negligent marring and scarring and damages affected to other work and trades, and shall replace or cause to be replaced at no cost to the Owner all work broken or damaged, caused by his negligence in persual of this con- tract. The contractors shall see that their work is properly executed and free from scars, mars, stains, and imperfections and shall see that the work is properly protected from damage by other trades and is responsible for such, within his control , until the final completion and approval of the building. b. All existing equipment, partitions, hardware, and other miscellane- ous items which are dismantled or removed and not re-used shall ` remain the property of the County and shall be delivered to the Building tdaintenance Warehouse, 1619 Shell Avenue, Martinez, unless otherwise noted, 'or shall be stored as directed by the County. c. Building Permit will be obtained by the County at no cost to the Contractor. Contractor shall obtain all other permits and licenses required. d. Any questions regarding the project shall be handled by the Build- ing Projects Division at telephone number 372-2146. 3. EXAMINATION OF PREMISES (Bid Walk) : No allowance will be made for lack of full knowledge of all conditions , before commencement of the work. A bid walk is scheduled for October 12, 1977 at 10:00 a.m. All contractors who are interested in reviewing the project area should meet at the main lobby, Administration Building, 651 Pine Street, Martinez. 4. TEMPORARY UTILITIES AND FACILITIES: a. Water and electrical power are available and may be used by the Contractor' s forces at no cost to the Contractor. The Contractor shall provide approved connections to utilities and shall remove same at completion of work. f. 0 FA V DIVISION 1 GENERAL REQUIREMENTS 4. TEMPORARY UTILITIES AND FACILITIES: (Continued) b. The Contractor and his forces may use the public toilet facilities available at the job site. Temporary sanitary facilities will not be required. c. The Contractor and his forces may park in unreserved County park- ing lots on a space-available basis. d. All necessary arrangements to reserve on-street parking shall be made by the Contractor with the City of Martinez. 5. CONTRACTOR'S OPERATIONS: a. All work shall be accomplished in strict compliance with all applic- able building codes, ordinances and regulations, including the California Administrative Code. b. All installations shall be per the respective manufacturer' s recorrendations or these specifications and the higher standard shall prevail . c. I` during the work the Contractor or his forces mar, damage, or deface County property, such shall be cleaned, repaired, replaced •--- or otherwise restored by the Contractor to substantially original condition at no cost to the County. d. The Contractor shall maintain a clean and protected operation; protection of adjacent occupied areas shall be provided by the Contractor as necessary. Floors shall be kept clean, and all debris and waste shall be collected and removed at the close of each marking day. e. The Contractor shall furnish the County with parts lists, operating instructions, and maintenance instructions on all equipment furnished on this project (3 copies each) . f. The Contractor shall furnish the County, upon request, shop drawings samples and other descriptive data deemed necessary to clarify the installation of work. 6. ACTIVITIES ON PREMISES: a. Premises, buildings aM other facilities adjacent to designated or assigned work, and storage areas and access routes will be occupied by Owner and 'in continuous operation throughout duration of this contract. Work under the contract shall be programmed and executed so as not to interrupt Owner's operations, and con- ducted to cause the least interference and nuisance possible. OOG IA-2 DIVISION 1 GENERAL REQUIREMENTS 6. ACTIVITIES ON PREMISES: (Continued) b. The Contractor shall prepare a sequence of construction and time schedule for Owner's review. No work shall commence before approval of said schedules by the Owner. c. Premises , buildings, ground and utilities serving them not particularly assigned to Contractor shall not be used for Contractor's convenience nor used without express permit to do so, arranged for in advance with Owner. d. Contractor shall maintain and protect existing facilities encountered or in near vicinity of work or operations under the Contract, includ- ing on grade, above grade and below grade structures, utilities, construction and improvements , whether existing or newly placed under the Contract. e. No service shall be shut down , transferred or otherwise interrupted without first being scheduled with the Project Inspector to be done at a time agreeable to Owner with two (2) working days notice. f. When utilities are accidentally or inadvertently interrupted, they shall be immediately restored to service prior to continuation of any other work under the contract, regardless of the hour of occur- rence. g. No additional compensation will be paid for overtime work scheduled for the convenience of the contractor. Overtime required due to County requirements may be scheduled, and if so, the overtime differ- ential will be paid by the County. Two (2) work days notice will be required for all overtime scheduling. '00642 1A-3f DIVISION 13 SPECIAL CONSTRUCTION SECTION 13A ROOF SAFETY ALTERATIONS 1 . INCLUSION OF GENERAL CONDITIONS AND DIVISION 1 : The General Conditions and Division 1 , General Requiremehts, are a part of this section and the contract for this work and apply to this section as fully as if repeated here. 2. GENERAL: a. Responsibility of contract performance of this Section shall be that of the General Contractor, and after award of contract, request for information , interpretation of intent, equipment data or any other required information shall be routed through the General Contractor for submission to the County. b. The omission from the Specifications or Drawings of any minor detail of construction, installation, materials or essential specialties shall not relieve the Contractor from furnishing the sa:ne in place, complete and in operating order. c. The plans shall be regarded as diagrammatic, establishing general requirements of the work. Exact locations , distances , levels, etc. will be governed by the building and site. Should it be necessary to deviate from the arrancement indicated in order to meet the actual conditions, such deviations shall be made without expense to the County and only after approval by the County. d. Work shall be performed in a neat workmanlike manner and only by those skilled in their particular trade. e. All apparatus and material installed under this specification shall be designed to comply with and shall be installed in accord- ance with all of the requirements of all legally constituted authorities having jurisdiction, including all local ord:.lances, and the General Industry Safety Orders of the State of California and OSHA standards. f. The Contractor shall not interfere with the County's normal opera- tion of the existing buildings and services. When it becomes necessary to disrupt the operation of any of the existing electrical , piping or other utility systems, it shall be done at such times and in such manner as agreed upon, at least two (2) working days in advance, by the County. 13-A1 if 00643 DIVISION 13 SPECIAL CONSTRUCTION 3. SCOPE OF WORK: The work includes but is not-necessarily limited to the furnishing and installing of: a. Safety handrail z b. Safety harness snap eyes c. Seal existing roof hatch ; d. New roof hatch and ladder 4. SUBMITTALS: a. Within fifteen (15) days of award of contract, Contractor shall submit to the County for approval shop drawings (5 copies) and all other information necessary for a complete description of the roof hatch and ladder installation. b. The County and/or the County's appointed agent will review sub- mittals. Rejection of submittal will require resubmittal within five (5) days . c. Upon completion of the work, and before final acceptance of the work, the Contractor shall deliver to the County five (5) copies of shop drawings, materials lists, operating and maintenance instructions and complete parts lists for all equipment installed. 5. MATERIALS AND EQUIPMENT: a. Materials, fixtures and equipment shall be new and of the best quality. They shall be stored properly and protected as required. The Contractor shall be entirely responsible for damage or loss by weather or other causes. b. Thoroughly clean all equipment and materials before installation, and protect same during construction and clean again upon comple- tion of work. c. All materials and equipment shall be installed according to manu- facturer's recommendations unless shown otherwise on drawings or directed otherwise by the County. d. Provide all ladders, scaffolds, platforms, lifts or similar equip- ment required for the proper and safe performance of the work under this Section. e. Welding shall be done by certified welders, pre-qualified by tests prescribed in AWS "Qualification Procedures . " Any welder not doing satisfactory work shall be dismissed from the work or requaiified as specified. Defective welds shall be cut out and replaced. 13-A2 . {A4 �4 r a x+ s ., . _ .r.. !y _�w„,i.:ir{r1; ... t_ ., i. ...f'Yir'{}'c.� ;. '^1.. .r-'-a*i,r .......�F YM1 yl,.Y %" .� ^✓: siF'lS.idw°t55. 4ifPs''• i .+r=Y},i f rry .v n".rim.wf,.44GA if4'ti+yY.t;Y i Y DIVISION 13 SPECIAL CONSTRUCTION 5. MATERIALS AND EQUIPMENT: (Continued) f. Welds shall be made using welding equipment of an approved type. ,-feldment surfaces shall be free from loose scale, slag, grease, paint and any other foreign material . Members shall be rigidly held together while being welded, and weld joints shall be pre- pared to proper detail as required. g. Holes for bolts shall be punched to not more than bolt diameter plus 1/16 inch. When punching would distort metal , sub-punch holes and ream to required size. Burned holes and drifting to improve or enlarge hales will not be permitted-. 6. STANDARDS: a. Structural Steel : ASTM A 36 for all structural steel work and miscellaneous metal work, except as shown or specified. b. Mild Steel : ' ASTM A283 or better for secondary non-structural miscellaneous metal parts where approved by Owner. c. Bolts: Standard bolts , ASTM A 307, Grade A. d. Steel Pipe: ASTM A120 or A53, Type E or Type S, Grade B, as most suitable for the work required, galvanized unless otherwise shown. 7. CUTTING AND PATCHING: Do all cutting and patching and provide all supports which may be required for work under this Section of the Specification. 8. DAMAGE TO BUILDINGS: The Contractor shall be responsible for damage to any part of the premises which is traceable to work performed under this specification, for a period of one (1 ) year from the date of acceptance of the work by the County. 9. GUARANTEE: Contractor shall guarantee his work to be free of defect in material and workmanship for a period of one year from date of final acceptance by the County. Upon receipt of notice from the County of a failure, the Contractor shall promptly repair or replace the affected part at no expense to the County. 13-A3 0064},'� r i 31Wf�`me 9:-.. ,.:.�,-.,+, O✓..4 i �. ,/ I i;V�LGJ�� Al ! } ---it TO�ti1rV tB t I �19I �. SACT rra. UJV? N y. �1 � I ��9�+i7 77X' i -'..-.. ( � ��' ,iGySTAl.L .Vr1Y !':aC� • 4- 1UA,,*0 � { I JNi=,gh1c;:3'Ar'�'hf.Ji,2• �I � I � �, j �i I ,}1sV1`.i:.g iiVS;'/•l.L- loll ZZ.3I 'r I I 7q p n ao lvmzzQ CEJ'°sO• �f r� 1 �a ��.�i"Q�./V� !' .�/��I .!►V� i 1 ! l/✓ �f i•1 l,►��.' ,,j !;, ,��U•�J 13A-4 i t r........_ r 19WL 3//Xro�SSU/LTUP 57L.FY.,,,AS f MC;., PJPE f�UL -�U/LT UP RAF 1=/7=11 POC4 Z7 METAL MB:;X , COL.7 S C^ W&.LO + ZX/57-11V3 5OFi=/T, " ._a YVF-17 OR 4C 5.4(S moi=/T l 5Oi5=/7- Mff7A- /L, CONTi"4AC i S1 LL VE�/FY GQ'`'G�/l/ON5 X15 /AC/C+ATMO 'CY ,DETA/L /AWVEr_ 2. GCri/Ti'�R 5H.1 LL a. M544.oVZ rWlw/AO �. 001.7"(4'0) Oak WELD R)cL= f--WL w1A5v/LTUP 57L.)ct. M 6 1M=/7 Oct 4 C 5.4 AS NEBIC 220. C.1OZ,=LAC,+E .CLCA/ /A/WZ AT/AN G-/ROOrC/NG d. I:M /CE PITCH FtaC,"<ZT Qi•�KAIC�ALL �FFET� A � GUwTf C05TA C.W/`/TY /A):)/V A/. ,-lib, A//N(a �t'J�L✓G 5 MA \77/ v e Z� fF. F � 134-5 DIVISION 15 MECHANICAL SECTION 15A GENERAL REQUIREMENTS 1. INCLUSION OF GENERAL CONDITIONS AND DIVISION 1 : The General Conditions and Division 1, General Requirements, are a part of this Section and the contract for this work, and apply to this Section as fully as if repeated here. 2. GENERAL - a. Responsibility of contract performance of this Section shall be that of the General Contractor, and after award of contract, request for information, interpretation of intent, equipment data or any other required information shall be routed through the General Contractor for sub- mission to the County. b. Attention is called to the GENERAL CONDITIONS which apply in their entirety to work under this Section and include, but not limited to, such requirements as follows: L General Guarantee Subcontractors Cooperation Site Investigation Laws and Regulations Permits Temporary Utilities and Facilities c. This Contractor shall examine the architectural, structural, electrical and mechanical drawings and coordinate clearances and accessibility for the equipment herein specified. No allowances will be made for failure on the part of the Contractor to properly coordinate the installation of the equipment and related material with the drawings. d. The omission from the Specifications or Drawings of any minor detail of construction, installation, materials or essential specialties shall not relieve the Contractor from furnishing the same in place, complete and in operating order, 15A-;1 DIVISION 15 MECHANICAL 2. GENERAL- (Continued) e. Provide all ladders, scaffolds, platforms, lifts or similar equipment required for the proper and safe performance of the work under this Section. f. Work shall be performed In a neat workmanlike manner and only by those skilled in their particular trade. g. All apparatus and material installed under this specifica- tion shall be designed to comply with and shall be installed in accordance with all of the requirements of all legally constituted authorities having jurisdiction, including all local ordinances, and the General Industry Safety Orders of the State-of California and OSHA standards. 3. MATERIALS AND EQUIPMENT a. Materials, fixtures and equipment shall be new and of the best quality. They shall be stored properly and protected as required. The Contractor shall be entirely .,. responsible for damage or loss by weather or other causes. b. Thoroughly clean all equipment and materials before t installation, and protect same during construction and ' clean again upon completion of work. C* All materials and equipment shall be installed according to manufacturer's recommendations unless shown other- wise on drawings or directed otherwise by the County. 4. SUB il1ITT ALS a. Within fifteen (1.5) days of award of contract, Contractor shall submit to the County for approval shop drawings (5 copies) and all other information necessary for a com plete description of the installation. Approval by the County shall not relieve the Contractor of the responsibility for compliance with the specifications. b. Any deviation in submittals from specifications will require a letter stating the benefits from the change and the reduction in the original contract price. 15A-2 F [ x 00649 I ,} tf r F„Y:sa,zf, DIVISION 15 A MECHANICAL 4. SUBMITTALS (Continued) C. The County, and/or the County's appointed agent, will review submittals. Rejection of submittal will require resubmittal within five (5) days. d. Upon completion of the work, and before final acceptance of the work, the Contractor shall deliver to the County, five (5) copies of shop drawings, materials lists, operating and maintenance instructions and complete parts lists. 5. ' DRAWnsIGS a. Mechanical Drawings are schematic and comprise the outlines of the work included under this Section. Any work or materials shown on Drawings and not mentioned in this Specification, or vice-versa, shall be executed the same as if mentioned by both. b. Data given herein and on the Drawings are as exact as could be secured; however, their extreme accuracy is not guaranteed. Should it be necessary to deviate from the arrangement indicated in order to meet the actual conditions, such deviations shall be made without expense to the County and only after approval by the County. c. Drawings indicate required sizes and points of termination and appropriate routing of piping to conform to structure, however, it is not the intent of the Drawings to indicate all necessary offsets, and piping shall be installed in such a manner as to conform to structure. 6. DAMAGE TO BUILDINGS The Contractor shall be responsible for damage to any part of the premises which is traceable to work performed under this specification, for a period of one (1) year from the date of acceptance of the work by the County. 7. TESTING AND ACCEPTANCE Upon completion of the ' mechanical installation, same shall be placed in operation for inspection and approval of the County. } 15A-3 00650 DIVISION 15 MECHANICAL 8, CARE AND CONTINUATION OF SERVICES a. The Contractor will be held responsible for the care and preservation of the existing building, grounds, and utility services. Any part of them injured, damaged or disturbed because of his work, shall be repaired, re- placed or cleaned as required, b, The Contractor shall not interfere with the County's normal operation of the existing buildings and services. When it becomes necessary to disrupt the operation of any of the existing electrical, piping or other utility systems, it shall be done at such times and in such manner as agreed upon, at least two (2) working days in advance, by the County. 9. SAFETY PRECAUTIONS a. In accordance with generally accepted construction practices, the Contractor shall be solely and compltgely responsible for conditions of the jab site, including safety of all persons and property during performance of the work. This requirement will apply continuously and not be limited to normal working hours. b. It is understood that the responsibility for proper attention to the above stipulations is included under this work. In case of any doubt as to what is intended or what must be provided in matters of public safety, request such inter- pretations or clarifications from the County. C. The duty of the County to conduct construction review of the Contractor's performances is not intended to include review of the adequacy of the Contractor's safety measures, in, on, or near the construction site. 10. GUARANTEE Contractor shall guarantee his work to be free of defect in material and workmanship for a period of one year from date of final acceptance by the County. Upon receipt of notice from the County of a failure, the Contractor shall promptly repair or replace the affected part at no expense to the County, o QU 0 15A 4 r .. .. .. ) .., ..... . .{I. ..i l.t ... .. s5 'x ...541,% ; .. .. .i�l J5.3a fr.f l..i•.t¢,.? , ... ,. M. . DIVISION 15 MECHANICAL SECTION 15B STANDBY CHILLER INSTALLATION 1. INCLUSION OF GENERAL CONDITIONS-AND DIVISION 1 The General Conditions and Division 1, General Requirements are a part of this section and the contract for this work, and apply to this Section as fully as if repeated here. 2. SCOPE OF WORK a. It is the intent of these specifications that the Mechanical Contractor shall be responsible for the complete installation of the County supplied chiller and related piping and components in the Boiler/Equipment Room of the County Administration Building, Martinez, California. b. The Contractor shall furnish all labor, tools, equipment and transportation necessary to install the new chiller, pump, and related piping and specialties. f 3. WORK INCLUDED The work of this Section shall include but not be limited to the following a. Place chiller and pump on new pad which has been provided by the County. b. Install chilled and condenser water piping as indicated on drawings. Connect new piping to existing piping at,locations``. shown or as directed by the County. e. Install all piping specialties in locations shown: d. Pipe chiller refrigerant pressure relief valve to existing relief vent piping. e. Thermal insulation for new chilled water piping, f. Cutting, patching, and painting as required to provide a . finished job. g. Pressure testing of new piping. 0OC a2 15B 1.? DIVISION 15 MECHANICAL 4. WORK NOT INCLUDED Work not included under this contract shall include Electrical power and control wiring. Chiller and pump startup. Water flow balancing. Painting of new piping. 5. EXISTING CONDITIONS AND EXAMINATION OF SITE a. Contractor shall examine the site and premises, compare with the drawings and specifications, and determine the _ conditions under which the work will be performed. The original construction drawings will be made available to the Contractor. Note existing conditions and be respon- sible for all conditions which will affect work. No allowance will subsequently be made for extra expense due to failure to make such an inspection. 6, DRAWINGS AND ARRANGEMENT a. The plans shall be regarded as diagrammatic, establishing" general requirements of the work. Exact locations, distances, levels, etc. will be governed by the building and site. Should it be necessary to deviate from the arrangement indicated in order to meet the actual conditions, such deviations shall be made without expense to the County and only after approval by the County. 7. EQUIPMENT AND MATERIALS a. The 90 ton chiller, new chilled water pump and spring isolators for the chiller are at the jobsite. b. See Inventory List, Page 15B-6 of this Section, for a list of County supplied pipe, fittings and specialties which are at the jobsite. c. Contractor shall supply all additional materials required to provide a complete installation under the scope of this Specification. A Material List, Page 15B-7 -of this Section, is provided for the Contractor's convenience. Inclusion of this Material List should n : {o iaB-z 9 4 1 tq t1 1 L DIVISION 15 MECHANICAL 7. EQUIPMENT AND MATERIALS (Continued) not be construed to relieve the Contractor of his respon- sibility to provide any items or materials not specifically mentioned which are necessary to complete this installation. 8, PIPING MATERIALS a. Chilled water piping is Schedule 40 black steel with forged steel butt welding type fittings. b. Condenser water piping is Type L copper with wrought copper soldered fittings. c. Refrigerant relief piping is Schedule 40 black steel with screwed fittings, 9. WELDING OF PIPING a. All welding shall be performed in accordance with the applicable portions of the ANSI Code for Pressure Piping, by the metallic arc welding process using electrodes of proper quality for the base metal being' welded. b. Pipe sections shall be lined up straight with abutting pipe concentric. All scale and oxide shall be removed and bevel left clean and smooth for welding. c. Weld metal shall be thoroughly fused with the base metal at all sections. Welds shall be free from laps, slag inclusion, excessive porosity or other defects, and without excessive reinforcement. 10. SOLDERING OF PIPING a. All soldered joints shall be made with 9576 tin and 570 antimony solder. All joints shall be.thoroughly'cleaned before soldering. DIVISION 15 MECHANICAL 11. HANGERS AND SUPPORTS a. Install suitable and substantial hangers and supports for all piping. b. Horizontal piping shad be supported in accordance with the following schedule; Pipe Size Maximum Hanger Spacing Rod Size 1 inch and smaller 6 feet 0 inches 3/8 inch 1-1/4 inch to 2 inches 9.feet 0 inches 3/8 inch 2-1/2 inches to 4 inches 10 feet 0 inches 1/2 inch 6 inches and larger 12 feet 0 inches 1/2 inch c. Shop drawings indicating support methods and hanger locations shall be submitted to the County for approval prior to commencement of work. 12. THERMAL INSULATION r - Chilled water piping shall be insulated with one inch thick fiberglass insulation with jacketing to match existing'. 13. MOUNTING EQUIPMENT a. All equipment shall be properly anchored in accordance with local codes and industry practice to restrain horizontal and vertical movement. Suspended piping shall be provided with sufficient bracing to prevent swaying. 14. CUTTL\G AND PATCHING a. Do all cutting and patching and provide all supports which may be required for work under this Section of the Specifi.- cation. 15. CONTL\TU ATION OF SERVICES a. The work area is located directly below the Board Room. Construction shall be coordinated with the County so that meetings of the County Board of Supervisors will not be y disturbed. 00ca") 15B-4 DIVISION 15 MECHANICAL 16. VE NTILgTION a. Prior to the start of work, the County will install a temporary ventilation system in the Mechanical Room to exhaust welding fumes from-the work area. 17. AS-BUILT DRAWINGS a. Upon completion of the work, and as a precedent to final payment, the Contractor shall deliver to the. County originals of all drawings. showing the installation exactly as built: 18. DAMAGE BY LEAKS a: The Contractor shall be responsible for damage to any part of the premises which is caused by leaks in the piping traceable to work performed under this Specification' for a period of one (1) year from the date of acceptance of this work by the County. 4 r sic- • { M1 f ` y l I f f i t l f jl r r t RR [[ t 00.55 a "r ° 15B 5 DIVISION 15 MECHANICAL INVENTOR Y LIST Materials on hand for the installation of the 90 ton chiZler, room of Administration g� Martine Buildin in boiler Martinez. : ._ • ---.Description 4" copper water tubing, r 4" pieP P E. black schedule 40 steel rr 60 ft. Orr weld tee P P. 42 ft. 4" weld 90° elbow 2 4 : flanged flexible connection $. 4rflanged C. I. gate valve ;r . E: 2. 4" Nibco lug butterfly valve 2 4" copper solder 4503 rr elbow... " 4 copper solder 900 elbow "` 2 4rr copper solder tee 4 4 x 4 copper solder t ee 1 4 x 2-1/2 x 2-1/2 copper solder tee 1 2-1/2 x 1 x 2-1/2 copper solder tee 1 2-1/2 copper solder 900 elbow - 1 2-1/2 copper solder MDT adapters 2 rr 6 copper solder coupling 2 ; 4 x 9 forged steel slip-on flanges 1 8 Kinetic Mfg. #SFH-22A spring & fib erlass er'hang s 10 8 r 3 L t t S f t 4 I. f s I t } > f 5 r "..': 4r•:^•; .: to xtt J c '('in ? i y + 1 L S : , i - � '+'h,i @ -.• ,Y i +,d:14,."ts'"Hs. Sl rt {.1:. t '4 ,' S A. !H 1 J 1 i'r v1tS tal4,N K ✓ E . w .a ) '• y !- "Z.3ri°S� ' �[P)+� t'A �.+'�`,�j,"-' �t�s,S se 4 4t t t r ,5;, - _ _., -,� to.�i 4 .....•Ssirlfs� 1 e..fr�, ('� - �S'° ¢ 1!} 5 DIVISION 15 MECHANICAL 1VIATERIAL LIST Additional material needed for the installation of the 90 ton chiller in Boiler Room of Administration Building, Martinez, California. Description Qty, 4" Nibco 111741, 125 lb. copper & companion flange 1 2-1/2 Epco Mfg. #GX, CXFIP flange dielectric union 2 4" companion flange nylon bolt dielectric insulators 3 sets 3" Garlock 1/16" ring gasket for C.I. flanges 1 4" Garlock 1/16" ring gasket for C.I. flanges 13 4 x 3 Grinnell Fig. #825 C. I. tapered flange reducer 1 4" Grinnel C.I. flange strainers 1 4" Johnson Control, Mfg. #N-5460-704 N. C. diaphragm 1 pneumatic regulating valve. Johnson Control Co. #T-5210-10 pneumatic transmitter 1. Johnson Control Co. #T-9011-5 pneumatic controller 1 3/4" Nibco #603 wrat copper C-FDT adapter 2 3/4" black steel pipe threaded coupling 3 3/4" HSG #AS7-035 30-240OF back angle thermometer 1 3/4" HSG #SS7-035 30-240OF strait thermometer 1 f 3-1/2" Unistrut.Co. #J-1235N plastic coated pipe hanger 5 4" Unistrut Co. #J-1240 pipe hanger 5 Kinetec Mfg. . SFH-22A spring & fiberglass hangers 2 5/8" x 3-1/1" N. C. machine bolts 130 5/8" N. C. hex nut 180 5/8" steel cut washers 24 - 5/8" 0 mild steel hanger rod 40 ft. 5/8" N. C. running threaded rod. 2-1/2" copper water tubing type "M" 3 ft. 4" Solder wrat couplings 2 2-1/2 "x 1/4" flat steel bar 20 ft. 0008 15B .7 f7cl NCw CNI�L�fZ K -- ' GTK PA P NW PPNcr qN ' �X15TING CHILLER �. f 6" CT5- u n 2 - � � PIPINGr C W R —�.--- --S �--Cw5 _ - ---- ---� �--� TO 5Y5T6M \ CP-10 kb 7Z: K F=- w v } � CN IL.LE IN FAL.L.AI i b co r RA cos-rA COON 1'Y v � o APMIN15T�1TI4N PUIt-pIN� OTE: VaIFY ALL- PIMM510N5 ec. " MA►"7IN57 , CAWFORNIA co N 4 o N TNG �=1El-0. fr'LpUIZ M-AN ON -10 U'�� bola t j Lo �a�f� Na Go�TA Gou �uwptN WPA IAk. G GptA U 5 r �UMp pY� D� �t ��t� All COMM -- GohlP NSE(� wAjF_fZ P i PI N Cs , _ --- THI5RMOty E'ER I C3UJT6KFJ-Y VA�.Vl , i MOOMATiNG ` �LGx CONN (axI9-o 4" COPPER FLAN G WITH 1501-ArI N Cr 6A5_ plFI.CGTKI F�ANES ----- OUTTEf�f:LY vAl-v1< 5inll NG 04 ECK vALVEE CONNECTCK WO, O, C CHIIA I✓g IN5TAL1—ATION y GON7 A GQ JTA COUNTY _ x T } �1j7lytif�� 15rR�TIo� GUILDI (`!C= _ TI;I= �E i5 J toR-rINE`s, cALIFOKN1A dxgx2T (Ex 19 �pi�lra �claGrn/�TIr✓ �f3 NOT Ta SG�t<G DIVISION 15 MECHANICAL SECTION 15C FAN DRIVE MODIFICATIONS 1. INCLUSION OF GENERAL CONDITIONS AND DIVISION 1 a. The General Conditions and Division 1, General Requirements, are a part of this Section and the contract for this work, and apply to this Section as fully as if repeated here, 2. SCOPE OF WORK a. It is the intent of these specifications that this Contractor shall be responsible for the complete main supply fan drive change specified herein. b. The Contractor shall furnish all material, labor, tools,. equipment and transportation necessary to install the new drive sheave, belts and bearings on the main supply fan located in the Supply Fan Penthouse of the County Courthouse, Martinez, California. 3. WORK INCLUDED The work of this Section shall include, but not be limited to the following: a. Remove existing bearings, jackshaft and belts. b. Remove existing drive sheave and bearings from jackshaft. c. Install new drive sheave and bearings on jackshaft. d. Remount jackshaft assembly in its original location. e. Install new belts to their proper tension. f. Align, pin, and secure jackshaft assembly to assure proper operation of fan drive. g. Lubricate bearings and place fan in operation. 4. WORK NOT INCLUDED a. Air balancing. V o 1.-U 15C-1 _ ?' DIVISION 15 MECHANICAL, 4 ' 5. EXISTR G CONDITIONS AND EXAMINATION OF SITE a. Contractor shall examine the site and premises to determine the conditions under which the work will be performed. Note existing conditions and be responsible for conditions which will affect work. No allowance will subsequently be made for extra expenses due to failure to make such an inspection. 6. MATERIALS a. Materials shall be new and of the best quality. They shall be stored properly and protected as required prior to in- stallation. All materials shall be installed in accordance with the manufacturer's recommendations. b. The installation shall be complete and operating, with all incidental items necessary for proper operation. c. SHEAVE-New drive sheave shall be Browning #8C92R. The existing bushing shall be reused. The existing fan sheave will remain in place and be reused. f' d. BEARI IGS-The two (2) new jackshaft bearings shall be SKF-313 with Zerk grease fittings. The stabilizing ring shall be removed from the bearing mounted near the end of the shaft away from the coupling. e. BELTS - Two (2) matched Gates Power Band #4C--240 belts shall be installed. 7. WORKING SCHEDULING a. Work under this Section shall be performed during the hours between the end of the business day on a Friday and the beginning of the business day on the following' Monday. The entire project shall be completed during this period, with the system returned to normal operation without any disruption of the Courthouse schedule. The work schedule for this project shall be approved by the County at least one (I ) week prior to proposed starting date. 8. QUALIFICATIONS a. Work under this section shall be performed by, or under the direct supervision of , a Class A Journeyman Mechanic skilled in the use of alignment tools and instruments, and (�t� . +r experienced in shaft and bearing alignment. 00( 15C-2 DIVISION 15 MECHANICAL 8.` QUALIFICATIONS (Continued) b. A statement of the mechanic's qualifications shall be furnished at the request of the County. 9. DISPOSAL OF MATERIAL 11 11 a. All materials removed under this contract shall be turned over to the County. 10. SITE CLEAN-UP Ia. Following completion of work, the Contractor shall remove .. . , excess materials and sweep clean the work area. + 'r +' N.; i r �'+ _ t t. t r } „ur ,i a 0 , { t j,. I I .I . -��",�"-':"I";'.1"..""..",-,-%����",-,1,11----l",-� : ,, . :,I %�"I,I 1-1 I I���i—,,i,,� �,�*,1;:,. , , -,-:- ,��...",,.,�',� ! ,'� I �, "", I , ,, i.,11; � . -'; t: f 1 f .+ 7+ Z , �t 1 t f 1 4 t Y jt r}' ? ; S 4 ` } t z {� t t 1 1f t ( f r r y ri i+ f f F '{ r'+ .7 f i r �- f T f ( I Gi. rsti #+ ') f ;� Y IJ .;+ " f +� k 1,(. ,�1 V�'Y 6&/ F1111 i t..a }i C-3 n Y a 5 + c ;11 r,r ?' f st-F. i.;f y s $, Fa.�i..,rt''' £ •�r s ,. .,.}.rv:, .`.Y?; _ c�' .c ., ,..Z w�. ,9 ate.4tf�t df,�te1 i�.,Js r,k`.rl.yeYf,.,. n6.., r:: k . F'-- is ,Y .ice.. . . DIVISION 15 MECHANICAL SECTION 15D PIPING INSULATION REPAIR 1. INCLUSION OF GENERAL CONDITIONS AND DIVISION 1 The General Conditions and Division 1, General Requirements are a part of this section and the contract for this work, and apply to this Section as fully as if repeated here. 2. SCOPE OF WORK a. It is the intent of these specifications that the Mechanical Contractor shall be responsible for all work required to repair and replace the insulation and jacketting on the existing steam and chilled water piping which runs exposed on the roof of the County Courthouse, Martinez, California. b. The Contractor shall furnish all material, 'labor, tools, equipment and transportation necessary to perform the work described herein. 3. WORK INCLUDED The work of this Section shall include, but not be limited to, the following: a. Remove existing insulation and jacketting on the low pressure steam and chilled water piping and valves indicated on Roof Plan, Drawing P-1. b. Clean and inspect piping in preparation for application of new insulation. Any leaks or excessive corrosion shall be called to the attention of the County. c. Install new insulation of the specified material, thickness and thermal resistance. All exposed piping, valves and specialties shall be insulated. d. Install new aluminum pipe jacket and plastic elbow coverings ° as specified. All exposed piping, valves and specialties shall be properly jacketted. 15D-1 00665 DIVISION 15 MECHANICAL 4. EXISTING CONDITIONS AND EXAMINATION OF SITE a. The Contractor shall examine the site and premises to determine the conditions under which the work will be performed. Note existing conditions and be responsible for conditions which will affect work. No allowance will subsequently be made for extra expense due to failure to make such an inspection 5. MATERIALS a, Materials shall be new and of the best quality. They shall be stored properly and protected as required priorG to installation. All materials shall be installed in accordance with the manufacturer's recommendations. b. The installation shall be complete with all incidental items necessary to provide a finished job. 6. INSULATION a. Chilled water piping insulation shall be 1" thick Owens- Corning Fiberglas 25 ASJ-SSL, or equal,heavy density sectional insulation. b. Low pressure steam piping insulation shall be 1-1/2" thick Owens-Corning Fiberglas 25ASJ-SSL, or equal, heavy density sectional insulation. c. Steam condensate piping insulation shall be 1" thick Owens- Corning Fiberglas 25ASJ-SSL, or equal, heavy density sectional insulation. 7. : JACKETTING a, Straight sections of pipe and valves shall have a 0. 016 inch smooth aluminum jacket over the insulation. Jacket shall have 2" overlaps at joints and be secured by 3/4" x . 015 ' aluminum bands at 18 inch centers. 0066 j 15D-2 DIVISION 15 MECHANICAL 7, JACKETTI'iTG (Continued) • ' b, Elbows shall be fitted with Zeston, or equals PVC coverings over the insulation. . Coverings shall be painted with aluminum paint. c. Irregular fittings shall have insulation covered with Glas-Fab, or equal, fiberglass cloth covered with two coats of Benjamin-Foster GPM mastic. - g. DISPOSAL, OF MATERIALS a. All material removed under this contract shall become the property of the Contractor. g: SITE CLEAN-UP a. As the old insulation material is removed from the piping it shall be placed in containers to prevent the the material from blowing across or off the roof. At completion of the' work, the Contractor shall remove` excess materials and clean the job site to the sa.tis- faction of the County. s s fr s i r` t rcr 15D.a-,3 .. }, '`z�}`� iwyn•,�+,uv.:Aj�da:+Y xs.`#'k� •fit ... t • � GD�L1rI(y TOW�� • �!Vj_ _' ',�4?1�J�._15....�'�Ot�►J SC�..lL,�,tn� �C/J��� CP 1LLE D t 7 r ! THQV WA L i=cll IV% l TWRU-WALL iLl� �2•�C1J�.IG.� 60` L FIS COWi:ZA 605KA COUNTY 31T3C.� 1i1`.:' �,1 —� �/� t�U�jT'G '�..i7T�?•}�t7I�'•� 1.� P—Ul�a�/�� r MA{Z Gill ' 1 A TO 0066 rI AN (PART.) ��• is �. o BOiRD. OF SUPERVISORS' OF C MTRA CcISTACOUiiTY_, CALIFORNIA Re: Consummate Purchase and h--cept Deed of The Chase Co. RESOLUTION NO 77/719� Property in P•iart i nez, ) County Civic Center (1127, ) (Gov . C. Sec. 2535Q} •: 1139 Escobar Street, (Martinez) � The Board of Supervisors -of Contra Costa County RESOLVES THAT:- . This Board on August 23, 1977, passed -Resolution of Intention No. 771084, and notice fixing September 27, 1977 at 10:50 a.m. , in its Chambers, County Administration Building, Maetinez, California, as the time and place when it would meet to consuinnate purchase of the real property described therein from The Chase Co. , said property being required for the County Civic Center; said - Resolution was duly published in the "Morning Mews gazette." The Board hereby consummates said purchase and approves the Purchase Agreement dated August 8, 1977 between The Chase Co. , and the County for the property located at 1127, 1139 Escobar Street, Martinez; and authorizes the County Administrator to sign said Purchase Agreement on behalf of the County. The County Auditor i s hereby DIRECTED to draw a warrant chargeable to Account yo. 011:,-:013 in favor of Escrow Number 1.1-3101703 'riestern Title insurance Company, 321 Plain Street, Martinez, California, in the suzn of_ $97,000.00 for said property for payment to The Chase Co. , upon its coat veyiig to Lire County a Grant Deed therefor. Said Deed, dated August a, 1977, is hereby ACCEPTED and the Clerk of this Board is ORDERED to have it recorded, together with a certified copy of this Resolution. PASSED on September 27, 1977, unanimously by the Supervisors present. Originator: Public Works Department. Real Property Division cc: Recorder ;,M/o R/P) , Mimi nistra-or Auditor RESOLUTION NO. 77/7 3 �001W 1 In the Board of Supervisors Of Contra Costa County, State of California Ia the Matter of ) RESOLUTION NO. 7- /7If Compensation Adjustments ) A!"'e Edi no Resolution No. 77/602) The 'Contra Costa Board of Supervisors RESOLVES THAT: 1. This Hoard previously adopted Resolution 77/602 providing for the 'compensatio'n for certain County offices and employees for the period of 1977-79.- 1 2. In a memorandum referred to this Board dated September 21, 1977 -'submitted by the County Administrator, it is recommended that additional adjustments be made with respect to the compensation of certain County officers and employees. 3. The Board having thoroughly considered said memorandum approved it. 4. It being necessary to adopt a Resolution to implement certain of the provisions of this memorandum, this Board adopts said Resolution as follows: Effective October 1, 1977, adjustment of internal salary relationships- are made for the following classes: To Salary Level Number Assistant Director of Nursing 495 Assistant Equipment Superintendent . 462T Director of Nursing 551 Equipment Mechanic Foreman * 462T Grading Engineer 476 Home Health Nursing Supervisor ;452 Principal E:ectrical Inspector 506 Principal Mechanical Inspector 505 Public Worcs Maintenance Superintendent 474T Public Wo'r s Maintenance Supervisor 430T Supervising Appraiser 482 Supervising Building Inspector 491 Supervising Clinic Nurse 452 Supervising Diagnostic Radiologic Technologist 383 Supervising Institutional Nurse 436 Supervising Nurse 452 Supervising Weights and Measures Inspector 419 Surgical Supervisor 460 Utilization Review Coordinator 444 Passed September 27, 1977, unanimously by the Supervisors present. . Orig. Dept. : Civil Service county Auditor—Controller County Administrator, RESOLUTION N0. 1Y T, 670. EXHIBIT A 10-1 to 6-30 Class Percentage Number of Annual Cost Adjustments Positions FY 1971-78 Assistant Director of Nursing 2.5% 5 $ Assistant Equipment Superintendent 2,205 2.5 1 Director of Nursing 3962.5X 1 Equipment Mechanic Foreman i 2.5% - 522 Grading Engineer 1 396 Home Health Nursing Supervisor `9% 1 153 25 Principal Electrical Inspector ' % 1 . 387 Principal Mechanical Inspector 171 Public Works Maintenance Superintendent '9% ' 1 171 Public Works Maintenance Supervisor `9% 4• 648 Supervising Appraiser '9% 12. 1,620 Supervising Building Inspector '3% 12 540 Supervising Clinic Nurse '3� 1 54 Supervising Diagnostic Radiologic Technologist' i :2 2 774 Supervising Institutional Nurse 1 - 153 Supervising Nurse 25 . . 1 369 S2upervising Weights and Measures Inspector :2 11 4,257 u gical Supervisor 2 342 Utilization Review Coordinator 2'S� 1 396 2.5% 1 410 WPH:rf1 60 $ 13,964 - r 1 IN THE .BOARD OF SUPERVISORS OF CONTRA COSTACOUNTY, STATE, OF CALIFORNIA. In the Matter of Approving Plans ) and Specifications for the Con ) struct on of Miscellaneous Storm } Drains Project, Crockett, E1 `) RESOLUTION! NO.' T7/ 1.95 . . Sobrante, and Alamo areas. Project No. 4390-0925-77 } WHEREAS Plans and Specifications for the construction of approximately 7300 linear feet of storm drain pipe along various streets in Crockett, El Sobrante, and Alamo have been filed -with the Board this day by the Public Works Director; and WHEREAS the Board this day determined that the project will not have a significant effect on the environment; and WHEREAS a Negative Declaration pertaining to the proJect was posted on November 30, 1976, with no protests received, and the project has been deter- mined to conform with the General Plan; and WHEREAS the general prevailing rates of wages , which shall be the min= imum rates paid on this project, have been approved by this Board; and IT IS BY THE BOARD RESOLVED that said Plans and Specifications are hereby APPROVED. Bids for this work will be received on October 20, 1977 at 2:00 p.m. , and the Clerk of this Board is directed to publish Notice .to Con- tractors in the aanner and for the time required by lay:, inviting bids for said work, said Notice to be published in the SAN PABLO NEWS 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 September 27, 1977 Originator! Public Works Department Flood Control Planning & Design cc: Public Works Director Flood Control Planning & Design Auditor-Controller 1 00672. ... RESOLUTION,.-NO. 77/195 a PROJECT NO. 4390-0925-77 • SCHEDULE A CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT MARTINEZ9 CALIFORNIA NOTICE TO CONTRACTORS ------------ ------- NOTICE IS HEREBY GIVEN BY ORDER OF THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY9 THAT THE PUBLIC WORKS DIRECTOR WILL RECEIVE BIDS UNTIL 2 Of CLOCK PoMs ON OCTOBER 209 19779 FOR THE FURNISHING- OF ALL LABOR , MATERIALS+ EQUIPMENT • TRANSPORTATION AND SERVICES FOR MISCELLANEOUS STORM DRAINS PROJECT SCHEDULE A THE PROJECTS ARE LOCATED IN CROCKETT* EL SOBRANTE9 AND ALAMO 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 1 LS SIGNING AND TRAFFIC CONTROL Z 1 LS FLAGGING (CONTINGENT SUM— PAID AS EARNED) - 3 9 EA REMOVE INLET 4 89070 SOFT REMOVE ASPHALT CONCRETE PAVEMENT 5 125 CY REMOVE P.C.Cs PAVEMENT 6 19894 SOFT REMOVE P•C•Co SIDEWALK 7 289 LF REMOVE P.C.C• CURB 8 49871 CY STRUCTURE EXCAVATION 9 49871 CY STRUCTURE BACKFILL 10 12*481 SOFT ASPHALT CONCRETE PAVEMENT 11 109650 SOFT ASPHALT CONCRETE DITCH 12 72 CY P@CoC• PAVEMENT 13 2 'EA MINOR STRUCTURE 1TYPE A INLET ) Microfilmed with Swr8 X13. N - 1 NOTICE TO CONTRACTORS (CUNT* ) -------M-----------M-YA-� ITEM ESTIMATED UNIT OF N0. QUANTITY MEASURE ITEM 14 13 EA MINOR STRUCTURE (TYPE A INLET WITH . TYPE II MANHOLE BASE ) 15 2 EA MINOR STRUCTURE ( TYPE A INLET WITH TYPE III MANHOLE BASE) 16 7 EA MINOR STRUCTURE ( TYPE B INLET ) 17 14 EA MINOR STRUCTURE ( TYPE I1 MANHOLE ) 18 2 EA MINOR STRUCTURE ( TYPE III MANHOLE ) 19 1 EA MINOR STRUCTURE (SPECIAL INLET 0+00 SITE 1 ) 20 1 EA MINOR STRUCTURE (SPECIAL INLET 0+00 SITE 2 ) 21 1 EA MINOR STRUCTURE (SPECIAL INLET 19+00 SITE 2 ) 22 1 EA MINOR STRUCTURE (TYPE A HEADWALL WITH SACKED CONCRETE SLOPE PROTECTION) 23 1+912 LF 24" CAST-IN-PLACE CONCRETE PIPE . 24 149 LF 36" CAST-IN-PLACE CONCRETE PIPE 25 29046 LF 4210 CAST-IN-PLACE CONCRETE PIPE 26 60 LF 12 " CORRUGATED STEEL PIPE :27 64. LF 15 " CORRUGATED STEEL PIPE t 28 76 LF 42 " CORRUGATED STEEL PIPE . 29 32 LF 43" X 2710 CORRUGATED STEEL PIPE ARCH °30 198: LF . 15" REINFORCED CONCRETE PIPE (CLASS III ) 31 649 LF IS $'# REINFORCED CONCRETE PIPE (CLASS I1I ) 32 19159 LF 2491 REINFORCED CONCRETE PIPE (CLASS III ) 33 243 LF 3010 REINFORCED CONCRETE PIPE ' (CLASS III ) 34 '.602 `LF 36" REINFORCED CONCRETE PIPAAE ; (CLASS III ) OV00674 N 2 NOTICE TO CONTRACTORS tCONT• ITEM •ESTIMATED UNIT OF NO* DUANTITY MEASURE ITEM 35 69 LF 36 REINFORCED CONCRETE PIPE tCLASS 1V) 36 27 LF 42" REINFORCED CONCRETE P IPE tCLASS III ) 37 15 LF 6� • STEEL PIPE 3 289I. LF MINOR CONCRETE tCURB ) 39 2.630 LF MINOR CONCRETE tSIDEWALK ) 40 1 LS SANITARY SEWSUMRELPAIDIAS EARNED) . (CONTINGENT . .7 F 1 7 t t 7.,. i t.' �i ',,': (, .- i 1 rt C t i'' t 7 + !! t 7 �r t i' ! i, } 7 t, y Z �' r - 11 `1 1 T -1 !i _ r �,' tt ty t r- 3 r t f _ �. K ti , _ r i " t �j c �1 r 1 r ° s ! 2 6 f t p t L J _L Ua b� <. A Y t L f 1. T } �' ? f ! G ',4 1 1 ° 9 c.f''. '" ! I ti Iu�� t ; t a } !,, t z x. r a % t ! t n !i f r t 1 x x �i t S c ':7 �'p t - r'. i � n f t tr ! a -1 r �_ s is r i v r. , t t S s .{ r t t' t "k 1 ' 1 '7E I J... 4 (, t S {, y i Er .I� L 4 , y 3 } ..k ! f .� 2 7 ' r {!i a r Y i k .. _ Y t 5 rf r 3 '\ 7 ':3 .. t i t S - 1.,'r H(2 ! x i. t ;s 1 . U( f'7 y a i t rt i1. ' -:'` r s 1� i° s s� ti.r y ° i f !r� t l sI - F l S •• .� i lu ... , . Z...-.!' !,1 .. r• tvt„'.11.h / .. 1 i„ 3 1 O1 4"ti l 1 j� y 1 t y t w {y ar,l fF< t.u.n 2tiw�trlK i NOTICE TO CONTRACTORS (CONT. ) rl Ilri Ei�d�iA M�ua yii��iYN-�i��M��! 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 1031 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* STH FLOOR* COUNTY ADMINIS- TRATION BUILDING+ UPON PAYMENT OF A PRINTING AND SERVICE CHARGE IN THE AMOUNT OF ELEVEN AND 18/100 DOLLARS ( 11.18 ) (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 * STH FLOOR+ ADMINISTRATION BUILDING# MARTINEZ( CALIFORNIA 94553• EACH BID SHALL BE MADE ON A PROPOSAL FORM TO BE OBTAINED AT THE PUBLIC WORKS DEPARTMENT# STH F400R# 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 50 BY THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY* BID PROPOSALS SHALL BE SEALED AND SHALL BE SUBMITTED TO THE PUBLIC WORKS DIRECTORt 6TH FLOORt COUNTY ADMINISTRATION BUILDING# 651 PINE., STREET( MARTINEZ# CALIFORNIAt ON OR BEFORE THE 20TH DAY OF OCTOBER( 1477# 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• 67H FLOORS ADMIN16TRATION BLDG• # MARTINEZ* CALIFORNIA* AND THERE READ AND RECORDED* ANY BID PROPOSALS RECEIVED AFTER THE TIME SPECIFIED IN THIS NOTICE WILL BE RETURNED UNOPENED* F A r NOTICE TO CONTRACTORS (CUNT* ) ---------------------------- THE SUCCESSFUL BIDDER WILL BE REQUIRED TO FURNISH A LABOR AND MATERIALS BOND IN AN AMOUNT EQUAL TO 100 PERCENT OF THE CONTRACT PRICE AND A FAITHFUL PERFORMANCE BOND IN AN AMOUNT EQUAL TO ONE HUNDRED PERCENT OF THE CONTRACT PRICE# SAID BONDS TO BE SECURED FROM A SURETY COMPANY AUTHORIZED TO DO BUSINESS IN THE STATE OF CALIFORNIA* BIDDERS ARE HEREBY NOTIFIED THAT PURSUANT TO SECTION 1773 OF THE LABOR CODE OF THE STATE OF CALIFORNIA* OR LOCAL LAW APPLICABLE THERETO* THE SAID BOARD HAS ASCERTAINED THE GENERAL PREVAILING RATE OF PER DIEM WAGES AND RATES FOR LEGAL HOLIDAYS AND OVERTIME WORK IN THE LOCALITY IN WHICH THIS WORK IS TO BE PERFORMED FOR EACH TYPE OF WORKMAN OR MECHANIC REQUIRED TO EXECUTE THE CONTRACT WHICH WILL BE AWARDED TO THE SUCCESSFUL BIDDER• THE PREVAILING RATE OF PER DIEM WAGES IS ON FILE WITH THE CLERK OF THE BOARD OF SUPERVISORS+ AND IS INCORPORATED HEREIN BY REFERENCE THERETO# THE SAME AS IF SET FORTH IN FULL HEREIN* FOR ANY CLASSIFICATION NOT INCLUDED IN THE LIST : THE MINIMUM WAGE SHALL BE THE GENERAL PREVAILING RATE FOR THE COUNTY. THE SAID BOARD RESERVES THE RIGHT TO REJECT ANY AND ALL BIDS OR ANY PORTION OF ANY BID AND/OR WAIVE ANY IRREGULARITY IN ANY BID RECEIVED# BY ORDER OF THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY J.R. OLSSON COUNTY CLERK AND EX-OFFICIO CLERK OF THE BOARD OF SUPERVISORS BY ....»rr..r-.2 ..1�..,...rr..:......r...............-«: DEPUTY DATED- SEP 2 7 W7 PUBLICATION DATES- ---r---------------------------- _ y UUW-1 , i { 4 2 ,7 L(.�'{�Ys a-:—�1 Fy 4 a R iy ry v5,'.}i Gf•M��t 1 � PROJECT NO. 4390-0925-77 SCHEDULE B CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT MARTINEZ# CALIFORNIA NOTICE TO CONTRACTORS -rrr�.-irrrrir-rrrr--- NOTICE I5 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 PsMo ON OCTOBER 209 1977r FOR THE FURNISHING OF ALL LABOR • MATERIALS* EQUIPMENT• TRANSPORTATION AND SERVICES FOR MISCELLANEOUS STORM, DRAINS PROJECT SCHEDULE B THE PRpJECTS ARE LOCATED IN CROCKETT* EL SOBRANTE9 AND ALAMO 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 1 LS SIGNING AND TRAFFIC CONTROL 2 1 LS FLAGGING (CONTINGENT SUM- PAID AS EARNED ) 3 7 EA REMOVE INLET 4 69053 SOFT REMOVE ASPHALT CONCRETE PAVEMENT 5' 117 CY REMOVE P•C.C• PAVEMENT } 6 29014 SOFT REMOVE P.C.C• SIDEWALK 7 209 LF REMOVE P.C.C• CURB F - 8 49192 CY STRUCTURE EXCAVATION 9 ' 49192 CY STRUCTURE BACKFILL 10 109345 SOFT ASPHALT CONCRETE PAVEMENT i 11 109650 SOFT ASPHALT CONCRETE DITCH i ��IiQ c) 12 64 CY P*C#C• PAVEMENT 23 10 EA MINOR STRUCTURE ( TYPE A INLET WITH TYPE II MANHOLE BASE ) JlAiuofilmed with bcr�d N 1 NOTICE TO CONTRACTORS (CONT. ) ITEM ESTIMATED UNIT OF NO. QUANTITY MEASURE ITEM 14 2 EA MINOR STRUCTURE (TYPE A INLET WITH ' TYPE III MANHOLE BASE ) 15 4 EA MINOR STRUCTURE (TYPE B INLET ) 16 13 EA MINOR STRUCTURE (TYPE II MANHOLE ) 17 2 EA MINOR STRUCTURE ( TYPE III MANHOLE ) lg 1 EA MINOR STRUCTURE (SPECIAL INLET 0+00 SITE 1 ) 19 1 EA MINOR STRUCTURE ( SPECIAL INLET 0+00 SITE 2 ) 20 1 EA MINOR STRUCTURE (SPECIAL INLET 19+00 SITE 2 ) 21 1. EA MINOR STRUCTURE ( TYPE A HEADWALL WITH SACKED CONCRETE SLOPE PROTECTION ) 22 19912 LF 2411 CAST-IN—PLACE CONCRETE PIPE 23 149 LF 36" CAST—IN—PLACE CONCRETE PIPE 24 2'9046 LF 42" CAST-IN—PLACE CONCRETE PIPE 25 60 LF 12" CORRUGATED STEEL PIPE 26 64 LF 15" CORRUGATED STEEL PIPE 27 76 LF 42" CORRUGATED STEEL PIPE ZB 32 LF 43" X 271 ' CORRUGATED STEEL PIPE ARCH 29 58 LF 15" REINFORCED CONCRETE PIPE (CLASS 1111 30 Z3T LF' ]8' ! REINFORCED• CONCRETE PIPE (CLASS 111 ) 31 19159 LF 241 REINFORCED CONCRETE PIPE (CLASS 111 ) 32 577 LF 36' 1 REINFORCED CONCRETE PIPE (CLASS 111 ) 33 27 LF 421 ' REINFORCED CONCRETE PIPE ICLASS III1 . 34 15 LF 6STEEL. PIPE '0 679 a N • `.2 NOTJCE TO CONTRACTORS RCONT. ) -------- —�M----- ITEM ESTIMATED UNIT OF N0. QUANTITY MEASURE ITEM 1. 35 209 LF MINOR CONCRETE CURB) - 36 1 19074 LF MINOR CONCRETE (SIDEWALK) 37 1 LS SANITARY SEWER RELOCATION (CONTINGENT SUM - PAID AS EARNED) .` !, >. , I .` 1 r i r r f ' a f, - ' y , 1 # c ,, _ ,'. , 1 .. .. �. c I II #. f f 1 S I 4 } L - ,t . ti L I ! .t tr Si\} r J t C f y \' j1i '{ t ; 1 ! S f f .,�} f a f P a f td. i "f 1 !� v i 1 t '; a F t� i' / �` 5 1,P' F i {,� t } -' 4 .r f}. t + : 'T� j 1 ,¢ 1 i- r, 1 f �` r f A rC z Y .$ 7 l f� } ,� -y 1 - 9r i , 7J C i y D ! 11't t I, !i r r t. y 0a 1 {,.t' ,:} far J t *J '�t t� ( }y y S !'� 1 :■ `"` t,a .e. y w1 I z f z r Y s� 4 YI of "7 � it .,r} &i ? !' u fY, 1 J� i a^y {,t�� `lr, y. t t !}}y. ti,'A L�. j Y .� �. t ! y >• i �1 51 So 7 t t r -! t t."e ?.� f§: a (s Ii y o f :.r t 1 1 i $.. f �'J �A `'.f ti+ �l t 2 .�T s l' �' 1 Y} t �'1,,..-x T 3f.Z,f�+ ! q,v, -ti91 ��' } f ,/i I # ' l 5 .}, `` y1 Y y t"F J �� y� F se. A r; / '1 i '}' 1 �. "f �"' j '.?Tt 5 �l 1 I. y ! 1 1 1 J f t 3 !A �} i) , f 5 K t 1 t '� Y 1 f3 X % f $ ) �� 1 r r ! , rs b1. t r' 1'" n 1 r 41,11, i 5 . U S 4 .J - tt. t 1 `t f I h i / t Z t 1 L f H{ r 6 i' I' i t t `.t i 9 9 (: E �, ( y { ;} t ! a �Ili 11"t t i 1$t k 1 t t ti E S ' 1� X t d t - # 1t , �A�z j �X 1 tl f X '{t '4 � ; l E r 1 -` !Jj y F l t .}e } 1 t �'t,�. � fM 1; s l y - ,, s r 1 xb ti 1� t 1+ }�l r f * '3 f t tYi �� r �1 t 4 S ! .. l t t i :! ° $,r f a �jf �'t- } l ; r - I 1 4'I I�.�." 1' ; I �.� s J >ti 1 rt i�i.,n✓ (1- 1 -r r� Irfl ! [. 4 t i` } ,1 y fXi"ift xy} f. r 1 I r + r i r` r J '� a 1 i t 1`�r Y�4�.�i r yeti 1 1 i r, t 7 f x .# t f w a ! yam. .t 2 .c 1. �, rt s Sf) ' "€M1 4 /7 s 1 A >it t 4, 1 l �) '.( f I 1 r 1 i 1, !.,t :�x r t-', y ,, c d 1g # : i > �� k} F�¢'' 1 # "� H' i 7 f L s n h ! t 1 1eT + ,+�' i ,, ^^} k f t f 1:`s h! s , -IyC 1 1$ i 1 t i j .r l j IYl iE (At�i ^t � y C Yi1 <t .ix ! t 'c !( }r:: �: Y N., , . t 2 # 7 r 1' f +y+ P ' �FL! i+' t11.1 Ii 1 FS '",# E,. . a'g.'v .,xl,-.?,r c�,.. i,.�. � ft :r ct •«5 .;.2.:'. r�E A 'i. Lt I. .z i zta +w ex 1'{.. .. .. ,.1:... ..f:.,.,:t ,.5i ;.,,.>tt....tzt4`�f, a..>4.,.r:z-•s.�,: .�`�'; �.ot;, ir.si�,SC.f {1 ix ,°w'�•x: �'y C�,F a ...Nt �'":; ,�, 1 .i:s:'}'� m:�k ` a i,ixyr;,l.i, ' NOTICE TO CONTRACTORS (CONT. ) w��wwww Nwwwwww w�ww���w�w I EACH PROPOSAL IS TO BE IN ACCORDANCE WITH THE PLANS AND SPECI- ,FICATIONS ON FILE AT THE OFFICE OF THE CLERK OF THE BOARD OF SUPER- VISORS# ROOM 1039 COUNTY ADMINISTRATION 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. PIANS 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 ELEVEN AND 18/100 DOLLARS ( 11. 18 ) (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 . STH FLOOR► ADMINISTRATION BUILDING# MARTINEZ# CALIFORNIA 94553• 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 CASHIEROS CHECK# CERTIFIED CHECK OR BIDDER'S BOND# MADE PAYABLE TO THE ORDER OF ' THE COUNTY OF CONTRA COSTA. ' THE ABOVE-MENTIONED SECURITY SHALL BE GIVEN AS A GUARANTEE THAT THE BIDDER WILL ENTER INTO A CONTRACT IF AWARDED THE WORK# AND WILL BE FORFEITED BY THE BIDDER AND RETAINED BY THE COUNTY IF THE SUCCESSFUL BIDDER REFUSES# NEGLECTS OR FAILS TO ENTER INTO SAID CONTRACT OR TO FURNISH THE NECESSARY BONDS AFTER BEING REQUESTED TO DO SO BY THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY• 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 20TH DAY OF OCTOBER# 19770 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. # MARTINEt# CALIFORNIA# AND THERE READ AND RECORDED* ANY BID PROPOSALS RECEIVED AFTER THE TIME SPECIFIED IN THIS NOTICE WILL BE RETURNED UNOPENED* ' N � 4 �Q y .NOTICE TO CONTRACTORS (CONT* ) THE SUCCESSFUL BIDDER WILL BE REQUIRED TO FURNISH A LABOR AND MATERIALS BOND IN AN AMOUNT EQUAL TO 100 PERCENT OF THE CONTRACT PRICE AND A FAITHFUL PERFORMANCE BOND IN AN AMOUNT EQUAL TO ONE HUNDRED PERCENT OF THE CONTRACT PRICEP 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 THERET09 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 15 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 A14Y CLASSIFICATION NOT INCLUDED IN THE LIST # THE MINIMUM WAGE SHALL BE THE GENERAL PREVAILING RATE FOR THE COUNTY* - THE SAID BOARD RESERVES THE RIGHT TO REJECT ANY AND ALL BIDS OR ANY PORTION OF ANY BID AND/OR WAIVE ANY IRREGULARITY IN ANY BID RECEIVED. BY ORDER OF THE BOARD OF SUPERVISORS, OF CONTRA 'COSTA COUNTY JoRo OLSSON COUNTY CLERK AND E-X—OFFICIO CLERK 'OF THE BOARD OF SUPERVISORS BY DEPUTY DATED- SEP 2 7 '1977 PUBLICATION DATES- -------------------- --- ---------------------------- Z-14 ;1 ;, ;t,, �` � ' , __ . I . . .t . . 1 . . . . . .. i •. r�Yi 3 {i � U _ 4 a c '?7 : �� •» s -. i �� �(t , 1 � ��. FOR INFORMATION ONLY �ac+v-A � ' y .' ;:. The attached` Notice to Contractors consists of a .Schedule A' and a',ScheduleB. Schedule B consists of a shortened .wersion of i Schedule A. P The two schedules are necessary because the project: is being funded with a Federal Grant, therefore, the funds are limited. ,_; ; fj It is the intent of the County to award the schedule that does not. 1. exceed the grant amount. M f 5, �,. j _ z, ;t tp Notice) (Attachment z �. , ,> ��� r -- z �� — r . 1 t } , - 1? ar n° �..�1 Y'f{ 7 �. t �I tl t j Y 'y R `1 A S r } ] Y sy i ) r 4 S t } ( I F -1 5 tk F `iii .I } ,• 1 r i Y > ^} I 3 N a t y y 1 .l , Y' t Y r I + :r t tt j 5 t l y t F i 1, i`� t t ll ; i rd p. tl `-}; Y { '`,3 S f r'�v 5� Y -` L t j x r� f " k Cxy far +til s t y ti ."�qtf # x �� la tic�w�r ), = 1,�. i r 1'cr. >+' ti , ,3y r h,r,q., a !I1 ;)!5. �t � t w r t b' t { _.3 t 'y �, t{'�kr.,.,4 x t .zT 1"":- l yr i w"Yv�5,f A— }� s+' '� at t �ti y b t t :i t xt , r'.:tr fic' ti, s ti �'a rc� tai s, ;. tra .Y t { i, fs + t t ;., t Y - �. , k Z 1 Ax r p ,}\ x I } _ , }y�� s } t ; ' i t r tt t -, I t 5 �I A� Y y f y fit 1 t l t , , ,1 �t} r �v �s ` �, z i ti r x Y t +.yf , 1.,,� I f t ,i '� t , 1 esti t i 7 , x 3 I x _ t1i . S x 1 4 ft isY ; ; t t t f t t ` S + k r filmed with board ori . Micro a ! t s� ti s 4 FF��b y 's ' t ti i1 TI t < o� I T r t �i �. � y ■■lam■ ;;.w, r c !v t 1 ..h t, s f tc d..,c ..Y+- i .i4i � :Hf i 'Cr«, t .,.44�, '., Fli. �t.-r��R .5'.`.ps'i t{{a'h.i ki° a.Zt,, `y.�.f ` -� �I a �: '�� t1 �, �A .1� yl� SCI ,rlC . .41, r. ) Jxt � 3 1 � �(. � .t xr r ti { n, I, ti 's' k: k l .; , I t 'a.iy tf. '+�. A Y 4 1t•.1' .Y i ', y A,� �',< Ft �i`,r x l;;�:c s _3a i�: 1 t 1r .v r:. r•° f , -1 } .r. -.., ru. -r 1 f 3:Jf tl,.: zi t' �}`._y,♦l^_. S ,y Y ,,,:5"` .', ,L*�i i i.. } `, 4 4 t t 2 l d s 4 '.1' .-... p h.. 1 1.,.,YC ti.. i.. '.}.. 1 'Y•- x f:. . r�; < tt ri":� f. ,d i ,;.f'{x: =x. ,�, ai r. t. r w...r'°, ;'f. � rCr' .t?, ..i...+,� i. .i �e !.}`.r4 :q h; ... 2,F x. Y*. :s,.._ � ..1,. , ..,;1 ;; a.3 a t Y t t 3 t k: .'r a; � ,f�,+ a'?:i: F� 't '� nav>n.t• :.,� , .t,f i.. .�3` .�, tl, ..1;.+5. t..:.7A' i.:r'' ,�a =r (t, n x .t - d, .,,.. r ✓,e.. 1 LL t' ,- k S n z�, 9 t .r .I eyV,, 5'• ' is. gf��...Ytf:o` e£'1} r '.<,r x ,f.?fii#t .tszs : L r f+ t cr�� P _.;;x .,:F.� t "" a i a .�F fi- q, .' :'",".r,rr. .�t a <:f a h i ...�,� t. ,I ':F (r'''-�' „i .,- ?..�'S: 4 4, x m -`�;.,r,�ai; -k a'✓ Sr"+r - �- y `I` j' 1 ,,,-,,;t.'.� �. �, I " V r . ,ik . 1 + �' 77 -E r, . } 'r �r:A, ..,9`ti,Y.G ,q ,+x.rr,�." -x. ui art dr. .tt e,t, 2'WIZ .r :i' r,bk z zt$ x, aka ? X 94 _ ti .f �L rx i.; PROJECT N0. 4390-0925-77 • SCHEDULE A CONTRA COSTA COUNTY PUBLIC WORKS DE VMTT MARTINEZ# CALIFORNIA L E D , NOTICE TO CONTRACTORS �rrrr�rrrr.�rrrr rrrrrr S E P * 197 f J. R. MSSON CLERK BOARD 0= SUPERVISORS NOTICE IS HEREBY GIVEN BY ORDER OF THE B ...Q, TR tj iA ORS OF CONTRA COSTA COUNTY• THAT THE PUBLIC WORKS DIRECTCR WILL TV" UNTIL 2 OfCLOCK P.N.. ON OCTOBER 209 1977• FOR THE FURNISHING OF ALL LABOR# MATE R I ALS+ EOL`I PMENT # TRANSPORTATION AND SERVICES FOR MISCELLANEOUS STORM DRAINS PROJECT SCHEDULE A THE PROJECTS ARE LOCATED IN CRCCKETT # EL SOBRANTE• AND ALAMO 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 1 LS SIGNING AND TRAFFIC CONTROL 2 1 LS FLAGGING (CONTINGENT SUMS .,. PAID AS EARNED) .. ... 3 9 EA REMOVE INLET ; 4 8#070 ' " SOFT REMOVE ASPHALT CONCRETE' PAVEMENT 5 125 CYREMOVE P.C.C. PAVEMENT v .. b 11844 ` SOFT REMOVE P•C•C• SIDEWALK T 289- LF- REMOVE P.C.C• CURB 8 4#871 CY STRUCTURE EXCAVATION 9 49871 CY STRUCTURE BACKFILL '10 . 12;+481 SOFT; ASPHALT CONCRETE PAVEMENT, 11 109450 SOFT ASPHALT CONCRETE DITCH 12 _72 CY.,, P*C#C• PAVEMENT '. :.2 MINOR STRUCTURE ( TYPE A INLET 1 00(7" Microfilmed with boprd order. 0. 12 N ,. NOTICE TO CONTRACTOR5 (CONT• ) rr�—rr—rrrr—rr r—r�rrrrr�r—i-� ' ITEM ESTIMATED UNIT OF , N0. QUANTITY MEASURE ITEM 14 13 EA MINOR STRUCTURE ( TYPE A INLET WITH TYPE II MANHOLE BASE ) 15 2 � EA MINOR STRUCTURE ( TYPE A INLET WITH TYPE III MANHOLE BASE ) 16 7 EA MINOR STRUCTURE ( TYPE B INLET ) 17 14 EA MINOR STRUCTURE ( TYPE II MANHOLE) 18 2 EA MINOR STRUCTURE ( TYPE III MANHOLE ) 19 1 EA MINOR STRUCTURE (SPECIAL INLET 0+00 SITE 1 ) - 20 1 EA MINOR STRUCTURE ( SPECIAL INLET 0+00 SITE 2 ) 2.1 1 EA MINOR STRUCTURE (SPECIAL INLET 19+00 SITE 21 22 1 EA MINOR STRUCTURE ( TYPE A HEADWALL WITH SACKED CONCRETE SLOPE PROTECTION ) 23 19912 LF 2401 CAST-IN-PLACE CONCRETE PIPE 24 149 LF' 3600 CAST-IN-PLACE CONCRETE PIPE 25 29046 ' LF 421 ' CAST-IN-PLACE CONCRETE PIPE 26 60 LF 12" CORRUGATED STEEL PIPE 27 64_. LF 15" CORRUGATED STEEL PIPE 28 76_ LF. 42,' � CORRUGATED STEEL PIPE 29 32 LF_ 43' 1 X 2711 CORRUGATED STEEL PIPE . . ARCH 3.0 198 LF' 1511 REINFORCED CONCRETE PIPE (CLASS II1 ) 31 649 LF. . 1810 REINFORCED CONCRETE PIPE ( CLASS III ) 32 1 +159 LF 24' 0 REINFORCED CONCRETE PIPE ( CLASS II1 ) .33 243 LF 301 REINFORCED CONCRETE PIPE -(CLASS 111 ) �► 602 LF 36'`' RE I NFORCEO CONCRETE PIPE 00685 - ' (CLASS 111 ) �Fis2`. Vii. ,.d ttir. x Jar, ,t !}'•;, il"�, NOTICE TO CONTRACTORS ( CONT. ) ---------------- ------ ITEM ESTIMATED UNIT OF N0. QUANTITY MEASURE ITEM` 35 69 LF 36 ' REINFORCED CONCRETE, 'PIPE ( CLASS IV ) 36 27 LF - 421 REINFORCED CONCRETE PIPE ( CLASS 111 ) 37: 15 LF 6 " STEEL PIPE 38 289 LF MINOR CONCRETE ( CURB ) 39 2o-630 LF ' MINOR CONCRETE ( SIDEWALK) 40 1 LS SANITARY SEWER RELOCATION ( CONTINGENT SUM - PAID AS EARNED ) OU68 ' NOTICE TO CONTRACTORS (CONTo ) EACH PROPOSAL IS TO BE IN ACCORDANCE WITH THE PLANS AND SPEC 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 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 BIDCERS AT THE PUBLIC WORKS DEPARTMENT* 5TH FLOOR* COUNTY ADMINIS— TRATION BUILDING+ UPON PAYMENT OF A PRINTING AND SERVICE CHARGE IN THE, AMOUNT OF ELEVEN AND 18/100 DOLLARS ( 11a18 ) (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* STH FLOOR, ADMINISTRATION BUILDING* MARTINEZ► CALIFORNIA 94553. EACH BID SHALL BE MADE ON' A PROPOSAL FORM TO BE OBTAINED AT THE PUBLIC WORKS DEPARTMENT+ STH 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 SUPERVISORS OF CONTRA COSTA COUNTY* BID PROPOSALS SHALL BE SEALED AND SHALL BE SUBMITTED TO THE PUBLIC WORKS DIRECTOR* 6TH FLOOR* COUNTY ADMINISTRATION BUILDING* 651 PINE STREET• MARTINEZ* CALIFORNIA* ON OR BEFORE THE 20TH DAY OF OCTOBER* 1977v AT 2 O'CLOCK PsMo 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. y NOTICE TO CONTRACTORS (CUNT• ) ' THE SUCCESSFUL BIDDER WILL BE REQUIRED TO FURNISH A LABOR AND MATERIALS BOND IN AN AMOUNT EQUAL TO 100 PERCENT OF THE CONTRACT PRICE AND A FAITHFUL PERFORMANCE BOND IN AN AMOUNT EQUAL TO ONE HUNDRED PERCENT OF THE CONTRACT PRICE # SAID BONDS TO BE SECURED FROM A SURETY COMPANY AUTHORIZED TO DO BUSINESS IN THE STATE OF CALIFORNIA• BIDDERS ARE HEREBY NOTIFIED THAT PURSUANT TO SECTION 1773 OF THE LABOR CODE OF THE STATE OF CALIFORNIA # OR LOCAL LAW APPLICABLE THERETO# THE SAID BOARC HAS ASCERTAINED THE GENERAL PREVAILING RATE OF PER DIEM WAGES AND RATES FOR LEGAL HOLIDAYS AND OVERTIME WORK IN THE LOCALITY IN WHICH THIS 'CORK IS TO BE PERFORMED FOR EACH TYPE OF WORKMAN OR MECHANIC REQUIRED TO EXECUTE THE CONTRACT WHICH 'MILL 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. =0R ANY CLASSIFICATION NOT INCLUDED IN THE LIST + THE MINIMUM WAGE SHALL BE THE GENERAL PREVAILING RATE FOR THE COUNTY's THE SAID BOARD RESERVES THE RIGHT TO REJECT ANY AND ALL BIDS OR ANY PORTION OF ANY BID AND/OR WAIVE ANY IRREGULARITY IN ANY BID RECEIVED• BY ORDER OF THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY J•R• OLSSON COUNTY CLERK AND EX—OFFICIO CLERK OF THE BOARD OF SUPERVISORS BY raars+r+rw.�ww�rwr.r�+��Mrwr--��w�irrw�►a���s DEPUTY DATED PUBLICATION DATES— riwi r—rriwiri.rwisilrwl+rriwir�r '. ,. "'.'.' .z.;'. .:... ., .: � +.,'S-"_' t i.'i3;. S3..k,`,'""}.+..,.,.,.'.r�,.,-.. ��<�<- _... a..4.Y-..2•+`.f tr Y7_yL..+ t kSi..y,,:z.�J;,I t,;r"x,{�,.t��.i.}i..^:Sr.ts�'"rta".,.ra,'�,� y z,L.`,},5-+`;�i"L:`tt„'�`.;�caS. PROJECT N0. 4390-0925-77 SCHEDULE B CONTRA COSTA COUNTY PUBLIC WORKS D£P FE T MARTINEZ • CALIFORNIA L E D NOTICE TO CONTRACTORS I} �z7 197I war--.�------- E�-------rte `3 � J. R. OLSSON CLERK BOARD OF SUPERVISORS NOTICE 15 HEREBY GIVEN BY ORDER OF THE S A (� NT1FPS�R F CONTRA COSTA COUNTY'S THAT THE PU71L I C WORKS DIRECT O W I Lir �TVE-13i UNTIL 2 OOCLOCK P•M. ON OCTOBER 20 * 1977+ FOR THE FURNISHING OF ALL LABUR9 MATERIALS9 EQUIPMENT, TRANSPORTATION AND SERVICES FOR MISCELLANEOUS STORM DRAINS PROJECT SCHEDULE B THE PROJECTS ARE LOCATED IN CROCKETT * EL SOBRANTE* AND ALAMO 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 CF NO* QUANTITY MEASURE ITEM 1 1 LS SIGNING AND TRAFFIC CONTROL 2 1 LS FLAGGING (CONTINGENT SUM PAID AS EARNED ) 7 EA REMOVE INLET 4 6+053 SOFT REMOVE ASPHALT CONCRETE PAVEMENT 5 117 CY REMOVE P,C:C• PAVEMENT b 1 +014 SOFT REMOVE P.C.Ca SIDEWALK 7 209 LF REMOVE P•C•C. CURB 8 4.192 CY STRUCTURE EXCAVATION 9 4x192 CY STRUCTURE BACKFILL {.. 10 109345 SOFT ASPHALT CONCRETE PAVEMENT 11 10:650 SOFT ASPHALT CONCRETE DITCH 00C 12 64 CY P.CNC• PAVEMENT 13 10 EA MINOR STRUCTURE ( TYPE A INLET WITH TYPE 'It MANHOLE BASE ) A . t4rcrofilryWd with board order. NOTICE TO CONTRACTORS (CONT* ) II----YM•-Y----Y�YYyr-iirrY-�Yi�Y- ITEM ESTIMATED UNIT OF ' NOS► ©UANTITY MEASURE ITEM 14 2 EA MINOR STRUCTURE ( TYPE A INLET WITH TYPE III MANHOLE BASE ) `15 4 EA MINOR STRUCTURE ( TYPE B INLET ) {16 13 EA MINOR STRUCTURE ( TYPE II MANHOLE) 17 2, EA MINOR STRUCTURE ( TYPE III MANHOLE).. 18 1 EA MINOR STRUCTURE ( SPECIAL INLET 0+00 SITE 1 ) 19 1 EA MINOR STRUCTURE ( SPECIAL INLET 0+00 SITE 2 ) 20 1 EA MINOR STRUCTURE ( SPECIAL INLET 19♦00 SITE 2 ) a, 21 1 EA MINOR STRUCTURE ( TYPE A HEADWALL WITH SACKED CONCRETE SLOPE PROTECTION) 22 1+912 LF 2410 CAST-IN-PLACE CONCRETE PIPE 23 149 LF 36 " CAST-IN-PLACE CONCRETE PIPE 24 29046 LF 4210 CAST-IN—PLACE CONCRETE PIPE t . 25 60 LF: 1214 CORRUGATED STEEL PIPE 26 64 LF 15 " CORRUGATED STEEL PIPE 27 76 LF 42 ' ' CORRUGATED STEEL PIPE 28 32 LF 430 # X 2711 CORRUGATED STEEL PIPE ARCH 29, 58 V '4541 REINFORCED CONCRETE PIPE (CLASS III ) 30 237 LF 1804 REINFORCED CONCRETE PIPE (CLASS III ) 31 10159 LF ; 241 REINFORCED CONCRETE PIPE (CLASS III ) 32 577 LF 36' s REINFORCED CONCRETE PIPE (CLASS III ) 27 LF . . 420 0 REINFORCED CONCRETE PIPE (CLASS 111 ) 34' 15 ,LF b" STEEL PIPE006910 { " i v� i't�"i tare :rYatis °i"A t u " NOTICE TO CONTRACTORS (CONT. ) r----i-----N www----- .. .. .. .. ITEM ESTIMATED UNIT -OF NO• QUANTITY MEASURE ITEM 35 204 LF MINOR CONCRETE ( CURB ) 36 1 *074 LF MINOR CONCRETE ( SIDEWALK ).' _:' 37_ . 1 LS SANITARY SEWER RELOCATION ( CONTINGENT SUM - PAID AS EARNED) { _ t NOTICE TO CONTRACTORS (CONT. ) EACH PROPOSAL IS TO BE IN ACCORDANCE WITH THE PLANS AND SPECI- " FICATIONS ON FILE AT THE OFFICE OF THE CLERK OF THE BOARD OF SUPER— VISORS. ROOM 1039 COUNTY ADMINISTRATION BUILDINGS 651 PINE STREETS 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 EIDDERS AT THE PUBLIC WORKS DEPARTMENT # 5TH FLOORS COUNTY ADMIN15— TRATION BUILDINGS UPON PAYMENT OF A PRINTING AND SERVICE CHARGE IN THE AMOUNT OF ELEVEN AND 18/100 DOLLARS ( 11 . 18 ) ( SALES TAX INCLUDED ) WHICH AMOUNT SHALL NOT BE REFUNDABLE* CHECKS SHALL BE MADE PAYABLE 10 ' THE COUNTY OF CONTRA COSTA' S AND SHALL BE MAILED TO PUBLIC WORKS DEPARTMENTS 5TH FLOOR# ADMINISTRATION BUILDING* MARTINEZ# CALIFORNIA 94553. EACH BID SHALL BE MADE ON A PROPOSAL FORM TO BE OBTAINED AT THE PUBLIC WORKS DEPARTMENT * 5TH FLOUR* COUNTY ADMINISTRATION BUILDING. BIDS ARE REQUIRED FOR THE ENTIRE WORK DESCRIBED LIEREINs 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 SUPERVISORS OF CONTRA COSTA COUNTY. BID PROPOSALS SHALL BE SEALED AND SHALL BE SUBMITTED TO THE PUBLIC WORKS DIRECTOR* 6TH FLOOR# COUNTY ADMINISTRATION BUILDING# 651 PINE STREET# MARTINEZ* CALIFORNIA# ON OR BEFORE THE 20TH DAY OF OCTOBER* 1977# AT 2 O'CLOCK P•M. AND WILL BE OPENED IN PUBLIC AND AT THE TIME 01JEs IN THE CONFERENCE ROOM OF THE PUBLIC WORKS DEPARTMENTS 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# 00692 N ` . .._. .. .., '�4�.r,/,t t.ir !,,.. ., .,, � ,. ., +..'s`!. ?FFM.D <.�.:sd.r i34r.s..,^t��..er ,r,3`:m r r•.r,rTa�;r .0 :'�I•... •7i' rY..,k3 L�ir..,.fi.Fz z ,ted': NOTICE TO CONTRACTORS (CONT. ) �iirrrilr rsrrrrrilrrrirri.l Ili THE SUCCESSFUL BIDDER WILL BE REQUIRED TO FURNISH A LABOR AND MATERIALS BOND IN AN AMOUNT EQUAL TO 100 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 at PER DIEM WAGES AND RATES FOR LEGAL HOLIDAYS AND OVERTI+iME '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 SUPERVISORS9 AND IS INCORPORATED HEREIN BY REFERENCE THEP.ET09 THE SAME AS IF SET FORTH IN FULL HEREIN. FOR ANY CLASSIFICATION NOT INCLUDED IN THE LIST # THE MINIMUt,-i WAGE SHALL BE THE GENERAL PREVAILING RATE FOR THE COUNTY. THE SAID BOARD RESERVES THE RIGHT TO REJECT ANY AND ALL BIDS OR ANY PORTION OF ANY BID AND/OR WAIVE ANY IRREGULARITY IN ANY BID RECEIVED. BY ORDER OF THE BOARD OF SUPERVISORS ' OF CONTRA COSTA COUNTY JoR• OLSSON COUNTY CLERK AND EX-OFFICIO CLERK OF THE BOARD OF SUPERVISORS BY - iiilfl�rirrrlillii irilrii!lriiwlwlrww DEPUTY DATED- PUBLICATION DATES— rrrriwiwr-iiwirr-rr+�rirwlwwwiiiw - !f�/�`/ wiwlriwsriiiiris!!rs—liiriiiwwrw - V x 69 1 .. ,,. ,k.t.` s.r,?,^ .€�,. ;sip.�$"I6.��x,,. . f, .. ,. 4��' {�� � � • ;y h a 4 FOR INFORMATION ONLY The bidder is advised that his signature on the Proposal con- stitutes ,a signature on various documents contained in the bid packet. In addition, the bidder shall complete and sign the NON-COLLUSION AFFIDAVIT, contained within the bid packet. The above mentioned documents and affidavit shall be returned with the Proposal . Deletion of the documents and affidavit shall p be grounds for rejection of the Proposal. The bidder shall complete and sign the Minority Business Enterprise' Utilization Report. This report must accompany the Proposal . De'- letion of the report shall be grounds for rejection of the proposal . TJ The bidder shall complete and sign the CERTIFICATE OF NON-SEGREGATED . FACILITIES. This certificate must accompany the Proposal . Deletion of the certificate shall be grounds for rejection ,of the proposal . Because the work is being funded with a Federal Grant, the source of funds is limited, ,therefore, the project is being bid in two schedules. It is the intent. of the County to award the schedule that does not exceed the amount of the aforementioned. grant INFORMATION (Attachment to Bid Proposal): c, dot Itr1 f{ LL77 �.i9 L`;.s"i �� .=� �- f}S•}iS -��i,. $ 1,.�5.:;}�....:.�, .0� a a e .�.4.. t X� 4 r t #i F K. i to f s,. y Xr�1 1 i Fop pI • `y\ s Pl ,.m � ' - tl u ✓ f ' r/...5 f i i j�y ,a % cJ ,.)J ti� t •. 7r iE,r'etti�qf7 'i- ^.t% a..,-t yy r•t. .��J Nx1. !r " :.�a;4 5f 1 .a r a - yt-!L r2'+, - ar •., c.s. ';'��', +ab E:nr».s-s :[tF •19s� t} �^' `.CS k' ..s x.R 4i} �: ..¢ :Ye^•ri)�n j,Y.�T.. :^t y 1 ,i, 4er `4r (e .FS i f 7- a.,^S} } )..,�` ;e,�'�.. \te ':�"_ 'f;`.�! i {�.+ Y"�:' .l(..: .l�s.R d•F y�' , N 1' F 7-f 1 r f r. � : MINORITY BUSINESS ENTERPRISE UTILIZATION REPORT agrees to expend at least 10 percent of the (Name of Contractor) grant (ie - $72,200.) through minority business enterprises as required by Title I , Section lOG(f)(2) of the Public Works Employment Act of 1976, as amended (P.C. 94-369) through the use of the following bona fide minori.ty business enterprises as contractors or subcontractors for services or supplies : Minority Firm Name Mailing Type of Dollar IRS Number Address Service or Amount Name Street Supplies of Contract Ci ty State IRS Number Zip Code Name Street _ City State IRS Number Zip Code Name Street F LE D City I RS Number Zip StatCode e S E P �) 1377 J. R. OLSSON Name Street CLERK BOARD OF SUPERVISORS City � C N.RA COSTA CO State B ..'�== De u IRS Number Zip Coe Name Street City State IRS Number Zip Code 1 . Total Dollar Amount to be Expended for Minority Business Enterprises: (X) $ (X) - This must be at least $72,200. CERTIFICATION: The undersigned official (s) certifies the following:, That the above named firms are bona fide Minority Business Enterprises at least 50 percent of which are owned by minority group members, or in case of publicly owned businesses, at least 51 percent of the stock of which is owned by minority group members. For purposes of the preceding sentence, monority group members are citizens of the United States who are Negroes , Spanish-Speaking, Orientals, Indians, Eskimos and Aleuts. 0069' j Mivafilmed with board order Signature of Bidder (It is requested that the bidder execute the affidavit on this nage at the time of.,submittinq his bid, or if it cannot be submitted with the bid, this affidavit shall be executed by the successful bidder, in duplicate, in accordance with instructions in the Federal Requirements in this booklet.) NON-COLLUSION AFFIDAVIT To Contra Costa County The undersigned in submitting a bid for performing the following work by contract, being duly sworn, deposes and says: That he has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connec- tion with such contract. MISCELLANEOUS STORM DRAIN PROJECTS Signature of Bidder Business Address, Place of Res encs Subscribed and sworn to before me this day of 19 Notary Public in and for the County o State of California. . Ky 'Comission Expires - 19 006 fr � .11 ,i � r1 ' CERTIFICATE OF NON-SEGREGATED FACILITIES We the undersigned, certify that we do not and will not maintain or provide segregated facilities for our employees at any of our establishments, and do not permit our employees to perform their services at any location, under our control , where segregated facilities are maintained . We agree that a breach of this certification is a violation of the Equal Opportunity clause in this contract. As used in the certification, the term "segregated facili- ties" means any waiting room, work area, restrooms and washrooms, restaurants and other eating areas, timeclocks , locker rooms and other storage or dressing areas, parking lots, drinking foundations, recreation or entertainment areas, transportation, and housing facilities provided for employees which are seg- regated by explicit directive or are in fact segregated on the basis of race, creed, color or national orgin, because of local custom, or otherwise. We agree that (except where we have obtained identical certifications from pro- posed subcontractors and material suppliers for specific time periods) , we will obtain identical certification from proposed subcontractors or material suppliers prior to the award of subcontracts or the consummation of material supply agreements, exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that we will retain such certification In our files. Signature of Bidder Business Address Place of Residence Subscribed and sworn to before me this ., day of 19 Notary Pubic in and for the County of State of California. f My Commission Expires 19 00,697 The bidder �, proposed subcontractor �, hereby certifies that he has has not �, participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925, 11114, or 11246, and that he has , has not `, filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. Note: The above certification is required by the Equal Employ- ment opportunity Regulations of the Secretary of Labor (41 CPR 60-1.7(b) M) , and must be submitted by bidders and proposed sub- contractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CPR 60-1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt.) Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CPR 60-1.7(b) (1) prevents the award of contracts and subcon- tracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Aftinistration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. Note: This certification constitutes a part of the Proposal ,`' and signature on the signature portion of this Proposal shall , .44 constitute signature on this certification. I f 5 4 t f c t .L. 1!. in accordance with Government Code Section 14310Sfothe ing Bidder shall complete, under penalty of perjury, questionnaire: QUESTIONNAIRE Has the bidder, any officer of the bidder, or any employse of the bidder who has a proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety requlation? Yes No if the answer is yes, explain the circumstances in the following space. Tote. This questionnaire constitutes a part of the Proposal and signature on the signature portion of this Proposal shall constitute signature of this questionnaire. 006 " t _. PROJECT NO. 4390-0925-77 BIDS DUE OCTOBEI 20s 1977f AT 2 O'CLOCK P• . s 6TH FLOOR* COUNTY ADMINISTRATION BUILDING. 651 PINE STREET MARTINEZ • CALIFORNIA 94553 TO THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY MARTINEZs CALIFORNIA P R 0 p_ O S A :. . .,_ .. . F O R ... . . . ,. MISCELLANEOUS STORM DRAINS P ,. SCHEDULE A rcl LED SEPI? 1977 J. R. OLSSON CLERK BOARD OF SUPERVISORS C TRA COSTA CO. NAME OF BIDDER B .. .. .. �-ter. . BUSINESS ADDRESS . PLACE OF RESIDENCE TO THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY • THE UNDERSIGINEDs 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 ACCEP1ED9 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 REQUIREMENTS OF THE ENGINEER AS THEREIN SET FORTHP AND THAT, HE WILL TAKE IN FULL PAYMENT THEREFOR AN AMOUNT BASED ON THE UNIT PRICES SPECIFIED HEREIb!BELOW FOR THE VARIOUS ITEMS OF WORKS THE TOTAL VALUE OF SAID WORK AS ESTIMATED HEREIN BEING 3 - ( INSERT TOTAL ) AND _.THE. FOLLOWING BEING THE UNL— PRICES BID., TO WI7--. . r . . ~sig Microfilmed .with Rboard order PROPOSAL ( CONT . ) ( PRICE NOT TO EXCEED THREE ( 3 ) DECIMALS ) ----------------------------------- ------------------ - ITEM TOTAL ITEM ESTIMATED UNIT OF PRICE ( IN ( IN N0. QUANTITY MEASURE ITEM FIGURES ) FIGURES) ------------------------------------------------------------- ------- ------i•i 1 1 LS SIGNING AND TRAFFIC CONTROL ------------------------------------------------------------- -------- --------- 2 1 l,T FLAGGING (CONTINGENT SUM— PAID UM—PAID AS EARNED ) ��( } ----i i-i------ ---------------------M--------------- 3 ------i3 9 EA REMOVE INLET -------i--- -------------------------- ---------- 4 ---------4 89070 SQFT REMOVE ASPHALT CONCRETE PAVEMENT ------------�----------------------------------------------- ------ 125 CY REMOVE P.C.C. PAVEMENT ------------ ------------------------------------------------ -----iii -rirr-i-i 6 19894 SOFT REMOVE P.C.C. SIDEWALK ---r- ------------------------ii i i--i i-r r i-iii--r------ 7 ----i7 2 89 LF REMOVE P.C.C. CURB -i--------------------i--i ri ri i i i-r-----i-i i rii---------- s --------r8 49871 CY STRUCTURE EXCAVATION 9 49871 CY STRUCTURE BACKFILL ----------- -------------- 10 ------------i10 12s481 SOFT ASPHALT CONCRETE PAVEMENT ----------------------------------- 11 ----------------------------------11 101,650 SOFT ASPHALT CONCRETE DITCH - --------------------------------------------------------------- 12 -------- --12 72 CY P.C•C. PAVEMENT ------------------------------------------------------------- --r--i-• -��i�i��� 13 2 EAMINOR STRUCTURE ( TYPE A INLET ) ----•--------------------------------•--------�'-------•---�'-- ..........00 r••�••ir i, Y PROPOSAL (CONT . ) - ( PRICE NOT TO EXCEED THREE (3 ) DECIMALS) ------------------------------------- ----------------------- ITEM ---------------------- ITEM TOTAL ITEM ESTIMATED UNIT OF PR10E ( IN ( IN N0. QUANTITY MEASURE ITEM FIGURES ) FIGURES ) ------------------------------------------------------------- ------ -- 14 13 EA MINOR STRUCTURE ( TYPE A INLET WITH TYPE II MANHOLE BASE ) -------------r_rr___r r r------------ 15 ----------_15 2 EA MINOR STRUCTURE ( TYPE A INLET 'WITH TYPE III MANHOLE BASE ) ------------------------------------------------------------- -------- -------� 16 7 EA MINOR STRUCTURE ( TYPE B INLET ) --w--w--rr ----_r----_-_r�-----r------------------- -------- -----_--r 17 14 EA MINOR STRUCTURE (TYPE II MANHOLE ) ---------------------------- ------- ----- -------_-. .. ... 1S 2 EA MINOR STRUCTURE (TYPE III MANHOLE) -------------rr---------------------------------------------- -------- ---------. B 19 1 EA MINOR STRUCTURE (SPECIAL INLET C+CO SITE 1 ) ------------------------------------------M------r-r-r------- -------� ---------,... 20 l EA MINOR STRUCTURE (SPECIAL INLET 0+00 SITE 2 ) r-_r------------------------------ --------------------N--__- --M_-_- -- ------ .. 21 1 EA MINOR STRUCTURE (SPECIAL INLET 19+00 SITE 2 ) ---------------------------------------_--------- ---------- -------- - ----�• 22 1 EAMINOR STRUCTURE (TYPE A HEADWALL WITH SACKED CONCRETE SLOPE PROTECTION ) ------------------------------------------------------------- ------ �, . 23 1 .912 LF 2411 CAST-IN-PLACE CONCRETE PIPE 24 149 LF 3610 CAST-IN-PLACE CONCRETE PIPE _r-r-_---_----r_- ------s- --N�---- 25 2 #046 LF 4211 CAST-IN-PLACE CONCRETE PIPE 26 60 LF 12 " CORRUGATED STEEL PIPE PROPOSAL ( CONT. ) ( PRICE NOT TO EXCEED THREE ( 31 DECIMALS ) ----- errr—r------------------err— --------------------------- ITEM te.-------------.rrrrr--- rrITEM TOTAL ITEM ESTIi4ATED UONIT OF PRICE ( IN ( IN N0. OUAtN'TITY MEASURE ITEM FIGURES) - FIGURES ) ------------------------—------r---------------tM------------- rrrr--amm r rrr—-car r 27 64 LF 15 " CORRUGATED STEEL PIPE --—-----—-----------------—----——-----------—---------------- ----rr r r rrrr rr r i 28 76 LF 42 " CORRUGATED STEEL PIPE --------------------------------w---------------- 29 ------rrr------29 32 LF 43 " X 2711 CORRUGATED STEEL PIPE ARCH --———------—r r------------------r---------------------- 0 ---------------r-----0 198 LF 15" REINFORCED CONCRETE PIPE (CLASS III ) VON----r--------—----------r----------r-------war—rr-----—------w,- 31 31 649 LF 18 " REINFORCED CONCRETE PIPE ( CLASS III ) rrw rr swr r rr rrr ----------------------------- 3 2 ---------------------------r32 1 +159 LF 24" REINFORCED CONCRETE PIPE (CLASS III ) rrr r—rr—rrr rrr—--—----—-------——--—--—r rrrrrr rrrrrr------ --rr--ri rrrrr—r-ca 33 243 LF 30 ' t REINFORCED CONCRETE PIPE ( CLASS III ) --r rw rwr rr r-------—---————---r—rrrrr—ir—r rrr r rrrr—r--r—w--rr— rrrrr—rr wrca�ca—caar. 34 602 LF 36" REINFORCED CONCRETE PIPE ( CLASS III ) --—---------- ——————---—---------------------—-----rrr-------- -------- --�rrr�rr .. 35 69 LF 3611 REINFORCED CONCRETE PIPE (CLASS IV) rrr--rrr---car—rr—r rrrrrrr—--rrrrrrrrrrrrirrrr rirrrrr--rrrrrrr w—rrrr r rrrr-rrrr 36 27 LF 42s ' REINFORCED CONCRETE PIPE ( CLASS III ) --—--------------—------------------------------------------- rrrrr rr ii-rrrr ca 37 15 LF 611 STEEL PIPE carr rrrrr—rrrrrr r—r ------------- 38 ------------38 289 LF MINOR CONCRETE ( CURB ) rrr r-------—r--------rrrr---------rrrrrrrrrrr rrrrrrr—rNr—tri —rrrrr—i iiiir�car 39 29630 LF MINOR CONCRETE ( SIDEWALK) rr—r r rr r r rr rr rrr--rrr—rrrrrrrrr—rrrr—r—rrrrrr rr—rrrrrrrrirrri irrrrr,ica rriwi-iif' 00703 PROPOSAL ( CONT . ) ( PRICE NOT TO EXCEED THREE ( 3 ) DECIMALS ) ------------------------------------------------------------ ------- ------�-- ITEM TOTAL ITEM ESTIMATED U11IT OF PRICE ( IN ( IN NO* QUANTITY MEASURE ITEM FIGURES ) FIGURES ) ------------------------------------------------------------- 4C 1 le SANITARY SEWER RELOCATION ( CONTINGENT SUM - PAID AS EARNED ) /�� --------------m--------------------------------m------------I... --------- ------------------- NOTE-PLEASE SHOW TOTAL ON PAGE P-1 TOTAL --------------------------------------------------- 104 a 3` P 5 PROPOSAL (CONT. IN CASE OF A DISCREPANCY BETWEEN UNIT PRICES AND TOTALS9 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* IN ACCORD- ANCE WITH PROVISIONS SET FORTH IN THE SPECIFICATIONS FOR THIS PROJECT• IT IS FURTHER UNDERSTOOD AND AGREED THAT THE TOTAL AMOUNT OF , MONEY SET FORTH FOR EACH ITEM OF WORK OR AS THE TOTAL AMOUNT BID FOR THE PROJECTS DOES NOT CONSTITUTE AN AGREEMENT TO PAY A LUMP SUM FOR THE WORK UNLESS IT SPECIFICALLY SO STATES. IT IS HEREBY AGREED THAT THE UNDERSIGNEDs AS BIDDER* SHALL FURNISH A LABOR AND MATERIALS BOND IN AN AMOUNT EQUAL TO 100 PERCENT OF THE TOTAL AMOUNT OF THIS PROPOSAL AND A FAITHFUL PERFORMANCE BOND TO BE 013E 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 SUPERVISORS9 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 9 DETERtj l';E THAT THE BIDDER HAS ABANDONED THE CONTRACT 9 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 ��ww w-----w- THE CONTRACTOR AGREES* BY SUBMISSION OF THIS PROPOSAL* TO CUN- FORM TO THE REQUIREMENTS OF SECTION 4100 THROUGH 4113 OF THE GOVERNMENT CODE PERTAINI,:y TO SUBCONTRACTORS* EXCEPT AS PROVIDED UNDER SECTION 4100 .59 THE SAME AS IF INCORPORATED HEREIN* FOR ALL TRAFFIC SIGNAL AND STREET LIGHTING WORK# A COMPLETE LIST OF SUBCONTRACTORS IS REQUIRED AND THE BIDDER WILL BE EXPECTED TO PERFORM WITH HIS OWN FORCES ALL ITEMS OF WORK FOR WHICH NO SUBCONTRACTOR IS LISTED. THE FOLLOWING IS A COMPLETE LIST OF ITEMS INVOLVING TRAFFIC SIGNAL AND STREET LIGHTING WORK TO BE SUBCONTRACTED ON THIS PROJECT* IF A PORTION OF ANY ITEM OF WORK IS DONE BY A SUBCONTRACTOR. THE VALUE OF THE WORK SUBCONTRACTED WILL BE BASED ON THE ESTIMATED COST OF SUCH PORTION OF THE CONTRACT ITEMS DETERMINED FROM INFORMATION SUBMITTED BY THE CON- TRACTORS SUBJECT TO APPROVAL BY THE ENGINEER* THE 4, NDERSIGNED9 AS BIDDER * DECLARES THAT HE HAS NOT ACCEPTED ANY BID FROM ANY SUBCONTRACTOR OR MATERIALMAN THROUGH ANY BID DEPOSITORY# THE BY-LAWS* RULES OR REGULATIONS OF WHICH PROHIBIT OR PREVENT THE CONN. TRACTOR FROM CONSIDERING ANY 810 FROM ANY SUBCONTRACTOR OR MATERIALMAN9 WHICH IS NOT, PROCESSED THROUGH SAID 8I0 DEPOSITORY * OR WHICH PREVENT ANY SUBCONTRACTOR'. UR`' MATERIALMAN FROM BIDDING TO ANY CONTRACTOR WHO DOES NOT USE THE FACILITIES OF OR ACCEPT BIDS FROM OR THROUGH SUCH Bip DliditY• P — b s PROPOSAL (CONT . ) • r-ww lwilwilr!-s w NO* ITEM SUBCONTRACTOR ADDRESS ra!r r!-liwrw-i!r-!lM-i-lr i- ---------imwiw-i----w- ----- ---------- -r-----------r-w i!-r wl i i ww i!iw w!w w------ ----------- --i-w------------ ----w--- wrw--awilwl-ww-----lw! -awl-�a--wwawliw!will -----------------------w wi---r-w--w-w---a---w- -lla--------1 wl ilii! --i- ------------------------ _-w-w--liwr-w-r--l---- r--a-wl----- ---- !-w--w! -----------------------w _--w----!w------_w_!-i ------- ACCOMPANY IfN%G ------ACCOMPANYI":G THIS PROPOSAL IS A PROPOSAL GUARANTY IN THE AMOUNT OF TE ( 10) PERCENT OF AMOUNT BID ---r-----------------------w----------l-l-llllwililwi wiiiillwi (CASHIER 'S CHECK, CERTIFIED CHECK OR BIDDER 'S BOND ACCEPTABLE ) THE LAMES OF ALL PERSONS INTERESTED IN THE FOREGOING PROPOSAL AS PRINCIPALS ARE AS FOLLOWS- IMPORTANT NOTICE IF THE BIDDER OR OTHER INTERESTED PERSON IS A CORPORATION* STATE LEGAL NAME OF CORPORATION* ALSO NAMES OF PRESIDENT* SECRETARY* TREASURER * AND MANAGER THEREOF@ IF A COPARTNERSHIP* STATE TRUE NAME OF FIRM. IF BIDDER OR OTHER INTERESTED PERSON IS AN INDIVIDUAL* STATE FIRST AND LAST NAME IN FULL* li--r!!!-l!--!!-w!w-!w iw ililiil!lilwlwiw w rl it llirii�i ii -----------------------r-l--------!-w w ------------l------4-w---!!ilii ililiawili lw will ii iiiiili 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- ! . *-*ilii!-irw-a!!rwwwwail---lir i!liiiii (SIGNATURE OF BIDDCR ) BUSINESS ADDRESS PLACE OF RESIDENCE DATE 14 riiwll-_ir-1 ill-!AFl lsii#i�Riiiii - - is _ ■�1����y� P -_ 7 ■■ r _ PROJECT N0. 4390-0925-77 A BIDS DUE OCTOBER 209 1977 AT 2 O'CLOCK P.M o 6TH FLOOR # COUNTY. ADMINISTRATIO N BUILDING* 651 PINE STREET # MARTINEZ # CALIFORNIA 94553 TO THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY MARTINEZ# CALIFORNIA P R 0 P 0 S A.: L f f F 0 ',R _,_._. .. .. .. .... MISCELLANEOUS`STORM..DRAINS PROJECT SCHEDULE 6 fL E-D, - S p 2? 1977 NAME OF BIDDER J. R. OOQLLSSON Sr' $ L� PER SOBS rrw r�walrriw—rwr—ter a.rww+�+�w— �.— ,�_ � CO. BUSINESS ADDRESS a ....•�•--G�*�:...............Deputy . rwa�w—r—r�rraUi-a�wr—r�al�rr�M wM�s--w-14—Mr PLACE OF RESIDENCE ,_.... wrrw+�r,�.ter—w. rr�—+mss—r�rrw�r—.�r�r—rw TO THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY — THE UNDERSIGNED• AS BIDD€R# DECLARES THAT THE C rLY PERSOlvS OR PARTIES INTERESTED IN THIS PROPOSAL AS PRINCIPALS ARE THOSE NAMIED 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 T'H' IS' 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 CONTRACT# IN THE MANNER AND TIME PRESCRIBED# AND ACCORD— ING TO THE REQUIREMENTS* OF THE ENGINEER AS THEREIN SET FORTH+ AND THAT HE WILL TAKE IN FULL PAYMENT THEREFOR AN AMOUNT BASED ON THE UNIT PRICES SPECIFIED HEREINBELOW FOR THE VARIOUS ITEMS OF WORK, THE TOTAL VALUE OF SAID WORK AS ESTIMATED HEREIN BEING S . —rwrr..wrwaswwr�r..�rrr .. ( INSERT TO"I'AL AND THE FOLLOWING BEING THE ',UN'I..T PRICES 'BLD TO WIT Micro#ih d with board' ordiW p - 1 r..,L151fix PROPOSAL (CONT • ) ( PRICE NOT TO EXCEED THREE ( 3 ) DECIMALS ) f moi——i--i-r-i------i-it-i---------------mm-----------r---------- --- --------- - ITEM - --------- _ITE+M TOTAL ITEM ESTIMATED UNIT OF PRICE( IN ( IN N0. QUANTITY MEASURE ITEM FIGURES ) FIGURES ) ■----i-i-----rr r--i------r----r---r------------------------------------- --------- 1 -- ------- -----r-- 1 LS SIGNING AND TRAFFIC CONTROL ---------i------�—---—--------—————----———————--——--———————— ——--———— --------- 2 ------r- 2 1 FLAGGING (CONTINGENT SUM- PAID AS EARNED ) ©� iii---------------------------------------------------------- -------- --r------ 3 rr---3 7 EA REMOVE INLET ------ii-ir---r-r--------------------------r---------------- -------- --------- 4 6 053 SOFT REMOVE ASPHALT CONCRETE PAVEMENT _---i--r-i---rr-rr-r---------r------------------------------r - ---- --------- 5 - -- --- 5 117 CY REMOVE P.C.C. PAVEMENT ------------------------------------------------------------------- 6 --------------------r--------- -------- ---------6 19014 SOFT REMOVE P.C.C. SIDEWALK ------------------------------------------------------------ 7 209 LF REMOVE P.C•C. CURB ----------—— ------------------------------------------------ -------- ---------8 4x192 CY STRUCTURE EXCAVATION iiiii-----------------—---------———-----—---——---—---—---——-- —---—--— ——----——— 9 49192 CY STRUCTURE BACKFILL -----------—----r————r----—----—-----—r——--———— ----- 10 ----10 10 +345 SQFT ASPHALT CONCRETE PAVEMENT �—iii--i ilii—ir------r----r—rr———-----i—----———----———r——r—-- -------- —------- 11 ----- 11 109650 SOFT ASPHALT CONCRETE DITCH -----------------———---——--—----——————-————————— ——--———------------ 12 64 CY P•C•C. PAVEMENT iii—ii----------------------------- ------ ------------- 13 -------- --13 10 EA ,MINOR STRUCTURE ( TYPE A INLET WITH TYPE II MANHOLE BASE ) -------------------—---——-- —------- ......... 00708 P rPROPOSAL (CONT. ) ( PRICE NOT TO EXCEED THREE ( 3 ) CECIMALS ) --Y•----------------r-----------ri--------------------...----r ------ -r------ I TETO T AL ITEM ESTIMATED UNIT OF PIR ICE ( IN ( IN NO• QUANTITY MEASURE ITEM FIGURES ) FIGURES ) -----•----------------------------------------------------------------- --------- - 14 ------------------- ------- - -- --- 14 2 EA MI;NIOR STRUCTURE ( TYPE A INLET WITH TYPE III MANHOLE BASE ) �/`--------•------------------------------------m-------15 4 EA MINOR STRUCTURE (TYPE B INLET ) --------------------------------------------------------- 16 -----r------------------------------------------r--- - --.r 16 13 EA MINOR STRUCTURE ( TYPE II MANHOLE ) -----•------------------------------------------------------ -------- --------- 17 --r-----17 2 EA )•MINOR STRUCTURE ( TYPE III MANHOLE ) ------------------------------------------------------------- -------- --------- -- - 18 --- _-18 1 EA :SIt:OR STRUCTURE (SPECIAL INLET 0+00 SITE 1 ) ��`�----------------w-------------r---------------r------------- --r----- -----r-+-.- 19 1 EA MINOR STRUCTURE (SPECIAL INLET 0+00 SITE 2 ) ■---•-------------------------------------------------------- -- 20 1 EA MINOR STRUCTURE ( SPECIAL INLET 19+00 SITE 2 ) •---•---••-•-------------------------------m-------------- 21 -------------21 1 EA :tINOR STRUCTURE ( TYPE A HEADWALL aITH SACKED CONCRETE SLOPE PROTECTION) ------ --------- 22 19912 LF 241 ' CAST-IN-PLACE CONCRETE PIPE -----•••�--------------------------------------------------- -------- -- 23 ------------------- 23 149 LF 36 " CAST-IN-PLACE CONCRETE PIPE ------ -------- 24 29046 LF 42 " CAST-IN-PLACE CONCRETE PIPE ---•-- -----IN---------N----------------------------------- -- 25 60 LF 1211 CORRUGATED STEEL PIPE ----------------- ----------------------- --------- -- 26 64 LF 1519 CORRUGATED STEEL PIPE ------------------------------------------------------------I- - _3 , _. - PROPOSAL (CONT. ) ( PRICE NOT TO EXCEED THREE ( 3 ) DECiIIIALS) ------------------------------------------------------------- ----- -- --------- I r-r-r--rI TEI't TOTAL ITEM ESTIMATED UNIT OF PRICE( IN ( IN' N0. QUANTITY MEASURE ITEM FIGURES) FIGURES ) -rr---r--_rrr--r--r--------- --------- ---r-------r------I-------- ------ 27 r---- 27 76 LF 4211 CORRUGATED STEEL. PIPE ■_r----rrr--rr-------------------------------------------------------------------- 28 ------------------------------------- -------- --------28 32 LF 4310 X 270 ' CORRUGATED STEEL PIPE :ARCH ------------------------------------------------------ 29 -------------------------------- --r----r --------29 58 LF 15 " REINFORCED CONCRETE PIPE (CLASS III ) __rrrrr r rrrr rrrr--N-r_M-r-rr_r r(�----r_r----- ------------r30 237 LF 1811 REINFORCED CONCRETE PIPE (CLASS III ) --,---------r--_ ------- 31 1 +159 LF 24 " REINFORCED CONCRETE PIPE (CLASS III ) ---- --- . n,,- 32 577 LF 36 ' ' REINFORCED CONCRETE PIPE (CLASS III ) -------------•--------"" -------------------------------------- -------- 33 -------33 27 LF 42 ' f REINFORCED CONCRETE PIPE (CLASS III ) rrr rrrrr rrr_-•-------------•----•---------------------------- -------- --•------ " 34 15 LF 61 ' STEEL PIPE ----- ------ -------- --------- 35 209 LF MINOR CONCRETE (CURB) 36 1 .074 LF MINOR CONCRETE (SIDEWALK) -_rrrrr rrr rr rrr rrr rrr- ---------- 37 --------r37 1 SANITARY SEWER RELOCATION (CONTINGENT SUM - PAID AS EARNED ) 40'3j cco ------------------------------------------------------------- -------- --------- NOTE-PLEASE SHOW TOTAL ON PAGE P-1 -TOTAL --------------------------------------------------------------------- --------- 0 10, 10 fj P � ° PROPOSAL (CONT . ) 1 IN CASE OF A DISCREPANCY BETWEEN UNIT PRICES AND TOTALS . THE UNIT PRICES SHALL PREVAIL. IT IS UNDERSTOOD AND AGREED THAT THE QUANTITIES OF WORK UNDER EACH ITEM ARE APPROXIMATE ONLY , BEING GIVEN FOR A BASIS OF COMPARISON OF PROPOSAL* AND THE RIGHT IS RESERVED TO THE COUNTY TO INCREASE OR DE= CREASE THE AMOUNT OF WORK UNDER ANY ITEM AS MAY BE REQUIREC * 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 FDR 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 100 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 B014DS IN THE SUMS TU BE DETERMINED AS AFORESAID• WITH SURETY SATISFACTORY TO THE BOARD OF SUPERVISORS• WITHIN SEVEN t7 ) 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 CUN- 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 A14D STREET LIGHTING WORK. A COMPLETE LIST OF SUBCONTRACTORS IS REQUIRED ' AND THE BIDDER WILL BE EXPECTED TO PERFORM WITH HIS OWN FORCES ILL ITEMS OF WORK FOR WHICH NO SUBCONTRACTOR IS LISPED. THE FOLLOAING 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 WILL BE BASED ON THE ESTIMATED COST OF SUCH PORTIGIN OF THE CONTRACT ITEM* DETERMINED FROM INFORMATION SUBMITTED BY THE CON- TRACTOR* SUBJECT TO APPROVAL BY THE ENGINEER, THE UNDERSIGNED* AS BIDDER * DECLARES THAT HE HAS NOT ACCEPTED ANY BID FROM ANY SUBCONTRACTOR OR MATERIALMAN THROUGH ANY BID DEPOSITORY * THE BY-LAWS* RULES OR REGULATIONS OF WHICH PROHIBIT OR PREVENT THE CON- TRACTOR FROM CONSIDERING ANY BID FROM ,ANY SUBCONTRACTOR OR- MATERIALMANo WHICH IS NOT PROCESSED THROUGH , SAID BID DEPOSITORY * OR 'WHICH PREVENT ANY SUBCONT.R*C•TORIOR MATERIALMAN FROM BIDDING TO ANY CONTRACTOR WHO DOES NQT '' USE THE°4 C l TIES OF OR ACCEPT BIDS FROM OR THROUGH SUCH'181Do(f j.TURY. PROPOSAL (CONT . ) rlii!—rwrrirwirr (4 NO* ITEM SUBCONTRACTOR ADDRESS • w—ir -wri«r rr—r—ir—i--rw--wwr —wiiwiiwrli iirii i!—ri! iwii�iwi�irr—rr«wwiri ----------------- -----w-------------- -------- ------ —--— ———————--------- -------------------- w--------i-----------w----- --------i———--———————— ---—------------ -------------------- -------w----------------------- --------——i—————————-- -------------------- -------------------- -----------------------------w--------- ---------------------- -------'------------- ACCOMPANYING THIS PROPOSAL 15 A PROPOSAL GUARANTY IN THE AMOUNT OF TEN ( 10 ) PERCENT OF AMOUNT BID --------—---—----——————---——--——————————---——— ( CASHIERiS 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 ritriwirir irllrrw rr ' IF THE BIDDER OR OTHER INTERESTED PERSON IS A CORPORATION. STATE LEGAL NAME OF CORPORATION# ALSO NAMES OF PRESIDENT# SECRETARY * TREASURER# AND MANAGER THEREOF. IF A COPARTNERSHIP# STATE TRUE NAME OF FIRM* IF BIDDER OR OTHER INTERESTED PERSON IS AN INDIVIDUALS STATE FIRST AND LAST NAME IN FULL* rrrairrirrw'wrsr.�rr—rrwrrr«r rrrwww�wwrr.rrirrr.rrrrrr�ww�rrr -. ... .. riii—rw--w--w—wwrww—wr«w«+Il�rris—wiMr«ww—«—www—!w«rrrrr!«r ri----------i—rw—ww---iw—«i iwi—wiii-------------w—irww—:••,,...,c .,..... >_..... .. ---------r----------iii--- 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- --—————————— CLASS--r—i---w--!! wwiw r i r r i i r Y r i—w i " riririr�—�.—�«iuwwrl+----r«r.r-.rrr+r�wawrwa� - . . rr-Iiriri--------------------i- ——-----—--—---— - (SIGNATURE OF BIDDER ) BUSINESS"ADDRESS ' �rrrirrrr�rir�rrrrw.�rrrr�rr�rr�rrw,ri-ririrr�..rr—rrrwarrwilrrw.w— PLACE OF RESIDENCE r�rw��rrrra,r�raw.�rrr�r+rr�r�r�srr+r+rirrrrrrrrr�rr wr��w��rwr��r+wyar DATE 14 i(�■/ r #. �,rr�a�sii��swr+i4+r�s+w�-rrrr�r�r�rr�rr a�• _ � } il,��� PAw6ti U.S . DEPARTMENT OF COMMERCE Economic Development Administration LOCAL PUBLIC WORKS PROGRAM, ROUND II GUIDELINES FOR 1G$ MINORITY BUSINESS PARTICIPATICN IN LPW GRANTS The 1977 amendment to the Public works Employment Act (LPW) includes the following requirement with respect to minority business enterprise (MBE) participation: Section 106 (f) (2) Except to the extent that the Secretary determines otherwise , no grant shall be made under 'this Act for any local public works project unless the applicant gives satisfactory assurance to the Secretary hat at least 10 per centum of the amount of, LEID h grant shall be expended for minority �" IX ines enterprises. For purposes of this agraph, the term 'minority business enter- SEP 27 i�l( ces' means a business at least 50 per cen-of which is owned by minority group mem- J, R, OLSSONs or, in case of a publicly owned business, CkERK O IRA CO TA CO.1least 51 er centum of the stock of which co rRa cos��, co. P-- owned by minority group members. For the purposes of the preceding sentence, minority group members are citizens of the United States who are Negroes , Spanish-speaking, Orientals, Indians , Eskimos, and Aleuts. EDA Policy EDA ascribes a high priority to the development and support of minority business enterprises and will enforce the 103 MBE participation requirement strictly. In areas with relatively high minority populations , such as large cities, EDA encourages Grantees to spend substantially more than lot of grant funds for MBE3 to make up for the lower than 10% participation which may take place in those areas with small minority populations. d ' Miuofilmed with board order 2 Grantee Obligation The primary obligation for carrying out the 10% MBE participation requirement rests with EDA Grantees. The grant agreement requires that the Grantee assure EDA that it will expend at least 10% of the amount of each grant it receives for bona fide MBEs. Since LPW projects must be performed by private contractors , the Grantee must make sure that at least 10% of the grant funds are expended for MBE contractors, subcontractors or suppliers . The Grantee and those of its contractors which will make subcontracts . or purchase substantial supplies from other firms (herein- after referred to as "prime contractors") must seek� out all available bona fide MBEs and make every effort to use as many of them as possible on the project. An MBE is bona fide if the minority group ownership interests are real and continuing and not created solely to meet 10% MBE requirements. For example, the minority group owners or stockholders should possess control over management, interest in capital and interest in earnings commensurate with the percentage of ownership on which the claim of minority ownership status is based. Similarly, minority participation in a joint venture must also be based on the sharing of real economic interest and must include proportionate control over management, interest in capital and interest in earnings. If the real economic 3 interest in an enterprise or joint venture is represented by debt securities, leasehold interests , management con- tracts or other interests owned or controlled by non- minority group members , EDA will analyze the enterprise or joint venture closely to make sure it is a bona fide MBE. An MBE is available if the project is located in the market area of the MBE and the MBE can perform project services or supply project materials at the time they are needed. The relevant market area depends on the kind of services or supplies which are needed. For example, a supplier of a heavy material such as concrete ` ` pipe would have to be located relatively close to the project because of high transportation costs , while a supplier of relatively expensive, light material could be located far from the project. The market area for any kind of services or supplies depends, therefore, on trade practices; but EDA will require that Grantees arid prime contractors engage MBEs from as wide a market area as is economically feasible. An MBE is qualified if it can perform the services or supply the materials that are needed. Grantees and prime contractors will be expected to use MBEs with less experience than available nonminority enterprises and should expect to provide technical assistance to MBEs } 00 �1 4 - as needed. Inability to obtain bonding will ordinarily not disqualify an MBE. Grantees and prime contractors are expected to help MBEs obtain bonding, to include MBEs in any overall bond or to waive bonding where feasible. The Small Business Administration (SBA) is _ prepared to provide a 90% guarantee for the bond of any MBE participating in an LPW project. Lack of working capital will not ordinarily disqualify an MBE. SBA is , prepared to provide working capital assistance to any MBE participating in an LPW project. Grantees and prime :.; contractors are expected to assist MBEs in obtaining working capital through SBA or otherwise. In order to fulfill its obligation to use MBEs , every Grantee should make sure that it knows the names, addresses and qualifications of all relevant MBEs which would include the project location in their market areas. For this reason, Grantees are urged to call or write any organization which provides minority business. development or construction contract assistance in its area. In most cases , Grantees should also hold prebid . conferences to which they invite interested contractors and representatives of such MBE support organizations. Arrangements have been made through the Office of Minority Business Enterprise (OMBE) , an agency, in the 00711D 5 U. S. Decartment of Commerce which serves as the Federal coordinator and information clearinghouse for minority- owned businesses , to provide assistance to Grantees and prime contractors in fulfilling the 10% MBE requirement. OMBE works closely with and funds numerous minority business organizations which are in regular contact with minority business contractors and suppliers. OMBE' s network of 27 Construction Contractor Assistance Centers (CCAC' s) specialize in services to construction-related minority firms , Besides providing their clients with technical, marketing and financial assistance , CCAC' s also maintain current rosters of minority firms in their areas. A booklet listing these offices is enclosed. Grantees and contractors are also encouraged to use similar non-OMBE-funded minority business organizations for the purpose of locating appropriate minority busi- nesses. Grantees and prime contractors should also be aware of other support which is available from the Small Business Administration (SBA) , an independent agency of the U. S. Government responsible for providing financial , management and other assistance to eligible small busi- nesses. Phrough its f field offices located throughout the U. S. , the SBA administers programs designed to CSU 717 6 - assist small and disadvantaged business firms. In addition to offering direct and guaranteed loans and surety bond guarantees for MBEs engaged in the LPW pro- gram, the SBA also licenses venture capital groups , identifies minority businesses through its computerized Minority Vendors Program, and maintains lists of minority . firms eligible to do business with the Federal Government. The SBA has Minority Small Business Specialists assigned to many of its offices throughout the country. Grantees, . and contractors are encouraged to contact SBA offices for help especially in areas where there is no OMBE office, funded organization or referral agency. A list of SBA offices is also enclosed. In addition to assuring through its contracting pro cedures that MBE's obtain at least 10% of the dollar value of the contracts, subcontracts and supply procurements financed by the LPW grant, the Grantee must monitor the , performance of its prime contractors to make sure that their commitments to expend funds for MBEs are being ful- filled. If a shortfall occurs, EDA will suspend the first letter of credit, or refuse to issue the second letter of credit, or, in extreme cases, terminate the grant, unless the Grantee can demonstrate, that the 00.t 8 f a ..- f,.• t :,` ._;:. r rs�i �f 4t y��h.sl>`,i��}}I L?n.,..f.. -.,iti��;t�. �:���°-�� ���+�''%fi4���».'U"',„!..'�..:t`a+a::� 'r4;�;�i�..,;ll}:tG'av'i,-r`.:i$:.";,�?r�fs�re.-. d t t x 7 shortfall is not its fault' or the fault of its prime contractor, or unless the Grantee can demonstrate that the shortfall will be made up during the remainder of the contract. Because of the seriousness of these EDA' sanctions, Grantees should administer every project tightly and initiate corrective action promptly if a shortfall in MBE participation seems likely. Contracting Requirements LPW projects will be administered through prime contracts involving subcontracts and/or procurement. of substantial supplies and simple contracts which do not involve subcontracts or procurement of substantial supplies, or a combination of prime and simple *contracts., in the case of projects to be administered . through one prime contract, the 10% MBE requirement would .be _met if the prime contractor is an MBE or if at least 10% of ,- ', .. the grant funds are expended for MBE subcontractors or suppliers. In the latter case, the Grantee must make sure that the prime contractor does so expend at Least _. 10% of the grant, and the Grantee may not enter into a prime - contract which does not contain an assurance that the MBE requirement will be met. Such .an assurance is,., contained in EDA' s Supplemental - 8 - General Conditions for Local Public Works Round II Projects , which are to be made part of all prime contracts . Any such prime contract must also include a list of the names and addresses of the t-SEs to be used and the amount of grant funds to be expended for each such MBE. When prime contractors are selected through competitive bidding, the Grantee must require that each bid include a com- mitment to use at least 10 percent of the contract funds for MBEs . Each such bid shall also indicate the name of each MBE the bidder will use, the work to be performed by it, and the total percentage of the contract the bidder will expend in the aggregate for all such MBEs . Bids shall be considered by the Grantee to be responsive only if at least 10 percent of the contract funds are to be expended for MBEs . Within 5 days after the bid opening and after the apparent lowest responsive bidder is notified, it must submit to the Grantee the names of each MBE the bidder will use, the work to be performed by it, and the amount of contract funds to be paid to it. EDA also encourages Grantees and prince contractors to select contractors by negotiation or by a bidding procedure limited to MBEs whenever possible under State law. Upon request, EDA will waive Federal competitive bidding requirements when Grantees determine that other contractor selection procedures con- stitute effective means of achieving at least 10% MBE partic- ipation. OW20 y , .. ,... .;'` . .,Y. i�,.•'e: ,,: .5:! tiE....:qtr:�`.`,,7.t' �� ,t . 'Yt .,.�,. ;_ .�.e.;,rSf S�- ...:��tc ,. ._ ._ i',;. ,. g In the case of projects involving more than one contract, the Grantee may fulfill its 10% MBE require- t m ment in any of several ways . Some of the contractors may themselves be MBEs--for example , contracts for engineering or other professional or supervisory services,, or for landscaping, accounting or guard services. Some prime contracts may be with MBE's or may contain assurances for 10% MBE participation or for more than 10% MBE par- ticipation, with appropriate supporting names and addresses of MBE subcontractors or suppliers . Other prime contracts may provide for less than 10% MBE participation. Unless the Grantee can assure 10% MBE participation by other means, the bidding procedures described above will be applicable to all selections of prime contractors through competitive bidding. Grantees administering projects involving :more than one contract are also encouraged to use other contractor selection procedures where appropriate. In any event, it is the Grantee' s obligation to make sure that at least 10% of the grant funds as a whole will be expended for MBEs through its own simple or prime contracts or through the subcon- tracts or supply contracts of its prime contractors. - 10 - Grantee Reports In order that EDA may monitor MBE participation onra .. .. grant-by-grant basis and a nationwide basis , Grantees are required to submit several sets of reports to EDA, addressed to the appropriate Regional Director# Attention: Civil Rights Division. r Initial Report. Before the first letter of credit is issued, the Grantee must submit a report on Form ED-530, Part A, which sets forth: (a) The name and address of each MBE contractor with which the Grantee has already signed a contract and which describes the work to be done or materials to be furnished by the MBE and states the amount of contract funds to be paid to the MBE. (b) Similar information with respect to MBE subcontractors or suppliers under any prime contract which the Grantee has already signed. The low bidding prime contractor must furnish that informs- - tion to the Grantee before the prime Ms � contract can be signed. (c) Similar information with respect to any simple or prime contract which the 00 122 . S Grantee expects to make at a later . date. Usually this information can only be an estimate . If the . Grantee 's estimate proves to be wrong when sub- sequent contracts are made and it appears that the 10% 14BE requirement may not be met, the Grantee should immediately advise the appropriate EDA regional office to determine how the possible shortfall can be accommodated.. EDA will check each report to determine whether th1.e information on the report demonstrates that at least 10% of the grant funds will be expended for MBEs . If the report does not so demonstrate, no letter of credit will be issued. While EDA will accept the information furnished by' the Grantees at face value for purposes of determining eligibility for a letter of credit, EDA will verify that information during the construction period by corn- paring the information on the initial Form ED-530, Part A, report with the Form ED-530, Part B, certificates which , are submitted later and with the second Form ED-530, Part A, report filed at 40% project completion. ' EDA will also spot-check Grantee and prime contractor compliance 12 - 40% Completion Report. Upon completion of 40% of each project, each Grantee must submit a second report on Form ED- 530 , Part A, describing actual MBE participation up to that point on the basis of executed contracts and subcontracts with MBEs which are still in full force and effect, and estimating any future MBE participation on the basis of any contracts and subcontracts which the Grantee or a prime contractor expects to make with *MBEs during the remainder of the project construction period. The 40% Completion Report must demonstrate MBE participation to the extent of at least 10% of the grant funds in order for EDA to issue the second project letter of credit. If that report indicates that there will be a shortfall, EDA will not issue a second letter of credit and will consider terminating the grant, unless the Grantee can justify the shortfall in MBE participation by demonstrating that it was not the Grantee's fault or the fault of one of its prime contractors . In evaluating any such justification which claims that a MBE contractor, subcontractor or supplier was terminated for failure to perform, EDA will consider whether the Grantee and any relevant prime contractor have furnished all feasible technical 001ffc� lfi� 13 - '- assistance, including assistance with bonding and working capital, to help the MBE perform its contracts . MBE Certifications . The Grantee must secure a state- ment from each minority firm participating in each project as a contractor, subcontractor or supplier, on Form ED-530 , Part B, certifying that the minority firm is a bona, fide minority business enterprise and that the minority firm has executed a binding contract to provide a specific service or material to the project for a specific dollar amount. The Grantee must secure and submit this . statement to EDA as soon as the minority firm has executed a binding contract. EDA will spot-check such certificates to make sure that the participating MBE is bona fide. Copies of the Form ED-530 , Parts A and B, are included with this package. Additional copies are available from EDA Regional Offices. The Grantee must send the initial report, the 40% completion report, and certifications from minority firms to the Regional Director, Attention: Civil Rights Division at the appropriate EDA Regional office. Waivers Although a provision for waiver is included under.. this section of the Act, EDA will only approve a waiver under exceptional circumstances. The Grantee : .. � ; 00`;2 14 must demonstrate that there are not sufficient, relevant, " qualified minority business enterprises whose market' areas include the project location to justify a waiver. The Grantee must detail in its waiver request the efforts the Grantee and potential contractors have exerted to locate and enlist MBEs. The request must indicate the specific MBEs which were contacted and the reason each MBE was not used. EDA will consider the degree to which the Grantee and potential contractors have used available referral sources and related assistance in evaluating waiver recuests. Some State or local laws involving bidding procedtres ' or other matters may make fulfillment of the 10% MBE requirement difficult for some Grantees . It is the responsibility of each Grantee to find ways of achieving` 10% MBE participation regardless of such laws. If qualified, bona fide MBEs are available, EDA will not grant a waiver of the 10% MBE requirement because of difficulties caused by State or local law. ' Only the Grantee can request a waiver . Ordinarily a ' waiver request will be considered only after the Grantee and its prime contractors have taken every feasible action to achieve at least 10% MBE participation. For example, if the Grantee or its prime contractors have taken all feasible steps to locate relevant MBEs and have requested all available qualified MBEs to participate as contractors , subcontractors or suppliers and not enough MBEs can or will participate to reach the 10% MBE participation goal, a waiver recuest detailing the efforts of the Grantee and its prime contractor may be necessary in order for the project to proceed. Such a waiver request would ordinarily be made after the initial bidding or negotiation procedures proved unsuccessful. Waiver requests will also be entertained during the construction period if one or more MBEs which were committed to participate fail to do so through no fault of the Grantee or any of its prime contractors . Finally, a Grantee situated in an area where the minority population is very small may apply for a waiver before requesting bids on its project or projects if' it can show that there are no relevant, available, qualified minority business enterprises which could reasonably be expected to furnish services or supply, materials for the project. It should be noted, however', that there may be relevant, available, qualified minority business enter- prises for some types of projects in some areas and no such enterprises for other types of projects in those same areas. Therefore, waivers shall be granted only on ' a project-by-project basis,. - 16 - In evaluating any request for a waiver, EDA will check all available sources including CCACs, other OMBE-funded organizations -and relevant non-•OMBE-funded minority business organizations to determine whether the requesting Grantee and its prime contractors have made all feasible efforts to locate and enter into contracts or subcontracts with MBEs and to assist MBEs in performing contract services or in furnishing contract supplies . A waiver will be granted only when EDA is satisfied that fulfill- ment of the 10% MBE requirement is not feasible and that the Grantee and its prime contractors have in no way frustrated fulfillment of that requirement. Technical Assistance The staffs of all OMBE affiliates and all SBA offices and the Civil Rights and LPW staffs of EDA Regional Offices are available to assist Grantees, prime contractors and MBEs themselves in achieving maximum MBE participation in the LPW program. EDA has funded special supplemental ' staff in SBA offices to facilitate SBA assistance in surety bond guarantees and working capital loans. In addition, the staffs of the EDA-funded University Resource Centers are prepared to furnish technical assistance to MBEs_ in - bidding and other business and technical areas. A list, of those centers and their addresses is• attached. 4 ps y( �44S.ai e FOR INFORMATION ONLY " �F •', This proposal contains provisions Pertaining and the utilization of Minority Business to Affirmative Action xEnter prises. The proposal requires 100 percent Performance Bonds and 100 Labor and Materials Bonds. percent The proposal requires that the bidder sign various us documents and The Special Provisions require that t hiddersubmit various Federal and local formse bThese, include,forms infrom clude time me are not limited to the following, >� 1. Non _ -Collusion Affidavit 2• Certification re ardin equal opportunity clause previous contracts sect to 3• Questionnaire on disqualification 4• Certification of non-segregated facilities . r; 5. Minority Business Enterprise Utilization Report Part A and Part 8 ;x EDA Form 530 r 6. Form ED 110 7• Form ED 162 8• Form EDA 503 t " ' 9. Equal Enployment Opportunit E {` y mployee Information Report (EED-1 on Standard Form 10p) 10. Minority Business Enterprise Utilization Report Schedule A involves' work with the Southern P of way (Site 4). The bidder will be requiredCto1siR�i road right agreement with the railroad and furnish insuran soarate set forth in the Special Provisions. nce ithefrm_ os Microfilmed with hoard orciMr z 00729' 1 J t, aiv i ��l. N13", : X- ..t; s ,y� s 4;r t. ~l.•rr t, t � ..tiV• F.�Ji k: f r z tit frt a ;3� r rh x qa >..t„.'�t°R xR�."e "' i 1fi?.i wif;g{yl�i•'t'i�ra?,}.Y+.a} �Y ti :+"jr;tbt l,; Ft $t�•P Hyl f .5 :A y r e� r Miscellaneous Storm Drains Project Project No. 4390-0925-77 For Pre-gid Information, Contact: Public Works Department I; Phone (415) 372-4470 { � � _. !_'- _, SPECIAL PROVISIONS r ,� =% r t tz ,r; FORCONSTRUCTION ON COUNTY HIGHWAYS I`'k ,t MISCELLAIIEOUS STORM DRAINS PROJECT y � > -f t , r, , n a .t . :, ; , . ,; - , - �,�, F I L E ID t+ t { y+ _`:,_:�_.�__ 1 :- , , ' ' ! '. , � � A I I . _,:�. 1 1 L . . - - t_ ' ' aJJa4,z,----C I . . _:_,'Z,,:J! , ., I r��rN � - , e x ' ' _1 - �. -'�,,,� 11 _ I --=11'1� 1".a��,::_.. 4- _." 1.f�,f,��":*_:,�i 4,1_,��,-,� I ���/ �,,:: , : ,�� �:�,.,.:,�,,,,�:�,�:-."-,:.�-.,."--.""��,��--,�"",.�,��""".,!,::�.-li.���,-,-�.��,'.."�",�.�,��-,,� , - 4 � > -r-,;�_,�-, !,.,. 6 - � .,_ ..� __ . "_Z_1 . 1 . ,- li�!.__, . � , � : , , ' ' - I I 4, - �, ��-�,�:' . I �,�,". 11 . � . ,�"f,,-"l;,��!��-��,,I�. �, ,,,,.,., ,..�, . . .1 . � ,:,: k.'�,_�,,,'- �_�t ., � J��f .":! ,L,_:�. . , I SEP 7 , I 1-- , -,.-' ' . . .I 1977 J. R. OLSSON CLERK BOARD OF SUPERVISORS .. De ut RA COSTA CO. e Qui ,. ,. :7 -.,. __$ i r t '- t i. k VERNON L. CLINE, PUBLIC WORKS .DLRECTOR } CONTRA COSTA COUNTY PUBLIC WORKS: DEPARTMENT } MARTINEZ1. CALIFORNIA t AUGUST 19 77 r1. , Microfilmed with board order,, �1'( rrr`', ' tt t1.ssi ..�".., ,., -111-1 SStI rc,.�,., 1f�.•"11'�~r�Y''-1 ' `. r a a 4S^x V t r , -:-, -r, ... _r .ti,>.�� l= 4; /1 !; ra'�, �� �^=4. t ,�� { r t x'� / '� 'P r w o ^.,.>.-t.y, .�...six l.,.c,%,af5 r t, w �+ --.z - - S , {`� i i t k k tt.4-,;,,,...4'!'OFM ;�`� rt i� xi' `'.tjr a°,',}k"r,y 7ra(��„=S ,'Ld4s an,,y r. 4.y,m$ .,. : k *,..?37' T3}];i. ,?'� '{ pt'"Jia?.,e}t, WORK ORDER 4390 INDEX SECTION A - DESCRIPTION OF PROJECT PAGE 1 . Location A-1 2. Description of Work A-1 3. Contract Documents - A-2 4. Beginning of Work, Time of Completion, & Liquidated Damages A-2 5. Permits A-3 SECTION B - GENERAL PROVISIONS 1 . Definitions and Terms B-1 2. General B-1 3. Proposal (Bid) Requirements and Conditions B-2 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-8 10. Measurement and Payment B-9 11. General Prevailing Wage Rates B-10 12. Apprentices B-11 13. Previous Disqualification, Removal or Other` Prevention of Bidding B-11 14. Subcontracting B-11 SECTION C - FORCE ACCOUNT AND EQUIPMENT RENTAL 1 . Definition C-1 2. Labor C-1 3. Equipment Rental SECTION D - FEDERAL RE UIREMENTS FOR LOCAL PUBLIC WORKS. '� PROJ ECTS 1 . General 0-1 2. Performance of Previous Contracts D-1 3. Federal Aid Proposal Notices D-1 4. Required Contract Provisions (Federal ) D-5 5. Affirmative Action Requirements - Equal Employment Opportunity D-26 6. Area Affirmative Action Plan 0-33 7. Federal Minimum Wages D-33 SECTION E - CONSTRUCTION DETAILS 1 . Order of Work E-1 2. Lines and Grades E-1 3. Materials E-2 4. Public Convenience, Public Safety and Signing E-2 5. Cooperation E-5 6. Obstructions E-5 7. Relations with Railway Company E-7 8. Removing Concrete00`/ E-16 WORK ORDER 4390 I N D E X (Continued) SECTION E - CONSTRUCTION DETAILS (Cont.) 9. Existing Facilities E-17 10. Clearing and Grubbing E-18 11 . Watering E=18 12. Earthwork E-18 13. Clean-Up E-22 s. 14. Asphalt Concrete E-23 15. Portland Cement Concrete Pavement E-25 16. Concrete Structures E-25 17. Reinforcement E-26 18. Cast in Place Pipe E-27 19. Reinforced Concrete Pipe E-28 20. Corrugated Steel Pipe E-28 21. Sacked Concrete Slope Protection E-29 22. Concrete Curbs and Gutters, Sidewalks, Pedestrian E-29 = Ramps and Driveways DRAWINGS INCLUDED IN SPECIAL PROVISIONS STATE BULLETIN 5-158 EXTRACT - TRENCH PROTECTION CC 302 Markers, Mailboxes, Etc. 303 Pipe Details 306 Sl-6 Curb, Sidewalk 3010 Inlet Frames and Grates 3011 Type A Inlets 3012 Type B Inlets 3013 Type C Inlets 3021 Type II Man Hole Base 3022 Type III Main Hole Base 3023 Circular Grate and Frame 3024 Manhole Frame and Cover 3030 Type A Headwall 3040 Staking 3051 Signing, Striping, Etc. Handicap Ramps (Unnumbered) EDA Site Sign and Specifications SECTION A - DESCRIPTION OF PROJECT 1 . LOCATION The project is located at 4 different. sites described as follows: EL SOBRANTE AREA Site #1 Canyon Road - Valley Lane. Southeasterly 200 feet r Valley Lane - Canyon Road Northeasterly 100 feet v }. CROCKETT AREA r� Site #2 Pomona Street - Alexander Street to 500 feet east of Rol ph Park Drive Site #3 West Street - Alhambra Street to Loring Street Rolph Avenue - Winslow Street to Loring Avenue Loring Avenue - Rolph Avenue to Bay Street Bay Street - Winslow Street to Loring Avenue ,, ALAMO - DANVILLE AREA Site #4 Danville Boulevard - 300 feet south -of. La.;Serena to 300 feet North of Raeanne `Drive Hemme Avenue - 250 feet west of the Southern .Pacific Railroad, to Danville Boulevard 2.. DESCRIPTION OF WORK The work consists of the installation of various sized storm drain culverts, the construction of appurtenant inlet and outlet facilities 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. A _"I - 41 4 n OW 33 a f t s r li J ! ' lir Sty..o.a.... , , ,. ., � ' _.r ., ?• � i;.`, 'fir SECTION A - DESCRIPTION OF PROJECT _.._... ..__ ...._. 3. CONTRACT DOCUMENTS The work embraced herein shall conform to' the`'Pl an' s entitled, "Miscellaneous Storm Drains 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 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 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 .079 "Liquidated Damages," of the Standard Specifications and these Special Provisions. Because of the requirement imposed on the County of Contra Costa by the Economic Development Administration, that on site labor be started on that project on or before November 23, 1977, the following time table will be followed as closely as possible. Open bids _ October 20, 197-7-' Award Contract - October 25, 1977 First Chargeable Working day - November 7, 1977 The Contractor shall* commence work upon receipt of directions to proceed as stated in the "Notice to Proceed" i ss.ued by, .the .Publ i c, Works Department and shall complete the work within the:-al:l.otted 'ti me of: 110 WORKING DAYS counting from and including the day stated as the starting date in the "Notice to Proceed. The Contractor shall pay to the County of Contra Costa the sum of $75.00 per day for each and every CALENDAR DAY of delay in finishing the work in excess of the number of working days prescribed above, and authorized extension thereof. Ul►'f134 t ` r a c y� ,+ 5 t ti �. J,�'a• 1 •`Y '���� Jai,*� 7` ,t3� t , t� �, -. � 3'uk�:v Q. t 3r.��� � SECTION A - DESCRIPTION OF PROJECT S. PERMITS _. Gradin - The Contractor shall comply with the applicable pro- visions ro- visions in t�ty Grading Ordinances (Title 7. - Division 715 of the Contra Costa County Ordinance Code) in the process of disposing of the excess material as fill on private property within the County. Sewer - The Contractor shall contact the Central Contra Costa Sanitary District, the Crockett - Valona Sanitary District, and the San Pablo Sanitary District at least forty-eight (48) hours prior to starting work on or near existing sanitary sewer facilities (including removal of castings) . The County will issue a change order to cover the contractor's actual cost of any permit that may be required and no overhead or profit will be allowed. - # t SECTION B - GENERAL PROVISIONS 3. PROPOSAL (BID) REQUIREMENTS AND CONDITIONS (Cont.) a. Examination of Plans S ecifications Contract and Site of Work S.S. 2-1 .03) Records of the Department referred to in the second paragraph of S. S. Sec. 2-1 .03 may be inspected in the office of the Public Works Director for the County of Contra Costa, Martinez, California. b. Proposal (Bid) 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 ob- tained from the office of the Public Works Director, at the address indicated on the Special Provisions; no other 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 respective spaces provided, and shall be signed by the bidder, who shall fill out all blanks in the proposal (bid) form as therein required. (4) The requirements of 'the last two paragraphs of S. S. Sec. 2-1 .05 shall not apply. c. Proposal (Bid) Guarani. (S.- S., 2-1 .07 The requirements of S. S. Sec.. 2-'l .07 .are superseded by the following: (1) All proposals (bids) shall be presented. under sealed cover. (2) Each proposal (bid) must be accompanied by a Proposal Guaranty in an amount equal to at least 10 percent of the amount bid. Guaranty maybe 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 require- ments of law referred to therein relating to the licensing of Contractors. . 0013 , Y - 2 _. _r .. _. SECTION B - GENERAL PROVISIONS "J ' 3. PROPOSAL (BID) REQUIREMENTS, AND CONDITIONS (Cont.),,,.." d. Competency of Bidders (S.S. 2-1 .11 )(Cont. ) All bideers 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 responsibility, and expericne, in order to be eligible for consideration of their proposal . 4. AWARD AND EXECUTION OF THE CONTRACT (S. S. 3) The provisions of S. S. Sec. 3 shall apply, except- as modified herein. a. Award of Contract (S. S. 3-1 .01) As used in S. S. Sec. 3-1 .01 "Director of Public:Works" means the Board of Supervisors. b. Contract Bonds (S. S. 3-1.02) 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 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 Di rector 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 .thi:rd .paragraph in Section 4-1 .036, "Increased or Decreased Quantities," 'of'the Standard Specifications, the follow- ing shall apply: 07 8 A � k; SECTION B - GENERAL PROVISIONS " ' V ..;+ 5. SCOPE OF WORK (S S. 4)(Cont. ) _.. If the total pay quantity of any major item of work required under the contract varies from the quantity shown on the Proposal by more than 25 percent, in :the f absence of an executed contract change order specifying the compensation to be paid, the compensation payable to the Contractor will be determined in accordance with,,:.., Sections 4-1 .03B(1 ) , 4-1 .03B(2) , or 4-1.03B(3) , as the case may be. A major item of work shall be construed to be any item, the,,, total cost' of which is equal to or greater than 10 percent of the total contract amount, computed on the basis of the Proposal quantity and the; contract unit price. 6. CONTROL OF WORK (S. S. 5) The provisions of S. S. Sec. 5 shall ;apply.; 7.:: CONTROL OF MATERIALS \J S. S. 6" � rw�+r�..�r.��r�r�r r i � r ` 7 isa'�e k R ''•,t1 f' S�f a. 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 fa r` agreement (Contract) or these special provisions, apply-.to ;:this project: k 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 .'addi- tional insureds, with 'a minimum combined single limit coverage ofY500,000 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) ,W.ith respect to Subcontractors' operations, : Contractor shall procure or cause to be proccuredi n `the-ir own behalf: 00l c i SECTION 8 - GENERAL PROVISIONS 8. LEGAL RELATIONS AND RESPONSIBILITY (S. S. 7) (Cont. ) 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 fore- going 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. 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, protable 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 barri caries in proper operating condition when in use on the roadway, or failure to respond promptly to notification, of impropprlY operating equipment, will be sufficient cause for suspension of the contract until such defects are corrected. B 5 #0740, Ce v , :;... ., .e SECTION 8 -GENERAL PROVISIONS 1 1 # AA f 8. LEGAL RELATIONS AND RESPONSIBILITY (S. S. .7) (Cont.N) b. Public Safety (Cont. All expenses incurred by the Agency because of emergency °call=outs" for correcting improper conditions or for resetting or supple orienting 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 Specifi- _ cations 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 crake 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 L _ the work. The cost of such repairs shall be borne by the Contractor and may be deducted from any monies due or to become ,due the Contractor, under the Contract: d. Rights-of-Way and Easements The rights-of-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 convenient for the performance of=the work shall be obtained by the Contractor at his expense. - e. Access to Construction Site The Contractor shall make his own investigation', of the conditions of existing public and private roads and of clearances , permits required, restrictions, road and bridge toad limits; and other limitations : affecting transportation and ingress and'egress to, the job site. The unavaiIa bility of access -routes or limitations thereof'-shall not become the basi=s for claims against the Agency or extensions of time for completion of the work. :+ nn VAI - V tti, i.n.i'la.l`..:'s: .� e r. 4,.;,:i i •, SECTION B - GENERAL PROVISIONS _ _ __ _. 8. LEGAL RELATIONS AND RESPONSIBILITY- M, S. 7} 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 reads 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 pro- clamation 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 proclama- tion had they occurred in a pipulated area or in an area in which such a pro- clamation 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 consideration under the provisions of this section. , 3. Determination of Costs--Unless otherwise agreed between .:the Engineer and the Contractor,- the cost,of the work performed pursuant to -this section 7-1.165 will be determined in accordance with the provisions in Section 9-1 .03, "Force Account Payment," except that there_shall be no markup allow,-. ante 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 s.peci- fications' 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 - ' Uta AM2 } •y G f ! "d• ,. 5 j ar F 4 + i 4 ro r� w t y '� hti,'e t"c3 + t,�},t#.t�.ae.<,.,4. a�i,t 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, determined as provided in Subsection E, that exceeds 5 percent of the amount of the Contractor's bid for bid comparison purposed. 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 Con- tractor's bid for bid comparison purposes. (b) On projects for which the Contractor's bid for bid com- parison 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, accept as modified herein. a. Subcontracting (S.S. 8-1 .01 ) The items of work in the Engineer's Estimate preceded ,by` th'e 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. 4 T '• - B - y 1 :.. SECTION B - GENERAL PROVISIONS 9. PROSECUTION AND PROGRESS (Cont._) d. Progress Schedule (S.S. 8-1 .04) The Contractor shall submit to the Engineer- a practicable: progress schedule before starting any work on the project and, if requested by the Engineer, supplementary progress schedules shall be submitted within five (5) working days of the Engineer's written request. e. Time of Completion (S.S. 8-1 .06) The following days are designated as legal holidays : January 1 , February 12, 3rd Monday in February, last Monday in May, July 4, lst Monday in September September 9, 2nd Monday in October, November ll ; 4th Thursday in November, December 25, and any other day established as a general legal hol-' i day by proclamation of the Governor of California or ' j 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. MEA.SUPEMENT 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 E' S.S. Sec. 9-1 .06 and the fourth paragraph of S.S. Seca 11-1 .029 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. Seca 9-1 .07) (1) Upon satisfactory completion of the entire work,-the Engineer shall recommend the acceptance of the work: to the Board of Super•, z 9 00741 - B SECTION B - GENERAL PROVISIONS 10. MEASUREMENT AND PAYMENT (S.S. 9) (Cont. ) visors. 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 com- pletion and acceptance of the work, if he certifies :by a sworn written state- ment that all claims for labor and materials have been paid, and that no claims have been filed with the Agency based upon acts or omissions of the Contractor, and that no liens or withhold notices have been filed against said work or the property on which the work was done. Payment of the balance due will be made on the day following the regular day for payment of County bills by the County Auditor. e. Adjustment of Overhead Costs (S.S. Sec. 9-1 .08) The provisons of S.S. Sec. 9-1 .08 shall not apply. f. All prior partial estimates and payments shall be sub,jectto correction in the final estimate and payment. 11 . GENERAL PREVAILING WAGE RATES Pursuant to Section 1773.2 of the Labor Code, general prevailing wage rates are published in July of each year in a newspaper of general circulation. A copy of the latest such publication shall be posted ,by the Contractor in a prominent place at the site 'of the work. The general prevailing wage rates set forth in the Department of Transportation publication entitled "Equipment Rental RatesandGeneral Prevailing 'Wage Rates," which is a part of this contract shall also be posted by the Contractor at the same prominent place at the site of the work. All copies of prevailing wage rates to be posted at the job site will be furnished by the Department. The first sentence of the second paragraph in Section 7-1 .01D, "Prevailing Wage," of the Standard Specifications is amended to read: Pursuant to the provisions of Section 1773 of the Labor Code of the State of California, the Department has obtained the general prevailing rate of wages (which rate includes employer payments for health and welfare, pension, vacation, travel time, and subsistence pay as provided for in Sec- tion 1773.8 of said code, apprenticeship or other training programs authorized by Section 3093 of said Code, and similar purposes) applicable to the work to be done, for straight time, overtime, Saturday, Sunday and holiday work. - B 10 U0'� I 5 � SECTION B - GENERAL PROVISIONS 12. APPRE14TI CES The first and second paragraphs in Section 7-1 .01G, "Apprentices;," of the Standard Specifications are amended to read: Attention is directed to Sections 1777.5, 1777.6 and 1777. 7 of the California Labor Code and Title 8, California Administrative Code Section 200 et seq. To insure compliance and complete understanding of the law regarding apprentices, and specifically the required ratio thereunder, each contractor or subcontractor should, where some question exists, contact the Division of Apprenticeship Standards, 455 Golden Gate Avenue, San Francisco, California, or one of its branch offices prior to commencement of work on the public works contract. Responsibility for compliance with this section lies with the prime contractor. 13. PREVIOUS DISQUALIFICATION, REMOVAL OR OTHER PREVENTION OF BIDDING Pursuant to Section 14310.5 of the Government Code (Chapter 782, Statutes of 1974) the bidder shall complete, under penalty of perjury, the questionnaire in the Proposal relating to previous disqualification, removal or other prevention of bidding of the bidder, or officers or employees of the bidder because of violation of law or a safety regulation. A bid may be rejected on the basis of a bidder, any officer of such bidder, or any employee of such bidder who has a proprietary interest in such bidder, having benn disqualified, removed, or otherwise prevented, . from bidding on, or completing a federal , state, or local project becauseof a violation of law or safety regulation. 14. SUBCONTRACTING Attention is directed to the provisions in Section 8-1 .Q1 , "5ub- contracting," of the Standard Specifications and 'these Special Provisions The fourth paragraph in Section 8-1 .01 of the Standard Specify- cations is amended to read: Before work is started on a subcontract the Contractor shall file, with the Engineer, a written statement showing the work to be sub- contracted, giving the names of subcontractors and the description of each portion of the work to be so subcontracted. , Al iv Q1)"� S SECTION C - FORCE ACCOUNT AND EQUIPMENT RENTAL (S.S.---9-1 .03 t The provisions of S.S. Sec. 9-1 .03 shall apply except as modi- fied 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 spec- ified percentages to cover overhead and profit for work not included as a bid item in the contract. When extra work is to paid for on a force account basis , compensation will be determined in accordance with the provisions of S.S.Sec. 9-1 .03 as modified herein. 2. LABOR a. The actual wages to be paid, as defined in S.S. Sec. 9-1 .03A(la) ,' will be considered to be the prevailing rates in effect at the time the labor is performed and no revision of payment for labor already performed will be made for any retroactive increases or decreases in such rates. b. Premium wage rates will not be paid for any labor employed on force account work unless such reates 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 Sec- tions 9-1 .03A(l ) , "Labor," 9-1 .03A(2), "Materials ," and 9-1 .03A(3) , "Equip- ment 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 Spec- ifications is amended to read: To the actual wages, ad defined in Section 9-1 .03A(la) , will be added a labor surcharge set forth in the Department of Transportation publi- cation entitled Equipment Rental Rates and General Prevailing Wage Rates, w 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. EQUIPMBT RENTAL. The provisions. of S.S. Sec. 9.1.03A(3) shall apply, except as modified herein. 0 � � .W. 6 C. - 1 SECTION C - FORCE ACCOUNT AND EQUIPMENT RENTAL (S.S. 9-1 .03) 3. EQUIPMENT RENTAL {Cont. ) a. No payment will be made for idle time due to breakdown, lack of operator, weather conditions prohibiting work, or other circumstances be- yond 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. or r� .i 00748 SECTION D - 'FEDERAL REQUIREMENTS FOR LOCAL PUBLIC WORKS GRANT PROJECTS 1. GENERAL The work herein proposed will be financed in whole or in part with Federal Local Public Works Grant funds, and therefore all of the statutes, rules and regulations promulgated by the Federal Government and applicable to work financed in whole or in part with Federal Funds will apply to such work. This Section D contains specific federal contract provisions required for LPW Grant projects. Whenever in said contract provisions references are made to "Grantee", "Owner", or "Authorized Representative of the Owner", such references shall be construed to mean "Engineer" as defined in Section B of these special provisions. Z. PERFORMANCE OF PREVIOUS CONTRACTS In addition to the provisions in Section S "Equal Employ- ment Opportunity" of the required contract provisions, the Contractor shall comply with the following: The bidder shall execute the CERTIFICATION WITH REGARD TO THE PERFORMANCE OF PREVIOUS CONTRACTS OR SUBCONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY CLAUSE AND THE FILING OF REQUIRED REPORTS located in the proposal. No request for subletting or assigning any portion of the contract in excess 'of $10,000 will be considered under the provi- sions of Section D - "Subcontracting" of the required contract provisions unless such request is accompanied by the CERTIFICATION referred to above, executed by the proposed subcontractor. S 3. FEDERAL AID PROPOSAL NOTICES NOTICES TO PROSPECTIVE FEDERAL-AID CONSTRUCTIO14 CONTRACTORS I. CERTIFICATION OF NONSEGREGATED FACILITIES (a) A Certification of Nonsegregated Facilities, as required by the May 9, 1967, Order of the Secretary of Labor (32 F.R. 7439, May 19, 1967) <* on Elimination of Segregated Facilities is in- cluded in the proposal and must be submitted prior to the award of a Federal-aid contract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity clause. 'i D - 1 00}17 .. . SECTION D - FEDERAL REQUIREMENTS FOR LOCAL PUBLIC WORKS GRANT PROJECTS I. CERTIFICATION OF NONSEGREGATED FACILITIES (b) Bidders are cautioned 'as follows: By signing this bid, the bidder will be deemed to have signed and agreed to the provisions of the "Certification- of Nonsegregated Facilities" in thisproposal.' This , certification provides that the bidder does not maintain or provide for his employees facilities which are segregated on a basis of race, creed; ,"' , color, or national origin, whether such facilities '` are segregated by directive or on a de facto basis.. The certification also provides that the bidder will not maintain such segregated facilities. r (c) Bidders receiving Federal-aid contract awards exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause,`'will-be required to provide for the forwarding of the following notice to prospective subcontractors for construction contracts and material suppliers where;: the subcontracts or material supply agreements exceed $10,000 and -are not exempt from the provi- � fi sions of the Equal Opportunity clause. ' NOTICE TO PROSPECTIVE SUBCONTRACTORS AM MATERIAL SUPPLIERS OR REQOIREMENT FOR CERTIFICATION OF NONSEGREGATED FACILITIES } (a) A Certification of Nonsegregated Facilities as required. by the May 9, 1967,- Order of the Secretary of Labor (32 F.R. 7439, May 19, 1967) on Elimination of Segregated Facilities, which is included in the pro- posal, or attached hereto, must be submitted by each { subcontractor and material supplier prior to the -award of•the subcontract or consummation of a material supply agreement if such subcontract or agreement exceeds $10;000 and is not exempt from the fes ` provisions of` the Equal Opportunity clause. D 2 t d • 'c *at NI +�, k N 5 r ? \ SECTION D FEDERAL REQUIREMENTS FOR LOCAL PUBLIC WORKS GRANT,PROJECTS I. CERTIFICATION OF NONSEGREGATED FACILITIES (Continued) (b) Subcontractors and material suppliers are cautioned . ; as follows: By signing the subcontract or entering into a material supply agreement, the subcontractor or material supplier will be deemed to have signed and agreed to the provi- _ sions of the "Certification of Nonsegregated Facilities" ry P ` in the subcontract or material supply agreement. This certification provides that the subcontractor or r material supplier does not maintain or provide for his employees facilities which are segregated on the basis of race, creed, color, or national origin, whether such facilities are segregated by directive or on a de facto basis. The certification also provides that the sub- contractor or material supplier will not maintain such segregated facilities. (c) Subcontractors or material suppliers receiving sub- contract awards or material supply agreements exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause will be required to pro- vide for the forwarding of this notice to prospective subcontractors for construction contracts and material suppliers where the subcontracts or material supply agreements exceed $10,000 and are not exempt from the provisions of the Equal Opportunity clause. II. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT (a) By signing this bid, the bidder will be deemed to have stipulated as follows: (1) That any facility to be utilized in the performance w . . ; of this contract, unless- such contract is exempt under the Clean Air Act, as amended (42 U.S.C. 1251 et seq. , as amended by Pub. L. 92-500), Executive Order 11738, and regulations in imple- mentation thereof (40 C.F.R. , Part 15) , is not 00 r D .3, :,,. i 01 : 1,. 1 *l f Af t F f SECTION D - FEDERAL REQUIREMENTS FOR LOCAL PUBLIC WORKS GRANT PROJECTS II. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT (Continued) listed on the U.S. Environmental Protection Agency (EPA) List of Violating Facilities pursuant to 40 C.F.R. 15.20. . t (2) That the Contra Costa County Public Works Depart- ment shall be promptly notified prior to contract award of the receipt by the bidder of any communi- cation from the Director, Office of Federal Activities, EPA, indicating that a facility to be utilized for the contract is under consideration to be listed on the EPA List of Violating Facilities. III. MINORITY BUSINESS UTILIZATION REQUIREMENT (a) The federal contract provisions contained herein require that the contractor expend 1...10 percent of the grant amount ($72,200.00) for bona fide minority business .:: enterprise. >4 (b) All bidders shall seek out and consider minority :r business enterprises as potential subcontractors or material suppliers. s 'a (c) A "minority business enterprise" shall mean a business of which at least 50 percent is owned by minority group members, or in the case of publicly owned businesses, of which at least 51 percent of the stock is owned by minority group members. "Minority. group members" are defined as American Negroes, Spanish-speaking American persons, American Orientals, American Indians, American Eskimos, and American Aleuts. (d) A form has been included in the Proposal Section, to be completed by the bidder, which will satisfy the requirements for the minority business utilization D 4 Vo a \ . SECTION D - FEDERAL REQUIREMENTS FOR. LOCAL PUBLIC WORKS-GRANT'PROJECTS III. MINORITY BUSINESS UTILIZATION REQUIREMENT (Continued) (e) Should the bidder fail to submit this certification or submit a false certification, the bid will be rendered nonresponsive. (f) The Contractor shall designate and make known to the Engineer a liaison officer to administer the contract's minority business enterprise program. 4. REQUIRED CONTRACT PROVISIONS• (FEDERAL) (a) START OF WORK Y The Public Works Employment Act of 1977 requires FM that on site labor on this project start on or before Wednesday, November 23, 1977. t (b) DEFINITIONS M The following terms as used in these General Conditions are respectively defined as follows: 1. "Contractor": A person, firm or corporation with whom this Contract is made by the Owner. (The Owner is referred to by EDA, in othe documents, as the Grantee/Borrower) . 2. "Subcontractor": Aperson, firm or corporation supplying labor and materials or only labor for i „ work at the site of the project for, and under .separate contract or agreement with, the r Contractor. 3. "Work on (at) the project": Work to be performed at the location of the project, including the transportation of materials and supplies to or from the location of the project by. employees °> of the .Contractor, and any -Subcontractor. _ 0 0 p g . ro SECTION D -, FEDERAL REQUIREMENTS FOR LOCAL PUBLIC WORKS GRANT PROJECTS 4. REQUIRED CONTRACT PROVISIONS FEDERAL - Continued (b.) DE IN NS - (Continued) 4. "Apprentice": (1) A person employed and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Bureau of Apprenticeship and Training, or with a State apprenticeship agency recognized by the Bureau; or s5u (2) a person in his first 90 days of probationary _ employment as an apprentice in such an apprentice- ship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Council (where appropriate) to be eligible for probationary employment as an appren- tice. S. "Trainee": A person receiving on-the-job training in a construction occupation under a program which is approved (but not necessarily sponsored) by the U.S. Department of Labor, Manpower Adminis- tration, Bureau of Apprenticeship and Training, and which is reviewed from time to time by the Manpower Administration to insure that the training meets r � r adequate standards. (c) PATENTS The Contractor shall hold and save the Owner and its officers, agents, servants, and employees harmless from liability of any nature:'or' kind, including cost and - expenses for, or .on account of, any patented or un- patented invention, process,'article, or appliance manufactured or used in the performargce of the contract, including its use by the Owner, unless otherwise specifically stipulated in the contract documents. License or Royalty Fee: License and/or Royalty Fees for the use of a pross which is authorized by the Owner ui the r� project must be reasonable.and paid to the holder of the patent.or his authorized licensee.direct by the Uwncr and not by or through the Contractor. If the Contractor uses any design. device or materials covered by letters. patent or copyright.he shall provide for such use by suitable agreement with the Owner of such patented or copyrighted design. device or material. It is mutually agreed and understood that.without exception.the contract prices shall include all royalties or costs arising from the use of such design:derive or materials.in any way involved in the work.The Contractor and/or his Sureties shall indemnify and save harmless the Owner of the project from any and all claims for infringement by reason of the use of such patented or copyrighted design.device or materials or any trademark or copyright in connection with work agreed to hs performed under this contract.and shall indemnify the Owner for any cost.expense or damage which it may be obliged qtyto pay by reason of such infringement at any time during the prosecution of the work or ifter co piyR►1 a work. ��� SECTION D - FEDERAL REQUIREMENTS FOR LOCAL .PUBLIC WORKS GRANT ,PROJECTS 4. REQUIRED CONTRACT PROVISIONS (FEDERAL) - (Continued) (d) REPORTS, RECORDS AND DATA The Contractor shall submit to the Owner such schedule of quantities and costs, progress schedules, payrolls, reports, estimates, records and other data as the Owner may request concerning work performed or to be per- formed under this contract. (n) RIGHT OF THE OWNER TO TERMINATE CONTRACT In the event that any of the provisions of this contract are violated by the Contractor, or by any of his sub- contractors, the Owner may serve written notice upon the Contractor and the Surety of its intention to terminate the contract, such notices to contain the reasons for such intention to terminate the contract, and unless within ten (10) days after the serving of such notice upon the Contractor, such violations or delay shall cease and satisfactory arrangement or correction be made, the contract shall, upon the expiration of said ten (10) days, cease and terminate. In the event of any such termination, the Owner shall immediately serve notice thereof upon the Surety and the Contractor, and the Surety shall have the right to take over and perform the contract; Provided, however, that if the Surety does b not commence performance thereof within ten (10) days Y.� 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 k 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 by the Owner thereby, and in such event the Owner may take Possession of and utilize in completing the work, such materials, appliances, and plant as may be on .the site �f of the work and necessary therefor. (f) INSPECTION The authorized representatives and agents of the Economic Development Administration shall be permitted to inspect all work, materials, payrolls, records of personnel, invoices of materials, and other relevant data and records. D - 7 r l ,; .t. .e, .c,rv,-•.., ar,. ...:.e ,..e, , ;, ;, .., t ..r"', •., .�.. .:�•' `fir. .. ., ,5 t.x...�rQ.s , .,, , .. ....t .. SECTION D"--- FEDERAL REQUIREMENTS FOR LOCAL PUBLIC WORKS 'GRANT-PROJECTS 4. REQUIRED CONTRACT PROVISIONS (FEDERAL) - (Continued) (g) CONSTRUCTION SCHEDULE AND PERIODIC ESTIMATES Immediately• after execution and delivery of the contract, ` and before the first partial payment is made, the 7. aK•"' Contractor shall deliver to the Owner an estimated construction.progress schedule in form satisfactory to the Owner, showing the proposed dates of commencement and completion of each of the various subdivisions of -work required under the Contract Documents and the anticipated amount of each monthly payment that will become due the Contractor in accordance with the pro r gress schedule. The Contractor shall also furnish on forms to be supplied by the Owner (a) a detailed estimate giving a complete breakdown of the contract ' price and (b) periodic itemized estimates of work done for the purpose of making partial payments and will not be considered as fixing a basis for addition to or deductions from the contract price. (h) PAYMENT'S BY CONTRACTOR The Contractor shall pay (a) for all transportation and utility services not later than the 20th day of the calendar month following that in which services are rendered, (b) for all materials, tools, and other expendable equipment to the extent of 90% of the cost a� thereof, not later than the 20th day of the calendar month following that in which such materials, tools, and equipment are 'delivered at the site of the project, and the balance of the cost thereof not later than the h 30th day following the completion of that part of the work in or on which such materials, tools, and equip- '= sz ' ment are incorporated or used, and (c) to each of his subcontractors, not- later than the Sth day following each payment to the Contractor, the respective amounts allowed the Contractor on account of the work performed by his subcontractors to the extent of each subcontractors interest therein. T'aw d"f! �'?I "•'ti `i;.ii" ..� j r ?k ? r, �.i! fi ,r,v -�;.i7(( ',a � {'t''r��{r. t..;t,. "tV..GS. SECTIOND -_ FEDERAL REQUIREMENTS FOR LOCAL PUBLIC WORKS GRANT PROJECTS 4, REQUIRED CONTRACT PROVISIONS (FEDERAL) (Continued) (i) COMMACTOR'S AND SUBCONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all the insurance = required under this paragraph and as mentioned in ' Section B of these special provisions and such insurance has been approved by the Owner, nor shall the Contractor allow any subcontractor to commence M : work on his subcontract until the insurance required of the subcontractor has been so obtained-and approved. ; L 1. Compensation Insurance. The Contractor shall procure and shall maintain during the life of this contract Workmen's Compensation Insurance as required by applicable State or territorial law for all of his employees to be engaged in work at the site of the project under this contract and, in case of any such work sublet, the Contractor shall require the subcontractor similarly to provide Workmen' s Compensation Insurance for all of the latter's employees to be engaged in such work unless such employees are covered by the protection afforded by the Contractor's Workmen's Compensation Insurance, ad In acase any class of employees engaged in hazardous work on the project under this contract , is not protected under the Workmen's Compensation Statute, the Contractor shall provide and shall cause each subcontractor to provide adequate employer's liability- insurance for the protection of. such of his employees as are not otherwise pro- tected, 2. Contractor's Public Liability and Property Damage Insurance and Vehicle Liabilit4 Insurance. The Contractors all procure and shall maintain during the life of this contract Contractor's Public Liability Insurance, Contractor's Property Damage Insurance and Vehicle Liability Insurance in the amounts specified in paragraph 3 of the Supplemental General Conditions. D 9' i t_ SECTION D - FEDERAL REQUIREMENTS FOR LOCAL PUBLIC WORKS GRANT PROJECTS. 4. REQUIRED CONTRACT PROVISIONS (FEDERAL) - (Continued) (i) CONTRACTOR'S AND SUBCONTRACTOR'S INSURANCE- (Continued) 3. Subcontractor's Public Liability and Property Damage Insurance and Vehicle Liabilitv Insurance.The Contractor shall either (1) require each of his subcontractors to procure and to maintain during the life of his subcontract. Subcontractor's Public Liability and Property Damage Insurance and Vehicle Liability Insurance of the type and in the amounts specified in paragraph 3 of the Supplemental General Conditions specified in subparagraph b hereof. or,(2)insure the activities of his subcontractors in his policy.specified in subparagraph b hereof. 4, Scope of Insurance and Special Hazards.The insurance required under subparagraphs b and c hereof shall provide adequate protection for the Contractor and his subcontractors, respectively, against damage claims which may arise from operations under this contract, whether such operations be by the insured or by any one directly or indirectly employed by him and. also against any of the special hazards which may be encountered in the performance of this:ontract as enumerated in paragraph 3 of the Supplemental General Conditions. Builder's Risk Insurance(Fire and Extended Coverage).The Contractor shall procure and shall maintain during the life of this contract Builder's Risk Insurance(Fire and Extended Coverage) on a 100 percent (100%) completed value basis on the insurable portion of the project.The Owner,the Contractor,and subcontractors t as their interests may appear)shall be named as the Insured. 6 Proof of Carriageo� f Insurance.The Contractor shall furnish the Owner with certificates showing the type, amount. class of operations covered, effective dates and dates of expiration of policies. Such certificates shall also contain substantially the following statements: -The insurance covered by this certificate will not be cancelled or material% altered,except after ten(10)days written notice has been received by the Owner," CONTRACT SECURITY ` The Contractor shall furnish a performancr bond in an amount at least equal to one hundred percent (100x6) of the contract price as security for the faithful performance of this contract and also a payment bond in an amount equal to one hundred percent(1000 of the,contract price or in a penal sum not less than that prescribed by State, territorial or local law,as security for the payment of all persons performing labor on the project under this contract and furnishing materials in connection with this contract.The Performance bond and the Payment bond may be in one or in separate "gtstruments in accordance with local law. Before final acceptancc each bond must be approved by the Economic Development Administration. 10 r S t ) a<•�r d SECTION D - FEDERAL REQUIRENMNTS FOR LOCAL PUBLIC WORKS GRANT PROJECTS 4. REQUIRED CONTRACT PROVISIONS (FEDERAL) - (Continued) k. ADDITIONAL OR SUBSTITUTE BOND If at any time the Owner for justifiable cause, shall be or become dissatisfied with the Surety or Sureties for the' Performance and/or Payment Bonds, the Contractor shall within Five(S) days after notice from the Owner to do so. substitute an acceptable bond(or bonds) in such form and sum and signed by such other Surety or Sureties as may be satisfactory to the Owner.The premiums on such bond shall be paid by the Contractor. No further payments shall be deemed due nor shall be made until the new Surety or Sureties shall have furnished such an acceptable bond to the Owner. MUTUAL RESPONSIBILITY OF CONTRACTORS If,through acts of neglect on the part of the Contractor,any other Contractors or any subcontractor shall suffer loss of damage on 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 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. M.— SEPARATE CONTRACTS The Contractor shall coordinate his operations with those of other Contractors. Cooperation will be required in the arrangement for the storage of materials and in the detailed execution of the work. The Contractor, including his subcontractors. shall keep informed of the progress and the detail work of other Contractors and shall notify the Architect/Engineer immediately of lack of progress,or defective workmanship on the part of other Contractors. Failure of a Contractor to keep informed of the work progressing on the site and failure to give notice of tack of,progress or defective workmanship by others shall be construed as acceptance by him of the status of the work as being satisfactor-, for proper coordination with his own work. n. SUBCONTRACTING The Contractor may utilize the services of specialty subcontractors on,those parts of the work which.'under normal contracting practices,are performed by specialty subcontractors. The Contractor shalt not award any work to any subcontractor without prior written approval of the Owner, which approval will not be given until the Contractor submits to the Owner a written statment concerning the proposed award to the subcontractor,which statement will contain such information as the Owner may require. The Contractor shall be as fully responsible to the Owner for the acts and omissions of his subcontractors,and of persons either directly or indirectly employed by them, as he is for the acts and omissions of persons directly employed by him. The Contractor shalt rause appropriate provisions to be inserted in all subcontracts relative to the work to bind subcon. tractors to the Contractor by the terms of the General Conditions and other contract documents insofar as applicable to the work of subcontractors and to give the Contractor the same power as regards terminating any subcontract that the Owner may exercise over the Contractor under any provision of the contract documents. Nothing contained in this contract shall create any contractual relation between any subcontractor and the Owner, 00 W D i 4 , SECTION D - FEDERAL REQUIREMENTS FOR .LOCAL ,PUBLIC WORKS GRANT PROJECTS 4. REQUIRED CONTRACT PROVISIONS (FEDERAL) (Continued) 0• CONFLICTING CONDITIONS , Any provision in any of the contract documents which may be in conflict or inconsistent with any of the paragraphs in these Gepw0 ienc shall be void to.the extent of such conflict or inconsistency. P. NOTICE AND SERVICE THEREOF Any notice to any Contractor from the Owner relative to any part of this contract shall be in writing and considered delivered and the service thereof completed, when said notice is posted. by certified or registered mail, to the said Con- tractor at his last given address.or delivered in person to said Contractor or his authorized representative on the work. q, 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 other- wise any such provision is not inserted,or is not correctly inserted,then upon the application of either party the contract shall forthwith be physically amended to make such insertion or correction. r. SAFETY AND HEALTH REGULATIONS FOR CONSTRUCTION 'in order to protect the lives and health of his employees under the contract,the Contractor shall comply with all perti, neat"provisions of the Contract Work Hours and Safety Standards Act,as amended,commonly known as the Construc- don Safety Act as pertains to health and safety standards; and shall maintain an accurate record of all cases of death, occupational disease, and injury requiring medical attention or causing loss of time from work, arising out of and in the course of employment on work under the contract. The Contractor alone shall be responsible for the safety.efficiency,and adequacy of his plant,appliances,and methods, and for any damage which may result from their failure pr their improper construction,maintenance,or operation. _,. >, 15 f:l z � (., �? ;. �} t.�,. r ,.J� GTd( 3, � rj>35.-�.:�' r. w ri .$"�,y✓ !i i« 2 ft F.Z ",Fii�A - i ..r "i. i. it_ a :r .r �E1 .,EY.. .� ;":'� C ,�nP't i?a z � i �'it.• t ..� ..>ttt att «.�„rn,kt,s ,.�.. Sy �$1 �?�,. - �-' fz�a" �..,.,-'� 4 .} .t."ru>,. ?e S. ? er, t1! i li;• .�!' tri r..`k j.. xa n 1 :. o:., .ler :�. o SLS N „7, o�'kl��,{ ✓ Va,' C.[o -#s,,. �: .�1 rl cr t a"4F ti . 'D 12:100 100 _ .. . .. a. A_ rr .rzc. .,� c.�,.a.[ ., .. ,t, .... <.S•-,. ,1�h.S�'.r°.rrY17v1.�'- . ._... ... - a. ,,n`'.. a4`„gur�, 4 SECTION D - FEDERAL REQUIREMENTS FOR LOCAL PUBLIC WORKS GRANT' PROJECTS 4. REQUIRED CON-MCT PROVISIONS (FEDERAL) - (Continued) s., MINIMUM WAGES All mechanics and laborers employed or working upon the site of the work. or under the United States Housing Act of 1937, or under the Housing Act of 1949 in the construction or development of the project, will be paid uncondi• tionally and not less often than once a week, and without subsequent deduction or rebate on any account(except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR Pari 3)). the full amounts due at time of payment computed at wage rates not less than those contained in the wage determination decision of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the Contractor and subcontractor and such laborers and - mechanics;and the wage determination decision shall be posted by the Contractor at the site of the work in a prominent place where it can be easily seen by the workers. For the purpose of this clause,contributions made or costs reasonably anticipated under section I (b)(2)of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics,subject to the provisions of 29 CFR 5.5(a)(1)(iv). Also for the purpose of this clause, regular contributions made or costs incurred for more than a weekly period under plans, funds,or programs. but covering the particular weekly period.are deemed to be constructively made or incurred during such weekly period. The Owner shall require that any class of laborers or mechanics, including apprentices and trainees,which is not listed in the wage determination and which is to be employed under the contract.shall be classified or reclassified conformably to the wage determination and a report of the action taken shall be sent by the Federal agency to the Secretary of Labor. In the event the interested parties cannot agree on the proper classification or reclassification of a particular class of laborers and mechanics. including apprentices and trainees, to be used. the question accompanied by the rec- ommendation of the contracting officer shall be referred to the Secretary for final determination. The Owner shall require whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly wage rate and the contract is obligated to pay a cash ectuiv- alent of such a fringe benefit, an hourly cash equivalent thereof to be established. in the event the interested parties cannot agree upon a cash equivalent of the fringe benefit. the question. accompanied by the recommendation of the Owner,shall be referred to the Secretary of Labor for determination. If the Contractor does not make payments to a trustee or other third person. he may consider as part of the wares of any laborer or mechanic the amount of any costs reasonably anticipated in providing benefits under a plan or program of a type expressly lined in the wage determination decision of the Secretary of jabor which is a pan of this contract: provided. how _the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met.The Secretary of Labor may require the Contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. The Contractor specs to comply with Executive Order i 1588. issued March 29. 1971, and any other Executive Order, statute,or regulation regarding the stabilization of wages and prices in the construction industry. . WITHHOLDING OF PAYMENTS The Economic Development Administration may withhold or cause to be withheld from the contractor so much of the acwiad payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices and trainees,employed by the contractor or any subcontractor on the work the full amount of wages required by the contract.In the event of failure to pay any laborer or mechanic;including any apprentice or trainee employed or working on the site of the work or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the con- struction or development of the project.'all or part of the wages required by the contract, the Economic Development Administration may, after written notice to the contractor. sponsor, applicant, or Owner, take such action as may be necessary to cause the suspension of any funher payment. advance, or guarantee of funds until such violations have D - 13 SECTION D - FEDERAL REQUIREMENTS FOR LOCAL PUBLIC WORKS GRANT PROJECTS 4. REQUIRED CONTRACT PROVISIONS (FEDERAL) (Continued) ., ..' u. PAYROLLS AND BASIC RECORDS Payrolls and basic records relating thereto will be maintained during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work, or under the United States Housing Act of 1937 or under the Housing Act of 1949,in the construction or development of the project.Such records will contain the name and address of each employee,his correct classification, rates of pay(including rates of contribu- tions or costs anticipated of the types described in section 1 (b)(2)of the Davis-Bacon Act),daily and weekly number of hours worked,deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR SS (a)(1) (iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan program described in section I (b)(2)(B)of the Davis-Bacon Act,the Contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected.and records which show the costs anticipated or the actual cost incurred in providing such benefits. The Contractor will submit weekly a copy of all payrolls to the Economic Development Administration if the agency is a party to the contract.but if the agency is not such a party,the Contractor will submit the payrolls to the applicant, sponsor,or Owner.as the case may be- for transmission to the Economic Development Administration.The copy shall be accompanied by a statement signed by the employer or his agent indicating that the payrolls are correct and complete. that the wage rata contained therein are not less than those determined by the Secretary of Labor and that the classi- Scationns set forth for each laborer or mechanic conform with the work he performed. A submission of a "Weekly Statement of Compliance" which is required under this contract and the Copeland regulations of the Secretary of Labor(29 CFR Part 3)and the filing with the initial payroll or any subsequent payroll of a copy of any findings by the Secretary of Labor under 29 CFR 5:5(a)(000 shall satisfy this requirement.The Prime Contractor shall be respon- sibie for the submission of copies of payrolls of all Subcontractors. The Contractor will make the records required under the labor standards clause of the contract available for inspection by authorized representatives of the Economic Development Administration and the Department of Labor.and will permit such mpresa tatives to interview employees during working hours on the job. Y. APPRENTICES AND TRAINEES Apprentices wi1J be permitted to work as such only when they are'registered,individually,under a bona fide apprentice- ship program registered wit a State apprenticeship agency which is recognized by the Bureau of Apprenticeship and Training. US. Department of Labor, or, if no such recognized agency exists in a State..under a program registered with the Bureau of Apprenticeship and Training. U.S. Department of Labor. The allowable ratio of apprentices to journeymen in any craft classification shall not be greater than the ratio permitted to the Contractor as to his entire work force undo the registered program. Any employees listed on a payroll at an apprentice wage rate. who is not a trainee as defined in taction lif or is not registered as above, shall be paid the wage rate determined by the Secretary of Labor tar the aassi6cation of work he actually performed. The Contractor or subcontractor will he required to furnish to the Owner written evidence of the registration of his program and apprentices as well as of the appropriate ratios and wage rata,for the arta of construction prior to using any apprentices on the contract work. Trainees will permitted to work as such when they are bona fide trainees employed pursuant to a program approved by the US. Department of Labor. Manpower Administration, Bureau of Apprenticeship and Training. and where the subparagraph below is applicable. in accordance with the provisions of Part 5a. Subtitle A. Title:29.-Code of Federal Regulations. 14001' ' ..i. .l _. ., + r _ . : .F:t.'�) ... iii 4. Si. ✓�I, ., f 5 ..t. . x i, �tl. ... SECTION D - FEDERAL REQUIREMENTS FOR LOCAL PUBLIC WORKS GRANT PROJECTS 4. REQUIRED CONTRACT PROVISIONS (FEDERAL) - (Continued) V. On contracts in excess of 510,000, the employment of all laborers and mechanics, including apprentices and trainees. as defined in tier-; ."shall also be subject to the provisions of Part 5a. Subtitle A. Title 29,Code of Fedcral Regula- tions.Apprentices and trainees shall be hired in accordance with the requirements of Part 5a. The provisions Of Sectiones S v • u_sifail be applicable to every imitation for bids, and to every negotiation, request for proposals. or request for quotations, for an assisted construction contract, issued after January 30, 1972, and to every such contract entered into on the basis of such invitation or negotiation. Part 5a.3. Subtitle A. Title 29, Code of Federal Regulations shall constitutc the conditions of each assisted contract in excess of S10.000. and each Owner concerned shall include these conditions or provide for their inclusion. in each such contract. Parts 5a.4. 5a.5. 5a.6,and 5a.7 shall also be included in each such contract for the information of the Contractor. .w. COPELAND"ANTI-KICKBACK"PROVISiONS These provisions of this section. 29 CFR Part 3. prescribe "Anti-Kickback" regulations under section 2 of the Act of June 13. 1964,as amended(40 U.S.C.276c).popularly known as the Copeland Act. Each Contractor or subcontractor shall furnish each week a Statement of Compliance. Form ED-162. to accompany the weekly submission of payroll forms. Section 1001 of Title 18 of the United States Code(Criminal Code and Criminal Procedure)shall apply to such state. ment as provided in 72 Stat.967(18 U.S.C. 1001, among other things. provides that whoever knowingly and willfully makes or uses a fraudulent document or statement of entry, in any matter within the jurisdiction of any department or agency of the United States.shall be fined not more than 510.000 or imprisoned not more than five years.or both). The requirements of this section shall not apply to any contract of 52.000 or less. Upon a written finding by the head of.a Federal agency. the Secretary of labor may provide reasonable limitations. variations.tolerances.and exemptions from the requirements of this section subject to such conditions as the Secretary of labor may specify. Deductions made under the circumstances or in the situations described in the paragraphs of this section may be made without application to and approval of the Secretary of Labor: D - s, r 00 6 SECTION D - FEDERAL REQUIREMENTS FOR LOCAL PUBLIC WORKS GRANT PROJECTS 4. REQUIRED CONTRACT PROVISIONS (FEDERAL) - (Continued) 14- a. Any deduction made in compliance with the requirements of Federal.State.or local law such as Federal or State with- holding income taxes and Federal social security taxes. b. Any deduction of sums previously paid to the employee as a bona fide prepayment of wages when such prepayment is made without discount or interest.A "bona fide prepayment of wages"is considered to have been made only when cash or its equivalent has been advanced to the person employed in such a manner as to give him complete freedom of disposition of the advanced funds. c. Any deduction of amounts required by court process to be paid to another unless the deduction is in favor of the Contractor,subcontractor,or any affiliated person,or when collusion or collaboration exists. d. Any deduction constituting a contribution on behalf of the person employed to funds established by the employer or representative of employees, or both, for the purpose of providing either from principal or income, or both. medical or hospital care, pensions or annuities or retirement, death benefits, compensation for injuries, illness. accidents, sickness. or disability, or for insurance to provide any of the foregoing, or unemployment benefits, vacation pay, savings accounts, or similar payments for the benefit of employees, their families and dependents: Provided, however, that the following standards are met: (1) The deduction is not otherwise prohibited by law; (2) it is either. (i) voluntarily consented to by the employee in writing and in advance of the period in which the work is to be done and such consent is not a condition either for the obtaining of or for the continuation of employ- mens, or(ii) provided for in a bona fide collective bargaining agreement between the Contractor or subcontractor and representatives of its employees; (3) no profit or other benefit is otherwise obtained, directly or indirectly, by the Contractor or subcontractor or any Ailiated person in the form of commission, dividend, or otherwise, and(4)the deductions shall serve the convenience and interest of the employee. e. Any deduction contributing toward the purchase of United States Defense Stamps and Bonds when voluntarily authorized by the employee. f. Any deduction requested by the employee to enable him to repay loans to or to purchase shares in credit unions organized and operated in accordance with Federal and State credit union statutes. S. Any deduction voluntarily authorized by the employee for making of contributions to governmental or quasi- goyetturtett agencies. h. Mdu Any dection voluntarily authorized by the employee for making of aontribufions to Community Chests, United Givers Funds,and similar charitable organizations. L Any daductioas to pay regular union intiation fees and membership dues.not including fines or special assessments: Provided, however, that a collective bargaining agreement between the Contractor or subcontractor and repre- sentatives of its employees provided for such deductions and the deductions are not otherwise prohibited by law. j. Any deduction not more than for the "reasonable cost" of board, lodging, or other facilities meeting the require. menta of section 3(m)of the Fair Labor Standards Act of 1938,as amended,and Part 531"of this title, When such a deduction is made.the additional records required under SS 16.25(x)of this title shall be kept. L D - 16 00 r. .. SE O D - FEDERAL REQUIREMENTS FOR LOCAL PUBLIC ERKS GMMMZ �a 4. `REQUIRED CONTRACT PROVISIONS (FE�DERAL)-- (Continued/ ✓' W. a. Any deduction made in compliance with the requirements of Federal.State.orlocal law such as Federal or State with- holQing income taxes and Federal social security taxes. b. Any deduction of sums previously paid to the employee as a b9tia fide prepayment of wages when such prepayment is made without discount or interest.A "bona fide prepaymepeof wages" is considered to have been made only when cash or its equivalent has been advanced to the person employed in such a manner as to give him complete freedom of disposition of the advanced funds. c. Any deduction or,,amounts required by court process to be paid to another unless the deduction is in favor of the - Contractor,subcontractor,or any affiliated person,'or when collusion or collaboration exists. d. Any deduction constituting a contribution on=behalf of the person employed to funds established by the employer or representative of employees, or both, for• the purpose of providing either from principal or income, or both. medical or hospital care, 'tensions or annuities or retirement, death benefits, compensation for injuries, illness. accidents, sickness, or disabiljty, or fat insurance to provide any of the foregoing, or unemployment benefits, vacation pay, savings accounts.<or similar payments for the benefit of employees, their families and dependents-. Providgd.. however, that the fc)6tng standards are met: (1) The deduction is not otherwise prohibited by law; (Z) it is either. (i) voluntarily co a" ted to by the employee in writing and in advance of the period in which the worst is to be done and such co sent is of a condition either for the obtaining of or for the continuation of employ- ment. or(ii)provided for in bona fide ollective bargaining agreement between the Contractor or subcontractor _ and representatives of its playas; (3) profit or other benefit is otherwise obtained, directly or indirectly, by the Contractor or snpcontractor or any�ef1''iiliated person in the form of commission, dividend. or otherwise, and(4)the deductions 11 serve the convenienciia nd interest of the employee. e• Any deduction co 'busing toward the purchasef,United States Defense Stamps and Bonds when voluntarily authorized by the ployee. f Any deduction equested by the employee to enable hun to repay loans to or to purchase shares in credit unions organized operated in accordance with Federal and Statet(edit union statutes. S. Any dodu Rion voluntarily authorized by the employee for rnalk ng of contributions to governmental or quasi. gave t agencies. h. Any ction voluntarily authorized by the employee for making of ntributions to Community Chests, United Giv Funds,and similar charitable organizations. L Any deductions to pay regular union intiatian fees and membership dues.not tudang fines or special assessments: Provided_ however that a collective bargaining agreement between the Const for or subcontractor and repre- sentauves of its employees provided for such deductions and the deductions are not o erwise prohibited by law. j. Any deduction not more than far the "reasonable cost" of board, )edging, or other fa ' ities meeting the require- menu of section 3(m)of the Fair Labor Standards Act of 1938,us amended,and Part 53 f this title, When such a deduction is made.the additional records required under S516.25(a)of this title shall be kept. t D 1(i SECTION D - FEDERAL REQUIREMENTS FOR LOCAL PUBLIC WORKS GRANT PROJECTS•, A. REQUIRED CONTRACT PROVISIONS (FEDERAL)- (Continued) x. SUBCONTRACTORS The Contractor Will insert in anv subcontracts the clauses contained in 29 CFR 5.5(aX 1) through (5)and(7) and such other clauses as the Economic Development Administration may by appropriate instructions require. and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts which they may enter into,together with a clause requiring this insertion in any further subcontracts that may in turn be made. _ y, OVERTIME REQUIREMENTS, No Contractor or subcontractor contracting for any part of the contract work which may require or involve the em- ployment of laborers or mechanics shall require or permit anv laborer or mechanic in any workweek in which he is employed on such work to work in excess of eight hours in any calendar day or in excess of forty hours in such 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 in txccss of eight hours in any calendar day or in excess of forty hours in such workweek. as the case may be, In the event of any violation of the clause set forth in the subsection above, the Contractor and any subcontractor responsible therefor.shall be liable to any affected employee for his unpaid wages. In addition,such Contractor and sub- contractor shall be Hable to the United States(in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages-shall be computed with respect to each. individual laborer or mechanicemployed in violation of the clause.set forth in the above subsection in the sum of 510.00 for each calendar day on which such employee was required or permitted to work in excess of eight hours or in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in subsection above. The Economic Development Administration may withhold or cause to be withheld. from any moneys payable on ac- count of work performed by the Contractor or subcontractor. such sums as may administratively be determined to be necessary to satisfv any liabilities of such Contractor or subcontractor for unpaid wages and liquidated damages, as provided in the clause set forth above. qtr The Contractor shall insert in all subcontracts the clause set forth in the above subsections of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts',which they may enter into,together with a clause requiring this insertion in any further subcontracts that may in turn be made: 1 00 .� .,. ' :}�¢ 5*` � r���r�Fa . ., ��. • 5'��'s;'�ti.,.- .,,31� �,a, ., „+,r.,. .�s.,,ht^»r(„ s -, .. ,. ..>� _ ".,. SECTION D - FEDERAL REQUIREMENTS FOR LOCAL PUBLIC WORKS GRANT PROJECTS 4. REQUIRED CONTRACT PROVISIONS (FEDERAL) - (,Continued) z. EQUAL EMPLOYMENTOPPORTUNITY No person in the United States shall,on the grounds of race, color, national origin.or sex, be excluded from participa- tion in. be denied the benefits of. or be subjected to discrimination under any program or activity receiving Federal fi- nancial assistance.,Reference Title V1 of the Civil Rights Act of 1964(42 USC 2000d);and Section 112 of Public Law 92-65. Form EDA-503:The Recipient and all Contractors.subcontractors.suppliers,lessees and other parties directly partici- pating in the Recipient's project agree that during and in connection with the associated agreement relating to the Fed- eraily assisted program.(i)they will comply,to the extent applicable. as Contractors, subcontractors,lessees,suppliers. _ or in any other capacity. with the applicable provisions of the Regulations of the United States Department of Com- merce(Part 8 of Subtitle A of Title 15 of the Code of federal Regulations)issued pursuant to Title VI of the Civil Rights Act of 1964(P.L.88-352). and will not thereby discriminate against any person on the grounds of race. color. or na- oda- tional origin in their empioymcm practices. in any of their own contractual arrangements.in all services or accomm dons which they offer to the public. and in any of their other business operations. (ii) they will provide information re- quirctl by or pursuant to said Regulations to ascertain compliance with the Regulations and these assurances, and (iii) their non-compliance with the nondiscrimination requirements of said Regulations and these assurances shall constitute a breach of their contractual arrangements with the Recipient whereby said agreements may be cancelled, terminated or suspended in whole or in part or may be subject to enforcement otherwise by appropriate legal proceedings. Executive Order 11246 30 Fed.Rett: 12319(1%5)(Equal Opportunity Clause). During the performance of this contract, the Contractor agraaa as follows: a. The Contractor will not discriminate against any employee or applicant for employment because of race. color. religion.sex.or national origin.The Contractor will take affirmative action to ensure the applicants are employed. and that employees are treated during employment. without regard to their rim.color. religion, sex, or national origin,Such action shall includc but not be limited to the following:employment.upgrading,demotion,or transfer: recruitment or racmitment advertising: layoff or termination. rates of pay or other forms of compensation. and selection for training.including apprenticeship. b. The Contractor agrees to post in conspicuous places available to employees and applicants for employment. notices to be provided by the contracting officer setting forth the provisions of this non-discrimination clause. c. The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race,color.religion. sm or national origin. d. The Contractor will sand to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding. a notice to be provided by the agency contracting officer, advising the labor union or workers'repinahtative of the Contractor's commitment under Section 202 of Executive Order No. 11246 of September 24, 1965.and shall past copies of the notice in conspicuous places available to employees and applicants for employment. e, The Contractor will comply with all provisions of Executive Order No. 11246 of September 24, 1965, and of rules, regulations.and relevant orders of the Secretary of Labor. E The Contractor will furnish all information and reports required by Executive Order No. 11246 of September 24. 1%5.and by rules. regulations. and orders of the Secretary of Labor,or pursuant thereto. and will permit access to his books. record,and accounts by the contracting agency and the Secretary of Labor for purposes of investiga• tion to ascertain compliance with such rules. regulations. and orders. Each Contractor and subcontractor of Fed- crally financed construction work is required to file an Equal Employment Opportunity Employer Information Report(EEO—I on Standard Form 100)annually on March 31. Forms and instructions are available at the EDA Regional Office. ny f 51 -'g f t � f t 3t ; +•`"'.+tYk S^�,)f Le L . ,.. ,. r., ,., a+Yl i�'�. r� e SECTION D - FEDERAL REQUIREMENTS FOR LOCAL PLTRi.Tr WORKS (:RA.MT DRfiTt=r"rc 4. REQUIRED CONTRACT PROVISIONS (FEDERAL) - '(Continued) Z. g. In the event of the Contractor's noncompliance with the nondiscrimination clauses of this contract or with any such rules, regulations.or orders. this contract may be cancelled. terminated or suspended in"whole or in part and the Contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No. 11246 of September 24, 1%5, and such other sanctions may be imposed (and remedies involved)as provided in Executive Order No. 11246 of September 24, 1455, or by rule, regulation. or order of the Secretary of Labor.or as otherwise provided by law. _ h. The Contractor w71 include the provisions of paragraphs a through h in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of September 24, 1%5.so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such actioa will-respect to any subcontractor or purchase order as the contracting agency may direct as a means of enforcing such provisions including sanctions for noncompliance: Provided,however,that in the event the contrictor becomes involved in, or is threatened with litigation with a subcontractor or vendor as a result of such direction by the contracting agency. the Contractor may request the United States to enter into such litigation to protect the interests of the United States. L Exemptions to Above Equal Opportunity Clause(41 CFR Chap.60): (1) Contracts and subcontracts not exceeding $10.000 (other than Government bills of lading) are exempt. The amount of the contract, rather than the amount of the Federal financial assistance. shall govern in determining the applicability of this exemption. (2) Except in the cue of subcontractors for the performance of construction work at the site of construction. the clause shall not be required to be inserted in subcontracts below the second tier. (3) Contracts and subcontracts not ex+cudingt 5100,000 for standard c,o n wcial supplies or raw materials are exempt. v.3 �.2. ° .dat,,_,7a •". "r s: t t fw 3..3.. taf a 4: #„� _fJ��xl t:;. t.4?,O l <i,f e .F... . tts '��Yr$`� `�'` u{!�s S.esY 'i}°� f *;1 f a4 .'`S,€ ”{•n 'F Y,pL� TS r [t^ ..}.f) •°v£ l K tws'r• t v' ur4" 5 7 i,:J x Yily t i 6y i,;ti r xYyvl ; t �{�,:� 3{�` ++, c .�i.«...a � .f.t`. < ti.1^'+' +i,a 1`sr rrr d°7;. t ,}. 1.<`t+6 iF'1.,,,{s °3•u..-.fY{ l{i r 7 ."ti:44l-Zt}� D� 00lbl �b SECTION D - FEDERAL REQUIREMIENTS FOR LOCAL PUBLIC WORKS GRANT PROJECTS 4. REQUIRED CONTRACT PROVISIONS {FEDERAL) - (Continued) aa. OTHER PROHIBITED INTERESTS No official of the Owner who is authorized in such capacity and on behalf of the Owner to negotiate, make, accept or approve. or to take part in negotiating. making, accepting, or approving any architectural. engineering. inspection. construction or material supply contract or any subcontract in connection with the construction of the project. shall become directly or indirectly interested personally in this contract or in any part hereof.No officer,employee,architect. attorney.engineer or inspector of or for the Owner who is authorized in such capacity and on behalf of the Owner to exercise any legislative. executive, supervisory or other similar functions in connection with the construction of the projecL shall become directly or indirectly interested personally in this contract or in any pan thereof. any material supply contract.subcontract.insurance contract.or any other contract pertaining to the project. b.b. EMPLOYMEhfiOFLOCALLA80R The maximum feasible employment of local labor shall be made in the construction of public works and development facility projects receiving direct Federal grants. Accordingly, every Contractor and subcontractor undertaking to do ` work on any such project which is or reasonably may be done as on-site work,shall employ,in carrying out such contract work, qualified persons who regularly reside in the designated area where such project is to be located, or in the case of Economic Development Centers. qualified persons who regularly reside in the center or in the adjacent or nearby redevelopment areas within the Economic Development District.except: a. To the extent that qualified persons regularly residing in the designated area or Economic Development District are not available: b. For the reasonable needs of any such Contractor or subcontractor. to employ supervisory or specially experienced individuals necessary to assure an efficient execution of the contract: C. For the obligation of any such Contractor or subcontractor to offer employment to present or former employees as the result of a lawful collective bargaining contract. provided that in no event shall the number of non-resident persons employed under this subparagraph exceed twenty percent of the total number of employees employed by such Contractor and his subcontractors on such project: Every such Contractor and subcontractor shall furnish the United States Employment Service Office in the area in which a public works or development facility project is located with a list of all positions for which it may from time to time require laborers. mechanics, and other employees. the estimated numbers of employees required in each classi- fication,and the estimated dates on which such employees will be required. The Contractor shall give full consideration to all qualified job applicants referred by the local employment service, but is not required to employ any job applicants referred whom the Contractor does not consider qualified to perform the classification of work required. The payroll's maintained by the Contractor shall contain the following information: The employee's full name, address and social security number and a notation indicating whether the employee does. or does not, normally reside in the area in which the project is located,or in the cane of an Economic Development Center,in such center or in an adjacent or nearby redevelopment area within the Economic Development District as well as an indication of the ethnic back- ground of each worker. The Contractor shall include the provisions of this condition in every subcontract for work which is, or reasonably may be.done as on-site work. D - 20 . SECTION D FEDERAL'REQ_UIREMENTS . L C ; t:nQ t neer ottRt.T WO1tKS 'GRANT PRt�3Ft^TS 4. REQUIRED CONTRACT PROVISIONS (FEDERAL) - -(Continued) CC: SIGNS The contractor shall supply and erect a project sign(Exhibit X)xcordinlr-ta-the-sped ot#v and-hereinefttr-knowa.as 1;eaesa3-Ganditionnm8 The contractor shall,be responsible for maintaining the project sip during construction of the project. Other authorities include: Requirements for Approved Projects and/or _ Volume 65 of the Public Works Manual of Procedures. dd. NATIONAL HISTORIC PRESERVATION ACT OF 1966 The contractor agrees to contribute to the preservation and enhancement of structures and objects"of historical, archi- tectural or archaeological significance.when such items are found and/or unearthed during the course of project con- itruction and to consult with the State Historic Preservation Officer for recovery'of the items. (Reference: National Historic Preservation Act of 1966(80 Stat 915, 16 USC 470)and Executive Order No. 11593 of May 3l. 1971.) ee CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT The Contractor aVves to comply with Federal clean air and water standards during the performance of this contract and specifically agrees to the following: a. The term"facility"means(a) any building,plant. installation.structure.mine,vessel or other floating craft, location - or site of operations(b)owned. leased,or supervised(c) by the contractor and the subcontractors(d) for the con- struction.supply and service contracts entered into by the contractor: b. that any facility to be utilized in the accomplishment of this contract is not listed on the Environmental Protection' Agency's List of Violating Facilities pursuant to 40 CFR.Part 13.20: c, that in the event a facility utilized in the accomplishment of this contract becomes listed on the EPA list,this contras; may be cancelled.terminated or suspended in whole or in pan: d: that it will comply with all the requirements of Section 114 of the Air Act and Section 308 of the Water Act relating to inspection,monitoring.entry, reports, and information.as well as ali other requirements specified in Section 114 and Section'08,respectively,and all regulations and guidelines issued thereunder: 'e. that it will promptly notify the Government of the receipt of any notice from the Director.Office of Federal Activi- ties.'Environmental Protection Agency, indicating that,any facility utilized or to be utilized in the accomplishment of this contract is under consideration for listing on the EPA list of Violating Facilities: D Z1 00770 V s :M rt S 6 SE ION D - FEDERAL REQUIREMENTS 4. REQUIRED CONTRACT PROVISIONS (FEDERAL) - (Continued) cc. SIGN , The contr"r shall supply and erect a project sign(Exhibit X).xcordia otheypeei olfv�+irrg and-liaeinsher-known as.Genewl-4adition--Nm"bef 50 The cant actor shall be responsible for maintainine the -- project sign during construction of the project.Other authorities in de: Requirements for Approved Projects and/or _ Volume 65 ofth&,Public Works Manual of Procedures. dd. NATIONAL HISTORIC PRI SERVATION ACT 170 O17 The contractor agrees to contribute the preserv•tion and enhancement of structures and objects of historical.archi- tectural or archaeological significanc when suc items are found and/or unearthed during the course of project con- struction and to consult with the State if isto c Preservation Officer for recovery of the items. (Reference: National Historic Preservation Act of 1966(80Stat � , 16 USC 470)and Executive Order No. 11593 of May 31. 1971.) ee. CLEAN,AIR ACT AND FEDER .L WATER POLLj,3TION CONTROL ACT Contractor a to com with Federal clean air d water standards during the performance of this contract The Co gran and specifically agrees to the f owing: a. The term"faciiity"mejuts(a)any building.plant, installatioa`'�[tructurc.mine,versel or other floating craft, location or site of opcmtion�(b)owned, leased.or supervised (c) by the, ntractor and the subcontractors(d) for the con- strucum supply d service contracts entered into by the col Sir, b, that any facilityto be utilized in the accomplishment of this contra\nht listed on the Environmental Protection• Agency's Lis Violating Facilities pursuant to 40 CFR,Part 13.20 c. that in the,ii tt a facility utilized in the accomplishment of this contrrn listed on the EPA list.this contract may be celled.terminated or suspended in whole or in part: d. that ' wal comply with all the requirements of Section 114 of the Aind Secti 308 of the Water Act relating to i sp=ion,monitoring,entry, reports,and information,as well aer require is specified in Section 114 Section 308,respectively,and all regulations and guidelines issuunder,e. t it will promptly notify the Government of the receipt of any nom the Director. ce of Federul Activi- tin .Environmental Protection Agency,indicating that any facility or to be utilized in he accomplishment ofthis contract is under consideration for listing on the EPA list of Vg Facilities: 0Ur'11 t. tit a SECTION D ,Y ,FEDERAL 'PEQUIREMENTS FOR LOCAL PUBLIC WORKS GRANT PROJECTS 4. REQUIRED CONTRACT PROVISIONS (FEDERAL) - (Continued) e.e. Cont. that it will "include the provisions of paragraphs a. through g, in every subcontract or purchase order entered into for the purpose of accomplishing this contract, unless otherwise exempted pursuant to the EPA regulations imple- menting the Air or Water Act(40 CFR,Part 15:5).so that such provisions will be binding upon each subcontractor „. or vendor. that in the event that the contractor or the subcontractors for the construction,supply and service contracts entered into for the purpose of aa.cmpiishing this contract were exempted from complying with the above requirements under the provisions of 40 CFR, Part 15.5(a), the exemption shall be nullified should the facility give rise to a criminal conviction (See 40 CFR. Part 15.20)during the accomplishment of this contract. Furthermore, with the nullification of the exemption, the above requirements shall be effective. The contractor shall notify the Govern- ment.as soon as the contractor or the subcontractors" facility is listed for having given rise to a criminal conviction noted in 40 CFR.Part 15.20. �+.;" .�7 '� %U Zd..a h'�E,#t%S.L+i. 1 e.,l .:�' Ort f,..G r.e+P ',r 'SF {"•{ Yy` 51 lAX, r 4 -�'7e e ryr,, f '� t,`:• r =,w•.k.vl.X- 11 4t'..5 �(.3�' h �i�-4��..3#ik• i ij1 W3:bA '3+'`l rv3t,p.'V .:Y3S .r.. .., rwi ,t'tQ .cfY ,`'y:� .,ye s_ .,<.c..,r 1.. w ,F,. C,l..tr 3, 1 orA,.'l'"� ° ft.r...i r; v.in�S..'li�7 i5Asir7 XE#a";'a�t Mrp.},.'ky b; i r . < yr *a X i x r eA n }+t, ,£res '�. ,� mSt, "A. M` 3 a�9sa d 3. ..lJ+',3."'' ''x.tl ra ri fr;,t .i.7xCz,-i"�u'''L� }"#..�,✓=4�`{}.A s.?11 F Ni .} .1:+ ':.i�' , F:S.. u.b':.t+ t..4#A'{a :}.lj t'rS;'!. ; xt �v.:.c �3.;•; r ' r t 4.++..`"> �e$t iiw% 5......, a.i» ..3 ,.t ..�se� �'�, . v xk.`�e,,�#3t3''""fi}:;.n�. I r1'i♦5v� rt t{ t i t'aat .,<x6^"� f 'F rr d k a{{••� fF� +se�� ,k d 7 #-,�+qX �'�wt t"'' sY t 3"t s}7r # x .T# {"{t�'# 3t.#Ye 1��-j,� ,t Lt t i'C t ti» S.r!.:r 4t )17 ?»�I � fir{ to etiF,*ti x Vlr3t, krt ..r13'pe ' 'J r3 urs ty }�.L'r k t- s l r ;f;# t Sz1'sC t te;:ar t 3a e,#, "'w'� e r Yla ;y IX r� r. 7 ; D ,23 . a �,..t �'� :.t�;�t�,3�.. r s. �y ,c� i.4',.. X !a. .. .rif�..�:I. Yf r {i „�_4s +j stt •4 9'r 8 }. � Y: per_ SECTION D - FEDERAL_ REQUIREMENTS FOR LOCAL PUBLIC WORKS GRANT PROJECTS 4. REQUIRED CONTRACT PROVISIONS (FEDERAL) - (Continued) (ff) BULLETIN BOARD The Contractor shall erect and protect from the weather a bulletin board at the project site on which to display wage rates, equal opportunity employment data and emergency telephone numbers. r. (gg) 10 PERCENT b1INORITY BUSINESS UTILIZATION COMMITMENT The Contractor agrees to expend at least 10 percent of the contract, if awarded, for bona fide minority business enterprises. For purposes of this paragraph the term"minority business enterprise" means a business at least 50 percent of which is owned by minority group members or, in case of a publicly owned business, at least 51 percent of the stock of which is owned by minority group members. For purposes of the preceding sentence "Minority group members" are citizens of the United States who are Negroes, Spanich-speaking, Orientals, Indians, Eskimos, and Aleuts. No partial or complete waiver of the foregoing requirement shall be granted by the Owner and approved by the Economic Development Administration other than in exceptional circumstances. To justify a waiver it must be shown that every feasible attempt has been .; made to comply, and it must be demonstrated that sufficient, relevant, qualified minority business +_ enterprises (which can perform sub-contracts or furnish °supplies beyond those already specified in the contract bid) are unavailable in the market area of the project to enable meeting the 10 percent minority business enterprise goal. If it appears that less than 10 percent of the contract funds (or whatever lower percentage has been authorized by waiver) will be expended to such enterprises, this contract will be suspended or terminated unless (a) the expenditure shrtfall is not the fault of the Contractor 00, D - 23 '3 rt; SECTION D - FEDERAL REQUIREMENTS FOR LOCAL.PUBLIC WORKS GRANT -PROJECTS 4. REQUIRED CONTRACT PROVISIONS (FEDERAL) - (Continued) or (b) the Contractor satisfactorily demonstrates it will make up for the shortfall during the balance of the contract period. Any waivers hereunder are subject to the approval of the Economic Development Administration. The Contractor further agrees to cooperate with the Owner in furnishing the Economic Development Administration with reports on minority business enterprise utilization after award and at 40 percent completion of the project. For the information of potential Contractors and Subcontractors, a copy of the "Guidelines for 100 Minority Business Participation in LPW Grants" as published by the U.S. Department of Commerce, Economic Development Administration, has been included with the contract documents and is to be considered as a part of these special provisions. Failure to comply with the terms of this Section or to use (as may be modified by waiver) minority business enterprises as stated in the Contractor's assurance a consitutes breach of this contract. ,•, i (hh) EMPLOYMENT OF ILLEGAL ALIENS During the performance of this contract the Contractor - agrees not to employ on such project any alien in the United States in violation of the Immigration and Nationality Act or any other law, convention, or treaty of the. United States relating to the immigration, exclusion, deportation, or expulsion of aliens. The Contractor will include the provisions of the preceding paragraph in every subcontract so that such .. provisions will be binding upon each subcontractor. D 24 � W~W}.j'3 S t l 7��� i< .•, 's sh h .et�T,.�,� 'a'�a_-,"., 4i ux �'i "N�,a : SECTION D - FEDERAL REQUIREMENTS FOR LOCAL PUBLIC WORKS GRANT PROJECTS 4. REQUIRED CONTRACT PROVISIONS (FEDERAL) - (Continued) (ii) UTILIZATION OF UNITED STATES PRODUCTS The Contractor agrees to use and cause to be used` in such project by all his Subcontractors, only .such inmanufactured articles, materials, and supplies as have been mined or produced in the United States, and only such manufactured articles, materials, and supplies as have been manufactured in the United States _ substantially all from articles, materials, and supplies mined, produced, or manufactured, as the case may be, in the United States. EDA may determinethatfor specific projects this requirement does not apply. Uj) EMPLOYN NT OF VETERANS The Contractor agrees to provide certification that special consideration, consonant with existing applicable collective bargaining agreements and practices, shall be given to the employment on the project of qualified disabled veterans as in 38 USC 2011 (1) , and- to qualified Vietnam-era veternas, as defined in 38 USC 2011(2) (A) . - (kk) CONTRACT TERMINATION A breach of any of the Federal Requirements for Local Public Works Grant Programs or withdrawal by EDA of the. Grant funds maybe gounds for termination of. the -contract, and for debarment as provided in 29 CFR 5.6. t. - icy_,) +."r...'xM •(S a:: .ry? r?''t' .Y.l- r, w; 2S, � A t t : '.• � r 1-n i Ia 1 �4 t>`�a �'4, + t .. ,.��'I s.t.� :.>.� .,5.. .,:ie S , _ , •;< .. . r. v 5. AFFIRMATIVE ACTION REQUIREMENTS - EQUAL EMPLOYMENT OPPORTUNITY. Attention is directed to Section 6 "Area Affirmative Action Plan," of these special provisions. NOTICE EACH BIDDER, CONTRACTOR OR SUBCONTRACTOR (HEREINAFTER THE CONTRACTOR) MUST FULLY COMPLY WITH EITHER PART I OR PART II, . AS APPLICABLE, OF THESE BID CONDITIONS AS TO EACH CONSTRUCTION TRADE IT INTENDS TO USE ON THIS CONSTRUCTION CONTRACT AND ALL OTHER CONSTRUCTION WORK (BOTH FEDERAL AND NON-FEDERAL) IN THE AREA OF THE AREA PLAN SPECIFIED IN SECTION 6 , •AREA ArrxRMA- TIVE ACTION ?IA.'t,` OF THESE SPECIAL PROVISIONS DURING THE PER- FORMANCE OF THIS C04TRACT OR SUBCONTRACT. THE CONTRACTOR COM- MITS ITSELF TO TE'E GOALS FOR MINORITY MANPOWER UTILIZATION IN EITHER PART I OR PART II, AS APPLICABLE, AND ALL OTHER RtQUIRE- MENTS, TERMS AND CONDITIONS OF THESE BID CONDITIONS BY SUBMIT- TING A PROPERLY SIGNED BID. THE CONTRACTOR SHALL APPOINT A COMPANY EXECUTIVE TO ASSUME THE RESPONSIBILI'T'Y FOR THE IMPLEMENTATION OF THE REQUIREMENTS, TERMS AND CONDITICNS OF THESE BID CONDITIONS. PART Is The provisions of this Part I apply to contractors which are party to collective bargaining acreements with labor organizations which together have agreed to the Area Construction Program (hereinafter the Area Pian) for equal opportunity and have jointly made a commitment to specific goals of minority utilization. The Area Plan is a tripartite voluntary agreement among the trade and construction councils, construction trade unions, and general and specialty contractors associations listed in said Section 5-3, and representatives of the minority community, 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 Area Plan. The Area Plan, 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 trade. A contractor may therefore be in compliance with Part I of these Bid Conditions by- its participation with the labor organization which represent its employees in the Area Plan as to one trade provided there is set forth in the Area 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 II, Section A) must comply with the commitments contained in Part 11 including goals for minority utilization set forth in Part II. If a contractor does not comply with the requirements of these Bid Conditions, it shall be subject to the provisioner of Part 11. PART IIs A. COVERAGE.--The provisions of this Part II shall be applicable to those contractors who: 1. Are not or hereafter cease to be signatories to the Area Plan incorporated by reference in Part I hereofl 2. Are signatories to the Area Plan but are not parties to col- lective bargaining agreements( D 26 00' } i z,s 3„rvx ei f r tLjj`i' f s r tr �n` 33if ; a s i tr fv _ 7 . ..L .. .. � .. .. .}Y.. •ror �� 4°q�.t .4� ..�,..�"v1.,.�. 3 S�� �. ,'_.�,rnvi,s.1. ;t3<<:,=.�.•,.t >ey 3. Are signatories to the Area Plan but are parties to collective bargaining agreements with labor organizations which are not or, hereafter cease to be signatories to the Area Plan; 4. Are signatories to the Area 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 utiliza tion and incorporated the commitment in the Area Plant S. Are participating in an affirmative action plan which is no longer acceptable to the Director, OFCCP, including the Area Plant or 6. Are signatories to the Area Plan but are parties to collective bargaining agreements with labor organizations which together have failed to make a good faith effort to comply with their obligations under the Area Plan and, as a result, have been placed under Part I2 of the Bid Conditions by the Office of Federal Contract Compliances Programs. B. REOUI?8MT -- AN AFFIRMATIVE ACTION PLAN.--Contractors described in paragraphs 1 through 6 above shall be subject to the provisions and requirements of Part II of these Bid Conditions including the goals and - timetables :or minority utilization, and specific affirmative action steps set forth in Sections B. 1 and 2 of this Part II. The contractor's' . commitment 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. "Minority' is defined as including Blacks, Spanish Surnamed Americans, Orientals and American Indians, and includes both minority men and minor- ity women. 1. GOALS A.*ID TZttETABLES. The goals of minority utilization required of the contractor are applicable to each trade used by the contractor in the Area Plan area and which is not otherwise bound by the provisions of Part I. For all such trades the applicable goals and timetables shall be as. shown in Section 6 , "Area Affirmative Action Plan,' of these special provisions. in the event that any work which is subject to these Bid Conditions is performed in a year later than the latest year for which goals of_. minority utilization have been established, the goals for the last year of the Bid Conditions will be applicable to such work. The goals of minority utilization above are expressed in terms of ., hours of training and employment as a proportion of the total number of hours to be worked by the contractor's aggregate work force, which includes all supervisory personnel, in each trade on all projects (both Federal and non-Federal) in the Area Plan area during the per- formance of its contract (i.e., the period beginning with the first day of work on the Federal or federally assisted construction contract and ending with the last day of work.) The hours of minority employment and training must be substantially uniform throughout the length of the contract in each trade and minori- ties must be employed evenly on each of a contractor's projects. There- fore, the transfer of minority employees or trainees from contractor to contractor cr from project-to-project for the purpose of. meeting the . contractor's goals shall be a violation of Part II of these Bid Condi- tions. If the contractor counts the nonworking hours of trainees and appren- tices in meeting the contractor's goals, such trainees and apprentices must be employed by the contractor during the training perimli the con- tractor must have matte a commitment, to employ the trainees and appron- rices at the completion of their training subject to the availability of employment opportunities= and the trainees must be trained pursuant to training programs approved by.the Bureau of Apprenticeship and Train- ing for *Federal Purposes•, or approved as supplementing the Asea :Plan.. D -. 27 ' '�. . 00771 ■ 2. SPECIFIC AFFIMMATIVE.,ACTION STEPS. No contractor shall be found to be in noncompliance with Executive Order 11246, as amended, solely:! ,- an olelyon account of its failure to meet its goals, but shall be given an opportunity to demonstrate that the contractor has instituted all the specific affirmative action steps specified in this Part II and has made every good faith effort to ;sake these steps work toward the attain- ment of its goals within the timetables, all to the purpose of expand- ing minority utilization in its aggregate work force in the Area Plan area. A contractor subject to Part I which fails to comply with its obligations under the Equal Opportunity clause of its contract (including failure to meet its fair share obligation if provided in the Area Plan) or subject to Part II which fails to achieve its commitments to the goals for minority utilization has the burden of proving that it has engaged in an affirmative action program directed at increasing minority utilization and that such efforts were at least as extensive and as specific as the following: a. The contractor should have notified minority organizations when employment opportunities were available and should have main- tained 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 ... c 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. X c. The contractor should have promptly notified the contracting or administering agency and the Office of Federal Contract Compliance Programs when the union or unions with which the contractor has col- lective bargaining agreements did not refer to the contractor a minority sent by the contractor, or when the contractor had other information that the union referral process.has impeded efforts to meet its goals. d. The contractor should have disseminated. its EEO policy within its organization by including it in any employee handbook or policy manuals by publicizing it in company newspapers and annual reports,,_, and by advertising such policy at reasonable intervals in union publications. The EEO policy should be further disseminated by cow- ducting staff meetings to explain and discuss the policy: "by posting of the policy; and by review of the policy with ,minority employees e. The contractor should have disseminated its EEO policy extar nally by informing and discussing it with all recruitment sources= xc by advertising in news :redia, specifically. including minority news media= and by notifying and discussing it with all subcontractors. f. The contractor should have made both specific and reasonably recurrent written and oral recruitment efforts. Such efforts should have been directed at minority organizations, schools with substan- tial minority enrollment, and minority recruitment and training organizations within the contractor's recruitment area. g. The contractor should have evidence available for inspection that all tests and other selection techniques used to select from ` among candidates for hire, transfer, promotion, training or retention are being used in a manner that does not" violate the OFCCP Testing-::7 Guidelines in ail CFR Part 60-3. h. The contractor where" reasonable should have developed on-the- job training opportunities and participated and assisted in all Department of Labor funded and/or approved training programs rel* vant to the contractor's employee needs consistent with 1,ts obliga- tions under this Part II. D - 28 008 4"U *exp � • ..', . _ft,. 1� �.,r2S,aa, ,..,.:s:dd„+1r kt��.�".. . , -f�:4..k�+YgJ. U} P.''�,'.. �.ih-r�h, t. .,. 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. k. The contractor should have continually monitored all personnel activities to ensure that its EEO policy was being carried out includ- ing the evaluation of minority employees for promotional opportunities on a quarterly basis and the encouragement of such employees to seek those opportunities. 1. The contractor should have solicited bids for subcontracts from available minority subcontractors engaged in the trades covered by these Bid Conditions, including circulation to minority contractor associations. NOTE: The Assistant Regional Administrator of the Office of Federal Contract Compliance Programs and the compliance agency staff will pro- vide technical assistance on questions pertaining to minority recruit- ment sources, minority community organizations and minority news media upon receipt of a request for assistance from a contractor. 3. SUBSEQUENT SIGNATORY TO THE AREA PLAN. Contractors that are subject to the requirements of Part II at the time of the submission of their bids which, together with labor organizations with which they have collective bargaining agreements, subsequently become signatory to the Area Plan, either individually or through an association, will be deemed bound to their commitments to the Area Plan from that time until and unless they once again become subject to the requirements of Part IS pursuant to Sec- tion A. 1-6. 4. NON-DISCRIMINATION. In no event may a contractor utilize the goals and affirmative action steps required by this Part II in such a manner as to cause or result in discrimination against any person on account of race, color, religion, sex or national origin. PART III: COMPLIX4CE AND ENFORCEME T In all cases, the compliance of a contractor will be determined 'in accordance with its obligations under the terms of these Bid Conditions. Therefore, contractors who are governed by the provisions of either "Part'I ; or Part II 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 Bid Conditions hereby agree to inform their subcontractors in writ- ing of their respective obligations under the terms and requirements of these Bid Conditions, including the provisions relating to goals of -minority wiployment and training. A. COMIRACrORS SUBJECT TO PART I. 1. A contractor covered by Part I of these Bid Conditions shall be •in compliance with Executive order 11246, as amended, the implementing requla- tions 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 they comitted themselves in the Area Plan, or can demonstrate that every good faith effort has been made to meet the goal. In that event, no formal sanctions or proceedings leading toward sanctions shall be instituted unless the Office of Federal Contract Compliance Programs determines that the contractor has violated a substantial requirement in the Area Plan .or Executive Order 11246, as amended, and its implementing regulations, including the failure of such contractor to make a good faith effort to meet its fair share obligation if provided in the Area Plan or has D - 29 oot'�J9 engaged in unlawful discrimination. Such violations shall be deemed 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 contractors' employment practices during the performance of the contract. Further, OFCCP shall be solely responsible for any final determination that the Area Plan is no longer an acceptable affirmative action program and the consequences thereof. The OFCCP may, u_rcn review and notice to the contractor and any affected labor organization, determine that the Area Plan no longer represents affective affirmative action. In that event it shall be solely respon- sible for any final determination of that question and the consequences thereof. 3. Where OFCCP finds that a contractor has failed to comply with the requirements of the Area Plan and its obligation under Part I of these Did 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 evidence to show that it has met the good faith require- ments of these Bid Conditions by instituting at least the specific affirm- ative action steps listed in Part II, 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 Area 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 •responsibli' prospective contractor" within the meaning of basic principles of Federal procurement law. B. CONTRACTORS SUBJECT TO PART II. In regard to Part II 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 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 other- wise determines that the contractor is violating the Equal Opportunity clause. Where the agency finds that the contractor failed to comply with they; requirements of Executive Order 11246, as amended, the implemnting: tegul- : ations and the obligations under Part Ii of these Sid Conditions, the agency shall take such action and impose such sanctions,,which include suspension, termination, cancellation, and debarment, as may be appro- priate 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 met the goals contained in Part 11 of these Bid Con dations. The contractor's failure to meet its goals shall shift to the requirement to came forward with evidence to show that it has suet 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. ? M C. OBLIGATIONS APPLICABLE TO CONTRACTORS SUBJECT TO EITHER,.PART-1I OR ,, ,..; PART II. 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. Discrimination in referral for employment, even if pursuant to provisions of a collective bargaining agreement, is , prohibited by the National Labor Relations Act, as amended, and Title VII of the Civil Rights Act of 1964, as amended. It is the policy of the. Office of Federal Contract Compliance Programs that contractors have a responsibility 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 contrac- tors cannot be considered to be in compliance with Executive Order 11246, as amended, its implementing rules and regulations. PART rV: GENERAL REQUIREMENTS 1. 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. whenever a contractor subcontracts a portion of the work in any trade covered by these Bid Conditions, it shall include these Bid Conditions in such subcontracts and each subcon- tractor shall be bound by these Bid Conditions to the full extent as if it were the prime contractor. The contractor shall not, however, be held accountable for the failure of its subcontractors to fulfill their obli- gations under these Bid Conditions. However, the prime contractor shall give notice to the Assistant Regional Administrator of the Office of Ted- eral Contract Compliance Programs of the Department of Labor and to the contracting or administering agency of any refusal or failure of any subcontractor to fulfill its obligations under these Bid Conditions. A subcontractor'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 determined not to be a 'respon- sible" bidder for Governsient contracts and. federally-assisted construction contracts pursuant to the Executive Order. 3. The Contractor shall carry out such sanctions and penalties for violation of these Bid Conditions and the Equal Opportunity clause includ- ing suspension, termination and cancellation of existing subcontracts and debarment from future contracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations by the contracting or administering agency and the Office of Federal Con- tract Compliance Programs. Any contractor who fails to carry out such sanctions mad penalties shall also be deemed to be in noncompliance with those Sid Conditions and Executive Order 11246, as amended. 4. nothing herein is intended to relieve any contractor 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 matters not covered in the Area Plan or in Part iI of these Bid Con- ditions. 5. The contractor will keep and will require his subcontractor to keep records and documents for 3 years following performance of this contract to indicate compliance with the Order of the Secretary of Labor, the title and date of which is shown in said Section 5-3. These D 3I } I 11 records and documents, or copies thereof, will be made available. at=' reasonable times and places for inspection by any representa.- authorized tive of the Federal Government and will be submitted upon request together with any ot:�er compliance information which such representative may. . ,r::. require. For the intormation of bidders, a copy o! the Area Plan may be obtained at the office of the District Director of Transportation of the District in which the work is situated. . _ _ . il- 1. 1 . ,: .'i, ..::. :. .. I,-.. -i .... . , y t ..�. :i `y` s `�" 1 5 ,, -1, t ,ve t'' '�t r 1,�..-.`a 3:rit '4F r:-+a•Y } k''' s- q �„ .t . 1.f� rt x ,••r { w r ;',n Ty'i 4*r �L +a f € ;.,t. €. ,„ i X a'J i s, e .ai ".Itt tY; , "�' ig;`' ' �.. (,..f�+'d �, +"ti'i?h '.h c',-t� ..;�r,.f�.lz`-e!Z,# , t 1 .ib a ;SEt L. "'�r r t I .1 .:� ,r, __V. i +,i:.} t ':`,` X t -' tt r i4„ d, 'ti'k7'� t4,.- a� 4 y...,..., t I ,,j,'{,?"Y !'i yhyr- 1. i".i ,rqy;r+ 4,f. �� ro,raie..LSS.xJ2n. � .:fs 3'r"��.. ".�,a:!drrry.x '�1t4Y ..x r.. r ,+ t s �' .t.�:,E tiKailtS `i. 1 t :ii�at.Fi :° ..i,n",lt� 1,,4:5»-' ..f "� ,° !,71:,.. ."r. f ?-: 77 a' .i E.'.' 9,r t`.�¢ � s-ri% _+,�i':: .ACY:`.`r, r ?.. ,::.a rm'lz,;f''11 .T i!j�Si« f,# f;i-�' "! 3:. .:{ t.J c.�irA>`7S' a�Ot .l,,. t 3 'tlB:� I t .1., "e'a :.X��t I"I. t i 1S;i` ..J e.. - {i, i ty a-r,:?, r .1,,. �.. ? € ..(ti Ge�3+S 'di" tV*,x PY k`.�, r 7:; r h o t Fi„I 14, r�'K.,+.`. .;1{o :F.ks s ^;;'�i-- .j'^,4�& t;ItX a' ;,,t- 5f,�� 5 ;T,' ”�f k ?tr. ' w n; .,i..:Sa 3b, r' 't tYr' sJas` i�i;,�S.4 ` I� '� d a 7t:"_? it -a s $r J 'a y, t,tw• '��1 50 4 zt'S`k'1.�,i k}r n ty`.G,z:r ff�}.4;4.� -Y.✓ 33u�", lrI." �f+�r j'.' h i eC Y �1' t. A , ? Y•F a et a a 1 I + t Z #� 3.3}'x,,3 r i >• g r, 6 -e r c , e x C . - , ., .r n� -ii"' 1�7; > i'',J ht 1'S..i'4t.,} r d" �t c"-Er : G'� P ,,, a 4 A - a F h :'F Yr. 6t ?«�� , k.Y Fz,C, e: w c. "fr '`> ,i;.f"3 �%w zrJ i ti fir, '3. «r, a iC .,r¢ ,I:t�p e .1 ',S t a z? w h+"" t } f fi t r krh S •, t x 'r+t7 i 7° "°,:il.!`I it I .1yy X11? „- ,�.YY ..pp a�sa�..s, Y4O.'II .v ? 1')" .3{ �,Av � t.1 �i� ,,` 0ri,,,, .wt .� �w Iilx w!,4i Ar fL. ,-p1NA GxSJy f.1,.^ -'r. ' ..h"', .. a,. : ,( ar VA"`� �• ''�,:=i �' t r..r-z. .1.-JIIS f*-, ;dl s .'—?t �-'i:. !'�t7.:. x �-.l.t,£� Cr' ft7,.:�;'. �iyr,,�,.','l.. 13 ;;ue' tf;,+' brM1 '�t^i C'>"�Sk, ar 13�'X�.l"SrP"T ,, r ,., 8 ,,y A`4,�r'e +r F 1}. i eJ Xr'„Y T rt N? - ro t 'i( -Y i f^f':a}.P4 tX - '4- N' �.L ,y��F .z RY/.�.to w¢,3"XI �' - v .. A �� .,»S'."$ '+r ..: ai o'�'� 1 .W!-:1. %,?y .t,3,,,JL$ �- d x,..,I'—, f`ft,A. tz s i,L, - f 7 a.. rf.. r,.,; ,• L a.�'" �� �I S,..+ +,�a 1•� s P: 's fes" 11(�'r ktf't-.�t"'Y L"! ( }pfbx t<�'���fb rr.4 }'3'.e'f.; .Tz) �-i.,. 3 .+. —'4,.,r j'?g%*, r e""1.::. C ti.� ;.. ,. ", dly ^d r y s><.c� Ii S.tr a'l�``ts'.'_.i� '"'�.1: ?~ t. s ?.tf'i-,4 ,y.,f3 ,�3+ ";5:n`L --Yr N. v,?%,C, o i:aF 1Y''y .€.`1'.'. s°t a s, ' ,4, .'.M+c ice" :�.1 t?Y .:%5++,4.Aa k.l, Y r t f!'YS .1 C'"'�.!'".,� .i�!'.ri` '"7i tj`s":. ,, ...:,,::rci #'...f , 1`.w ".,y t tj",3:z k Y�C?.i li.t' T:" ry. Y - k " f fF , .;.�`� 9�4'�`5L'A n t F y +� e .. , .': 1T' 'E., ,- h;H } ti.I''.t` *t t � € i�,.f d:. , *-.5."f�1 r �? 4 �'>X€? x�iS l`$f!� '.�, "f, � 't'`�r .i l'- +, .,,:;a 1.3.1 ..{ d, I .( Vi a` f ri !�€ :,1:x`3 171, �, M'jf,r7,'" rcnr t'St 1p 6 #C 11 il �r+.i -. , I .*. '-�>. .'f -.4 ..^i .5�1 €'r 9r r,:! r �'."��� "s Fa'�`!i)+'' ;,s 4 .'.�.. °'t rY l..ii>s pry w g j+ .-t-, e1'w.�-,`V'.)3. 1.:'- :?e.l. r..xi£.�SyP€13 f�tw•.' �'? � ,3kr""'��Al �,.3 i;�� xM._-.�iy t,:. ;� » w i .L"* 7. :AVX`' ,. u,3 µ�s L.X ,° Cti S Jr' ;gY iFla M4 �t,I,- at ,.t%'ik11 Fi ei,.. t �� ,47t[2- i y° 5 ,.,- ,. .0 1 ' r� n�f^t�` o S.+•1a. �'.3- «4-,*t. �aL°1"`M1 11i1 6k i .: . t 4 n t .s I Y f rwg i` ,':°Nr a J r r,3 {'f t } H t1)C w . Ytt 3 %. 4 p1 w 'F�?4 e3 rt i 4 1 `i ^ . ') ttt 1 xi!,r tr^�' &fa r� c..2.z➢i�! l „t* +.L,sS(1Yi^C' 1T+ c(.Y ..l i-R>'x Sy 1 r :� T y Y l "� # � k C ,I t L �.N' t r+ c ,1' 4 f Y r.-+ k r,,. t>3 i rm H' '$.€.i¢ ::�'r'S ij ,�,-�`s , ss x -s€ ,s. V:4 -} ; M—Ii=i !Y h, d..SX ": 7 !"• i f. I At k ,y�+S CSS irx�: F tom' L i l +'3C) 4T;.7 rX ■ J7 t L1. ! 3 Y 7 L Yr ' ' \ 1� t % �� �� a 32„, 3 1 t S f �. .a t �' F t 1 ref' y' ' r s� a Y 1 7 f i 3' t�'� .6. 3,,4,,i .�r.r',:73',,.4. ,r >' 3R, n. r 3. nr. inx�, t. �'; ; r p::iW k; .a`.1. `t.( �^`'... �.,T^�'c., :A q ! .:�j[�vs'4 s)� d ,+$'.;,,.,, r s`f.. ..q .Yrc. Q ,•..}�a'^Sr. :Y, ya: i}k a}4 }. 9 €.y .wi', Glx, ,. 'dy,,� , ,;. "�iag'i '' .:.« r. :'' .��! ?-.8.�.•. .a.. rki '-' ,.F Y z 4. r•yl' nr r�4�.1 Atm" r't A's• d _ ,.,, . ,.. . . ,.� +.,��^.: it. C' `, 1 E A. SECTION D - FEDERAL REQUIREMENTS FOR LOCAL PUBLIC WORKS GRANT PROJECTS 6. 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. The Contractor's affirmative action plan shall specify at least the following range of percentages of minority manpower utilization: From 9/30/75 forward 17.00 - 19.5% The Secretary of Labor Order entitled "Bid Conditions Setting Forth Affirmative Action Requirements for all Non-Exempt Federal and -_ Federally-Assisted Construction Contracts to be Awarded in Contra Costa County, California," dated January 27, 1972, shall apply to this project. 7. FE DERAL MINIMUM WAGES Attention is directed to Section 4 - "Minimum Wages" of these special provisions and Decision No. CA-77-5039 g CA-17-5040 as modified, of the Secretary of Labor,, included herein. t - r. r n r D 33- sa x r +f lS 7 Suramom OOCISION DOC1Si0N X10. CA77-5011 Page 3 STATtt•-Colitocmla CMWIREr Alaa.eda, Alpine, Amaoor, butte, Caleveraa, Colusa, Conte Fd...m.m.lit.P.Mm..r. Costs. Del Norte, st Dorsdo, Fresno, Ratio NavrT7 E6arati+. Glenn, Nuaboldl. Rings, 4►e, Lassen. Rar.• NAR Pw.l... v.r.rl.a ..4/.. Madera, Morin, Narllosa, Mendociwo, Avpr•Tt• Merced, Radar. Mkxstetey, Naps. Nevada, !lacer. Plums:, Sacramento, San Denito. PRICK TE DERS& man francisw, San Joaquin. San Mateo. Alpha, Amador, E1 Dorado, Santa Clara, Santa Crus, Shasta. Sierra Nevada. flamer, Sacramento, miskiyou. Solan, Sonoma, Stanislaus. Sierra and Tolo Counties 0 1.70 0 1.00 0 1.70 mutter. Tehama. Tclnity. Tulace. San rranclaco and San Mateo Tuolumne, Toto and Tuba Counties 10.00 .6S .00 DICImtoN N10wtRs CA77-5039 DAM Date of Publlcotion rranno. Rings. Kadeca and Supersedes Decision No. C476-5101 dated M►.vtmt*c 19. 1976. In 41 1'R $1133 Tulare Countlls 9.40 .00 1.10 DrSCA1PTION or WOM1R$ wilding Construction (does not include mingle family CAAr1]MTL"% homes and garden type apartments up to and Including a star lop). heavy and Catpenteta 11.15 1.22 1.71 .75 .46 ' highway constrrctlod and dredging. Rardwod Floor Layeral rover saw opecatocal afilets, oasis Ftla .a. F.pm.aM. Shlnmleral Stool e.4Dd ! CA M.vtlp EL..daa Reactors and/oc Steel Shoring rrn reactors 11.60 1.22 1.71 .75 .Ori Rada N A• P...laa. YaNl.w awl/er C7 Aper.It. Millwrights 11.75 1.22 1.71 ,.75 ? .04 . I H Piledelvermen, bridge, what[ O and dock builders 12.23 .46 1.26 .73 .00 ASDES7oS iM UERS 0 12.01 .90 1 1.17 91.50 .06 CDIFJI'MASONS molliw"RRERS 17.175 .775 1.00 .50 .02 Cement Masons 10.00 1.15 1.01 1.50 .03 C7 PRICAIATERSM Stonemasons Mastic$ Magnesite. All t Del Nocte, Numboldt, take, Composition Masons 30.25 1.15 1.43 1.50 .05 Morin, Mendocino. Napa. San Men working from swingiry or V Francisco, San Mateo, Slsklyou, allp ton scaffolds 10.2! , 1.15 1.43 1.80 .OS Solan. Sonoma and Trinity DRYWALL INSTAUZU 11.52 1.22 1.71 .75 .07 �-n Counties 11.02 1.00 .93 1.00 .05 ELECTRICIAMSt 0M Alameda and Contra Alameda County Qoeta Electricians 11.11 .80 139.90 .03 A�v ro Counties 11.95 1.05 1.05 .20 Cable Splicers 12.81 .10 11+.90 .03 Fcesmo. Rings. Madera, Amadot, Colues, Sacramento. Nf"' Mariposa and Merced Countieq 10.95 .95 1.00 Sutter. Talo, Tuba and Butte. Coluss, E1 Dorado, those portions of Alpine. H Glenn, lessen, Modoe, Nevada, E1 Dorado. Nevada. Placer Z !lacer, Plws, Sacramento, and Sierra Counties West Shasta, Sierra, Sutter, Talgil". Tolo and Tuba Cos. 11.90 .80 '1.11Sof the Sierra MountainS .2S C Monterey anWatershed d Santa Cruz 3 Counties 11.60 1.13 1.20 Electricians 12.49 .95 11+.95 .065 Cable Splicers. 16.10 .95 11+.95 .003 San Senito and Santii Clara Tunnels$ Alpine,ain, A 11.95 1.05 1.05 .02 Electricians 13.03 .95 11+:05 .015 Son Joaquin. Stanlslaus and fTl uador, Calaveras, Cable Splicers- 16.32 .9S 110.41S .065 N Tuolumne Counties 10.03 1.00 1.00 1.00 Tulare County 11.60 1.00 1.00 .07 Web Q FEDERAL REGISTER, VOL 42, NO. 70-FRIDAY, APRIL 22, 1977 M"' 1� 84IC I Mo. CA77-5039 Pays 3 DECISION No. CA77-3019 Foga t v trS' { l .- .... F.1+1.11s+01N For-1. voles.a..dlu rar..ar. heel• . t .. .. � Nwdl i E.IulNl.a • • basisliaise N a M P.+slam Yscellaa and%or Newly +~! E4.csNaa Rasa N&V roasters Yeeatlae eaJfar Arne.Te. Apr..Tr. ELEMICIAN$t (Cont'd) a RIJ1CrRiClaN9t iCont'dl tiontecry Coanty uks Tahoe Ars& Electricians 8 12.50 .90 11+.75 .06 iltctticlans i 13.33 .67 18+.77 .08 Cable Splicuts 13.61 .90 lis.75 .06 'Cable Splieets 14.56 .47 18+.77 .09 Napa and Solano Counties R11ttr. Glenn, tarsen. Nudoc. Elects1cla,is 12.07 .68 16+,8S .04 _ 9xusaa, Shasta, Siskiyou. Cattle Splicers 13.56 .68 11+.65 .04 tshasa and Trinity Counties San 0enitu, Santa Clara and Electcicbns ' 11.98' .07 18+.703 .04 Santa Ctua Counties Cable Splicers' 13.16 .67 16+.705 .04 Electrician* 12.80 .77 1101.50 .0S loans!• Cable Spllcats 14.40 .77 11+1.50 .05 tlectrieiana) Cable 8pticers' San Francisca county it,lpeca 12.56 .97 16+.705 .04 Electciclons 13.835 1.04 18+.90 .06 Cable ;dicers 13.64 .87 18x.705 .04 Cable Splicers 15.56 1.04 1110.90 .06 colarecss and ISO Joaquin Sao ileus County• Counties Electricians 11.77 .62 18+.50 .03 Rlectelclr!ss; *achnialsn6 12.19 .91 1841.2! .01 ELLVAWR C011STRUCTORS 17.49 .545 .35 38+4 .02 Cable S•.licero 13.67 .92 101.25 .01 ELEVATOR CONS7RUC10RS' HELPERS 706JR .343 .1S 31+a .02 Conti* [»i;;, Coun.' ELEVAMR CONSTNU(-MRS' MUMS , R1tc!c_i.;rana 13.45 .70 101.00 (PROS.! SOUR cadre Spit s 14.95 .10 11+1.00 MAMAS* met 1lttts &r..1 Suab..ldt Counties Alaar•da, Contra Casts, Lake. ■tettrlcians 10.25 .55 1841.75 .04 Marin. Mendocino, (southern •shit Fn!lcer6 ' 11.67 .SS 11+1.75 .04 halt of County icon North of Z ircedno. boder& end � Ft. Bragg). Itanttcey, Napa, 0 t1:laid Gauntlss San 8anito, San rt&nctsco. t•eser:exane 12.26 .75 10.95 .05 San Mateo. Santa Clara. Santa - Cable Splicer 13.26 .7S 11x.95 .OS Cf{us. Solana. (S.W. troll east Lsks.'ltactn, Ncndocim and of [aletleldl an4 Sonoma Sonatas County 1 counties 11.23 .92 1.35 .02 sl&ctticlans ' 12.65 .02 16x.30 .02 Coble Splicers13.91 .02 184.30 .02 Maelposs, Merced, Staaislaus , and Tuolumm Counties •clectcici&ss . 9.83 .62 11 11 Cable Splicers 10.61 .62 11 11' t _ t �+ FEDERAL REGISTER, VOL 62. NO. 78---FRIDAY, APRIL 22, 1977 - • .y{ ' .,T. •.('.• . sr,>aM..I+YMr.�«s..ls!'..i.aiJrtilt:."M.«.v.a.*.tR,:kN�tY+kA.y1iY'�l�.�r..-.e+u.LV"�(f.4.il S 1 •Mcfl1 fA7!-So1l. page S RECISION too. CA77-3019 hge 6 - frlge fewFte fq�•Nr , Seale fdge fe.elitm Fer.#M% 110WIF U.401W. twit "ewlF EJ.rN1M RHea M A■ ►e•ale.e YeeNiee ew//er Aper.Tr. 1W.. M l ll ►eealee. Yecatiee eeUer Aper.Tr. LATIlrAst (Cont,d) GIAMPOSr (Cont'd) monterey and Santa Crus Alpine, Aosdoc. Butte, Counties 1 11.10 .66 .53 .01 Calaveras, El porado, San Francisco and Ny of I Iltclposa, Qecced. Ilkirth San Mateo County 11.07 .66 2.00 .02 of Ofty of-Livingston). San fenito and Santa Clare lbdoe. "wads. Macer. Counties 10.14 .71 .73 Sacramento. San Joaquin, rresno, Rings, Madera and 1 Shasta, Sterna. Slskiyou. TUlare Counties 17.11 .15 .15 Slanislaus. Suttee, Tehama. "actress, Merced, Stanlslaus Tuolumne, Volo and Tuba and TUoluarie Counties 10.73 .01 Counties { 10.4!3 .91 9 1.20 Amsdor, 11 Wcado, Sacramento ►beano. Rltnla. "441494 and t and Volo Counties 0.10 .60 1.00 TTilaie Counties and the Southern halt of San "4teo regaining portlona of County 10.01 .12 1.00 Merced Cuunty 9.09 .01 1.06 .SOS .OS - LINE CONSTRUCTIONt 1601610"UMS Contra Costa County ►� Feace Erector• 10.61 1.16 1.16 1.20 .06 Groundmen 10.0073 .70 1001.00 welatogcing 11.10 1.14 1.06 1.20 .06 otnasentalt Structural 11.10 1.14 1.06 1.20 .06 Line Equipment Operators 12..030 .70 19N41.00 Lineuen 11.65 .70 11.00 LATUMSi Cable Splicers 16.95 .70 11+1.00 t A1arda and Contra Costa Ml Norte, Medoc and flskl ou } 1 oountles 11.16 1.09 1.36 .023 Counties Y r �l O butte. Coluss, 1p10trn, Was trimme helporl t lhstl.oldt. Lake. (that Groundman 0.11 .45 1t 6.10 W20 prxtlnn of County,firm lend Groundwenl Neadground- tM 'rt Lake rt to Count Lim) .N Ikea•, Placer. Pluews wan (ammecec)M ►ovdecwenM Jaekhsswecwen 4.69 .I5 11 .10 1/20 shoots. Sierra, Tehama, Line Equipment hen 9.95 .65 10 .10 1/20 and TrIalty_Countles 11.00 .66 .50 .01 Lineman Polesprayetl Heavy Gelaveras and Sen Joaquin + Line Equipment Mens Cow.tlH 10.55 .66 .53 .01 Certifled Llnewan/ Meldec 11.56 .65 to .10 1/2t Lakq ((rw qty oe Lakemrt Ties Telgaer 10.62 .63 1• .10 1/2t dorm to'County.Llne). Marin, Cable Splicer; Ltadwanc Mendocino and Sonoma Counties 9.01 .07 ^.05 1.00 1/00 Pole Speayec 12.71 .IS 10 .10 1/2s 1 - % r � I �i ..FEDERAL REGISTER,, VOL. 42, NO. 7/--FRIDAY, APRIL 23, 1977 W • "_ ,. - � - ftiwp Mashsa Psln.eir Bina•6•n•tl�a Patn.•nle 1t. suis .� Ssatt Nrwlr 9draenaa Nw+lr fb••Iira sales N i• Prsatwas Yegt#ea ead/at Rslea N 4 N Ps«drna Vraatlsn end.'•t Aar, 7t. A9fr. 7t. LIMB CONSTRBCTIONs (Cont'd) LINL CONSTRUCTIONS (Cont'd) fees". 91096, s4data and Humboldt County Tulaee Counties GcounJasni 5.20 .35 19.1.75 Gtoundtwn i 11.44 .75 if M .OS Lineman 10.35 .SS 19+1.73 Linawns Line ►quipsent Cable splicers 11.07 .3% 19.1.79 Operators 12.25 .75 19+.03 .05 San rrancleco County Cabin Splicers 11.25 .75 I%+.95 .05 1 Gcoundman 11.74 1.04 140.90 .04 Narlpoee, Matced, 5tealeleW Linamrnt Technicians 11.61% 1.04 Ist.10 .06 and Tuolusns Countles Coble spliceto 1S.56 1.04 itt.90 L4nssen 5.51 .42 l9 19 San O.nito, Santa Circa, Cable splicsts 10.51 .62 it it and Banta Crus Counties Monterey County Gtoundmen 10.50 .47 1901.50 .05 Gcaundmen 11.42 .95 19.1.43 .01 L1nsaont Lina tquipsent Linemen• Technicians 12.55 .95 1W.4S .01 operstots 12.70 .57 11+1.30 .05 Cable Splicers 13.95 .95 19+1.43 .01 Cable Spllcste 14.29 .57 19+1.110 .011 Napa and Solana Counties NAWill ;lt111" 10.99 1.40 .03 1.03. Lineoen 11.92 .94 14•.55 .04 ►AINTLWAI Cable' 9p110614 11.30 ,115 IN.M3 ,Oi Alpine, A,tador, C6taystse Mutts, Glenn, Lesson, Plows, and San Joaquin Counties shuts, Tehama and Trinity Brush 5.02 .70 2.34 1.11 Counties Sprays Shestcock Tapers Gcouadasn 9.56 .97 11+.705 .02 Swing stays) Scetfold$ Linesent 9quipment opetatoce 11.96 .67 14+.705 .02 Sandblaster structural Cable Splicers 13.16 .67 19+.70S .02 Steel 9.32 .70 2.34 1.11 Aleacda County ►tuna, Kings, !cadets and Gtoundsen , 4.54 .70 19+.50 .03 Tuiacs Counties y 'L9nssen 11.41 .70 140.50 .01 Brush# Tipece 11.12 .41 .20 Lina eyuipsent operator* 10.27 .70 14+.50 .03 Sptayt Structural Steel 11.37 .41 .20 Asador, Calves, Saccsaanto, Nactlaaa, tl.caed, Sunislaw i' Butter, yalo, Yuba and thou and Tuolumne Counties l portions of Alpine, el Oocado, brash 1.50 .70 .115 .75 .02 Nevrda, Placer and Slacre i Swing Stager Papechat:yece# Counties West at the Nal• bosun Chair# Uses Cleaning$ sierra Awntels votershed t Nater Blasting 9.65 .70 .45 .7S .02 GcowWtsen 6.07 .73 444.75 .045 Spray) Sandblasting 10.10 .70 .45 .75 .02 Linenta 11.21 .73 19+.75 .045 Cable Splicer& 12.33 .73 lst.75 .045 r - Al r t FEDERAV REGISTER, VOt. 42, NO. 7111--FRIDAY. APRIL 22, 7477 ..asrrtair.ts«.t•r' .i Y FCISI0N NG. CA77-301! Ion I ►age 9 flGC1Mo. CA77-SOI! tie f OCClSfOR N0. G77-SO]f fWe if J W v b.ic frig.seedih P4rws■$s ' FHw4••0404NN►w#a.wb Baste R...ir Casco"** R4wir EL,"H46 , seas N L V r4646406 Vocation 6-4/00 Roses .N L f $.•dews Wce4am 644/49 AMP.Vt. Aar..7r. PAIR37215$ (Cont'di" wAIWrM$ icont'dl r1 o nterey, San Benito, San Alaweda, Contra Costa, L1 INteo, Santa Clara and Dorado, Naps, Nevada, Santa Cru: Comities Elocet, Sacramento. Sierra. 4tacluding poctlone of r Solana and Volo Counties t Cownttes In the Late Tahoe (excluding poctlo4%0 of Area) Countl4s to the &.3k* Tahoe fcush i 11.22 .99 1 1.)0 .90 .03Brush ABlu 11.17 JI 9 1.30 .90 .03 Spray 11.47 .99 1.30 .90 .03 0 ; taptes 11.77 .99 1.30 .60 .01 Spray 11.37 .ff 1.30 .40 .03 Wke Talw6 Area Tapeta 11.92 .29 1.30 .40 .03 iruaA 10.lS .79 .75 , DO Mite and Rus4+gtdt CVurttlts Splays Sttuctucal Steel$ Tapers 11.20 .79 .79 Sprayetuah 7.Sf .30 .70 .90 take, Marin, "endocino, San dptool dswing stole# structural 9ce"cisco and dunn4u Cos. 34.61► swing drags# Tapers$ 04ueh 10.17 .99 1.10 .00 .13, rapechanger0 7.00 .SO .70 .90 SIwar 11.02 .99 4.10 .40 .03 walking tat Striping Work and/or Tat-ONS 11.17 .99 1.10 .00 • 03 Highway Mackerel Notts. Cnl000. Glom, 6a644n. Tresno. Rings and Tulare Counts. 49641,401"1 the 0.144" sit Tcarrie Delineating Device 0uaarl. w.►.o. 7116046. Applicator 0.87• .S9 .33 b 0%60/4. 614kijar. Parlor. Mhea Stop installer# Traffic 9s%mm. TtlrsNr aM t..l•s Outface landblasteci•Striptc 0.40 .39 .35 b Z, ` Mrstl4s Helper (wheel stop Installer. O ftr6%$ #.I To-4101 A.ilose 9.19 040 r .40 traffic outface sandblestar, ` ' 1$44{1 Powtr.i44t4r$ 0044ctwtel striper) 8.03 .90 .39 b ^ dlwel goal ration) fr1 t 84.01$ doing 8010$ 14pwt4 0.39 .A ./0 r DW /"stow t1•.r"rr jokes j.ath.r total Riser Dperator 9.00 .10 .33 b I. +r i r W% toes 0461+411 of Wry. IM. 11gaowgw6 Man 7.49 .50 .35 It $ ,4 044A.s$4 to OVA I"cle t"s Appllestoc opetstor' 4.13 .30 .35 b #11wsar 1,01101 tbuttlaasn 0.93 .30 .35 It ;•'„ ` • r frwA 10.93 .10 .1! ! Top Ron 3.03 .SO Speer# 0ttueteral fool$ feualning Counties ; bFsrd 11.20 .70 .7! Traffic Delineating Device , Applicator# Wheel Stop Installer# Traffic Surface , Sartdblaatec 9.97 .SO .33 b Helper (traffic delineating , ^ device applicator, wheel stop installer, traffic outface eandblostacl 7.72 .S0 43S b Striper 9.97 .SO .35 b Helper (Striper) 0.22 .SO .35 b t3 !� FEDERAL REGISTER, VOL. 42, NO. 7"RIDAY, APRIL 22, 1977 cit F ..ter :�-.•. •.�- �• k. i owl M0. G77-5019• lags 11 1 DECISION NO. Cn)7-501! lags 12 J Lnw rn basis F0.1096 2460014 Pormeate 1 basic ftlnpe Benefice Permenit - "` Meet) ^- � Nwrlr • E.iaati.a r . r LsirieMae Kew H L Ir Pendent vac.tlee and/n Rata N l M 'NalNa V44611e6 saJlat Harr.It. AM..To. lRpR11131 Icantod) PLASTCACBS' Tt710t7aSo (Cont'd) llucsr seal aperationt , Alpine. A"Jor, 91 Dorado. - Wxg grorator ! 1.47 .50 .35 b tievad&. placer. Sacramento, O9ua8986 Nen 4.37 .50 .15 b Sierra and Yolo Counties S 7.455 .455 S 1.40 .10 Applicator operator 7.72 .50 .15 b t Calaveras and San J044uln shuttlosan 6.65 .50 .35 b Counties 9.43 .e0 1.40 .90 !up Man 6.22 .50 .15 b Na1+(n County 1.12 .10 1.40 .90 11ASTCII016 1 r Monterey Comity 9.15 1.00 1.70 .90 -Alameda Anil contra Costs San Benito, Sent& Clara and t'« L QW41ttes• 16.10 .745 1.05 v ,03 Santa Cruz Cuotlties 11.00 .70 1.40 butte, Colums, Gla:.n, Loom an Pt.wttttatst (suutheastegot holt of Laeasn Alomada County 13.19 1.25 2.29 .12 Countrl. Pitman, •$ergs. Contra Costa County 11.107 1.25 2.211 .20 suttee, most labs Cuuntiee 4.79 .S1 1.00 Val duct* and Humboldt Counties 11.11 .71 1.12 .05 Iktrtteray County 10.60 .71 .35 .01 PLAMUCNSI Steomfitterat 1`96040. hags. Madera and Amadot (Northern half of lulate Counties 9.74 .90 1.90 1.11 County), Sacramento, Volo, Alpine. Matador, butte, Cial&verse C1 Dorado, Novaaa, Piacec Calmed. El Dorado, Glenn, and Sierra Counties (eaoluding Lassen (51!41, Nevada, Placer, Lake Tahoa Area) I3.33 1.14 1.60 .14 plasmas. Sacramento, Son Joaquin Lake Tahoe Area 10.99 .51 .60 1.95 .10 Sierra. Satter, Tota and Yuba Karin. Mendocino, San tconcisco zCounties 21.59 .71 1.50 .01 and Sonora Counties 11.75 1.905 1.50 1.17 .15 Son rtanc$sco County 11.76 .90 1.90 .03 San Benito and Santa Clara 0 gran Mateo County 7.722 .40 .90 1.50 .025 Counties 14.20 .90 1.65 .14 Leel aorto, Himewldt, Lassen San Mateo County 11.74 1.05 1.05 1.20 .25 (Morthreatarn halt), "mein, . Alpine, Amudor (Southern 9ro toc. Maps, SAAsts, portion of County). Gutta. Slsklyou, Solan. Sorrow, Calaveras. CaLuua, Fresno, Te"ce, and Ttlaltr Counties 9_.95 .91 .50 1.25 .81 Gicttn, Xingu, Lassen, Madera, rl4rlpu&r, "&Iced. 4tantolaus Nacipoua. mired. MoJoc, and Ttwlume Counties 9.05 .90 1.55 1.20 Kkrnt4cey, I'luwas. San Joaquin, PLASTWAS' T1UOftS: Santa Crus. Shasta. States, Alaseda and Contca Costs Siskiyou, Stanislaus, Suttee, . Quaties 4.47 .60 1.10 Tehasa, Trinity, Tulare. tter"o, Zings sM'Mlsdecs Tuolumne acid Yuba Counties 12.60 1.39 2.00 .10 1 Cotir►tlto. ` t i 9.10 .40 1.40 Lake, Map& and Solano Counties 13.31 1.13 2.29 .16 P Zincot luwt 1 fEDERAt 1EGISTER. VOL. 42, NO. 71--FRIDAY, APRIL 22, 1977 .•.,,wa,c•,...,wruw,.t,e..a..........�-....s.,...+.++rw:.a-u.e:«�.•r.e..a.++,+.a,.r•�+...w..•..u�au-r++,ww+.rswn+m.ww�,«s.•na..ts;f::+.t'rr..., M�CISI(w, CA77-5039 lags 13 J DWISION MD. CA77-5037 �.J .. Fdws.S.••Nh I•I�•wb frbp BM•At�/gnewta ' B•dt Sols Il•..Ir EJws.N.. � ' RMn M ■ ►a••lew. Vem•lee aJ/•r - Role$ nE4.ntbe Aha To. •t•• N l A ►M.Iwt Vendee Aha Yr. OODI'Ma ItOO IMSs ICont'dl Alameda &",Contra Cents Countle Amadoc. Sacramento and T010 r ' hooters : f 10.94 f 1.17 { 1.10 .60 .04 Counties Maatic ttorinerel settleenn I poorer• relate. the and 12 kettles w/o pumlmnl 11.19 1.17 1.10 .40 .04 coepoaltlon) { 10.11 { 1.04 f 1.10 {1.00 .07 , aitumastles enAneletat ripe- rnamtler and Fitch 11.11 1.04 1.10 1.00 .07 wssiTatst Cnsl Tar hunt up 11.94 1.17 1.10 .40 .04 San Ovnito and Santa Cisco Alpine. Calaveras. Marlpuaa. Counties Nttetd, San Jutaluln. Stanislaw 0ooreral settle it kettle) 10.10 .63 1.14 iand Tuoluans Counties SDCLT NtTAL WVASERSm Nootece Islate, tile Alameda, Contra Coats. Napa coepraltion and twtllt up) 11.29 .9f .47 and solono Counties 11.23 .64 1.93 120 .04 Felt Machine tli'e64toc 11.44 .90 .47 Alpime. Coievotes and Butt*. Colusa, sl Innundo. San Joaquin Counties 11.77 .06 1.40 .02 Glenns lawaan, wmduc, Placa[. A Ansdor, Butte, Cotues, • 11`10046, Shosls, steers, 91 Dorado, Glenn, Lassen, 01akCTou. Sutter. Tehans. Nevada, Placer, Fluama, . Trinity and Yuba Counties 7 t Sacramento, Shasta, Steers, Morar• 11.09 .93 .40 Sutter. Tebama, Tolo and fusee. sings. Madera and Tuba Counties 11.09 .46 1.44 .09 141419 eo.antles Mariposa, Merced, stanlalsus Metas 11.15 .N .00 and Tuolumne Counties 11.11 .60 L.10 .06 = W49. Mertm. M.ntocltx., Mope. Monterey, San Benito. Bents (� Oelowm 4n4 Mneme t►wmnties Cisco and Santa Crux Counties 11.1! 3N.40 1.54! itir�t•te 10.13 .03 1.20 1.41 .04 Del Marta. Humboldt, take, l Ilsalle Mnaatat ■•Illewn -• Matin. tiondocino. San . N •m 11 kettles W/o rmq•al 10.30 .09 1.20 1.63 .04 Francisco, Sonoma and site.-•eller riuealoles fops- Trinity Counting 12.30 .90 1.74 .12 c vrepp•rq Coal tar pitch 11.13 .0! 1.20 1.01 .04 son Mateo County 12.42 .44 1.01 .12 , Pok "to and Numlwldt "Woe and sleklyou Counties .10.205 .52 .20 .03S `• ' 01untles• Fresno, Sing@, Madera and �: m Mores 10.32 .40 .73 -.35 Tuleco Counties 11.70 .00 1.22 ".09 Montecey and Santa Crux I m ' Coontlea , Itoolers 10.75 .90 Sen Francisco and San Mateo Counties Ibotecs 10.93 .60 1.15 1.10 .04 Maatic Wthers and Settlemen (2 kettles) without pumps 11.10 .60 1.15 .1.10 .04 ! sltumasticl Enamelerst plpevcaMes�l Coal.tet , 11.93 .90 1.IS 1.10 .04 C • • FEDERAL REGISTER.-,VOL. 42,'NO. 70--FRIDAY, APRIL 22, 1977 C . • 1 + i. II WU* SO. CA77-5039 Page 13 DECIS1011 NO. CA17-5039 Page 16 ) 1J . j a Cot) i � ��_! , F,inss Brnshls Prtwrwts Folds,B.arit/a Pii,.wats Retia -t Raba N i M I'rasb.s Yscsirs U.• tJ Rs»s N i M Psnsiaas Ysaellen *nJ/O#.. PtLXW 1Mt 9/tTiltSa TfltMZZO NUitKERSt jRWr -»1<lpiaUJor. Alax. da, Contra Costa, Dal Butte, {, 04lavesaa, Colman. RI Guraaa. 1 Wits. Ilumd.,lldC, Lake, Glean. lassan 1e11a:ludinq tucin, Mendocino. Napa, Money take Acaal. Macced San Flancleco, San Hateo. (east at Salt Joaquin ttivt[l, Stskiyuu. Sulano, Sunowa lluwas. Son Joaquin. Shasta, and Trinity Coont/es E 11.02 } 1.10 .91 $1,00 Sacrane*to, Stanialaus.• butte, Coiusa, k1 wFado. Suttee, Tehama, Trtatty. Glenn, Lassen, K1.fuc. Nevada, Placer, Pluwas, Tuolumne.,Into end tuW socranantu, 51.aata, Sterca, Counties and those pottlons Suttet. Tctana. Yolo and ae at Duxadu. Nevada, Ylacer Yvtaa Caunt/ta 11.00 ,00 .90 .25 n and Stetra 4uwtties ierotudlaq TILL; U1712151 take Tr1We Asset 11 10.11 .79 i 1.25 $1.00 .10 Alamads, butte, Colaua, Money Late Acta and takeT*Wei Contca Cuatr, Uvl Nurte, momd Aces 10.05 ,70 ,10 E1 Dorado, Glenn, Humboldt. Allameda. Co/tt[a Cuata, take, Lake. Lassen, Barin, Matia, Mendocino. ltncced, Nenduclao, Nudoc, Nap., Maatecty. 11apa, San Benito. J Nevada. Placer, Pluwis, Sam, ycancisco, San Maters. 5ae[amento, San 0enito, Sants Clara, Santa Ccus. San Francisco, San Matto, Sulat.o And sans, Cnuaties 11.30 .60 1.00 a .16 Santa Clara, Shasta, Sierra, MIMKLFat P1TTMSs Stskiyou, Solano, Sonusu. Z a Alameda, Coat[a Costa, Matin. Sutter, Tmhana, Trinity. O Maps. San ecrs, San Itatro, Santato Clara; Solan WOW and Yuba Counties 12.00 ,90 1.20 1.40 .095 � Alpine, Aw4dor, Calaveras, and Sonoma Counties 15.61 .60 .90 .09 Saa Joaquin, Stan/siaua and smn moulairty GAIntles 14.02 .60 .90 .06 Tuolumne Counties 10.27 ,55 .30 1.00 STEAPWITTU(S: Freano, Kirnis, Madera, at&"& aid 004a Costa Maciposa, hasceJ and Tulare Counties 13.30 1.25 2.29 .165 Counties $.s0 1.00 .50 DAL Mocte mad Buabeldt s Monterey and Santa Ccus Coustfee 11.6 • .61 1.12 .OS Counties 11,9! 1.01 .93 • t r Ago- t 1 e. i t 1 ..� 1 ' 1 ` • FEDERAL REGISTER. VOL. 41, NO. 70-FRIDAY, APRIL 22, 19177 - 1'mte le art t•177'"1191.. -. _. _ -. . - DWISIGN 00. Ce77-SOI9 - t ly,:...:- DlICISIf1h hO, CA77-SO)9 ' 10 -v , 1• falls NO 1DRYSs Fdye O.webss hrawsr aadt A-Mew tear•s Day$ s-heswrtal Days c-Indeptandencs Day► Nawlf EbreNsre D-Labot Days C-7hasRtgiving Days F-Chr iatwas ay. LABOM0 Oe$*a It t 0 tw•i•es YscstMa 04 4Tr• lg07fi01fGSs - a.`"loyer contribute* 44 of Isasic hourly tate tot over S Feats• $ Croup 1 ! 0.2105 ! 1.00 ! 1.70 .!0 .lO -service, and 30 at baric hourly rate tog i oonthe to S year* Coup IIsi 0.53 1.00 1.10 .90 .10 as vacation toy Credit. 01a laid WAidayos A thsoulh F. Croup 14b) 0.7103 1.00 1.70 .100 .10 Croup 11c) 0.145 1.00 1.70 .10 .10 0. pployet Contributes 11.23 pet taut tolloliday, I" plus 10.11 Croup l(d) 4.24S 1.00 1.70 .90 ..Io pat bout to Vacation fund for the tirat year of eaployrrsts Croup 1(*) 1 0.045 1.00 1.70 .90 .10 1 year but less than 5 Trace 10.11 per tout to Vacation Funds 'Croup 110 0.4103 1.00 1.10 .00 .10 S Vasco but lose khan IO year& 0.41 pet hour to Vacation Fund$ Croup I 0.145 1.00 1.70 .10 .14 over to lease 0.11 pet taut to Vacation fond. Croup 1 0.045 1.00 1.70 .10 .10 C. Employer Contribute* !.110 per hour tot the first Sive years of esployaents Mist live years f1.OS pot hoot to-Vacation r and holiday Osnetits. laaf)IILAa 1 (Connate) s E Group 1s 0.7115 1.00 1.70 .90 .10 r 3 ` Cgoup 2t 0.115 1.00 1.70 .90 .10 t Ctoup 2$ 0.045 ,1.00 1.70 .90 .10 LABORF , = ;! s IsmShalt tack) •t ) Croup 1 9.065 1.00 1.70 .90 .10 a Croup 2 9.555 1.00 1.70 .90 .10. Cgoup ] 9.175 1.00 1.70 .90 .10PHI 1 a Ocol$jt i 9.255 1.00 1 1.70 .100 .10 I wt . LAMORM f _ _ � •�� a p i pry. x .:. t .4% .L. stock) Croup 1 0.2105 1.00 1.70 •90 •10 Croup 2 0.145 1.00 1.70 .10 .10 n i F Croup 2 Y 0.045 1.00 1.70 .90 .10 - r ` .�y i i fEDERAL REGISTER, VOL. 42, NO. 70-FRIDAY, APRIL 71, 1977 t �;;...'. ::..:.- des" :s'&i-.; '., - • IIOCIStI"10. Call-SO3f lags 19 i`; page 20 N DCCISIDM 110, CAT?-iO3f }.. 1ANDO AS 1Jt00kEkS (Cant'd) q Gstwp Is L•pbalt Isoacts Mrd ka►ecal Sacco. Wacker ami similar Group Ila): Repair Ttackmen and road beds (cut and cover work type tampetst Wggysubilet Chainsaw, tollee, logloadec and of Subway after the tat.porory cover has been placed) lemAest Comltsctuu at all types.; Concrete and saynenite Wirer I/2 Yatd and under Catccete pea wet: Concrete saws Concrete ' Group 1it)s Laborers on 9enecal construction work an ac In sonArc# Cribber andlgt sbociny; Cut granite curb •attars ruts bell hole. luotings and shaft tainscal Slip cocas# Gceon cuttors, neaderboardoen, Hubsettecs. Lls"rot Jackhammer opacatoca; Jacking of pipe over 12 faceless l Gtoop lifts Contra Costa County Dnlys Plpelsyece, Caulker*, Jeckow and similar type Cumpactocat settlemen. Putman and men Osculate. Pipewrappers, Conduit Layers and plastic pipeisyvrss oNlying asphalt, lay-Bold, cco(isote, lime, caustic and siallar pressuce Pipe Tvatet, no joint papa and rtclpping of same. tjps.mat*clals# Legging. shouting, whaling, heading. trench- including) repair at voids, Precast Manhole Setters, Cast in isMtws, Aat+Jyuided taygHngharanr; "crates. epasycesin, places Manhole Lora settees lthre�tlssa, and mastic workers twat os dcyll Pavement brva►aca atsd spoilers, Including tool grinders Pipelayers, caulkers, halides&. Group It Asphalt Shovelocal Cement dumper* and handtln,s dry current pilrwrasgwce, coehuuit layers, plastic plpolayecsl pont hula or gypsums Choke-mutter and Rigger (clescing work)# Concrete ellggocs - sic, gas and slectsiel weer bcoos awapecns Power sockoc Dumper and Chutemin; Concrete Chipping and Gsindinyl taspets at all types (except as shown in Group Its Rata set gun Conesets Wtwrvra l-rt or dry): Driller'• Ual)wtl Chuck Tender# and stud *%4411 and ctwt-slinger, Including placing ik:atleman. wdJucturss Itydsaullu tf+nitnc (ever 180,1br ptvrnure11 of sacked "utctat* attpjur rant twat or dry)/ Notary to&#Itis#, 144ding and unloAdittg. cattyltu; and hatulling at all rode ah+d multiple kead concrete ehlppecs Davis teencher - 300 or atallar t-., aatoclats tae one In calnrutuing conervts conrtcuuttual p(tt*huegh type (end all sa+all teenChera)s Auto and Ditch Wltghl Mato- Chipper. and similar typu brush 51+caJ4atel Sopors Singlatwt. &lilacs SanJblast*cs. Putman. Gunman, Mossismans Signalling stuff hand hold, pnvumatic tamp.,rl All pneumatic, ale. 9e.*, and electric SlgglaJ# Tank Cleaneces Team cliallersl Vibca-rcrood - bull float r . toolas Jacking of pipe under 12 Inches is carwnecriam With 14449e910c works Vibsatorsl Dri-Pak-lt machines Sigh pressuce• blow pipe ill;• at over, 100 the. pseeaure cc owtls Gcoup 3: Alt cleanup work of debris, grounds azul buildings including Hydra Seeder and siallar types Lease been id connection with 1 but swot Uwltad•to street cleaners! Cleaning and wa�hing wlnd•+ws; labocsrs' work Construction laWscrs Including bridge and general latutcrs; + Duespatn, load spatter; tits Watchers Street Cleaners; Gardeners. Group I.i&)$ 'Joy Drill ted*l IM-2A& Gardener-Danvsc Madel V9143 Horticultural and luhdscape laboreras Jettings Llmbecal Brush and similar type dcillsl 'ftact dcillecat Jack leg drillers tlalacss finers, maintenance landscape labocess on new constructions: Z Diamond eiriliecsl Vagon drillers; Mechanical drillers -all Maintenance, Rupalt Tracktsen and toad bodies Streetcar as+d Railroad Q types tegaselless of type at method of powers Multiple unit construction Track Labureca; Tempotacy air and water lines, victaul)o drills; Dlastets and powdeemens All watt at loading, placismP, cc stellate •Hbol town attendants Penes Ctectolss Guacdcall eccetucs; f1 NO blasting of ell pwdec and explosives of whatever type se- r Pavesene Neckties (button netters) yet gradless of method used for such loading and placings High scalers itneluding drilling of sasa)S UtMe toppers Sit gtiodsc l . t LigbOlt£ftS ,t-. i GcoW tills .fewer Ci*aseca (Gunnite) GeV* i(eis =burning and welding accwp is swsalsaan (including Gunman, Potaarnll ladn+sns Gtoundawn 't> Group,2j Reboundaan Cabocacs " 3: neva Croup i 3 .e _ rtEdERAL REGISTER, VOL 42. NO. 7S•—FRIDAY, AP111. 22. 1477 . .. P►•te Z1 , ci OOCISI�. CA77-soli Pass 21 ` J �./ DWISION No. CA77-5019 I - ►ya 22 LAKvtr71S (Tunnel and Shaft Nock) Group It Diamond Orlller, Groundman, Gunite cc shotcceto Nossle- arat 0almen, Shaft Nock and Rales (below actual or eacavatN bJs Fd•p t..•0h r•rm•.,s ground level) PONIA LgUIPMMr O/W17t70l, Basis Neir DREDGING R•NsEinN•e Y•e•,Ne N4/.r Group 2r bit Grinder, Blaster, Oclllere, Ibvdecwen-Assdlag, CAetcy sCItE7)ULL f N L I! PM.1M• AN►.is. • Plcks[a'n - where car 18 lifted, Concrete rinlshat 1a Tunnall Can- CtAMNE64 A,Q OIPPER DREDGING erste Screed wan, Grout Puw(�men and POtment Gualt• and Sbotcrets (Naw Carletruct/an) Guniea and Pot••en, Neadecaen, Nigh Pleasure Noraleoanl Minot* - 1uM,el. Including top and bottom wan on Matt and ,site work, Nll",C Ibaaltman on slick Ilne, Sendblester-Potman (work assign- Bar9ewanl DeckhanQ, rlcemen, weAt, lntacchen9eable) Steel Form 0118098 and settees, Tlabetman, 011et 0e"Newraan - wood or steel cc substitute materials therefore, . Arse 1 nrg9er 10.21 / 1.97. 1 1.79 .•0 ,)4 L Area 7 Are* l 9.11 1.07• 1:74 .40 .14 GrauP Ir Csbleteodec, Chuckt•ndeclrawesrmaa-prism Roup, Ylb[ator- Are& 4 9.41 1.07• 1.74 .40 .14 one. Pavemest Breakers 9.49 1.071 1.74 •.40 .14 Group 2i C-40W 4' Bull Gang - Mockers, Tcsekosnt Concrete cc- - includes Deck 9"Ineeca, Deck Mate #adding and spreading, oumpoien Jany path")# Grout Ccew, !JL ed 'Bs- Area 1 ' 1.07• bousmnt Ske"e 1.74Area 2 . .14 Area 1 10.76 1.070 1.74 .40 .14 ' Area 4 11.03 1.070 1.71 .90 .14 I1UtORUS 11.71 1.076 1.74 .N .14 (wrecking Nock) G[ Weldecl Mechanic Welder, Watch Croup 1, skilled weeckoc (removing and salvaging of sash, wledowe. Dylneet doors. Plumbing and electric filatures Area 1 Area ] 10.71 1.07• 1.74 ./1 .l1 Yrwep 2t Mm1-atlllN Wrecker laaleping of other building rbsl&1e) Areg 1 11.15 1.07• 1.7/ .•0 .14 .Z Aces ! 11.41 1.076 l.Ss .40 .14 Grrwp 31 General'Lah..cer (lnelue•e all els work11.71 1.070 1.70 .10 .14 ". lumbar, loadingand burning of,debrle) .. , loading. Group 41 h - M Clawahell Operator (up to v1 sae including 7 cu. yds. ■.t.C.lIt" 400w Pay) Ares 1 11.01 Arae 2 ' 1.07• 1.71 .14 11.161.016 .40 • . Ace& 1 1.10 .40 .14 f a a i>ar Arse 4 12.41 1.07 1.70 .•0 .14 :. 1.0761.71 .•0 .14 Group 4-Ar o ' tt s „ Clawshell Operator (over 7 .1 cu. yds. m.r.c.(long r _ x loom Pay) I. Agee 1 07• /x.14 Area] 09 1• 1.74 x.40 � F� L £ x 11.]1 07• 14 ,. f _ =;� £T-'#i' I 1].49 07• .14 _ Area ] • 1.74 .40 ' Area 4 1.71 •0 FEDERAL REGISTER, VOL 42, NO. 78-FRIDAY, APRIL ]2, 1977 4 J_ - i DECISION H0. G77-SO)f Pae 24. �? 06CI.•' IID. G77-SO]! Psgs ]) `/ , 9 • .• Osis Fd&4.9.&.Ills Ppm•et. r A- , s r � , •• OeQt Frlge 9•&•160•Pynot. N.wly ELs&tlw ?W BOATS (Osedyingi I Rale. 11 L r Pestis&• vec•liea and/of r OtIM* 11QNIPMt2R OP121A1�ORS (cont• 1 Reres 141611 Pea.le&. vessels& V.4/ofORWGWcA on salt-prol>,rllcd vesselsAsyr. to. lexet Skiff OCIIEDOtLtNG 11 MR.To. boardpmotors)sengagcddInyout- towing NTIMAIILIC sm-n(q MEWIM AND • and ohiftlog at barque. vessels AI.L Onit'tl CIAMSIMI.L AND DIPP6m and watoc borne c[att or in the �y-ry;lty; tesnawctatlon by watec of , personnel, MAW ials, equipment Otiw/ Aand supplies 9algaman 1 Ittckhaad l Iwet- handl Plttmanl 0119[ Oackhand/Mechaniaa Asea t 0,27 9 1.070 f 1.70 .60 .1/ Ate• 1 f 9.53 .99 7 1.61 71.14 Atte 2 9.11 1.07• 1.76 •00 .14 Area 2 10.05 .99 1.61 1.16 Aced ) 9.19 1.070 1.79 .90 .14 Mea 3 10.10 .69 1.61 1.16 , Arta 4 9.67 1.07- 1.79 .00 .14 Area 4 10.55 .0% 1.61 1.10 Groups&-2t Olwcatoc lklchanfC/Match Mlnchman (stern winch un Englneec dcedje)I O•ckmatei Deck Acta 1 10.75 .96 1.36 1.15 tclglmeec Atea 2 11.25 .96 1.36 1.15 Area 1 9.20 1.070 1.70 .90 .14 Ace& 1 11.50 .96 1.36 1.15 Area 2 l0,O$ 1.07• 1.79 .90 .14 A4ea 4 11.75 .96 1.16 1.1$ Area`] 10.10 1.070 1.79 .40 %14 Aces 4 10.60 1.07• 1.79 .00 .14 Building and heavy Construction Tow Boats Gcottp A-ls l 4 (work on self-pcopelled Z watch Patglneeca M•ldecl vessels) O Meltaac "Achasic r ` Beat operators 10.75 .96 1.36 1.15 Aced 1 9.95 1.07• 1.76 .90 .14 n &sea 2 10.10 1.07- 1.76 .90 .14 Ptb7310TES: (Mit Acta 3 - 10.99 1.07• 1.70 .00 .14 Pout Centers dasignatedl City Na is of Oa land, Sal Pganclec . Age& 6 ` ' 11.25 1.070 1.79 .90 .14 SACrAllant0 and Stockton, Calicos 1& Grwp A-4t Area 1 - tip to 20 toad miles (cold said Can ccs. t.evermans Clamshell Opecator. Area 2 - More than 20 road miles o and Int luding It road oil s Area 1 t 10.69 1.071 1.79 .90 .14 tram said Centers. Agee 2 11.54 1.070 1.79 .90 .14 Area 1 - Outside of 30 goad miles Isom tai Centecs Agea 1 11.92 1.074 1.70 .00 .14 Ara& 4 - An aces extending 2S gad miles fouls shoes ine of Art& 4 12.09 1.07• 1.79 .90 .14 Lake TAhoe. 'Includes $.20 pec hour to Panslo ed Ncaltl and Wallace Fund. - I FEDERAL REGISTER, VOL 42, NO. 70---FRIDAY. APRIL 22, 1977 - - t w,ri/rr..M..r.«... .r....�w.�+++•-+•••^^ .:�t.•.�..••.•�.1.i�+.4.Y.Y•M+.�.7WNwirrb'Mr✓aM�1.'�Lhuw.1 • . •r jt DECISION NO. C477-5030 Toge 25 DECISION NO. CA77-5039 tags 21 POM OQUIPR Mt OrtRA70PS lFiledctring) snit ) Fti.ge RNeita Tq.aNt# basic E�rtMlas Group is Assistant to Engineer (Ficsaan. Oiler, Dockland) +. Rates M L• Tsealaea Ve.e►be Nd/e. Ary..To. Group 2-At Coopcessor Operator ► Kalia.AQtlli'M#M CWMA70NS " Group 1-41t Truck Crone 011ec 4lTlledctelttg! Group to it.ggec Twist (hoisting aatocial only) • " atovp 1 1 6.76 i 1.15 0 2.00 .90 .24 } 1Group 2-At Co. e pcosor Operator t2-711 Cet►eratoc 4100 K.W. or ovar)t 6rouQ 1(e! 9.111 1t 1S• 2.00 .90 .2l +� Group iib) 9. 1.1S• 2.00 .90 .24 ToaP 12-7)1 Melding liachins t2-71(Nwetod othst thea by alectclaity) IF y i► Vis+ Group 2 9.89 1.35, 2.00 .90 .24 group Iia! 10.10 1.W 2.00 .90 .24 Croup it Dtck [devicerl ruck 4ltt# A-FrawSamt ieit-propelled io Group 3 10.40 1.110 2.00 .90 .24 type Jltttng dovio t �, Gloup 3181 10.76 1.15• 3.10 :90 .24 Group 4 11.11 1.15• 2.00 .00 .24 Group 3-Ar Rsevy Duty Repairman and/or Heider Group S 11.46 1.1S 2.00 .90 .24 Croup it Operating Engineer In lieu of Assistant to Engineer t *Includes 4.23 per bout to Wonair rwd Vomit and Mei aro Fund Tending Pallor or Coapreaeoc attached to Crone Ttledrivert Operator of Flledriving Pigs, Skid or Floating and Dsccick Ratgesl Operator of Diesel at Gasoline powered Crane Ttledriver to/* ballet) up to and Including 1 cu, yd.# Truck Crane. up to and including 2S tons hoisting materia! only Group St Operator of Dieaa! or Camoline powered Crone Piledriver ' a (v/o boiler) as 1 cu. yd.t Operator of Crane (v/stoam. flash boiler. pump at coopcuaot attached)# Operator of stoma powered Cra{ I • wleroverUniversal ia oc v rsl type stid notarial trallow sr slallot type)# Truck Crane, Z ng pectocning piledclvins O work �1 A rii r . ' 1•j + FEDERAL REGISTER. VOL 42, NO. 78-1`4IDAT; APRIL 22, 1977 # �I DWlSii6-�4.• C477-5019 Paye 27 w DY.G81011 too. CA77-5039 Page 28 1� r POW131 UQULPHDIT OPLRATOES G AREAS 1 and III n.�. • , - Group 1s Assistants to Englnuers (11rakawanl Ficesrng tleavy Duty ACp41tmun �; fsiq.Oc•.at.t.t.ea. Delpero Oilar: Ivckhandg Signalman! Switchman[ Tar Put Fieemainit Pactsatan R.tic Basic (Heavy Duty Repair slap parts room) NwrlrEA.c.6- ...6.4 vc.ti. �°"� R.r.• Ret.• •N t or P • M1.1 y .. Group 2s Cumprassor ({.eratori Concrete Miser fop to and Including 1 yard: PWIi 14111"UM OPERATORS Apt-.Tr. , ,.. Conveyor Dalt Opetatut Itunnel)s Ylteman IIJt plant: Ilydgaolici Monitur: ^. kREA I. AWA 2 Mn:chan{cal Conveyor Ihan4ling huildlnq maturialsli Hirer 11.4 opegator i (coneralo pi:uil)I Metall Olieratorg 9ptaadut Boxman (wltl, st:teedsll •fag 1'ut Yl[vmmn 1{�wuc a•)itated) - Gioap 1t 1 0.70 810.16 1 l,]!• 1 2,00 .90 .24 Gtuep 31 tax Opki&tug (bunker)I loelicopter Radlotio) Irlgnalman►a P%lwc- Gtoup 2s 9.05 10.45 1.35• 2.00 .90 .24 want Iucowtivai Ullecs Hess Cardec Itoneitructiun jab ultelo iwtumlat Group Is 9.26 10.66 1.3s. 2.00 .90 .34 Operates: Screadman (e.cept asphaltic n.•onctate I.avlugls Su It-psapaLied, Group 41 9.01 11.21 l.ls• 2.00 ,90 .24 autocratically applied concrato cutinq machine tun rtrr•utu, hi-)i.way». Gluap 31 10,02 11.0 1.351 2.00 .90 .24 aill-uta and Canalv)I Trunchinq Kachine (Kotlmum dlgglwl cap.iully I Griaap 41 10.17 11.57 ►.]5• 2.00 .90 .14 fl. dupthl l Tu�)•)vc lk)i.t, slrn)le ailing Tgucll Cgana Cities Giaup 7t 10.12 11.72 1.15• 2.00 .90 .24 Gstwp 4P 10.72 12.12 1.35- 2.00 .90 .24 Group 4: ballast Jack Tampect Ballast Reyelatoc: hallast Tamper Multi- Gtoup 92 10.96 12.34 1.35• 2.00 .90 .24 pulposel Dolman (asphalt plant)I Elevator OperaLar (InsidelI Facts Litt Group 10g 11.14 12.54 1.350 2.00 .90 .24 or Lumber Stacker (construction job site)I LLne Masruri Lubticaeion and Group 10-At 11.25 12.65 1.310 2.00 .90 .24 Gr Ill 11.42 12,62 1.350 2.00 .90 ,24 ca Engineerpwblle and grease tack): Httet ul BulSt (1 dsum)i Shutt �P Slwltlecacg 71ec Spaced Tuwermoblle Group 11-As 12.49 13.95 1.354 2.00 .90 .24 Group 11-61 12.77 14.25 I.350 2.00 40 .44 Group St Cowq.ressor Operator 42 to 7)1 Concrete Misers (ov.:r 1 yard): - Gioup 21-Cs 11.07 . 14.53 1.356 2.00 .90 .24 Conctittu Pumps or Pumpctete Guns: Generatots (100 K.W. or uvrc)l Grueling ILschinei Proms-weld lair-Opecated)r Pumps 12 to 7); Welding '01acludes 111.23 per Hour to /4ichincs (Ixwe[ed other than by electricity) (2 to 7) Z Pensioned 6ealtw om Wallace Puna. O Group 6s RLH Limo Road Pactur or ■Ithaca haow Truck at Dual Pugpose .r A-Ytasa: Ttuekl Coutaete Balch Planta Iwe[ u[ dcyli Cun.aete Saws (melt- n t propelled unit) un streetS, highways, Ailp)ctS and Caualel Uatlllnn) ural Boring no • ul . Nichfnery, vertical and Iwtlrorital (not to apply to watecLnurs, wagon drills of jackhammers)I Gcadesettec, Grade Checker (rra:,:haolcgl ur uthet- ..,� . . - I wise)I Highlloe cableway Signalmani 1:x:umutivea (stt:aa lir over 30 tons) ' K,ginnis Internal Full Slab Vibrator (on alrputts, hlyliways, canals an,l warchuuseal Ilechanical Finlshcis (cunccete) (Clary, Johnson. Bidwell Bcldge Deck or similar typea): Hachanlcal Duu, Curb andlot Curb and Gutter Kachlne, cuncietu or asphaltt Portable Crushets Post tit over IM-1500 and Siwllar)g l'nwer Ju.vx) Ilperatur (settln.y slip roam:, rte. In tunnelals P.Aleci Screcdaan (Das bet-Go cane and similar) (wgihaltic curicretr avi Seit-atu,elled Cum actor P iiylt I I p (single mn)ine►l Salt-pro{wllyd Pipeline wupping Itichine, Perault, CNC, cc similar types): Slip Forms Pupils (lltting device too concrete togms)1 Small Rubawt Tired Ttactols:` •. Surface llealet - _ FEDERAL REGISTER, VOL. 44, NO. 78-FRIDAY, APRIL 12, 1977 1'.rla 10 m an .1 r DBCIBl0W,,l C1,77-S11I! Page 29 `~•/ DECISION NO. CA77-5019 ' hgs ]B j i � )Data DDUIPMEIrr OMATORS iCDht'd1 t (ARPJIS 1 and JI) LowElt CQUIPMW OPL'RAIORS (Comt'd) • :: (AREAS I and II) GcOW 7e Concrete Conveyor or Concrete Pump. Truck of [quipnent mounted Ei • 1 prow length to apply)# Concrete Conveyor, building motel Deck Engineecoo Group 10-Ar Backhoe (hydraulic) (up to and Including 1 cu. Dust, Ona*Mixers fuller Renyon Pump and similar types) Gant[ Ridec Backbor (cable) (u to and Including 1 cu. yds. tion 04 / - Y P nq yd. m.r.c.l# Combination Back- (or slmilar)# Myrica^Hammer for similar)$ Material moist (2 Or awe dru*all hoe said Lood*c over 1/2 cu. yd. ■.c.e.1s Continuous flight Tie Back Mechanical Finishers of Spreader rLtchlne (asphalt. Barber-Greens and Auger (up to and including 1 cu. yds.) (cunt altachedll Cranes (nut case (. • � ' simltatll Mine as Shaft Nolst# Mlxermnhile# Pavement Breaker Bleaker with OF 23 lona, Nawme#haad and Gantryls GtaJe-ells (up to and Including 1 1`v l' withae,0ougncessor Combination; Pavement Breaker, track mounted 1'4.11 Pw+r Shovel*, ClaaMelL, Draglines, (up to and Including 1 cu. 140. with,faapressor Cud.lnstlun# Pipe Bending Nxhlne Iplpellnes only)I m,C.e.ls [over RIaJ* (single an91ne)1 Self-propelled a mom-type Lifting n A •.-' ' f Pipe C/eaning Machina (tractut propollod and awppotted)$ Pips Wtapping 11evlca (center Novato (over 10 tons)[ Sell-WWOIled Dose-type L1(tley' l t • t, L i Mecklas (tractor prn(wlled stiff uggvxledis IMftlgoratlon Plant/ Ballot D*vlc* (c*ater maunt) Cows 15 tons! (. gxrator-Iflnlnh asphalt); Solt-propelled boom type lifting device (center soual) 110 tons or lens M.M.C,►y self-propelled slavering Crads.Plans►' Crap 111 Automatic COnCNte Rtlp form Pavers Aulneatic MallroaA Car 1 ' ;.l nl�t •, ! $ $1o0hat 01?eratut$ small T90CLOC (with Loom) Boli Teeters Truck type Loader tkny+erl Canal Pingst 0(41n aackilloacs Canal Trines Canal Triwe ( t '•�•"t •; a/ditch+ng altschmmnts/ Cranes (Ower 25 tons up to and IncludI4 125 .• .�•1 �t , Croup 0n Ara.u-Coarse lir sive))+all Aa(�hatt /)ant I>1�Insrrl Coat-lo-place tons)1 Continuous ►119ht Too Back Auger over 1 cu. yd. (including ,renal) ; Pips Laying Machines Combination Aluahsr and Motor Opecalort Concrete Droit Teovelltt 650-A-1 or similar 945 tons as over)# Nlghllnr Cablaway 1 Wtck Plant (aultople units)# Direr$ Ilnading Shield Opstato7$ IMavy Duty Covet S tons)# loader (over t yds., up to and Including 12 cu. yds.ls lbwet RepalrNwl aid/tit ;+eider# Ren Feat Machine (tic similarl# Salmon Landers Blade (aultl-englaw?# Power Shovels, Clamshalle. Draglines, Backhoss. ' Waiter (up to 2 ydal# Mechanical Trench Woods Portable Crushing and Crede-ally fever 1 yd. and up to and including 7 cu. yds. m.c.clt Rubber- 1 . Screening Planta# Punh Call RoWet Tired Earth-moving Equipment (up tired eatth moving machines (multiple ptopuls(an powt units and two to and including IS cu. yds; 'struck' m.C•e.) Wends. T-Pullp, 00-10, 20, of ante setapers) (up to and Including 75 cu. yds. *struck* ■.r.c.}s Self- 210 and slailarl *thug Ticed aurae# Self-propelled Compactor with Donato Propelled Compactor (with multiple propulsion power units)l Single *"Inc fhespiont) Timber Ekldtles itubber tlted or similar oquipment)1 Tractor subbec-tired Earthmoving Machina (with land** scrapetsl► Slip rocs 41rwa Scnixct Tractor Ttatichtny Mklcininel Tel-batch Pavan Tumtxl Nola Paver lclmcc*te or asphalt!/ Tandem Cates Tower Cranes Mobiles Tc*nchec Boeing Machines re)dets Uooda-miner (and other similar Pugwlil equipment) (Pulling attached shield)! Universal Llebhec and 7bwr Ccsnes (and al*ilar types)) Nhasl 1:xeavato[ (up to and Including 750 cu. yd.psc boucle Whlel*y Grow 9r Canal Finger Drain Drggecs Chicago Bow# Combination Minor Crane (Cwt 25 tansy a Z arm tbeptesaor (guudtels Cr4binatton Slurty M!sor and/or Cleanse# Nighllns Q Cablaway.iS tons and ue4ar)l toll 161-Lift or similar 120 it. of ovsrl# Mocking Croup 11-As land Wagons (In conjunction with WAe*1 Llneavatoc)1 Cranes# IMcklna Itutlxr tin, tall or rases tri'*!# Tractor (rick boom) (D-0 or (over 125 tons)$ LOadsr (over 12 cu. yds.• up to and including 10 cu. yda.)M ' A logger and stmliatl Powe: Shovels and Draglines (over 7 cu. yds.. s.c.e.l# Rubber Tired !Witt us purpose Eatth Moving Machines 12 units over 15 cu. yds. attuck` a.t.c:)M hoar sea Bow-ty(r* Backfilling Machines Bridge Cranes Cory-11(t lot Wheal Excavator (over 750 cu. yds, per hour) 01101340I Chemical Grouting Machines Combination Rackho* and loader 1 i (up to alai Including 1/2 cu. yd. 0I.r.C.11 Oortiek (2 operators required t Croup 11-88 Wader (over 10 cu. yds.) . 1 With swing *ngine remote from holstl/ r*rrlck Barges (except ancavatior► - sork)1 on-Mor loader# Adams Flegra4et# Elevating Gradmc/ laavy Duty - - CCouP 11-Cl Operator of Helicopter (when used to erection 110rk)# anwts '} ' Rotary Oclll Rig (including Calnnon Foundation mock and Bobbins type Controlled Grthmnvtng Equipment 411`/11011 Kochcing Skao(rr (or slallar)I Lift Blab Mechinel (Yagthorg and; Iry r almilsr ty(rs)) Loader (2 yds. up to and Including 4 yds.)# locomotive +. j (mer 100 tons) Asingle or multiple units); Multiple "in* eacthomirg t Machine (Cucllds, Dorece. etc.) (tto taaleb tecaperlI Pcs-stress'rice beeppllrl rbcpinel 0evrrolr-rMbtto Tuy (self-propelled;rtoot(ny)1 Rubbec- ' !tied Scraper, iel(-loading (padd W wheel; etc.$, shuttle :Gt (reclalw 4tatlon)# Single Engine Scca(+cc Duet 1`S yds.• boil Sbbllltet (P a M of *"Il►.Sub--grader IGuteits or other automatic type)# Tractor Caw-- ," ,. ptesaor )Drill Combinations Track raying type earth moving macAlro (eiogle ` l alpine-ilk tandem scrapers)# Traln lnadlaq 0tatlon/ Vacuum Cooling'flant( 1011rl-y Ccane (up to and including 25 tons). x t { , 61 c r• i' r FEDERAL REGISTER, VOL. 42, NO. 70—FRIDAY, APRIL 27, 1977 u1` OLt1_ I4,. V»-sol9 I to" 31 oL'CISIUN Mo. "17-5079 page 32 13 o 1 . Fti.y.1.a.hu Pgw.•u lasts f».e.1•wrMq�•trwt. N.w)c 1/raa•vw ' Mair L/a.allo N•�.• 11 L Y Y.•.1•w. Y•.•u•w Apr.. I are• t,. TMtAK IrtIVI'N5t (Gtnt�dl Dart Isolyatuk . l h DOS CUdW SIPAL MA IY/w ,..opt. w.i.tt t Was. .•also LIVT 31-111!•115, Yuck Litt 1 1 10.03! i 1.195 .70 $1.00 /walls 100 sit MaltAaul Jr Well Cw.Otsts {wase,• maachlnas UA11SIT NIK, AGITATOR Q.eratte Iw.ep a,ttw► ivl.tdo (wast ♦ 113•.1 10,051 t.if! .70 1.00 fast tad% stuck 6e "bad appilo.tlste flat tack tate TkUK NCI'AIM" IILI.BCN 10,07! 1.199 .70 1.00 = el.all alYolyll Il,tq• Iwasc ♦ y4s. Valet lavells "vtste VM'Ule1 TeIAK unJur (l.lUO 41.6-:6 justlet a was, rates Vallonwl 10.00! 1.111! .70 1.00 lavrkil laing-utst (undct a y1r. 1 Patel levelll Ldocuct oc pilut SCISWO Trlk:Kt Sinylu unit Call Ativecs ■ippec uWA Ilse t tial sack (1 wale uniti l tial tack truck If 0604 Industt/al LtIL truck swrcyclate flat lack rat• l4chanlc4l takly.tu)I 64.11 applyl: 1lckupts Saida Snwll tuWac tICcJ Lcaclut (dkbcls Iw.a, trlsar a was. rater (.d•c0 ULUd Within tc.twac0ta• t lesall{ Team 4civeras Tcuck• iuslsdiction) 111.10 1.19! .70 1.00 10011 per•balcA cettccete •Is. 1 �rfet a yJa. vatsr 16104116 JL•TtING TRUCK 6 MATCH TRUCK Sall.ues liaree0ttaa4,sn i 9.945 i 1.195 .70 111.00 (2.500 Vale. undo 4,000 Vale.) 10.115 1.1115 .70 1.00 Z MKS C1a1t7R imAxaCII (0/ro Cln01lliATIOti NINCiI TRICK 0 uayer. 4 Ids. aid Wtdet � , MITA UUI5TI TtanuiL, -t rag. t.star Isvells usep N will )Vitator (fi yJa. and (� 11.1e. 4,sd ashiec • Ids. Vater un46c S yJr.) 10.115 1.195 .70 1.00 ltira levelly wepc0ea6 It yds. std tMlJet NJs. Veter Ievell l VMXNe1 TRUCK 0,500 Vats. I►ryttus H Was. 404 04499 6 dottJ undet 5.`500 gals.) 10.165 1.195 .70 1.00 11436. water levelil Skids (4e0r1 Las 4 Ids. ad wrlat 6 Was. NUbbl:ll-TIRW IMS CAN (nut wtat towl)l iisyle wait flat 6t41t-loaS.4) 10.175 1.195 .70 1.00 rick_U 4,410 Weld/ Induatt idol Lift Tcuck (eocchadolcal tailVatel Tsuche 44ty pce-4slcb coaccele six. a yds. "is u4,dec 6 yds. vdotas level) li.N 1.19 .71 1.00 J11T/MG TNIICK ShA WTlui =MULL ttrger:25N'i�llswu) 11.11 1.193 .71 1.10 • . •0000. _ ,- . -FRIDAY, APRIL 7Z, 1197YFEDERAL 1EGISTB, VOL. 12, NO. 71 _�,•., 0000 -„�,,,,�_.�..•. 0,000 «00__00 . ._ ---- - 0' M r.v:_.,... ._ /tJt`I:K •_ CAi7-50J!_ tags 1J / Of>wtstOM N0. #5174-503! ,►ege J/ ) !•sic �Ii.ge l.w.hra I'c#,.e•ta /'d.w.0.■.64 per- $@ !•ata "�, �.. E/.c•tl•. newly ELa•He■ !•M. M 1• tpatoe Y•caNu •w4f a Notes NAM teaat.as Vocative aall•t / T1NIr'K 111t1V1'.KSr 1"�°n!_'ll Arts.To. Ttttxa ORIms (Cont-al t .. tits#.K t.'#7r/JtT-+SI'Afa1WA iw/w r �'. Awget, f,"Ids. wad mulct 9 Vita. aster .lovell t i i �1eN ( TRAUSIT MIK AGITATOR (over Wain. A,ut ua.k•[ 0 y4s. Qatar 19 yds. through 12 yde.) $10.155 f 1.195 .70 $1.00 �. tr.Letl r iWa#.aet« ii yair. i anal wtl.lor'a y4r. watts Jewell# SULK crjtnlr StAtADER (wlwo I"Intl[ li was. and unll.rr 0 auger, 0 yda. and including Ido. watt levet## raid# tdebria 11 yde. watt level)# map hun. 4 y44. and wlwlu# 0 via, to Ida. and ln♦:ludlty 12 Watts tsveilr Ttuuka (dry pre- yds. water )ave/l# Ouaperete ' batch c(ufctate a1■. i yds. t0 Ida. yds. and Including 12 ani miner a yds, water level) f 10.20 0 1.115 .70 11.00 Tds. water level)# lett-pro- palled st/eat oveopet with A.IOAtM. NO" TWILS91 Nlt-contained eefuse bin# "Iysnbiln# My4so-111t. skids #debris boa. 4 yds. i swedish comae type 1)ettia911 and InCludl/g 1] ydr. wtitc ' detlilei and vete[ stuck Iwvai)1 Snow go and/qy snow 14.4144 gale, and urine[ a 5,000 gets./l th#btler tired Plat Truck #dry pre-tratcA concrete win, 0 yds. and 'II'w'n 10.715 1.195 .70 1.00 including 12 yds. water level)# Ihlapster 10 yde. MJ1Yy t4IIII TRA/IS1YNlT _ and Including It yds, voterI Ihlgh Iwp 10.tt 1.195 .70 .1.09 Jewell 10.40 1.195 .19 1.00 O 1i0C10,My Try1 orad /1NILAl1 WAVY DUM TRA"SPOAT tlMAttt,lR CAMSM 10.145 1.195 .70 1.40 (900eemck lowbsd) 10.45 1.115 .70 1.00 TWAPSIT NtK AG/TATO# , TRANSIT Nlll AGITATOR X11 1 f l9 Ida. through I9 Ida.) 10_#55 1.195 .70. 1.00 lower 12 ads. through f 14 yds.) 19.45 1.193 .70 1.00 YAt]RR! TOtrCt[ 111.3410 itis. ab und.r.7,5Y0 lals.l 10.10! 1.195 .70 1.0Q 1/•TT1f1G.TM1CR i MAT" TWK , ts.000,gals. and under 7.l90.gela.) 10.1IS 1.499 .70 I.90 I a {ice •i fEDERAI REGISTER, VOL. 42, NO.'r!-MIDAY. AtRIt 21. 1973• 0 tt[ W. CA))-SN 19 rays x �+� DUC1S1011 IIU. CA77-5079 Pyle 34 - 1`dy�•.dua rge••Ia Fwq•6•.d.4 1'rt..•wr• . boa ✓'A Basic N•r,i f f'Jwrur• a' . M..•1$ EJ.uI... Ru•• N L M M.w.l.w• V•<.i.•w ...j-.0 vats, IWIVI:MS l..nl!dt 8.0.6 N B r r••d..• vo..".a .v.• It. Ary,.T•. OWN C13Y7rr :irm 111:11 (W/.n DUOS CI14131T :il•f(t'.U.1.14 1••/w , aulet, <•yur 12 yJ.. aaJ •.Hier. uvct :f yda, and Ineludarvl 16 W.W. •.ala Inclu.ling 15 Ydu. Walt level)l level)Hama). lure/ 12 yds. Uu.g1 (uvur 24 yda, MIA and 11wlu191.9 Is y.12. Water tawls"liq J] y.l.. wear level)[ lowelll Iw1.J:6el• jowca 12 "MI. twle (uvet 24 ydr. and Yam. and 11wln.11ny 16 yam. - r IncluJlll•l JS y.1.. wtat level(1 Wolof levelll 1...$w1.4 (uvea tMak-olaf levet 44 Ydd, AIM 12 yda. alai itll:ludievl IS yJs. llwlu.l/ng JS yda, -.tet luvolll Water levolll Skids Nubile 1114 la's. We. 2l'. and uther we. tower 12 ydr. and 1ocl1.41611 •tailor eat type, Tetta Clbra. 10 yJa. rates Jewell$ Ttricko la Twrlrlaapults. Tuunutucket. Idly pte-batcll ra,ncleta ds. Euclid and stellar type o9wip- owes 12 yJs. and Including Swat When p.,llinq A,p,a/Ivk of Is rater Mwe ll i 16.46 { 1.195 .70 11.00 rate[ taint ttall.te and fuel and/or grea.e tank ttail.ta r.e. 06 SIM19AN TTM as irlhef •lea. trallttsf Skids ' SCIA'-Ltlkrs/tri TUWA 16.114 1.195 .76 1.60 (debt is 1:.a, uvdr 24 yJs. and • Including JS yds. Water lavelll TMCa 11IT'AINl1AN 16.5711 1.195 .70 1.00 Truck (dry 1140-11atch runlet• wit, over 24 yde. A1.4 Including NWS Cgtlalt SI•NVAD" (r/w - 7S yda. rater luvell i 10.64 1 1.115 .70 $1.00 suget. over 16 yda. and . Iucludinq 24 yda. rater YULA Ct2tt74T SPNI• MA (r/Wo sugar. over 15 ydr. and - weell$ Caer& Dump ower Is Including 50 yds. Watui lovel)l deep ttalleti Duey (over 16 Du at.4 includln . Yds. and Irlcluoltg 24 1,16. Dump lower 1] yam. ) i. Water lew4;111 a+sigate (ovot SO yds, water levt l)l Du"Ret• If Ida. sad Incluaing 2t ydr. (aver 15 yds. aI.J 1halo.lt(O1 50 i :- rater level)$ we(1sw[ favor - - yJs. rater levelif Duo.p.tur (ave . , } IN ydo. and Including 24 was. 15 ydr. and Inoluding 50 yJs. water Icirc111 Skid (detuls Ws. water leval)l Skldo IJa611s We, over 16 yds, alli Including (Over 75 yda, &W IocluJing 50 . 24 yds. Wager Jewel)$ Ttawiit yds. water lovul►1 Taucko )dry ■1s sgllalur (aver 12 yds. pfe-batcq Cuoarrota els. over lb[ougb 16 yds.11 Trucks (dry 15 yds. and I11Clu.1LIN 50 pie-batch c(ew:lats wit, over ; yda. rater lev0ll 10.79 1.195 .70 1.0oqb 17 yam. and Including 24 yda.'ratet level) 10.565 1.195 .70 1.06 FEDERAL REGISTER. VOL. /Z, NO. 711—FRIDAY. APRIL 22, 1977 - .r r..•r-.-...-..,r_ -_ .......•.wawa.+.r.r..-r.N-.,.rn...Y...-...r..w•......-.-w'iw1.....:-v I ... ......:.1......u.. . 1 I j • pay* 37 �. 0=151018 NO. CA71-54119 poge 30 l CALIFORNIA „ AREA OEr1NITION3 lot 11011111 Idt11f1sc��c�nl_�} Oa.lt twists sa*aAt.('gw.w.t - POWER EQUIPMENT OPERATORS kstlQ l{7MNf F.lkrAlW7s u!w K.t.t It l W laadsss YeaetMw ewdla. *rANEA I% A 11 areas out lacluied withiff Area 1 08 a,p.•...-ver 51 yds. And ww/••t Apes.H. defined belo•. aS yds. waEas tales So yds.-oad wwMt 65 *AREA is All areae Included IN the dercelption , van. rater /resells n•r{w role d*(Iwrd below which In booed upon townihlp {wee So Ida.'.aw.$twwl•:r h5 war. - and Canso lines of Ace*s I and 2. 1 rnVs levetls,"Inter Inver so oft. &64 WWI*#,65 yds, water Commencing to the Pacific Ocean ow the eseewstow of the Southerly level{$ Meftciiptat pilot lwhen lista of Township 195. tgowsro{tltp wee of 0.410Naln1i Thence Easterly along the Southerly time of Towwsblp 195. crossing ikbls (debtl* iwa, over SR 7410, the W. Diable swerldlan to the S-M- corner of township 191. sed tt%ief if was. %aing levelly range it. lit. Dalblo base line snJ oetldlow. lsneks Idtw pts-hate% Lonceate Thence S*wthetly to the S.W. cornet of township 2411. rent* 69, . of%. Nast !0 was. MI wxtet tS ]home* tastorly to the S.Q. cosn•r of township 203, range 179. . Va1at feta►) { 10M • 1.19! ./! 11.09 Thence 3*wtherly to the S.W. co,nar of township 2110 range 139.VAS Tb*hoe Easteely to tl.* S.W. corner of township 211, gong* 11f, alli 021111t SrOCAMA (w/uo Thence Soytberly to the S.W. corner of township 225. tangs 179. ' asses. "at s! was, sat Thence tasterly to the S.E. coeur of township 223. longs 179, Inclullat;Oo was. Notes TAawce Sautlfacly to the S.W. corner of township 235, range 109, Ieeelll I". {eS Ida. and Thence Castorly to the S.E. cornet of gownship 233. Conga 109. Iwciwalw•t as Was. Natal levnlll , Thence Southerly to the S.W. corner of township 245. pose 19E. lft"-cl-so+over tis Ids. awl falling on the Southerly line of Mass County. thence testerly Iw•'Iw4101 00 roe. rater levallt along the southerly bouadsry of Kings Mgrt.t la! Vd*, ons /nclydlat Caunty and the Southerly boundary of Tularti Csutfty. te.the S.s. N Idv. retvi levolls S%144 corner of township M. nage 2990 2. µIsis P•q. df IM. ani Thence Northerly to the M.C. corner of township 2110 taws* M. s• 0 larlw4la7 00,141. bier $*wells Thence West*tly go the N.M. corner of township 215, tons@ 2994 TsNr•ar 1Asr roe-haeeh cracgele Thence Northerly to the N.E. corner of township 131. range 209, PIs..as I.18, seat loeludln, Thence Westerly to the M.W. earner of township 133, range 219, M.. sig was. water level) 11.09 1.195 .TO 1.00 Thence Northerly to the N.L. corner of township 115. range 279, 1A Thence YssteflT N the N.V. corner of township 115. rants 219, - r/.wflt flrlr.MRA r!ro Thence Northerly r* the N.C. cornet of township 105, tongs 2694 ~ 1 erper. gwef OR Ida. and Thence Westerly to the N.V. cornet of township 105, tongs 2690 ° iM brim*) 9! Pic. Nater These* Northerly to the M.E. corner of township 93, Cans@ 232, i - %Irsrl►r OVp /aver N Idea Theace Westerly to the M.W. corner of township 95. range 239. 0 •AG Ineliwllay 95 Ids. water Thence Northerly to the N.2:'cotner of township $3. roup 242, b+elit lb ,Crele jewel, so Thence Westerly to the N.Y. corner of township IS. range 249, M. a" lacifdisg 95 rdo. Thence Morthelly to the M.t. corner of township 6S, coats 239, t , ;pm*r'fertile S".Otet'lcwhc f' Thence Masterly to the S.E. cornet of township SS. tangs 199. gets IMClu.ltnt 95 Vda. Thence Northerly to the N.E. corner of township 33, goose 199, '_g level/s'Stlds 1.leiWis ,Thence Westecly to the N.M. cornet of township 3S, songs 199. i.'sMrog M Yds. owl fncludlny Thence Mogtherly to the N.E. corner of township 35. range 102, i kater aerellY Trbeks Thence Wstecl7 to the M.W. corner of township 7S, stege 1st. - /9s-64tch triecgete'silft', - Thence Northerly to the N.C. cornet of gownohlp 23.%conot U2, pda, and lnclydlay 1 t Thence Vsst*rly to the M.V. cornet of township 2S. rants 179, wter /aoo11` 11.21 1.193 .Tri 1400. Thence Morcberly cretins the fie. Olable basoltwo to the M.L.. w corner of township 211, Cans* 166. Tlfewcs Westerly to the N.N. corner of township IM, tongs 169. Thence Northerly to the N.C. corner of etwnshlp,30. tong* 13E. F Thence Westerly to the M.W. corner of'townsktp N1,'rango 139. Thence Northerly to the N.E. cocadt of township 4M. Tangs lit. FEOElAL sEG15iER, VOL 412, NO. Y"1110AY, APRIL 22. 19'77 1 t�0" M 1 fNSIStt111 NO. C477-5039 Tagt 4.0 ►_• IWaiION NU« ti►)1-SOI! veye 39 • - C9 UtIWRMiA • AUPA httINITUINS for AttA OtfiN[TI(NIS lot h)Utk t41111MEtlf OKKAIUKS (cont 14) Rllifll EQUIPMENT 0KNATURS (cent'J) *Area I (C."14) olcea I tc*"14)47W • Thence Yc*t•cly to the K.V. Cotner of township 44, cause 1:F, Thence YtatOrty to 1110 S.L.St. 4.urner u( township i6N. tda;t , Thence ThtUes Mostbecly to the N.E. "goof at tawksbip 74, case ICE. uottherly to t.t corner of tounahtp 1611, r+ndr 27:41. Tf.ea4e Ycatstty to the Y.Y. Cotner of Commissar 141. rats. Ilt. Tl+tuca Yasttlly to tl.v I1,11, 4.0641,1 at towuabtp l6tf, tango l W. n- "tote Naathetiy 9l& the M.F. tucuct of tnwns4lp Ilk[, rangc I.E. Them Nastl..tly to t1.4 N.R. Cotner ul tuwnsi.at. ISN. rat;u I]Y, ihenco Ea*Cetly to it-* S.C. cornor Of tuwmahlp lits a.+.ga ICCs Thence Ycatetly w the N.Y. Kurntl at tuwuahll, lssN. r . ami;t 1441. 1 Tbem.e Yostssctly to abs N.C. .ut'kar of tuwthip t14. ty+ss 14E, 11414146 Sautl+arty to Cllr S.W. tornct of tuwushlp I . tes+uga teal. lhdtsCa Y*sttt'1y to the M.C, autner of towwahir Its. tango IOf. Thence Easterly to it. :;.IL.. wrner at township 411110, tenter 14114. it. at.etly to the N.E. Comet at towash/p 1141. tans* 10C. Thence Suatt.tlly to h. S.W. cutntc of township 1611, rnnet 114, Tl.snca Kat 1116414.0 101111491Y 4444146 S.E. cornet at ttwmshir last taws+ ltf. Ti.as.ce Ye>tv.ly au Chu N.W. cotuet ui tn.nsl.tp 1111, re1.Lu 11,11. Tht-st Nosti+rrly to the N.N. corms of trumsi.iP ltal.tengv Int, Thn.co Suutholiy to it'. S.W. 4,04140F ill l+,wuahip 1411, tants ItW. Tbemt• t•atetiy iw Cha S.C. 4411414.41 ul 4twshlp 1801. 16nse 11.1;, vinnwo I.tturiy to to.. S.R. c l.wo, ut tuw...hip It•N, 1.41.✓ kkus, tb*au 5uwhasiy 90 the S.W. Cornus ut Imw,tblp IW. rastsd iSc, ihn.Ce $uuthttly to tier S.W. .mosso at luu41dslp l3N. Camila' 14, Tssrn.o ldstorly ca lb* blas u+tnra 4.i tawnsbtp 1411, Conga 1I Th•ned Easterly to Last S.C. cogltar at tuwnshtp 1311, t+ng0 t . 10-0x44 Southe9ly to Cha S.W.C. cura+r of Cwaship 411. cdege I , Thence Suuthstly to List S.W. Cosner of township ITN. 1441/6 1241, Thence tastegiy to the S.E. CO9n4[ of 96+016111F 114, 940114 16E. Thence Ea►atrty to along S.F. Cut m. of sotowf Collie 1*.l. rangc 1241, t lbeace Sonah6tiy to ties S.W. Cantor of aowmabip its. esnso tilt. 11104144. Suuthun C •lune the at1 oro lin• ui 191sel i:A lI 9ho Thcstc• CdseOrty .lams Chs Is liars of isswnsbip i2M Ca 014 Pori tic Ocean er4.tuJlns that potalun tit Northern C+Illuu.ld lt•►Ce l iwuslyli wf tCh afar• Of Catftarala, within Santa 4104+ county littludtd within the lullawlnL liner Tbrucs NattiwosLecly. tbduc* Nostisocly alum the lt4tCtca bawtadacy C0L .tnclug At tilt N.Y. tocnat of tuwnahtp 65. mugs 3t, Nt. at Cha seat• at California to tot M.C. "tiger at aswaabip 130. ikeswe bastltat dud Ndirectnt [oast iBC. TheuCs im a 5,suth0ciy dlcctatua to Rhd S.U. torn:e of township 7S, Thence Westerly to the N.Y. comas of township 174, rap&* ITC, s in lE, Thence Moctbatty to the M.t. turner of Cownsbip 20. range v lot. Tsn . Edscrrly di nctfua to the S.C. corner of towuahlp 7S. , Thence wastegty to the K.Y. corner 6E tuwwskir 204, taag4 lot. rage Ii6 4E, 1110x04 NuCCbeCly to the N.C. catal&r 4.E tawoabip TIM, +anis 9E, Tho"co in a Nurtl.arly direction to the Y.E. eatatt of township 6S. ThemeO Wtstsety to till& M.Y. Cerate of Camosllp 214. tams alt, rangc 4C, 0 Tbawee Na[lhatiy to ties V.I. eotnee at tawnsbip 20-. Cawss iE, Thence !n a Westerly direction to the 18.11. cornsr of LOwtship LS. Tbsuca Westerly ao 91.6 N.V. 4414710611 at township 224. r&ng4 tit. ramg0 lf. w.the Statist of beginning which portio• la • part of ni ' Ars• 2. nt T1.*aee Na[Rba9ty to abs S.W. caloec of towmCUp 2111, Canis $1. Area 1 also IncluJe6 Chal portion of Noctharn caUfdtmld within �. Thence EallLsr[y 90 &be S.E. carmec ot,tawnsllip 2111, range at.. the [OUuwng limas: Thence Non►6gly to Cha N.E. COCeor of t.awNship 21140 Conga it£, cosrencluj: its tilt pacific 0CC41t Ott an c■tesitan of tha Southcr)y Tlseoct Yestarly to ties N.W. catasr at tawnabtp 2ft. cause 1C. Tloostea11a9thecly to tons N.E. cocmer at township 30. ydage 6£. Itne at Ruwuahtp :N, tiwcl,aIda b+alliin and meridians 11104.40 YOsatrty a til• M.W. toracr of township irks. rnsgo K. . Thence Easterly along chs Snuthatly ilur of township 211 Cu the S.Y. Koeaer oil tuwnahtp 211. sant* IW. Thaace past bacIV &IOUs the he. Diablo swr[dlaa Co of 11.C. - � Thence Suuthutly to Cho N.W. count u1 tovnahlp IN, 14agC 1W. Catau[ 4.E township 3411, c4kg6 111. Tbeeca Westerly to gild N.W. career of aawnabip 3411, fetes* 641, tOf1-0 Eds91- INCCIY alu41d 4.110 Nwst+aldt baseline to this S.M. corner Thence SoutbeRly to tike K.L. corner of township 312. [aa4r 741. of Ce Southerly iW, to Li U. Thence Yasaacfy to the M.Y. Cotner at township 3211, cause Iwo Thence Sul+thcrly to tons S.U. corColfm 4.i townuhip 2S. using* s- Iben.o Southa9ly to the S.W.Coeber at township 3811, tdago IW, Thence Kdatcriy to ehe 5.E corner of cuwnatntp 2S. [+use 2E.-. Tbence Easterly to Cho S.C. Carnes of eowshlp 3011, ansa 1W. - ti.tnce Southerly to the S.W. cocucr at luwaislp 45, rause YC. Tbeace Samtitarly to the S.W. Carver of towashtp 1411, tongs 611, Tsscu:a Easterly to the S.E. cutucc of tows-ship 4S. rat-Ac 3E, Thence ltastraly to clow S.E. cornet of township 160. range fill. Thence Nosthesly to tilt N.F. Cotner at tuwnahip 2S. rongr If, lheacs Suwel.arly to abs S.W. rotate of township 144. unfit YA, T14411cs Westerly to it.* N.W. cornet of township 2S. rangt 3f, T11crma Yeste[ty to the S.E.-euterr of townsksp 1411, range 741. 11164140 fwrHwcty ao►siug the ilwwldC 1,46411116 4O the 5,4. Tbscoco K.eabariy to the K.C. Casper of CawNsbip 1411, urge 741# canner of tawnabip IN. tangs )E. Thence Westerly to the N.W. curate of towaakip 144, romgt 141. Thdace td►tttly Along lite Ww►bo.ldt baseline to tilt S.C. corner sot Titania 11attbacly'aa ilia N.C. cocaine of towmakip also, 44.86 flf. • Tl+cncc tp tel. t.ssge 1E, NucoCthatly to the N.E. Coyne[ of township 911, eif{gt 3E. • Thence Yestarly to tilt iI.W. CUCOdC ut township 911. cangt 7E. ,: • Tt+ansa 1Wtihariy CO the H.C. curuec of tuwnal.tp CON. lE, appask Vii► + rt �isrcr fEQEffAI 11EG)S1EE. VOL. 42. NO. 78-FRIDAY, APRIL 12. 1477 a - .-.........�:..�..- _._.._ _ _ _ - a _ t r,, I . , aOO'IfNM�[7177-50)1 ✓ . , Me 4lIu a . ..r ,k Y i,,, ?w a GLIItM UlA r - �_ MIY.A IMy1111T1(1f15 7lIU Mall■ tgO117p•11r orimAT/Mti (�t1A1 '_ �Areo a11 i([aal'4) aheaeo Me�terlr oloa,R the Morlherly Ilra to tore/sA/ lielflc`ttcear, p It111/ lato'the 1[00 1 Nw Irclydee Thal portlor of NortAtra Gllbtwle /rclwle� >+ N the t011w1.•C Ilret itA- cC�eac 1" y 1 1 1. ..'+ . z 'al IWa M At tAe Itortherl hnwalaay of the Stale of [a Itocrle - - turner of t ! a 1400 o11A oet141an! owehlp G0N1 rant JY• Nt. Q/aAlo Mon- "' 1Arace SorlAerly to th•a S,Y, 1. ' =fMOco Easterly to the S. nor col nor of ""'I Alp "N� rafts Hr r` t culat•t of lo•+arhlp 4"� r H� a kr`'• •'� plrar� fowlhetly to the S. coulter of le•a,ahip AIMS q� >fhrar� Easterly to lAe S.T.. touts[ of tnr7laAl r, ror� r _ e11eo MotlAorlIF-lo the N.C. earner of lowtehlp •r oow/ + 1 •,i q. a.iM tAti MorlAetl "a SY. -`` z OF �orwoar of 3 a e0ctt Yeil�rly,clot y the [tato of Califorrlor .. , y , ., , .,�. r . IIGrrU to tiw plat oMuftlAfwly4MawaOary of tAo itoto of E. ;-- r �� a t I, •' oil. S r, F " i7s �'; r t rjt" - tx?. r T T k - g a c i ,..g r r t A;I _ SKr+y t._:a 3, E# -n T ,rj' TtK z .•i:: `'!f`• {}vF.i e 2 W'�C S +r S - � + . .w. 3 ,,L !> ,r C S' - ',�'�•' v•saz - r'wZ".�''c:.r.t�,ea is 4a c r-rt z'+ i :« 4t-ttvrt,#'N tF'ct� `_a 4p i" , _ i_'z:•,-•_.. t t i:'• t r �5•: L' :*.t'x.` +.r f 1 ex 497'r x ,t <r :S p L-?f''�c's ter; ':� - l:r. y r ,f �z •Fk: -.,:rhr>r ' ��{"� #<,:'�' i ,,.+•'• ,< e P,s+ '.5 ii.T::z- S4 _ ..� '':ta .... ..y" e i +�T:i e .. .9=`g'"" 'z t,�,6, '✓ t' yrs .i' r_. - . ': ,i-AabS.'c 'Ce -:, c'. n j* tr4 s; 7 trc--1-.t�s ,r t a9A r a -.;;+' 53 t:,: �:`. i"t g't% @fi'.}I"L r _ 1 , i- ..;,-Fs r•�tr.:r-ti,r� Rt. t J .-eS Y +r ?. "t _ >.,..; .,-:, ...«:.,,.•°•k'f'. iS c..:, �., a .,. l}Yb F.. yc•' - c '� eTC,_t. w ..$_ ;r r-r.-rg.js ,Y., r ::t e� ;r f - a,. -.y 'z Q• :, x+"Y''-% ' ;s`a- t ..i'� ! m at�k _n3 �. 1 ' (.�, .S�' t .'�'` �f. «-*!` ,i r r; }rxi .t s • 1 .ffr`. r ar �-a tti+e s: -Y.3t n. 't-' C - _ �a .- .t ,sem€*..;,i:f3-art'E'+'F'; ete ;r ydt rr K Cr" :'.ss ur �• 'Z', say•c:- - f�1 -k t F s °i , 11 t t -gsz.•'tPi'R'• "t� 3 ` t, t; , L. t1 + rL 1. tit n :a S ". v •r:"F:fit-t{r t,-:^r rn,."Si r �.- aa 7• F qc.; v )tYY xt } 8;ffG s _'.:3.,G` a-f:.T s azoi k # - .+t N Ar 11 , ''. �,-„t;p rf'-?IJ,t, II- I,.5 f{,.:'.a :,k-7"'.t -ri ai,�...-£n Ygt 'u' �.,r'i t* :r :zi, }• ''` •^'x 3 �'ii,;L. r-e ',Ir tY -a, 5 :Y ;.. ",T 5' rzi it �C{.il ,f:.T _ - y}y.s;p +-,r t"3'F�' 'z«{�� 1. -:C^� awl 9•tfiH��• L<1,£s. !Y Y'�' Nf�' 1'S.�4 t S ,� . ._X.'ITx .Yi iwi'.k# ��� ^i4 I�- r r� y �•�.,^fit' *K & 2-�f t, �7i.`v �fz +; _ .� •t it irf C<'i'. C i, .1,I o- :..;.; 4 Ca.-, ,yt-rc$a"; X a Y c �s a jt:#`;, ' . 3.:-x p kT•, :YS sc_Y= r*s `; j r t) a Rt Q,. xt:is c �.' 4 rat t l x e r >{�, q Ptt, ,rt c ,r �'rsr'L Y,fiS&+ cr£ .k .'F -j�..# rer.,�+ , a t'T '� - ..>::_- i; �F ,`t` ,(` i' t =rs , - -'w =,. - x xrr ,' :ge•r}^,a,: Ta. .-,'= 4.f. ra#.% L.?,tk�l _t'8r r _Y. s :t •. ) +S a i•":Sr z ,.e#.'_n7 r i.t .•.i :� 42T"..,,.'t ts•'�=,> y+.' a.,t s. - '- �f t3: { <, ti,'; F +.• - 'T<, # t ;s zr�'l s..;eTS tit l$'.. s r+ -•�c Lr•s,.a@n` _ _ _ •,. .: b,,,< ..FG'ff:?, I,G ., .....:.::: -`.• t,- r• t�rE rRp } n.r .` k' - in'gtS L 4.`'t .:eSa., r-'..-_ ` - r, f L'X. ',z'' t x ;;'L - '-83�:..f v t s 1y ,t i' .u;:-.,1 kSa H, £'. 'n :, t5 .: ' x :a; r r'-j. I r•+..w •e ,., ,e, . 1 acw 7 iiitai? a z r eat s., it? xry E > 3•r e x f*?'.Y t`t :1 2 x r Q`.+ y_`: ct-:? x 1. �,; w, •4x rs`��t .S"� }. `: :;�'�,, a. ' ?r °,,-'�'., t,, a..r� z - 5� d.�a .sat- t:4.- .;;i.r r.. £ "1 - t.5 s°:, L,' 2 .._:r•"ty .'`:.,,.r+:;.c.r�L' a'+ir,F ¢ Tu rfi� � fi ,$ -_-` t s. f 3� s',""_"6,;. - T ,{ a F_ .,;;:a T ,R..'t a P twa cart,::: f - roFsr,x:<s, r-;�at 5i,.,. le" . zc r , .t -fyt,T -i 4e_'`'t .w .. ... h.t c- ��; - rr sus ?j 5 {a .>iz tr:.. 1tf7, t^,� -S? .a r.,e ir..:,p S,.#d::;_. - �.- tz� .,'!. t. `._t rr r',{ e,ty;=,. r xYr .R• - ';r 1. Y ��S'. ±t~t....-: - ?'_ ,.,-.-. A>a;'S'-". de;•f ;:: .._.< a., 5' e•1.- 1'.tt }.. x., ,:'L...K' t* �i:i T. ..,.,5"z` - ,....,. .., ,�. $ 'iR „D;t r .*�.-'.,.. t,t... -t,, ss .! ..,rt; t s a .:> r >>'r•2Y_,t . ;ns.t3. -1 # •c .. .i" ,rr ..s:- --. r..r..:- -irY '7c zs�: "'a `J.fY;;:#` L .' v.-.. M^5 --"�!. ,u tl'z g"`'. ) +r +.`-i -,nom p- .t*jh " .:' X „ r rr..;a. '+• t t yg -: f rt7, kr 7 1 tis :Q ,#z 1£ 1. 1. ;rr Y- -:'i r.. `-Y iT e.t�. ;� t ""S Cr ,f fl .r c+s ~tr rx T,—,,- s:?^ at;f` t .`F. s. *, '^ r.-i, rs� "j.;1 J �t r, a"^, f ,"tom .;S' �.r�,b..` ,ttrr i :'__ q,etE4 :•k % if:""3r ,{/{x. { 'tj t"4:,r :�:i StG <� tiI• #, - .'. 'tG',r4 t� r 3ai�:1 4 ra S' rsz -'S Frts'':'# Ss-"1't; ,#% Yrs,.. tf sr:tt r Ji . ),. .�-,cat S't!-~ - .r i+ tt 1 ¢r -F_ as a re st}` fra t t,;,s n> -Yr.f c ns nS,N x' - aFi .% rz .T srt d.t,; �\ f :t f 9 �S kxn0��� # T.'S.yCY <. Jnr _ ,1 cz�+•e• ,a.r s z. �•2.:: ,, t••. t i %� � Y f � i... s x .S 'C ..yrai .jL. 3 rte t �: c r t : I _ > Y.: ' s kR� b - { ;rid i rir' z j r.` r x } T tr t 4; a arz an tt f , a % a aro a ? e :k c 1., + I 3 Y d .•.r•s..j ) „" -_� :. ft y4 rr' `µ.3 z��:. �Ki r:,.�r•F ,..t '`1 r , ' va�,�. t ' • - -. - t7 _ '�A�� :. pie ;.ti - l' _ fEDERAI REGISTER, VOL. �2, NO. 7E—FRIDAY, APRIL t7, 117 is .. , . p, ' ;: ~, . ,, e � . 11-��` . . t R • r aurlllscuCAs WL'lalp( �,J UUC19tuN 11(1. CA17-5010 Yaye : Ij,% J M aTATRt California OOOIIrICS[ AI&sw:da, Alpins. Arudac, t" Calayscas. Cwlt/_a Curta, Oct M.tter, - cl putadu. rlcrnu, IluaJuidl, fu.4.0.w.b..r•t...wu Marla, Na[Ipara, IWsced, Nanteray. O.Ja Ma Mev&d.4. rl&cut Sacr&nento N•rdt LJr.+u•. ly. s . M.4. N L Y 00.10.. Yrc•u•w rwJ'u San Oralto, San rtanclaCJ. San ANr.• 1/. Joaquin, San NAleu. Santa CIA#A. ctjwR I4Ri0tt5a Santa Cala, Sula•ra, t.[wrw, &&&Cert•/ L'racuC Nasurla 510.00 S 1.15 5 1.41 S 1.50 US Tsb.aug Tuoi0gar0e, Tolu aad Tuba Naalct M+ynea/tet All 'AMISIDM Imams CATMO10 DATSI Dats ut Publicatl0l0 Cyyu►ittun lw:wla 10.25 1.15 1.41 1.50 .0S s"Usb.:Jca Declsiun Ma. CA70-5101 date) IaaveNber If, 1970, in 41 IN 51272 Nall wucs uul t/.t Lvinylny or fi*tSCol"I f y ui atnyl•nSlip /laar 5c+ltul.ta t0.ls 1.11 1.41 1.50 Ur #&ally b.aw• a11J yaulun lylw qurtsrata up to and Inclwdiny 1 stwlta. 1IIVWh1.L 114NTALLMS 11.52 1.22 1.11 .7S .07 F.I.S.,71 a...hot F.t...l• Y.LCCTNICIAl13t 9.da Alaa.da L'uunty 11•.01y ll+a•n.• 1.10&&x1. i+ur 11.41 J0 lsr.vu .01 -. M•r.t NAY h..t... V•../t.. •wJ/w C•blt 5pl1icsa 12.94 .90 lta.bll .01 Arra• 1i' SAG aaentu. Suttee. t&lu. fut•a Owl tl.wa I.11thmee ASr65TU5 MIMAtJ1S 111.91 .110 F l.l) i I-SO .06 ut Alpl&a. t:l U.n4•1a. Nevada 19uuwtA9txs 11.11! .175 1.00 .30 .03 and Placat Cuuollus Waut 09 list tt ICKIATlJISt Ytwlsurotlfl Plain tract• Nuuntrin M+u[ahed Del Milts. Mu.Luldt, Matin, Cable claor 1 .19 .95 16•.95 .015 Maps, A;&" ra.ncirco. San 1latsu, Cablable t:plluacs 114.19 .95 166.115U15 Salina and 5u&u04 G/wnl/ss 11.03 1.10 .91 1.00 .05 [Ate T&IILM Acaa AlaaeJa awl Cwura Gert& Cur. 11.15 LOS 1.05 .70 llectrlclaus 1).]7 .07 1t..77 Or raerlwa. Cl+tlpura And McrCCJ Cus. 10.95 .95 1.00 Cable Splltrta 11.51 .07 1&..77 Otl la Duudo, MavAda. Placer, Tchat& County taCctrlclans (raaiiy residences. Sacaaamato, Sultue. 101AM1. 1010 and T01.6Gauntive 11.90 .00 1.05 .25 limited to l aturlCr) 7.01 .7S lt•.sS OJ J ..` Iwatscey ud Santa C[us Cuuntte 11.00 1.13 1.20 Clrctcic/ans (t atorlralc T San Ocnites owl Santa Clara COS. 11.95 1.03 1.05 .20 CtUIC SVIILViclanol 11.90 .07 Itt.70S .O4 O fable Spl►cera 11.19 .07 1&&•705 .Ot -� Ali-lat. /uladut, Calaveras, S&A Calavacas and San Jwquln Cor. h Juwtuln and Tuuluras Counuer 10.05 1.00 1.00 1.M Llcctciclanr 12.15 .92 1&•1.25 .01 LA ROICS TDIDUSa Saa rtAt&isca*And SAM NaleL'unt o Cor. 10.00 .05 .90 eetia Spltcera 1.9.47 .9Z 1601.25 Gl Olplraa[ , Aa.Adoc, CI IrAdu. ta Cuyu County Clcclteclans IJ.45 .70 1401.00 Nevada, flacec, S&C[A".:nta and t lulu Cnwdlrs 9.)0 1.00 L 70 Cable Sillieela 14.95 .10 Is01.00 s- - Ori IkMac A1,J IILW uldt Countica Iteacw Cuuaty 9.00 .00 1.10 Clect[iclaus 10.25 .SS lt►1.75 .04 i CAMI•IJR1115i Cable Splics[a 11.01 .55 1.01.7S U4 C+t(.cutcts 11.25 1.2;• l.11 .7! .00 Mardrusq floor ;.tyerral rurcc Saw o(.ulatorsl Saw filar•& Sbingleta[ Steal Scaftuld Ctei,l4tr and�0[ steel Sharing 1'4eclOta 11.00 1.21 1.71 .7S .00 - MlllvtlyaU 11.75 1.32 1.71 .75 .Olt 911rd[Illr[1rt0, stldyr. Wharf and Duck guilders 13.23 � JI 1.20 .15 .01 t , r -FRIDAY. APRIL ZZ, 1917 FEDERAL REGISTER, VOL. 02. NO. 70 :':.'3. Ii.t:t':1.111 Ih•• �.a .... - s•d1 /d•a•t•w•li1•rarm•els ' Ibwlr Elv.ni••. veto"t•wAt.Par+•au ■w•• N t w roost*** varation ••v•. 11•dc M••.Ir EI■.awa• r. MosesM l• r•asla•s r•satlsa *Wet C2JItTt1t51 1 •. - mt'dl Asn-Tr. Alameda. Contra Costa. Marin. f�fINICIAIGn' (C Montacey. Napa, San tenito. rltsao County : son rrancioco. San "also. sls..•trlelama.tramlly residencen Santa clogs. Santa Crux, r,o1 to eaceW 2 slociesl S 7,75 .60 1%+.95 .95 Solana ISO from t of ileetr/c/awa 13-4 sturlenl. fwlstleldl. Snuwma Cnuallea 111.23 .92 1 1.73 .02 Gln Icielawa 12.76 .7S 19t.9S .Of Alglna, Amadrtr. Calaveras. Calls ty111cc[o 11.26 .73 Ist.95 .03 1:1 Mrado. Marl(vsa. Mecced, out in awl 11nwu.e Counties INocth of City of tivingstanl, Rleclricians 12.65 .02 les.26 .02 , ttevAds. Placer, Sacramento, ; Cable vi•Ilrers 13.91 .02 11e.10 .02 San Joaquin. Outten. Ttolumrte. s Am Ip"a.:Mnceed awl TulUumne • vale and vu" Counties 10.193 .43 1.20 .t comites rresno and nemalnlnq portlona of 1 , Rlertricisma 9.01 .61 /6 is ^$#eta Cnanty 9.09 .111 1.06 .00S .05 Cable Arllcae• I4J1 .62. 11 It lig 403011 asst ottat••s+y County fence Doctors 10.11 1.11 1.66 1.20 .01 Iaerlctclano 11.50 .00 164'.73 .06 tslnroceln0 11.10 1.11 1.06 1.20 .01 t:at.lw 1lpllcers 11.01 .90 166.73 .K Ornamntttall Steactural 11.30 1.11 1.16 1.20 .01 `. Nal•a attd i•.lano Countlea tATNlatn ' elect ticlona 11.01 .6/ 16•.04 .06 Alamada sad Contra Costa COS. HAS 1.09 1.26 .025 Cable fyIlceua 11.50 .69 16•.0! .04 Humboldt; Nevada. !lacer and ton h•alta. batt: Clara and Tebama Counties II.00 .66 $Ss .01 Oawlw C•mr rawwllae _ Amador, tl Dorado. Sacramento Rlallticlwwa 11.00 .71 11141.311 .05Z Cable 01•I1coco 14.10 .71 1141.50 .05 owd solo Counties 6.10 .10 .f3 3.00 O IM tNw Uw Couwt Colovaras and San Joaquin y Couatle0 16.3s .60 .55 .01 Rlsrlc/views 11.613 1.01 114.90 .iE natio stud 80111om0 Counties 9.01 .01 .05 1.00 I/OC 111 ea41s tf.11cac0 15,36 1.41 14•.90 .16 "Wittr•y and Sante Crura Counties 11.30 .60 .is .01 tIt �..IbI M t aswey /Isco Iclau.o 11.11 .08 116.% .01 tan rrancleconty end My of son t�t:rnva cove-7tltcsors u.19 .515 .» 7140 .01 Mano mower 31.07 .66 2.ao .os LM Oealto and tanto Clogs II•wts-p 17 ir-MI MS' Countlea 16.11 .71 .7S WLj"S 701JA .363 JS 3664 .93 rreswo County 11.47 .35 MMAt!1111CnrntTOttClals• Merlpose, Merced and Tuolumne Mf%nXS in"j S06Jt Counties • 10.73 .01 aSouthern batt of tin Mateo County 111.01 .32 1.00 • r 1 S i t FEOENAL 116131611. VOL. 12, NO. 7/-sRIDAY. AHII tf. w 1171• ? _ '; f , 41WINKr Md. Call-SW ral• S 913.+:15101 toll. CA71-5444 rays ! $a c t., fats#.116.46/6 Pq.v.i6 iolt M 0 r P.art.a. V.a.tb. 4.2h. lrlMtptit • Ape.it. 0a.it ., .�.... ijtin•. Asa.lot. Catasstsa awd M.�.3 It L M P..46.+ V.a.rl.. ..J".. •Gm daay016 alw--ties :'73csatt = i.l2 .70 : 2.14 3 1.11 . Ail-00. to. 1'Att(Tl7iS1 (Cant 4l �SSmall Slasattuct Tapetal Svin• Matll.aia. Nectcd a1.d Tulucne Stals/ Scattuldl SarAbla.te+ C(supttwo Sttretulal Steal 1.12 .10 2.14 ►.11 Usuuh 1 9.60 .70 .45 .71 .02 . � rNarw County J.rim$ iitaqu. M.l+rn.uulrrw. ituiM$ Tal..:+s 11,12 .tl .2u baaun Ch4rt, ti+u.+w 41um.n.•$ ' Spray$ Sttwctuul Steal ll.l) .41 .20 4114 Mater ulastlnq 1.64 .70 .45 .)S .02 441 M,tta 4r14 Nualasidt a:uuwt146 SI.tay. Sar..It+aut+r.y 10.10 .70 .45 .7S .02 0tmob 1.53 .50 .20 .90 VLAST431L„34 Spl•yl Salydblaataca$ Structure Alawc.ta and Cuncca Cuata Cos. 10.10 .745 1.05 .01 Stcul$ 6vity Stales Tapeta$ Suttut slid Yuba Cuulllae• 9.)9 Ri 1.00 rgwtAarr$cta 7.30 .30 .211 .q Ftu►nu Cuanty 9.23 .90 5.2R 1_00 it.rtstcy. Saw icw)t0, Saw Matsu w.ncucsy Cuunly 10.60 .71 .IR .01 Sawa Clata 40.4 Santa Caus Caurwtics isscludity rUctiuna n 4E1.IutaduwNuvadw•ii'I.cuc, the Lata Taluu he*&) LaCa•w4nt0. San Ju411441n. llcwib 11.22 AS 1.39 .04 .01 Suttct, VOW And Y4164 $play 11.41 .99 1.13 .110 .43 Cuuntics 11.59 .71 1.50 .01 Tal.ers 11.71 .99 1.30 .40 .03 San rcauc(bcu Cuurl:y HAITI .90 1.90 ,01 604cer. Tabani strd tuba Couatie $an ttatua Cuun't ).)7 .411 .90 1.50 OTR bluaA$ rut Tec.Wal iulleca 3.73 .69 . Sway$ StIwJGlutu[al 3ttuctuta 1a1u. :wf.'.4, s•riuwa alro z keel$ Sully Stays$ Tal•ets 9.23 .60 .40 7e11aw4 Coup, to .!i .50 1.00 .01 Q W* saabTa icea IO.lS .70 .TS tt4cilw.a,, Mice. an.I Tuut Mww t �s Couattca 1 1.:5 .90 1.55 1.20 n Spcay$ Slcwclucal Steell T41.st 11.30 .70 .75 rLASTCHUiS Tt.nw.a. j i/1t Matin., Saw Ftatic16ca and Snttuaa A1awr44 and CS4494 C0:1t4 COs. 4.51 .60 3.10 Counties Nat/s41 13.27 .!! l.Ii 110 ,nl raegato Cuunty 9.40 JO 1.40 HAS In cowrcy - 4.12 .Su 3.44 .90 Spray 11.02 .!f 1.10 .40 .03 lykca 11.72 .99 1.10 .40 .03 &I&"-A. Castta "Co. 01 Wm 44o. Napa. 06va44. !hese. Sact.it<.•ntu. Sulat.0 a+.d talo Gcruatlea {cat udittl puttlutts u CoimAkies Is the Late Tatue #teal 0cut.A '11.12 .!! 1.36 .46 .41 y Spear, 11.37 .91 1.30 .00 .01 lapctd 11.92 .99 Litt -.So .01 ) FEDERAL 11EGISZEi, VOt. 42, NO. 70-FIIDAT, APRIL 22, 1977 •......w.w�..rw..�wr•w+..r,w..«..�..+r.•w«...rwu.rw..wu+..wrw�w...r....••...-«..ww.....+..r..•..,..wr�.Y...a..r•'..w:•... .r.'....r.► ... - - - - . pr-•r: 0.can-•.aaa rage 7 '� orrisin11 100. CA77-50/0 .. , ••h9s • I ` t Reds Ftlase a...big r.1-15 EA.cetleo Fd,gr/..ruts rarm.sts Bess$ M L• reaslees Vacesba e.2/00 •cola I�. •. Ames-It. • N.«ly EJeceli.e i Rates N•■ r«deco recasles 8e4/e0 1'IA.tiTP1171S TUNsCNSn Il'dnt'nll Ap.•7s• Is Alplu-'. Ar t.lnr, t t p.•n alt. Haw-via, Pia.rn:r, Saccaw:ulo R00rimfs A"TC•lu C.uwntlea f 7./SS .ISS ) 1./0 .60 Alameda and Comas Costa Cos. calar.van And San doa lutes Cos. 9./3 .80 1./0 .90 mastic LIO.f/ , 31.17 9 1.10 .f0 .0/ Ikm.tese C.Nrnty 9.1! 1.00 1.70 .20 mastic troy/o al pstllemen IZ Vaw'Wmitn., Santa Cla-a and kettle, W/o pimps) ll.lf l.lT 1.10 .f0 .0/ le+tsla Csur Counties 11.00 •70 1./0 0ltumastict tnamelerst pipe- )I111s1.MSl urappetal Coal lac built up 11.1/ 1.17 1.10 .60 .0/ 1'1mt.m$ ALCounty 1).10 .0) 1.3! •12 Alpine. Calaveras, rsartpoaa. , Merced. San Joaquin and t'onlso Ovita Cuunty 12.71 .90 1.71 ,20 4 MI Nosle and Innwt.oldt Counties I9./9 ./1 1.13 .0S Tuolumne Counties 1 IYaNN/1w5t Steamlil-tetal 9oolers lalate. tib and Cosellosition and atoll up) 11.29 .90 .07 Amadr Knt-lkern Mall of ell Machine Operator 11./4 .90 .07 1ununtyl, EI 0urakt. Sacramento. Cl adop Places, futtst sad TulO, 11"V&.14. Placer lescludinil Tube Counties , I.Ake T.nh.se Areal 1).33 1.1/ 1.00 .11 1 i 11.09 .f1 ./O $.sb Talan.n Asea 10.99 .S9 •60 1.95 .10 esna, a I , Marin, ran Francisco and Ron-oRoofers aa IRCounty , Gmw.11ec. 11.75 1.905 l.S• 1.17 .15 aoftra 11.33 .f0 .f0 . Fww Nenitc. and Santa Close cos. 1/.20 .90 1.6S .1/ Marin, Napa, folono and Sonoma Counties San 11,41-a County 11.7/ Les 1.05 1.20 .23 Roorata 10,13 .85 1.20 1.01 t0/ ' Alplt-c, Amwd nr ISouttnerw {noctlw , Of C-entyl.'Calaveran. Freano, Italic Wrkecal Rettltnstn p kettle W/o pumps► 10.79 .•S 1.20 1.0] .00 1t Z Kvl{.•n:a, Kerc�d, Kunlerey, 0ltuwasticl Itnamelarst Pipe- t haw .I••agnnln. Stets Crua. Sutter vropperal Coal tat pitch 11.13 .95 1.20 .0/ ssrr felonll ne and Yuaaeo 1 e TnvslDel Isot to and Humboldt Counties , ! _N s.nnw2.00 1.]! 2.00 .l0 Rnrttece 10.32 ./0 .75 .3S N•qa oral Sill Ann Count lee 11.31 1.11 2.29 .10 Ientecey and Unto Crus Counties , •Dole[■ 10.75 .90 1.15 ti ` fan Fcancteco and fon Mateo Cos. t Rmtecs 10.93 .60 LIS 1.10 .0/ Mastic Workers and fettlewen 12 kettles w pump,) 11.16 .00 1.15 1.10 .0/ 01tuwastlet tnawaltest Ripe- j rrapperal Coal tar 11.93 .00 1.15 1.10 .0/ • 30 r FEDERAI REGISTER, VOL 42, NO. 78-FRIDAY. APRIL 22, 1977 11 ♦ l 04C{t1�..a 940. CA71-34140 ls0o ! OW131ON MO. CA77-5040 rage 10 G r.. f 11 g pokes a.Yu fmeela *ads !•w.hta • Needy 1J.aemea goals FA!4a ferm..ta ate.. «Nea 1149 Trainee VaaeWa *-VolMerrlr EA.•Lt.e. - A''lr Srmsutx aLr1TTtxSt Ne1.a It A M raealua Ileaelba •, '.+ _ 009lbis IContl'd1 Alameda, Ccntta CGsta. Mstin, Ara• 11. tinaa4uK. ttactamento and Vaso My,a. Salt yraueleca. San Mateo. 4ti�Mat i*m Aston it0.11 $1.04 { 1,10 6 1.00 .07 Santa C1ata, Solana and SG+wmw Counties $15.61 .10 10 .09 anomilesn ars Pitch 11.11• 1.04 1.16 1.00 .01 1lamainany ciontles 14.02 .40 .90 .Olt Sam 00utto 6u4 Santa Cl*ca Cos. ST0ttr1Trk 1S2 itw.ter*s sattles.ta I1 battle) 10.10 .65 1.14 Alameda .nd Cunha Costa Con. 11.10 1.25 2.29 1165 SO*? Mt?AI.WWfki♦S+ but Matte and ii.wlolJt Coe. 11.14 .61 1.12 .05 _ Atavi Coat+a Costa. Myo WAXIAS+ and Solana Coalition 11.25 .66 1.15 12 .04 AL«.1., Contra Cu>ta. pal Alpine. Catavetaa end San 1lorta. M+p.l.,l.lt, Matin, uyu. juaquin Counties 11.77 .66 1.40 .62 Sen rtanciacu. San Mateo. 004444. 91 Ousa.lo. Nevada, Sulalw and 9.#".44 Cuuut/ea 11.02 1,10 ,91 1,00 riao:eK, Sao:saraato. :uttas. job&&&. Vaso 4111 VuCom. 11.01 .66 1.46 .00 Cl Dorado. . Placa•, sett ba NaKiluaa, iusced 644 Tuoluma Sacramento. Sutter, eshmaa, Volo and Vo1ba Counties 11.410 .40 .90 .415 Counties 11.14 .H 1.10 .04 ill.! 5LWLVS& Moatocay. San Somitd, Seata Alameda. Contra Cotta, out Class an4 Santa Cams Com. 11.15 31#.66 1.945 MIS Mott*, Fl Wotodo, Iluslwidt. Sea Mateo Coo►ty 12.62 .64 1.01 .12 Maria. Map&. Mpveda, Placer, act W9ts. Numbuldt. Ratln. Sacramento. 5.0 bonito. San Sam rcamciscu and Soncw Cos. 12.50 .66 1.74 .12 rtancisco. San Mateo. Santa rceaao Casuaty 41.73 .66 1.22 .09 Clot*. Solana, Su1+c.aa. Suttee. Sort f140M Iayg1SK Tebama. Vasa and Vuua Cos. 12.00 .90 1.20 1.40 .013 ' Alplue. Amad0s. Calaveras, Alpine, Amadua, Calay.cae. Saa U tietct0 (Cast of ibe Son Joaquin and.Tuolusn. Counties 10.27 .35 .70 1.00 iarsuia assets. San .14"0114. rKeire?, Mst ity+.a and Msru4 !'1 faccareatot Suttee. leb40a. lot Counties 9.60 1.00 .50 lw Tlmeaa, Volo oat V"& Noatesey and Santa Clue Counties 11.00 1.01 .03 Countless 6n4 tiwaa p4Ktians as Ll Was4o. Nevada and rlacar MAID MQLIOAVSt . Comaties (eeclumll" Lake Taboo A-tieu V*ac•s Days 0-Memorlai Days C-lndops dance Do I D-tatwt Days Ascot 10.21 .79 1.23 1.06 .10 C-Tbankaylving Days t'-Chrlettaaa 0.y. take Taboo etas 10.05 .70 .20 Ca Ajamoda. asra costa. Ratio. tvarworesI seed. swatecey. Maps. Sam a. Oaployer contributes 44 at basic hourly tate tot over i yo u' sec ice 41eattu. San raaneisco, ion and 24 at basic houaly cote to 6 month to S ye to an Vol; tion nal Mateo. Santa Clara, Santa CKY4 Credit. Ste raid 11011dayas A thraugn fulNw mmd Salus" Counties 11.36 .66 1,141 is .16 Is. taeployes contributes 0.10 Ire ♦aur tot be tirot tivo year at e■pisymentl Atter t1i year* 11.05 per !Rau to Vaca tolls and aitdaye b netite. + AR, • . FEQUAL S1GIS1111. VOL. 42. NO. "D--1`111411 APRIL 22. 1417 . n�+•,.a.W.u,.v.........,..- _ - - ..r.w..♦,.......••. d....rrrti.....♦, ,.:...,. . -...«,rrrA+.•u...•rs.«n.�..r..a...•-. ......»,..-. ♦. ...wn..r...s.......iro•.,r1..+..r.. .. .r.w...awt.... ram r•rm..aa�ss+� dar,51- W. 0477-Aa40 _ ptgg 11 pfxlSlOri ItD. CA77-5040 Page 11• . tJ1m00fRf -- Croup 1# Asphalt Icanets and aakecs# Serbia, wacker and slmllar Rads F1109* tyle tampece# buggymubile# Chalneaw, tette[, logtoader and 14-Is, Ea cera. buckoci Cumiaactace of alt types# Concrete and "nseite *last r ' 0est% NRS pessisas •eteataa 0-vat 1/2 yard and undet s Conctste pan wait# Concrete saw# Concrete aes,•To ' sander# Ctlbbet. ant/ot shoring# Cut granite curb setters Form raisers# Slip torsi Green cutters, Neadeiboetdsmn, Nubsetters. { Sllgneral Jackhsaawsr opecatora# Jacking of pipe ayst 12 inches# Jackson and similar type Coepactoc*s tdttlenenr votaea and amok 6toup,;i, f i.lf11 i 2.N • L7s !0 .li applying asphalt, lay-hold, creosote, tine, caustic and similar I Crawp.liai 0.112 11.1041 1.16 .fi .10 type Swat*tial.# tagging. sheeting. whali,„#, bracking. trench- Gr�wp i.flS .90 .10 �ackinY, band•yuided layyingbammarr M+fnesite, aivaytesln, a Cttw{i ltcl i.liS t:oo 1.70 .1g .ti fihargiass, and mastle wtkess (wet at dryii Pavement b$aat•ce Gtnwp 4441 0.14% (,ii i.10 .90 .10 and spedecs. including toot gcladers pip416ye[s, caulksrs, bander•, ' Croup Ilei 0.04411 1.00 1.10 .10 .10 pipawrappers, conduit layers. plastic pipelareves test dote C14wp I101 0.4911 11.00 1.70 .90 .li dig•**t• - air. gas and electcics Power bt'aon sweepew rs# tee y Rs", 1 0.14111 1.00 1.70 .!i ,li tampers of all types (eacept as shown in Group 2)s !am est Von . asoup 1 0.04S 1.N 1.70 .90 .10 and stud gun# Aiprap-atonapavor and rack-slings$. Including placing at **Chad concrete and/or hand #wet or dcyls 0otasy scarifier, #' multiple head concrete [hippest Davla traachae - Iii or *mita[' type lard *11 small trenchers)[ Roto and Ditch witch/ Soto- LAnuMIJtB tillat# 6anJbla*tecv. Putman, Gorman, Noaaleman# Signalling and ' iGwwdiet. Riggings Tank Cieanerst tree elimbacel tribes-screed - Solt float In connection with labotece, wort# vibcatores Dcl-pak-tt machines, sit"a Is 0.71111 l.N 1.70 .90 .10 High p$essuces blow pipe Pressure' Or over. 100 lbs. Pressure of overlt Qiraay.-2w - - 6.1611 2.N 1.70 .00 .10 $1490 111,0441,09 and similes types Lasa# beam in connection with - sk�+•ap'ta 0.00511.414111.76 .fi .10 /slao[ecs' work Croup liall Jay Drill Model TWN-ZAi Gaedsm*e-Den»r Model 0014i* and nirallae type drillat Tract dtilleras Jack reg driilar*t Z t Diamond dcillacal Wagon dtillecs/ Mechanical delllacs - all ='. types regardless of type or method of power, Haiti ple Wait -4 ' drlllst 0180111941 and tawdeement All work at loading, placing n, s and blasting of ell'powdot and explosives Of whatever type fN gacdtess of amthod wad'tog each loading sed placing$ Slgh , s scslere Itacludiq drilling of •emelt Tress toppars Sit it Indoor, Group lib►# Sewer Cleaners Gawp I Icl# burning and welding - t iY - s # } , t ,k - -- ftllERAt:REGION,.VOL. 42, NO. ?6•-FRIDAY. APRIL 22, 1477 1 r f owes16ew. call-5040 aye 11 DECISION Mo. CA77-5040 • Page ll I.: LAUORnS (Colat'dl Group 11011 selaalc Tsacksacn and road Leds lent and Caese ruck u[ subway agree the taap"casy covet has laeaw placed) F.611.R.w.lala P.r....1a Steals 0.1ic r,? Ibwle Il...le LJ ara.rw 6 4mv Ito)c Latotece an general caaletguetlaw wort an 09 Is - -10.ell la4e tw+llnys sold .haft R.I.. k•1•6 M L Y M.w afro• Vaa.u•• A�.,+I,. ifti ilp lilts Contra Cosh Commly Owlys Ilpelarats, Caalkers. fOWCJt q)ulPMe7re OMlIU1TJNS APIA 1 AULA 2 _:lesWeua Pipcwcalal,lle. C.alldult Wrote and Plastic plrelayetat 'Tea,twre Pips Teslac, •w 301st pil.1 and ettlprlag aft sees, t Group 1$ i 8.10 $10,10 i 1.)5• 7 2.00 .90 .74 lecluJlny acpalr of voids. 1,/.cast Manhole Settees, Cast 1n Gsaap 21 9.05 10.15 1.153 2.00 .90 .24 place. l:nhwle foga seltege Gsuup 11 9.21 10.46 1.15' 2.00 .90. ,24 6400p 21 Aal-hall shwvelega$ Ceeenl Jarpece and laandllog dry cement G1oup 41 9.412 .0 11.21 1.15• 2.00 .90 J4 or 9y1'sar$ Clause-setter said Mlyq.g Icleaglsy wills Cwa�teta Chains 51 10.022 11.42 1.)5• 2.00 .9Q .24 Owe►es loaws$ade sad comatcaean$ Cunulets chpppiny and Gtlndpa-a$ Go wit 11 10.17 11.57 1.15• 2.00 .9U 24 "Clete LAWgesa Twat as dell$ 01111.1'• 8011,091 CMUck Tasdeg/ G1tlupa 11 10.71 14.12 1.15: 2.04 .9U ,J4 Mueslemas, adluctule dcaullc lt.waitoc awns 100 IW Group 91 10.11 12.12 1.75 2.0o 90 .24 $ � 1 w••"ag•1$ c1w1p 9i 10.94 .t2.14 ►.15• 2.00- .90 .24 /oaJimg &%a UnivAdiay. cactylny and laa11dling 09 all rods mad Gsudp lot 11.14 12.54 1.J51 2.00 ,90 .24 "Cereals cur was to cnlmfosclsg collccete 0owstcwctlUs$ Pilrsbucyb Gaup 10-As 11.25 12.15 1.15• 2.00 .90 .24 Cbll-pace, &ad similes type Wash tbgeafders$ SIOpar$ Ol0191e100g. Group Its 11.47 12.02 1.15• 2.00 .90 ,24 Lead held, laalaararlc tasiacge All Ivaamumatla. ale, gas. and eleelrlc Gawp It-A1 12.49 11.95 1.15• 2.00 .90 .24 goals$ Jacking of pips unalac 12 ltwl.sa Group 11-Os 12.77 14.25 1.15• 2.00 .90 .24 Group Is AU cleanup work of delocie, grounds and buildlags $wuludiny Grwp 11-01 17.07 14.55 1,15• 2.00 .90 .24 but out &$Island to street eleastaga$ Claanlmg and washing rladas/as coma/suction helmets locludiay held" and geascal leboceesl" elnaluales 11.21 per hour to Dumfamaw, load al.altter$ tier Matcher$ Street Cleasetal Gardswtst Ieneloned Mealtb and Welfare 1111w1. Rtigticwllwgal a114 laad&caps lalagecs$ Jeltlny$ l.lcooegsd Rcateh Z. IlaaJnca$ Pllecs. Isalatemnce lmuixaalae laborers an now eawatsuetlaol$ 0 4i&111tvn4slce, Repels Teachmas alad Road loads$ Stceytcac And Railroad -4 60aatgwctlow Track Labureges Temlwclatr ale sad west leads, Y/etawlla:: n 0c •/collar$ soul covet acleldanl$ Is1wa Rteetotsl 4iwcdrall.Rgeewca$ m avemeat lu$keas lbuttoa &agrees) IAW*ZM - IGwwlael .. � - • Gga* is Mugslemas (lacllhllag Guaw . Putams)I'modasiy Gcouadsan Group as Rebadvad"w CeOup ], Gsasta&"taborets .s _ r 1 FEDERAL REGISTER. VOL. 42. NO. 7R-FRIDAY, APRIL 22. 1977 Vie,,,,.-,.,.,..,. ... - - - -- -- --- ..........�r........•wrua.�.�.:.•'a,.. ..a.1 r a.......a.:. , F PIVIS1OM no. C477-5010 h0s 14 J _ 1+MIM /CUIPIN2et M•QtAT[MM - - :.�.. POWrA 9QDrPM12sT oPQWIORS (Coot-dl IAMeAS I and 11) AMI:AS 1 and 111 - • - Gsar.p is A•.:cistarata to Cnvttnorru tncSkrean[ rlcr■r,ss uravy thsty Rri%tltoan _ Group 71 Concrete Conv.yot cc-Concrete Pump. Truck car elfulpment wounted it-•11.•1; dil••r; IMval..ua•Is `sq•a•alaa.vai ::wlt.aar+n; ter Put 1`11MM5)t rartua�sii� Iboem length to applyl[ Concrete Conveyor, building alter Deck Englnecral (Il••avy [Mier hep.515 slrg. {•-utn so.aal Dual Ovum Miser[ rallies Aragon Pump and similar types[ Gantry hider lot stailarls Mydr+-Naawc lot statist)[ Material moist 12 cc more drums)# Gsmtls 2; Coap[t•raoc s1}r-menta Coocreta Mixer full to and including 1 ►ardl#e Mechanical rinlahrt& cc Spreader Machine (asphalt. Oatbet-Greene and Craw yut Itelt r$.cratot {losuw:lli rlrroan lint 1'lsrwts Hydraulic[ Monitorl siallacls Mine or Shalt Nolets Misermobllel Pay.wnt Ilreakec with or Mechanical c.cr5reyur (Fswallirsy hulldiag rutrrlals)l M ore Ans (%stator r{tlso.st Cusy.rssaor Cosahlnstlaty Pavcaent Orestes, truck suunte4 . rt Icorca•tr tinsel& rump tyrratorl Sprut.cr.lnaw[ (wltN scrersals Ta[ with Cfaireasne Caalbinationt PIPa Rdlm4 Machine (1,!trllne& srlY)s I:at 1'h•euu (tawrr ayltalavll Pipe Cteanlog Machine Iteactor propelled and suffocladls Plpe Wrapping Maclaine ftroctot proprl)rd and suppoctsa0 s Pe(rlgerstlon Pkant, Roller Gtna.lw7I 6a■ oj1 .aAwc (Iwuakeil[ Me..11ecy.ter R.%dlosan (nlgaa414"nia Ngo%- otrsator Itlnish asphalt)[ Selt-Propelled boom type lilting device Icentet mins ".,so•d(vvl Oiirci ane Carries 1,:oostructlon )uta e/te)I Rotc.aiat mount) (10 tons or less H.R.C.Is Self-propelled titrating Ccade Planet trtrratos) :G•reebun Irauy.l aal.haltle coovicete Imrinyls Sell-&opelled. SluAhec Olscratnee Small Tractor {step boon} Solt TeseK, Truck typal wader surnmsib.ally alplic•1 savacrrtr &using machine ton street&, hlgtwaya. 66911A5rl-11. aa.ei ca11+101 TarSw:hLa) nachlne IMaalrw 411"J" capacity 2 Group Os Maar-coater for alallatlr Asphalt Plant tisglneval Cast-in-Place it. d•rpeFts Tugger 11'alst, sloyle der[ Truck Crane Oiler ►Iry Laylny Machlnei Combination Slushier and N,tot Otvrratarl Concrete Match plant lauttiple unitste basest Heading Shield Operators Heavy Duty Gioay. 1t hallaat Jack T.opnst 11ailaal segulotelsI matinee, Taagr•r Multi- Repalrmare and/or Meldese Rem Seal Machine for slmllsell Rolman 4oadocs putstatnel IM.a..tn tat,ld.alt pl.tatl! clevotttc Operatac llnaldell rolk Lift Loodet (up to 2 Vitiate Mechanical Trench Shlelde Portable Crushlrig and , uw t•a.J v :.w.wrk.t tl:ar.nlru. 1aN/ lob Steell Liao Masted Luhricatlon and Screening Plantsl Push Cott Rubber Ticed tacth-coring Cqulpnent (up Srlvfta 1'o•itnres (sa)ilc amt 91rase tackle Material NDlat 11 drum)) to and (ncluaing IS cu. yds. •struck' a.r.c.) nuclide. T-Pull&. 010-1e. 20, W.uttlra:.Wi Tic :racer& T.•varaltalle w Sir and slailael Rub'aet Tired Doset[ Rel[-propelled Compactor with Doserj Sheeploots Timber Sklddet Itubberc tired or similar equipmentts Tractor GUwwl, Ss C-II4.100mor cieWrsitor It to 7)1 Cnnceet• M(xare lover l yacdls drawn Scraper& Tractor Tgaw%lnq Machines Tri-batch raverl Tunnel Mule . 4-race.-t. romea ne 11wI•..•4ete 4.116e4 Gemeratota Iles a.w, cc ovecls Noting Machines Welders Moods-miner load other Slwflac rugmlll equipment) fuattlars 11%FW es ►r.se'vrlhl (alt-opecatildll Fara 12 to lit Wirth" MtcFln•• (l•+a.eeed sights %Fan 1•1 tleetricityl 12 to 71 { Gco11p Sr Canal ringer Drain Diggers Chicago Dome Combination Mixer and 0 1 Compressor (gunita)l Combination slurry Misec and/or Cleaners Mlyhllne G.•.q• ai MN L/v /wnsd fattest of •tartar# P131 Tturk mt Raise Purpose Gblewy iS tons and undnrte wll Ht-N[t of sldlar I20 [t. oc over -;A•harr TIw►1 l••rartNe Ra•••h Plants twat or dryll Cnoceete Saws (sell- Murking Machine (rubs t titer rail or tract typal) Tractor fa•tth booty) fLI•11•.1 4.5111 On •11.•101. hlVlwaya. alepeula anal &earl&/ Drilling and (D-f or larger and elnllar) r•e lug earhln.sy. e..t 1.a l a•vL W r l sent al Imat to algsly to rates(lnrr s, wata•w drill• as )r:tlatw.s+11 G14dra5.tire. GIA4•,rh.rket Isercl5.anlcal or Group 101 Hoon-/ype Oackfllling Machine, Otidge Ganes Caty-lilt for reF�r•wl••11 HI•Ihlim. C'01.1•war Slgnalmsell Larr►Nivee (straw alt nvre )0 61011401 Chemical Grouting Machines Combination seckhoe and Loadet #.wall n•glnuls Imsernal full Slab vibrator fen alslrtrex. hlatlways. euaall tap to and Including I/2 ear, yd. m.e.e.)e Derrick q olvratoce requlre4 sm4.6'as0-Far5e0`rle MralsaulrAl 1•IrwlrJwua (e(6maa.lel (Clary,.Jolwnew.-Oldrrtll lrren swing engine cerate (tom tolett;, INeelek Oacgee IeAcept excavation Iail.lgr Vrrk of Similes /yye,01 ltrchanlcal Sure. Cush and/or Curb and wasckls (lo-Mat Loadeit Adams tlegsaderl !leveling Graders Meavy Duty trier&-tbrhlete,-nricret• a.r aatew)tt ►octSble Crusharl Pust.D[Iver Rotary Ottll Rig Ilncluding Caisson roun4stion work and Hobbies type; a . IM-1500 aerl 011011403 I'.+rc Joatio,operator fsretlnsg slip forma. etc, drills)# aoehring skoolwt tot similar)# 1.11t, Slab Machines (Vagtbocg`and to ow melats Ra•Ifers Scr•ecalo,rn lnarber-Greene aed alleflarl.,1•Irphiltic similar lYles)s Loafer 12 yds. up to and including a yds.lt Locomotive eesiscrete-(.rrlrgls Sri/ ri,v-fl-d Coalaactor'fainglw'englnarls !:.elf-pro- (ores 100 tons) Is(n91e oc multiple uattall Muitiple Engine tatthmoving p^ll..{:rlleliue Niailliuy ft%rIll,!, retault. CRC. as'1ltrllse,typm,11J.,Sllp Machine truclids, Doter@, etc.) Ino tandem scrapsc)s Pre-stcesd Mire` 1'6em :l!sn/•s.(lilting davits. l„r concrete[oelrel# SiAsll HisWeee.t/ref.,=: Wrarping 11116111114[ Reaeswrolr-Debris Tug (felt-propelled (loatingl/ Nuhtaet tlActoss.Sus/are 76at c tired Scraper, sell-loading (pod4le whistle. ete.le Shuttle Cmc Ireclaim eteetfon►/ Single Engine Scraper over SS yds.# Soft Stablilaec (/ t R of : equal)# sub-grader IGutries or other automatic tgpell Tractor. Com- } prem+or Dtl)1 Comb{natlone Track tArIng type,eacth moving machine (single engine,vilh tan-lest scraperslr Train loading etatloss vacuum Cowling Plant# . 1-11011 10Y Crane sup to and including 25 tons) - � r Yard.., 2 t a,•z a { .� qt ,t it o.,.t k - - t S t '4 t Yea« it t ::2 " , z ay (� Ii , K 'r ;FEDERAL REGISTER, wVCeL 42'r 140. 78-FRIDAY, A►Rit 22, 1977 - tUfL'1l1Gt tq, CA77-SN0 Hg* 17 08=1310d to. CA7t-S4114 toga it - o IWtY I�u1PMt21T OPEAaTOMi (Coat'di J fast" t and III rwowp it-As &act" thydtaalicl (up to ens Including 1 cu. Va*. o.t.c.}s F.l.a«11.0.1110 P.t...lo "liNJtOoo tcal.le) (up to &1kJ tactual" I cu, yd. W.r.c.1$ CaAbluatloo Sack- 0*1610 l+sa.)ec ovet 1/2 cu. Va. g,t.c.lt Continuous yttght Tit taCA M..,iy - Ed..ett.a Rebs M i X P.w.i..a v.cri..a .s.i'.t Alas Sur to and toelAdlny 1 cu. yda.1 Ierant attached)$ Crane& (not owe[ arra• 4. 21 tone. iasmccheaA avid Gatitsyl t GtoJevll& lop to and Including t cu TwutX (1111Vt715 watts ft-01 ttwwola. Claa.lwlls. usaglinat. (up to and iucludlivi 1 cu, yds. i—Ct 111440 tainyla swill.vi s Sale-ptwl.elled ►dna-tyi.e LIM142 1101A MUM SHMAIMi Iw/wo Sevics tcentat sesontl lover 10 Wasell Sell-Ptgipelled ta.,.aa-ty(.e Lotting aw)ec. under a ydb, w+tet Oeolce lcontes sa,.wttl tovec IS tuns) levetlI Ilub of HaOwsl driven C1A.cseta purl, a-.Moet Group 11t Aulwsatlu Guw:eeta Slip Haan Powers Awturatie Mallro.4 Car C.w.cfetw p.wl, ti...:k 1-han (Aea(.vtl Canal yinpu$ Main M.eckt$lles$ Canal triawatr Canal Ttlw49 flat tack tsflek tb Abed W/diu'Mtag attocbaentat cfat.ao (ower is tuns up to and lnuludlny ISS apiwu$.clete it^% o.ck rat• to oii)$ Ctmitiolu.we tl tgNt Tia Aauk Auyal owes t cu. yd. ti"Q 1.btUwy ct enol l 01411 aly.ly)t q.0)• l.ulduf i tltott Tcavelih ill=t-1 as stbitac 44A tons at oval$# i1ghlla0 Caltlaw&y y.lr. wasvi ►vvuil. uuMl«.teaw (ooet S tonsil$ I.sadar lover.s yd&.o up to and Including 12 cu. y.ta,li raises tsuck (utldef t yds. waive Made foulti-00916018 Wwat:Stxtvait, Cianahwlla, Otayllsse. Saekl. &. level)$ 0.4puta1 (unJuo t yds. Gt&44-011* (.war t Va- and up to meal lacludiag 7 cu, yds. •.r.Cl$ Mu4Dec- ; watts levellt Cbcurt or pilot titc•l earth waving nacttinos lsrtitll.l* Pcopu/elus puust motto and two cat Jslwat$ 111141rtf truck (when 'td wco acral-4gst lup to and factual" 7S cu. yds. •struck• n.e.c.1$ 13411-` 11&t sack %tuck to used P601•cllsd CL44-ac4os (with wult$ple Psopolslow pn.tac units)$ Single engirt apt.fui/ttata list tack rata tu+i,tcs-cited L'ss%hm.solnj "schincs twith tandem ecral.etalt fillip turn ►hall meplyl l Pickupat skids Paver (eot.cset0 of arpl.altl$ Ta11Jen Cats$ Towwr Cranes Kx•tis$ Ttwncher lfchtle t.oa, undst i yda. wotst tpwillny Att.ctie4 ahleldl} Itr.(vetsel li*bhoc and Towat Ccauts ;sad stailst, level)$ Tw.a drivetas Tcucke types}♦ VU&ol Cacaw4tor lop to and Including 750 cu, yd.por 110"ll whitley idly Pte-batch cuncfate eta, CSOM Covet IS tons} utlJac t gas. nates lavoi}$ lielparel Nattleutuewen i 9.905 i 1.195 .10 51.00 z Gloup It-&$ hod Wagons (In Conjunction with wM ii gueawstgitlt Ctenve uuwl CU1t]it 51160:060M (w/wu �•t lords 123 Wallis Wades lovst er 12 Cu. yds.% Up to d Including to CM. yda.li tune[ Slisivels and Pragltnes lover 1 cu. yds., n.r.e.11 nabbwc Titod Iwltt &uyet, i yda. and unJus i n yuspoite tattM Kwing Kscl.ines 12 unite gives 75 cu. yds. mattock' 11.[.C.}I was. wotar lewel}s U.esp (/ Sri wheel Cacaystus lower 150 cu. yda. Pat iwur) Vila. *qd uo.lul k yds. uatet . level}$ bumpCi.ta Id yds. and •Stoup ll-i: taadet lower It cu. yda.• _ unJas i yda, watdt 10va111 giu.pat ut It ydo. and un.lct Is :l$-C$ eietator of rid•/captec tmilwUw use4'tit ntwetion twaetlt Ssaste yds. water level)) SkI43 (debate ls.a t yda. and unJar • yds. Conttallt4 (Cft[tiva$JYs►y tqullwenL Wates Ieva})t stw.Jle unit itat t tack 12 sale unit). Industrial _ - - - t.ltt Truck tacchanicat tail ata) !tuck* (dry pre-batch cuuctete sir i NIM. t V413. &tui m.det ♦ yds%. 1 r { wotat )*Voll 10.00 1415 .70 1.00 s ,tCi7tNG TPI" And WA'ttx Tnlx'x Nu.dec 2.S00.gallons) 10.415 1.193 .10 1.00 e F • i • tEOERAL SEGISIER, VOL. 42. NO. Tt=FRIDAY. APRiL 22. 1477 .n.._ .......i.�...4...-.-....rte....., .,.�.._.�I....+..:., «.� -- .MtNs1r�"�t. CUt-SOai /age 1* � OCCIEICt!Ila. Ca77-SO10 rays 10 foist#O.a.Nb/eynoo.4 0aota flop•owe.0b f.y«or. �- laoit •-- wevoll Eio.4t.* loosely rr Eieams levee N L M fo.o1.04 Y.wNMa aaLao I1.000 M t M Oasslaos Yorstles *airs. Ayy..to. Tseut]t UM$y17eSo IG1-at'41 SULK C97tmr S" ADIM WOO LUT JIMTS. fort Litt i 10.015 0 1.19 .70 i 1.00 *"Or, 6 yda. and unJet 0 yds. water Ievelf$ Dump ii TPAw-in less. AGITanv yda. and under 0 yda. water {wader i 1140.1 10.05 1.11 .70 1.00 a lev*lyt puri-crate 16 Td*• and undo$ 9 ye16. wotat lava!)$ 1MIAII PgrAIMAw wUM9 10.075 1.19 .70 1.00 W,rwpatar #4 yds. *nJ under s 1108. water levai)r St1Ja Nobe i voctmM TIMIIT_ mn444 11.500 boa, 6 yda. and un4or 0 yda. galiwee/'' 10.601 Liss .10 1.00 water level)$ Trucks (JIT pre- batch caacroto al■. a yda. i MC&i500 TMUCS4 04091* unit and weJ.t 0 yda. volar levet) i 10.10 +0 1.105 .70 01.00 fiat tack if sale waltlo lodualsiol 1,484 Truck A-rSAM, witrrm I'PULasd 4owakaftic4l 4044sotelt M..ygymudtlel Hydro-lift, - Seatt /#14.01 &food tractor twesdish craft$ typo fSettinyll I #whom w*J .14644 tasaetera' Jaw" and water truck loaiWlettouy 111311 1.1iS .10 1.00 10.000 Vale. and water $.*e0 941e.)r PuW+*r tite4 ie am1p; TMP" a MAT/JI TMUCE JmmDo t0.21S 1.195 .70 1.00 46.S00 gale. w4das 4.000 Vols.) 10.115 1.195 .70 1.00 WAVY SIM TMAMK*T DAMltlATIOU w4141:01 TMUCS. thigh body 10.12 Liss .10 1.00 MITU WAIST. tra444t. Moe "Iteetot is Ida. and MOSS MTSTfs an& S1MtI.AMQ sober 0 yda.) 10.151 1.191 .70 1.N STMADDtO CAMICA 10.241 1.195 .74 1.00 VKNMlo 1940191 41,500 Vale. TOA1GlT IIIN AGITAMA M aM mndor 1,100 9610.1 10.165 1.155 .10 1.00 IS yda. through IO yda.) 10.2SS LISS .70 1.00 4n' MMosa-TiMio IMM CAM Inst VALIM TMUCK (5.100 gale. e s9iE-1940dl" 30.17S 1.155 .10 1.00 and under 7.100 gale.) 10.265 1.195 .70 1.00 JCT[ING TIw" 6 whirls irmu t 45,000 gale. and W A*t r 7.000 gale.) 10.115 1.195 .70 1.00 ,tc Vit• -- _ - - . . ...- - . • i /1011161 NEGISTER, VOL. 42. NO. 10--FRIDAY, A/RIL 22. 1177 I' is t I M r ' wcii..• W. CA77-!041) rays 2t DMIS14H 110. CA74-5010 r+yw 22 ._ _ 4a.la ,,. Fd4p lFwewpt.Yq�•wta 4uit ha.y.O.nwl.t.I'wr,.ult - IirrAt E i.ceuwr 1l++11r i d.wu.a tetwt M A• P•0.110. Y4.w66r ...M.f 1141.. H 4 A C.rltre. Vur11+• A••J!w Apr.. lr. 7pQt]I UMSYS)IS IC.w�a•� rr 1.. lftutz MIYt]tS 1Gxtt`J� WJt.K Ct?ttYtT :ii•ttYta)t'it {vJrru fbAM5IT*11 A4$TARIM Inver Auyrc. uver 12 ydu, "Oul 10 yJs. tp/ue•/1, 12 yJr.l 910.)5! i 1.145 .70 $1.00 lnCtwJ1Wj It yJ,._ Yatei _ Icvul)t P•urp (uver l2 yds. fd)/l 01406TSI'MtAUCit Iw/w 4114 includt11y lb yJ4, u.ttvt lvvul)7 uuwtwtvtu luvvt 12 auyar. i y•lr. ruJ taai.witay yJu. altd 111cludlny to yd.. JI ydr. water low-ll/ 3,•,+l- w4ttit levet)r Sktwt.}t.ti hirer �• ydw. a1.J i11Cludipy 11 12 y.la. and lawluJtuy 10 YOU.Yda. Yrtas Ievw3ti u•Mj4:)ata - watwt level)) 1tldu {JQi,tlu • yaa. aad Ia.luJlny I2 WA. uVrt 12 yda, all.! ulcludiay Via. watsc lrvallt Sale- Its via. Yat4t leve111 Ttucrr prolw.11yd rirart swselrar IJsy prv-t.atch CJI/Cl.ae tria. Witt Nit-watalwad satuwa uvuc 12 yda. and IucluJiny OIwI A14a Idepcis We. • 10 vaaur lwvull i 10.40 S 1.19: .70 $1.00 ydr. and lnCludiny 12 yds. water r lovt!!3 ta4w it" &"/us artpv i.luw3 Ttwct Idly INs-hatch M.Y. tlit 51t411AM TYIK +_ c o data air. 4 yds, and SCLt'-14Aullk: 7NU�K i 10.51 1.195 .70 1.00 , ''# ipcltwllyl 12 ydr. watrt THMS blEM IMAII 10.575 1.195 .70 1.00 lava!!/ OuAp;itac i4 yda. and twciudiny i2 yda. water W4 C"w"T S1*k:A))tlt tulwu !avail 14.44 1.195 .10 1.00 ruyvc, uvat IY ydu. auu ItwluJioy 21 vau. Yatat IWAV1 011ie 131AWIOMT _ IyouwsN.K iw.t+sd) 14.45 1.115 .74 3.4i ICVYIl1 C).aail,rtlutl dual- mind dw%, tcwilecl ural. {uvut 14 yd.. mind incluJuty 14 yJi. TSWLtiIT MIK AGITA1t14 met luvuili t),"I.Ccvtu (uvut Itiest 32 yds. ihcuuylt lb y.la. a11d inciu01119 24 yds. s U yda.i 14.455 L.11S .10 1." Yrtac 14V1sI)1 Uuwt.•;tut Iwct Is yda. a+1J )twluduy 24 yJu. waltit lnYell i x1.1/1 {J.:►,t lY ws. caret 10 yd.. a11d ►ucluJiuy 24 yds. vatet lavul)r Tlaaait tris ryitatol lovur 12 yda. thsuuyh 14 yd:.11 Trucks tdcy I+rw'Wtch CJfwlctu jell.. over 17 yJs. end iucludl11q 24 yda. Water iwveli 10.505 1.115 .70 1.00 i t ' 1 §981MAL 4EGIS714, VOL. 41.'NO. 74—FRIDAY. APRIL 22, 1977 , t ' 1.1!'1.'.0110 01. CA77•Sd40 role 13 D)t:1lrON M0. CA71-5049 rale 24 teat f/lage ILa.Rb 1••r...a&r 9adt fAwy%OewaRlr►vra.w►. • r. . .. Ne..lt Elet•de• N.«Ir fJvrel{w Rer►r N l IF #'aarbw% Valerie. eat'. R.M M R 7 Pnebe• Vatarha telt., 17Yt1[ OM�Yp15� fwwt•d bP•ir. Anr.7r. 11K1CR nllrvrais Ica+t•al . WAS VIVOIFt�SM#'AI1r91 Iw/wu Mllit CMMT spa rAn" W/-O ' a•wer. Oros 14 y.la. all 111- emote, over SO yds. and undec cloding 11 y1•e. ester level)# 1S Ween, water levelh n••ap sister (wrrs 44 yde. &she In- (over 50 yds, and w1Aer 65 cC1111ao 15 1d4, Water lavells eta. valet levelly Duapc'cete Imy:vrtr L.vwt 14 tole. •..a lover S0 Ida. and unapt sS vdm. I"r11w11a•I IS rob. vale& Ievet)t water level)a 0lrpattr loves SO peel-rdet lover 14 ram, w&.J r yde, end under sS yde. water ie-14wll" IS was. wire lrvrile . ovaries M•llcol•tre p)lut Iwhtn -I" 10•a. )e•a. Mile end 01bee etaeap&eting "en or vatecislall 01011%1 tai Iyl•a. Tete• Crinm, Was id-bile bus, over SO yam. Lot-%csrapulle. 7lnwnarocker, and "Pats 15 ran. rater level)# Pan ed seal at-allot tye-• eryulp• Trucks (der pte-patch coeertte Pont wben ImilimV A•IuA/rnk as ■Is, over S0 Fels. and under 45 044.6 tank treeless some rurd 140. water !oval) i 10.94 0 1.195 .70 111.00 *"/ue gs•ome tank trwi VtP aw oll.es arc. 11.11.8 s& t M Id•r IKM.R Crr1LNr SMAAFA (v/w ; r !.teeth ten. avec 14 y.1m. and Soler. Pres 65 yde. and �. 9A l"4104 IS ode. waive Irwelit - Ieclading 00 yds. water - lewk Idly Ive-batrb r.aw:eee• levelll (karp 46S yds. sad t• 015. eser 14 yde. and 18n:ludlng � Including 10 Ids. votes level)t ]S yela. watat /e•t11 I Well 0 1.195 .70 91.00 Dgmg.crrts lover 65 yds.•end Q !nc)1lleng 00 yds. water levrll# OPIR cr,uur sr0/AI$ro lv/w,) Du"petec 11S yde. and lncludinl n - awgrr, ewes IS rola. &md 10 yds. water leveler skids Ih Inclrtl"g 90 F•b. water lev•111 - (debris bon, 45 visa. and 11"- I"at )S yam. neat Including Including 00 yds, wmtes levelll S9els. agree leveler Der+:rpt& 1' 1 !tuck• (dry Pte-belch concrete (tree )S yela. and louh111n'l 10 ■In, 65 yde, and Including Jae. watre-Iwvrllt p.rp%tar lace - 00 yam. water level) 11.09 1.195 .70 1.00 1S yAe. 4114 Inclvllnq 5a bele, valor levelll skids IdH1cI• box# awes )S yIa• wsI Including 50 'q+N. watwc )•well$ lerwito (dry pea-titch a•rw-sete Ain, owes )S.yds, ar_1 Incldl"g SO I".'water free 10.79 1.195 .70 l.M r i fEDEMAI RiGiS1E11, VOL 07, NO. 711--fNIOAY. AIEIL l7, MY i �� i awlslk►.-NOiCA77-510/1 i role 25 NU. 0477-5040 rola 24 J 'CA L/FOYN 1A lade rel"O 11sa ufs repmealt Akta DEFIIAITIUII"r fur ItlWtk fQull•tifNT OgCNAldks - Milady Ed.r.rir 11 A,v raadeas vocariaa owdd, eeAUFA 2i All areas not included within Aces t as ��_' 1111MX Wilyfl5i Cuat'd! o1i�e.ir. defined b:low. CWt7n Y#MIAYE>i w/wo eAkfA lr All areas Included in she . Eton teacei :aeyer, over 40 Ida. and P lwcludiwy !S yda, water defined be16w whit% is basca upon township levelli p4►p fuvar so yds, and tanSe 111%d4 as Arco% 11ua 2. ae"l }acludlwy SS Vail. water CoaOancin n Ithe raclfic ocean•on the dsteuttun at the Southerly !Ewell! line}.:rata /ovtr bg trio at Tuwns6a Ills. and tnctaaiel 05 yda. P water level{} fluepatat fuvet Tbsnce Easterly +luny the Southerly line of Touuthlp 17S, crossing of yda. and Includluy 1S vas. the !K. Ulablo meridian to the S.N. c3cnec ut to.+uship 193, water laveur Skide ldeoela , rotiZw bf. tit. Oalulo Lose lint Oita it,,tidlau, Itua. vote 40*148. and Including Tbeuce SOUthetly to the S.W. comer of towrrshlp 20S. range 6E, 1+3 lis.•voter levtll} !luck* Thrnta lsatetly to the S.U. corner at township 70S, caned 13E. 1411 }err-patck concrete kill. Thence Suuthdtly to the S.W. cornu of towastilp 215, Cadge Vic. w*t'Al Vd*: add 11wl.dtMy Thence [a*tutly to the S.M. cdruec Of towilubip 215, raiig,e tit. •/S y4*. water level! 1 11.24 S 1.!115 .70 11,40 Theaee Suuthdrly to the S.N, cutner at euuntl.lp 1:S. r+tige 17E. TbenCo tastatly to the S.L. Carncr of couwtbip 2:5. tauee 11E. Thence Southerly to the S.W. cutner of township 215, r+tige loo. ' . iheact Eastdriy eo chs S.E. cutner of township 215, v.nge ICE, Thence Southerly to tits S.N. cornet at township P.S. c.+i%v 19C, (- falling on clod Sauehdcly line of Kings, County, thciNce k+acedy *long the Southerly baundtty of Kings County Oita the Southerly bouadrty of Tulace County, to the S.E. edtudt of towusiup 2463, range :9E. Z Tbence Nurthecly to the N.E. carnet of counthip 21S. mage 29E. d T4elles WesCarty CO tl"e M.Y. coiner of towurhlp 21:, tangs 24E. •. Thence Nurtliatly to the N.E. Curnat of tawnalilp Iii. roc.cre 19t, n Tbeuca Wasterly to the N.Y. euradr of tow/lthip 11S. huge ?dE. ht ... Thence llorthetly to the N.E. tamer at tounahip 11S. t.ngd 21E. Thence pesCdely to Clio H.Y. curade of towu►litp It:;. ranee 211. ; .._,. Thelice Nurtlosriy to the N.E. turner of township 10:. rouge 20E. Theoee Yest�ciy to the N.Y. cognac of township 10S. tatige 26E. Thence Nurthelly cu the N.E. corner of towrahip SS, ganga 25E. Thence Westdrly to Clio fi.Y, comer of townaiitp SS, Cauda 2$E, Thcoce Nutthetly to cite N.E. Cartier oI taw..sl.tp $S, ranya 2r K. Thence Wettarly to clod N.N. catncr of townal,lp i14. Tanga 24C. Theme N+rtl"et'ly to the N-E. Cotner of tawuthtp GS. range 21E. Thence Ndsterir to the S.E. curuet of towntihlp 55, range 14E. Thence N+tttietly to ti"e N.E. Colocr of tu.nithip SS. range 19£. Thence Westerly to the 9.18. earlier at towushlp 5S. range 17X. Shrike tl.+rtl..a ly to the H.E. coai,r of ruwntloip ]S, r+nge IdE. Theuee Westerly to the N.Y. sumac of township 1N. Canes IdL, lheims Ibirti.ecly to the M.E. cor."at vet toui.thlp ?S, r.uq;c lift. a Theuce Westerly to the N.W, cutaec al tu.n"ahip 2a. 1414,;e IIE. ,1he140e Iwrthelly crating the Sit. Utablo battling to the N.E. cututr at tuwuship 2, eanEe ItX. R Thence Wc•trdcty to the N.U. cotndc of tawnuhip 211. taker ICE. Thence Nortlodriv to this N.E. corner of towntbrp P1, canoe UE. Thence kuaterly to the N.Y. earner ui tauetahip 13. rallee:15E, Thence Northerly to the N.E. curvier of township 461, r+age t46E, r r +1. ,3 110111AE UGISUR, VOL 42, NO, 70-tOIOAY. APRIL 22. 1927 ,t,, `r..•wa11..n+M +v+,w.rw.r.•.rr+.+.+.�+"+M.Mr++ora•.a.. ...+.MM.iM.w'•• . -. - I 1IAyf•SifY Er•ji :i BOW131*1 1111. CAl2-SOLO raga 20 CtLi[il AJA AREA OEfiMiilt10iS far 1WER [ipticllFMi tilEitATORS (cnwt•d) 10WEA USINTiEMt CURATORS (cont ed) *A$ca { (Caut•d)e *Aga* ! (cont'd) 11.aacn Yastogly to the N.M. tatner of towess►tp 40. ganga 14C. Thence Westerly co the S.[. elseoea of towatihip 16N. tangle 12M, !•�' Ticate isegtbegiy to Ute M.[, Loeser of aos�«sblp AN, wage la[, T►eats Ibrthrrly cu Site S.C. cognac of towtabblis 1611. sang* 12W. 'Il.eatat Mosterty to ti•• M.W. colors of township SM, ra•Ke 11E. - Ti•etace Wsicttly to the N.W. toaster at township 163. rant• I:V. lar ace iorxbariy to the O.C. aoaaae of towaa11ip ION. gaoler IIE, lienee N.tithetly to the N.C. Caesar at towsselAp tan. rang i39. Theaco Easterly to this S.C. eaaoae Of township ITN, rants ICE. The«te Wastarty to the N.W. tot«sc of tuwnrhlp IOM, tants law. .Tb•u•c. Noathotly to the M.C. Cotner bt to+-atrhap fail. et•tYo i4c. cheat• SauLl.crly to Cho S.W. eataeg of toeetibils on. Sfsnas 141. _.thencr Westerly to tLa M.f. roe«ler of tu•wtrkip 1110, r•«gr 111E, tbeace EasLocl, to the S.A. coawse al t•awosbtp IgM. 14ohe 1$+16 `:•;lhraa•a NoteltesIf to the M.C. coeuet of township t•.n, tans• JOE, Thcnee Southerly to the S.W. coiner sf township I*N. vassals 11W, she«4,r Ereteely to the S.C. Cotner at sowuhip 1611. assesses tit, Throes Westerly to the JI.W. Carwag of towusiJp lSn. tango 141. 7ieuce tiaet11oriy to tl+r N.E. tuaatcc of to-ectbtp ttM,rrntr IgE. theca Southeety to the S.W. Cotner of towaship IW, gangs E;M4 Tbenee easterly to tic S.E. Laeeser of township 120. satspo I C. , - Th.nee Ta•tnly to tie S.E. ceroer of township tale, am►e 141. Thence S.authesty w the S.W. utner lei 1ew►htp 141. stns* M. ThC«-se Southrtly to the S.W. corner of tranship 12N0 cant* live ICsoce, to►totly to the S.C. cwtasr of toutsaip 1444. aanht 131;. Thence Eaatcrly to Cha S.t. Cogsaor at township 1710. r*nda 13W, Tient@ Grwelserty to the S.W. eoeraf *f sanA•shlp tile, $asleo t6L. Thence Soutlwtly to &W s.W. Cognac al t•washtp 1111, gsnte t2v, Tb*«re I:areorty to eb« S.l'., scutes at lu«mhep (illi trate 11+t, thr«cs Eaatally to this S.K. Cegwag'01 sownahlp 11111 ganga /2W, lhente aouthoeIV ro eh• S.W. vassor of township 170, roay,a'ttf•, Thcn:s Souaharly along 4,i: ertcaam Iters Of game 42W to the lkewa Ces4@sly 014)"a the Southeast We* of township 170 to she ; tacttic Ocoan eaaaudtng that pasties of Nortiecu C811804014 [esterss boandaty at a40r state of Cr1t[lssale. , Wicbto Suter Class CoeaaL, isaluded 6014,1110 cite fallouint times il•C«4,e 1wet40wtsterll, throe• 16"theriy atoog Cho eastern ift"dar, Cawaetaetwt at the li,Y. eotaeg of tawasiip 654, ants ]R, tit. at $ho cute of Gal/1*eulr sew tie N.E. wrwar of towuriip UN. ;,. , 0184019 ►aselina and 11deidiaar tsuge IOL. Thtnco to a Southerly direction to the S.W. cognac of eowtesblp tt.ee•co Yastesly to the N.W. Earner of tofa►ship ITN, crate tai:, 75. rawae ]E. ghosts flogti.sly to tie M.e. seines at township Zwi, sioge `IYE. bene• in a easterly dtcoctiom to file S.C. uanleE a[ eawasblp !i4, Tie"els WQ*4*cll to alt• M.W. cognac of aowasiip 71)11, sane lilt. range'iEt lh.t.$0 tr•.(tirtlT to the N.E. Cosner of rrwnsilp 2tN. tante 9t. Tieacs tw • Notlhuly direction to the 111.11. cwgaas e[ uwwebip tSe Tha«ta Wasaasil to site M.W. Lerost el rewas40lp 21104 gongs 9Et 3 terata AC. lis,ne N•eat40rry so th. N.[, cognac of township 2211, sasKs RES t11saae to a Woeeerly direction to the N.W. corner off townsblp 63; .+ _ tit«.s W.N•ril tee also M.W. coiner at tlswwsill 220. traps eft } rent• ]e. to the point al bstisa/tap which pegtiole is as pact et. ii.•wco 0.uch•$Is s* tie S.M. Cotosr of tavastelp 2f0. a&#%,,* at. Arco 1. �a t O a&#%,,* ' ikrtn0 irately t.► the S.C. Cassese of to60uship 2201. vsaCS at. Arse t 4100 Includes that paetiom of iectlessa ealttorats withl; 111•lece "osah@gty to the M.C. sower of toueeshtp ?all. trate St. z the fottotital linealVia ♦irate•Mestoety to th► M,Y, ge$iet of taNsl•tp 26N, rant• litCoweeneiao to the !otitic Ocera s0 aw socometoaa of the soutl•ery s- tl..«c• N.ttel.•atY e., its* M.E. culo•r at towusbir ]1401. Sana* its j lino el township 29. Nuat»idt baseline sad recldiewl TMwce Westrall to 11,e U.W. to$var at t,wushfp ION. asnte It. Thrace easterly along able southerly sloe of township 210 to the Tbeares tloritserty slater else Nt. MAW* awlgidiea to Cho if.t. S.W. cagsese at tawa,ab/p 210. rosese iW, aorntr •a township 141, range IV, 11•cnce $author, to the S.N. resto Thence Wasxsre at tauwsitp IN, cents Iv, r, ea the N.W. earner of touwship ]41, trots 6W. p ', 7ienes Easterly elonE the Muaholdc bosellan to the S.U. eoemtr. t Thence Nutalberty to this O.E. cossets of torasbap 1211. a•tn;e .lit s at township 10. rang* 2E. ik.rs;a Yastegt, to 1111 N.W. carate of tuttoOhiJ. 1211, Serosa ri1� Thence southerly to the S.U. cognac Of township 23e trap 2t, Thtt+ce Swutha$Iy to thSWn e . .corer of suesusiip 3911, rants 7v, t T6enco East4tl to this S.e comer of tounahi 2S. Sane 2E Thcuet fwst*gly to Lite S.C. coaster at townsbip 3011, canis Ivy Thence Soutbatly to else S.W. corner of township AS, heap It. 16•wu Southegly to the l.W. Cato@$ of toraubip loll. eonge 651, t Thewct Easterly to she S.C. career at township tS. range TR, - icwt L'a tsaerl, to the S.C.S.F, coauar o[ tna+anhip I6N, range ilei a j Ibewce Northerly to Cho O.E.'cotner of township 25. assn ]t. Tistace SaeOtbrty to the S.W. coiner of tawaihip lath, range W. z Thence Westerly to the M.W. eorasr oNf township 2S, sanp ]E, ;i11ewr@ a•�itssiy to lin 5;$. cornet of eownshlp ttWf rause rig; { Thence Northerly ico0sint the Nwaailst boseiiat to tee S.Y. lbewce'Naore Joe rl, ea"tile N f.. carateg at touitship "tJ, raltta 1W, d Carnet of township 1N, cants ]F. Tbssto+Wy aters to ahs ip,v, cagnet et town•ii 1410 ; ,Age • 311p[RSCD►J1S DLC[:IAN 1 tv ` / �/ CINn1TYt Ccor tilos 0 STAT[t Mlonswto DECISION Inut9ERt 1077-?064 DAft: Drto of pabllcat tiol CALIFORNIA AMA DEFI11ITIONS FOR S.par.•J•• Deccsl..e► Ile. tf1?7-:U�. dated Ibto► iR. 1977 to 42 rL 15245 1 tOYlR EQYIFttENi OFERATOmS (Coat'd) DESCIttM011 OF UOPAg Novy A Highway Cunscructlw► `w. •Ates It (Ceuta) t ' tri`--^ Thesce Westerly slow[ the Northerly Its, to touusbtp Ic". leti the +�. tecItIc Ocesa. 4 floe•9...1u.py-ewes Aces 1 also Includes that parties of Northern Csllfaculs lnclafad With- ► Rule Is lho fallorlus Moet M•rdr CJ+t.u•. R.N• N L IN 1•.a•�.•. V•.Nba •w��u ��• C"WACIo4 at the 11ortlt•rly boundary of the State of G11faguls Apo•• If. sl tha N. W. comet at to►nuhlp 4611. tasde 7W0 Nt. Ulablo bass. 11g.6 swJ 04114166.4 laa4fwk �l.64 .26 .1% Theacs Southerly to the S.Y. cognac of lolw.ahtp 4414, cause 7Y. •tbeace Lestatly to the S.L. corner of ts•wehlp U.N. Cando 7W, 0 , Tbeucs'Southerly to the S.Y. cocaer of tounahlp 4341. rsa4e 4W. . �• TMen44 masterly to the S.E. corner of towushlp 4311. ca.ye SY. ittts'R 1Ve11tYu.tff nIERATnAS r Thence Nurlberly,is the N.E. cackler at touashtp 4911. ganja !W. on the Mogthagly twondsry of kilo state of Callfwule, Asphalt Metrlbucor•+-pnaJ•r 7.26 .16 .1! Theace Waslstly •loos the Nocthacly bawgl4sty of use Sat• of ssrh■tt ►taut 7.66 .26 .IS v Ce11969Us to the polar of barlaeles., mullJolor 7.66 .26 .15 Crush rr L Scre•nlnm fl art 7.66 .26 .IS - F4vwc-6ul-lnaJ•t 7.66 .26 .15 _ 4 /bras Percale 7.Y4 .26 .I5 / .1 4. m_.Ilsr•r i mase 6.53 .26 .I5 4 ? Flnt*A 7.IK .26 .IS Tactor•-Over D-2 1D-6 m.]S .26 .15 c p TRUCK DRIVERS fl 141 k• ever • cubic y6rd• 7.Iw .26 .15 V� Sad-Ttactac Trader 7.26 .26 .15 t t ]-AAI• 7.11 .40 •tis 7 t , t FEDERAL REGISI[R. VOL. 42, NO. 79--141DAY, Ap1111 22, Ig77 - -..w.....n..n a.►v«:.«....�....,. ., .«.. ..............va•w ..••res .,. •.. . � .��.... �\vM. .M4.wW�•Y...:r..+•r..rM�M.•-«r.il u•-.... .....r•./�.•.Y,/1[.w...w.•)�....w...-✓I+•:/r�MY^.•". .. .. .r•L• 4.. a'r..+tel[•.••l.W.e•W arltad�r47••h!1! �.YreA a'M.11•M'INnMM'\•.M•aM.►�II�Y��'rrd , "viricAt1011S P. { IOOIFICATIOUS F. 2 cCtslr\l U'A77-SO)! - 11id. 11 667 f4 21rJ91 - ay'ril 27. IY77/ WXISltYl ICA77-5039 IGnt'dl Alameda. Alpine. Amadllr, Mutt* 4.d• rd."0...418 hr.aN* led.%*4«.111.r.i.e.16 Calaveras. Colusa. Contra Coat Nw11 !d•letlw 4•.ta Wd I sleds, CI Wrsa*, [tesmo, flow NAM ►•.dear veselks a.1/or N••dr EJvud•. GINO. MISoldl• Aln\s. Luka. A,,T,, R•h. N t 1 Lr,br• yrr•N•a r•1/•, Ml AM••Tr. raween. Ma.tnra. Marl$&. .. Mastpoaa, Mrnduclpo. 1Mrund, I&i&w. eb atarey• Naps. Nevada, W "alto. Santa Clara $-lade, rinnas• soctaerxku. and lull• Crua Counties Sanatralte, fan reancioco. tt.Ctrtctsas 6)).6117 .17 I\*1.30 Aals"Isla. fan Naade, Santa Cable 60110844 1S.S) .17 119I.So .05 Clara. Salta Cruz, liWsta• San Francisco County !Jere*. Arakiyoe. SI.Iaau. Eleetilclans ISSN 1.06 Is*.90 .06 f Au•oea, Stan/.1646. Eutte[, Cable Splicers 17.33 1.06 As1,90 .06 Teresa. trinity. Tula/e, , tan Mal%o County Twsomas, 11010 and Yuba tlectelclans 13.73 1.16 30*1.00 .01 emostles. California Line C.nstructions ' antra Casts County Qse�Ze� Croundnen 11.60 .70 11141.00 ilectrtcless/ 1,14* rqulpsent Operators 13.60 .70 116-1.00 Alsawds Cwwty Linemen 13.70 .70 1111.00 . tlaetelclana $17.21 $1.95 1\11.1s .01 cable Splicers 16.70 .70 11*1.00 Cable Sidleese 14.53 1.05 1411.15 .01 Ikrrnteray County Asrdor. Colsas. Sacramento, f croundson '2.62 1.10 1•,17.30 .06 Astter, Vol*, ►sba and Clasen[ Tichslclans 17.56 1.10 1117.10 .06 trace yort/0149 of AIp111e• Cable Spllc ra Men 1.10 1117.30 .06 AI b ra110, lrsvad@. PlacerZ Mat+a and Solana Counties and Aimee& Coswtles Nest LIIIesv+e 17.07 .61 1\11.10 .06 O H. of tee Sierra tauntal4 Cal.)& Splicer. 13,50 .64 1/*1.10 .01 n Ya/esarad Alsa.nde Countyin LlectrlclMe 11.)2 .23 I\*,K .013Grouodlan 9.64 1.05 11.1.13 .01 ' in Cable Splicers 13.41 .113 1\►.4S ,0/5 Linemen 12.91 1.05 11,11.15 .01 lumwselp Lina nt L ul Clrctfiel6w@' 16.11 .2S 1\1.45 .063 9 PM operators 11.67 1.05 1111.13 03 Cable Splicers IS.$7 !S 114.%5 .06S CooundSan Francisco Cosnty t ! Contra Costs Cuulty Uneween 11.25 1.06 11►•90 .06 [lectrictees 15.70 .70 A*1.00 cable Sl 7cerslelan■ 13.5/S 1.06 11*.90 .06 Cable Splicers 17.5) 1.06 114.90 .06 n cable Splicer@ 16.70 .70 1141.00 San 4ralto, Santa Clara, 1\osteray County end Santa Crus Counties •ilettriclens 11.50 1.10 1%17.10 •06 Gtoun!!m!n 11.65 .67 1111.50 .o3 Cable SpltOeta 11.41 1..10 111112.30 •0< Llner.6/ Wsa yqull+.ent 01'ereter6 11.70 .47 1%,11.50 .OS Cable Splicers 15.11 .07 11,11.50 .05 rlserl.erl7 Ateantitteral Uel Monte and Humboldt Cos. 11.41 .71 1.17 .05 Sprinkler rltteres Mlwlnlny Counties 15.07 .6S .9s .04 1 V ' 11,5 o % fiOERAI'AEGISTEA, VOL �!, NO. {11--f01DAY. !UNE 10, 1177 J t r IMIFICATIINIS F. 3 11WIFICATI0IIS P. 1 a5 o tjfCt6CM CJ7-Sd9 oon •d -S0i0ItC . (Cunt•dl ridwp!....met par.taet f.tnps!•w.hr,t••r+••«t. !•tit lath t - N•wlr fa•uuar <.J, Matt N A■ (••«tl••t V4t•aba ••Jl�. Ilawlr Ed j'-'ov • Apr••7.. Rtta+ M •.J;'•1 l• ts•tb«t Y«ar4ra A►►1. t.. , last. flay. Manic". Sutra Clata 1.1a4tcter4 2.4.4141 ►4d Santa Clue, Cwuttluu San Ytal,claao altd San "too Clectalclauta SI1,tl0 T7 1{+i.SU .OS Cuuttl,ra j9.eo .60 $1.20 $1.25 +C.bIC S(allcuxY 15.57 .77 I{rI.SM .tt: Sao Ytutt.lYt:u u.wtty L'luctrla la"4 IS.5gs 1.04 1%0.99 .44 tta`r3tntt hu. +•477•''-sMi4 - Ktil_, �! C.1.10 tjoll-&6 17.55 1.04 1{•.9u �1RiJ Mh?Ii1tJ - Al-til J2. 1977! Sa. N,ttuu t'wwty iaact[talNtt4 tI,7) i,lb 7{t1.CU .01 elaatw.la, eipina, erudur. Y1twl.utJ! :,luwn,fltt4arl Calaysral, Cuettri Cuata, fart Jail Nutt" and II1u,1w1J1 Cob. II.413 ,711 I.2J M. cotta. Ill luradu, rafteno, ppalaAl4r rlctuau. Muca.uldt. tuffin, Mzrllwaa. huo011.11.4 Wtuttlev 15.07 AS 95 .0u Neared. N 4ttatuy. Napa, Nevada, placer, Sacramento, A,1dt San Benito. San Yranelaco, 1 Nla4ac[ars Tur..t cal San Jwiuin. San outeo. - San t'tallct co eltd San Macau Saata Clogs. Santa Cruz. Sola:. , Cuu.11a4 - 9.SO .SO 1.20 i1.75 ia1w. Suttee. Tchalw. Tuolewu. Tolo and TttLa Luca lea, C.[ll[urnla Z ! /.least tl in Almogda Wtuty to llacrrlulala $12.91 11.05 11101.15 Ul' Cahla SpUcarr 14.52 1.05 11111.!5 .Ul aea.lor. Sactattentn, Sutter, yolo, lW,a and utc+2a portltna of Alpine, at 0o[ado. Navajo anJ Phan. Cautttaa Wet of the N21n Starra lr,unta(n Nattrul.td Jaltrtalclaaa 14.39 .95 1110.OS OSS Cah1u Spli+x[a 15.63 .95, iit.lS 0iS Cuntree C"2u County . ticetritaans 15.24 .70 Ia+l.o0 4 ' Cable S1.11cnta 16.70 .70 1S11.00 16-news ry,Cunuty, Jllacaalclana 12.50 1.10 11+2.10 .04 Cochin 15/,11oe:r 111.81 1.10 I102.30 06 FEDERAL REGISTER, VOL. 42, NO. 112-FRIDAY. JUNE 110. 1977 1'�tS1111rA(RtNls (•. s 1 .. , .., .. , .. ff3DIF1UTiWiS F. 3 - l M011IGJlullS Ir. 4 �t ,1f111:tlt Rl tar, a'r.7T-:o iy__{•'_!1,+11 fr.wyr tic+,.F.va tr+.iwr..n UIXISIGH MD. fA77-SO 1! - /1*1. f3 f,+q.Yrrrldal•rrwcra "� - "-_• - drug trait 141 Ya:2a!9! - apt i l 22, 1977! -`- .11++dr f.l..arv,•r Nwrl siiatda, Aipinc, tLtado[. #uttc [ k+Wwuar11.10%rlta 1191 1'r.n..qa uYr.aaw rml w RrNa !{i i Pr,.aS.r.a Yaarlur ur.l r, I r talave[atE.Coluaa, ConAS.,.. t[a tlr, ..� Costa. ikltlar tt. at 0utada. latents, Ciee,n. itaw..iidt. slog. Lits. Leann, tu.ieta, out Jr.. - tb+..ur 444911006a, tacr.du.inu, tirrcad, _. Wduc. 1Wptttcy, Naµt, moved&. I:l 4.,.,•k., li•v.,.r:,, l•l...ar #iacsr. Pivasa, fx::atento, ..t Ua• U14414 #aa 9084110. Sae Itthcltco, sao 1*N.IU WA times. 11&0 MatsGant• !:{va U la t++., Y 1.1.31 YS lt�.u5 0t5 . #ahta Cclta. Maata. C.A.ty 9pli wia IS.01 .4S Jt.,ba 015 /lora, sltlY/ytt,t. sulano. 'Ru.avi,.s ,r ionoYa. staalalatu, #assts. Girattir.L.uu It.S: v5 la..ba .041 .IAu tt{ri iCviu iS.>r7 .7'. .uS .W5 wolum". Iola &" To" ltv T.h..0 \iva CMIwtlts. laittocpia t:1-;tsiciauo 13.9a o7 11s.77 uJ {mai r7:.1.1a .:1,It.etu l;,tn .61 31r.11 ud icleklaytttl ttonehasonet l+arty, Niuca, Ls4,.ln, tt...h c, '1•lu.a.ia, :il.astJ. llaTs. Val Macre. atldt. Lakt, T,hat." rSnd Trinity CJuut ie5 eia. Meadocaclpo, Maps, fan I:it;:tticl.ins ll.ve .d7 3tr.70S .04 201800.krslitaseo. sap 0. sor '- • Cabic 5plicvtc l3.ln .47 It*.705 .414 3lsktyotl. taiaSopoaa Tur,nulr aad hiaity Counties i 11.42 ; 1.50 ; 1.10 i 1.09 .05 Ulva:tsicianal Cable O heaps 1161s. M44014. . ' Mariposa and 14[ced Counties, 11.SS •.!S 1.00 SFHret.••Ito ip.ra 12.Stl tl7 Tt,.7US Ot stick lea0ecat C.'Ws: Splicu[r. 11.04 .07 34..7.35 .04 n rsesw,. slava. Madeca and t CaUave ra ural .n Jupluu, Cu., rrl Itrlact Cowitles 10.35 .60 1.40tl.etea lctaua`tuct.nl.raas 12.15 .92 14+1.25 .01 to iltttcialahs[ t'..r.ly Splicals 1}.e7 .9t 1a+1.25 .01 ala[tada County Ct.v,te a as+sts t:i,unty t 1l0CtrICIar.2 15.20 .7d 3641.00 tltctrlctana 12.11 1,05 Itr1.l3 .03 C•.biu Slaicaca iL.7U .70 )ari.ou Galt lipl/ce[� 14.52 i:OS 3trl.li .03 Pet t ,ttr arr.i th,.ntul.It Rlccltiairns 11.25 do 3r*I.US .04 CoWc�Spitcatu 1.1.15 .Sri 3611.U% .04 Ytaraw. I:U.p. It.A.:ra ,u.l . Tulart C�.uuUv:: Llvt:lcicians: 12.91 .75 3tr.vS .05 Cai,to•Slrlicr[u Miss .75 J40:r.5 US t do v C : f FIDSIAL UGiSTIA, VOL. 42. 640. 131--MIJAY, MY • v .A++a.rr. vww+MY+/F..r+r�.ew+.l."Waw..+lr.t..ay,••MMg4+:.�Kv+.4an•rJ•dtl.lr:r%.�v;".Sr `: .. .. .,.... .•'w.,, .... �..., 1•w.•i•r.rr,.�la..aw N.'..+ r •.:.. • .J. 1\� Yi♦..nJr1� wfwNaM.1 a•..'• •1MMY..•••S.rN:•✓f4•� r+r►s.+la+aataa.rau •.•. \r 1911111II.AIlilli'• P. S tIY\illi It.11I1••ii P. f D j, :. : I IY'1!t •.l 431. 4:117 Sp 13..S4•'+M'd�. ' If41 r_I!VI 1%f .CA7_7 5019_!4•,nt•.IZ - --- Fdw1r 8r�rli0,P�r.�w0, 4 pw..r I.iwq•Nrvl.n Fgw.wnu • �. 8..{r .tl Ilw..d 11+wMr. f,A..u.i.w ,�,,: Y 1'.Ir.,�pnn Itrtr, 11 R M Prw,low, yn�•li•n •-A rr Qn1r1 11 R 21 Prw,G.4 V•r d:wn rwJ w0 l•rr•• l0. App., i.. __._._ __ _ 1.0••:Iw•. K ln•lr\, tt.•1••ra an01 . 1�01.,Ir t�NUlryret Iakn, Ku ln, rM•n•t•gaAn anJ - fr4•un,4,.•n $ 12,n•0 .31 tt.,NS .05 S.M(lw4 C...int i•rn I,in.m^nT t.luw Ill-lip-sit Elrel/lclann $ 12.65 A; r I qr.0•I 1„N 7a t•Al.le S•llcn )11,311 A7 1" 1 Is Q!, ,05 1 1s 11.91 .{11 )14.1u ,02 !:pll••••1• It.2n .)5 311•.'•5 .OS lurll�,•;a, Ih 11.•d, Ntanlr.lags 14a.t•rn•; C•nu1lV Ami 10.114w. .• Cuuntict. - 01/alnlm••n 9.12 1.I n 140:.10 �� ,06 I:IcctI lciin, r.nJ ,62 .11 11 I,In•m••nI T^•3rr\IcI m" 17.'4. 1.10 Ir•2.10 .00, Cat0in N111lc.•0n 10.81 ,62 11% It t'•bl^ Slotl•:.•I11 It•eu 1.10 1402,1n •06 IkMler.•y C.urntY Mop, tn4 ,Mann Y•.nnt 1••: 171eeUlei,n. 12.50 1.10 3102.10 .p6 t.ul••m^0\ 1:.0) .64 3%•1.10 ,04 Calle Spilc•:rr, 11.011 1.10 3102.10 016 r.,i•L• Spiic••1- 11.111 FB itel:ln .1141tlapa And :.olarin (70unl lrs 1 Alae•.1, ('nun0y F.Ircctrielans 12.0) ,68 344.851.Q5 1[41.15 6r.•uu•4r••n 9,f•n 1.05 11.1.15 .03 fablt• splicers 13.58 .60 314.85 04 Ginrr.wn 12.N1 S.4n Ncnito, Santa .p� .01 Ciara and lAsir I p01p.+•nt ul•^rat 0r r. 11.62 1.0: 3141.15 .0) 5a1-ta Cruz Couuth.s - 11•Ir•!•MQ0 C,•Ilb y Electricians 13.80 .77 1941.50 ,015 11:1"•nl-im••n v.nn .80 31•!.85 Ot Cable.Splicers 15.53 .77 1101.50 015 1.)m•w^n 11.:5 Ou )11•:.95 .04 San F[anclsra Gnlnty C d•1^ Splicers l_.1•• On 1f41.N5 .04 Ehr_tt lrlari:: 15.585 1.04 1111.901 06 : to 1'[aur i •cn C•+unty Z Cable Spllc^1s 17.51 1.04 110,901 o _. .06 I•N.ndm'u 1).:G I.nJ )1•. 0 .06 .San treteci i'nuntY 1In^w n: Trrlultr.lan 1 •.••10 1.04 114.QU .06 I:bettlolans 11.77 .82 )%4.50 Irl r.,0lr. ::i•llr.•r. 11.;•i 1.04 It$.911 .06 m Itth0ls: ::.181 n••nito. 5,18111 I hl-%, IA (:ataYeras 'nd San Jnayuln ,•ml f::o\ta VIt... t'••'r.tt is C.Ylntles 11.381 .60 41.•,18134'••11 55 pl 11.6'. 87 1%41.50 .05 Gine Coltstrtll font t.in^n••n; ►.in.• 1'.plipr••r\t %'4.81%4,1 <'4+^.ta Coant. y. (J.'ralnr I t.rn .87 Pel,;n .05 <rfulinrk•rq _ II.Jp .70 3401.00 C.+I•h• :,1.114^l f. MAI .81 11.1.50 .OS Llnc.t:lvilmYnt Ole[alurs 11.68 .70 3111.01) I'li••t.5••�^= ` Llnp"n 15.20 .70 311t.00 10.1 (k•�1�. IL11rlN•1•It, L,a,••n Cable Spllcrr• 16.70 .70 .1%11.8101 Rh•rrhV..Ito&It Ila III rtl/In! c; !I Ira. Sb.r:l a. " i:•r,I j.Nlt. �I.1,tV•• :'Iq,.•T.I. • • - . .. '1'••h..n� An•1.71 riul1; 1'..nntt^• In.2S .911 ,SU f 1.JS ,01 1 i ZNZ C-3 I ' Ut FEDERAL REGISTER, VOL_ 42, NO. 131-FRIDAY, JULY 8. 1977 (OMICATMIS P. 7 MODIFICATIONS P. 0 cr Dwts nWIS1091 UQ. CA77-5019 (C..nt'dZ "- ION ND-•G77-503! Cont•d - F.iy loarbu P+pw.rwu tl..lt P'iwJr D,w.11t.Pr,a.wN •oafs IlorJp �_ EJYcstaw N.rde EJn•U•a R.t.t H t It P...i•rt Yrcrtton raJ'w IIIN. N t t/ Poo.brt V..Yt+rr Y.Jl�. App.. J,. App..1.. Matt (loot layeu. JaL.r/uca (GunMle)t Alplae, Atudor. 0ulte. Group 1 i 11.2]5 f 1.25 i 1.70 S 7.10 .10 Calavvcu, Cases&. Ct Gowp 2 0.;15 1.25 1.70 1.10 .10 ?r„ Ootado. Glenn, Lessen lLunul and Shalt W0010•S25 1.25 1.70 1.10 .10 (eacludiug Wasy take steal. Hatred lust of Cloup 1 t 10.1I5 1.25 1.70 1.10 .10 ins.losgals 01wr1.01tws. Gtoult 2 10.035 1.25 1.70 1.10 .10 San .)oa.(altt, Shasta, • Group 1 9.655 1.29 1.70 1:10 .10 faCcaseato, ftanlslaua. Group 1 9.735 1.25 1.70• 1.10 .10 Sutter, Tehaeu. Trinity. Wrecking nock,Group 1 0.77s 1.25 1.70 1.10 .10 Owntle• and those portions tuolumm. TWO and Yuba5.775 2 5.775 1.25 1.70 1.10 .10 of at Dorado, Nevada, Group 3 0.525 1.25 1.70 1.10 .10 Macer and 0lerra Counties (ascluding Late Tattoo Area) 5 10.73 .04 1 1.30 1 1.00 '.10 Tertasso Murketst Masada. Contra Costa, Rel Marts, MunWidt. Lake. Matin, Mcttdocina, Napa, Sea Francisco. San Mateo. Z •Istlyou. Solana, Sanwa a" Trinity Counties 11.12 1.50 1.10 1.00 � Tile Setrace$ Fresno, flings, Madera. m Mariposa, Merced and Tul�te Cotrttiea 10.35 1.00 .50 Moatersy and Santa Ccur Counties 11.41 1.09 1.10 Lsdocerat Greve l 0.77 1.25 1.70 1.10 .10 Group list � 9.00 1.2S 1.70 1.10 .10 Qsatp 101 11.17 1.25 1.70 1.10 .10 Group l(cl 0.02 1.25 1.70 1.10 .10 Geoup 1(1) 0.72 1.25 1.70 1.10 .10 Gcatp 1.(s) 9.32 1.25 1.70 1.10 .10 , Gcosp 1(l) `' 0.97 1.25 1.70 1.10 .10 Grou(r Yi` 0.02 1.25 1.70 1.10 .10 Gtottp 7 0.52' 1.25 1.70 1.10 .16 :1 y FEDERAL REGISTER, VOt. 42, NO. 171--FRIDAY. JULY 0. 1977 S•� _•. .. ....r.rywr...w.�rwrrr....r.•..w�rr�ralM�.wr.r..�«,uc•»...ti....�..1....1�«ww✓.•..•.w..ww..........,r......•...n..,.tii.YMww.'+a.+r..h.,....n.i.�...+...'..r t. rlattncFlllan: r. 9 �- II IFICAT101IS P. 10 ... ." ... :... .. .. ..__..-_.. ,. •- 1'.CIS1(1tF la). CA77-5010 Cnnt'd $ Fdge 8r+rha Pq••rnU friar 8rnrld0 Per.+r•N n..ir 8.0Ic 1•CCi�lr@J IM)•_CATT_-501_0_-_t►ul. 12 11••dt - f�ynlie• Ne•.Ir &t•raliew 112 IP 21(112 - Apt it 22, 19771 R+tr. 11 b M Pa61e60" Vec•Ilea •e//er Retic N 6• Prn.b•. Vece110+ n1Ar _ Rln•.•Jit F11pInc, 1ltn.rJ•rr. Aprr.T.. Avrr.Tr. Cal.t•reiar., t'nutrJ c.,aa, ilei tl•.r1�F Fl Pit•tdn, Frrrnn, Clrrtrlclmn (1 stories)$ 41uwt•n1�11,,'ftat In, Flit Ipoua. 1 Elrctc letan• S 11.98 .117 )1-.701 .06 !Mlrr,l, 06..nle$••1•, Ilapo, cahlc Spite". 13.18 .87 .Ttra .a Vrvula:`?IJrer. Sure:• I%to. 1 SNrrilli�, an Ft:iurl•u•tr, CaLwern� and San Joaquin CM S ran Jr•ayt0hi, tiw CAW* Splicers 13.67 .92 3101.25 .01 hil••u, Elrc•tcielans 12.15 .92 )101.25 .01 Canto. /.'Iain, Slit ('lila, centra Cot•ts County 1 G:01J11•r, fonoml, aut t••t• lard$ir.lena 15.20 .70 3101.00 Trb-%wa, loolunmr, Y.ilo J10 S ('nblr pllcets 16.70 .70 )/01.00 W00% C•,viintlra, t'nllfolnla 1 nil 11--site slid Ilu•.holdt Cos. Iarrttlt lana 11.25 JO 3101./5 .09 Chsnne•: Cable Spllcertl 12.15 .80 It 1.15 $06 nrlcklal•erst Stoor,•s::nint nil M,111" •lid Snnrwa countieIMI-4.. Sar ttauclaco, San Electrlclans 12.65 .81 310.)0 .02 Cahle 51,11cers 11.91 .81 310.30 .02 tisttr., Snlann •lid :.nnn•u Wntetey County Gnuitlrs f 11.12 f 1.50 S 1.10 f 1.00 OS Electricians 12.50 1.10 3102.30 .06 Ftl•gce, MJrlpoes ani Cable Splicers 13.01 1.10 3102.10 .06 Mck Te Cn„ntles 11.55 .9S 1.00 Napa and Snlana Counties brick o Count Electricians 12.07 .68 310.85 .01 Fresno County 10.35 .90 1.10 Cablr Spllcers 13.58 .68 710.85 .06 Z Eleetslrlans: 1sae nentto, Santa Clara and 0 Alaerdr Coun1Y Santa Cruz Counties A Electricians 12.91 1.0S ]101.15 03 Electricians 13.80 .77 )101.50 .05 m Cable Splicers 16.52 1.05 3101.15 .03. Cable Splicers 15.53 .77 31#1.50 .OS In Aw dor. Saerain.:,ilo, Sutter, San Ftanclaco County Tolo.-Tuba and lfuis,• Iwo t Irl , Elect " 0t Alpine, Cl Pxadn, Nevad• C31ile Sliceatin 15.595 1.01 ]10.90 .06 , Cable Splicers 17.51 1.06 310.90 .06 and Placer Countle. )lest of I.Atherst the Min Sierra 143untain Calaveras and San Joaquin t Watershed Counties 11.30 .99 .5S .01 Eltcrtslclans 14.39 .9S 31+.95 .065 Plsstrrerat CA-le Splicers 15.03 .95 310.95 .015 - M Lak. Tubae Aina l tkirte, Humboldt, Marin, F Napa, S Elrctrlclans 13.99 .67 360.77 .08 TaMtss Counties lntsonnAa And i oues 10.25 :99 .50, 1.25 .01 Cable Splicers 15.28 .67 ])0.77 .09 ' Tehama County Elect rlclaves (1'a,ally resldrnces limited to J alotte�l 9.18 1.12 310.53 .. .. ,., cis ' ...... C,J (Jt ;aid FEDERAL'.REGISTER,._VOL 42; NO. 131-FRIDAY, JULY R. 1977 u �� ti "WIFIEM1011S P. 11 ittltliFiCATiOtIS P. 12 J _ 15t11M MU. CA7)-SOell Cruat•A F:aq.fi.n.kh P.t..ntt - Friny.B.n.Gta Pq.+.nla . 0uia 8.dt tl.wlr � Eri.�attaw N..df _i Eduanti.w R.b. NAM !•hsi+ws• Y.twu.w anU*t K.14t M A.9 P.waa.ws V.4.1-ft O.V.# To. Apfr. Soft float Lsyerst Is r-Nti4rt I F'i7)-TOGS - N d. 1 3 Alplwe. "Wast. Calaveras, t12 t'k-21ST:-- fiery 13, 1977) fletced hast of the San Ilsuvwtd t Vuluala (Ca;,v K.nnvdy Joaquin River).$An Ju.yuin, k.au.atty .Space t'11)1it Center and Sseratr,:nto. Sutter. Tehama, ratite► Air Yuece vase only and 1w1,tane. Tuln and Yuba inciudin) tlelabar kadar Site). , Cotuticsi and tl.ot:a put- tion. of Cl Wtadu, lsvvada and placer r:awnties fast- eluding lite Tah w Area! i 10.71 .94 4 1.31 # 1,00 .10 tedela Tsrtasau Mit term .'.,,at ri poblicatlon to is nl. 1 H Alasv424. Contra Costa. Dal Mots, Humboldt, Natio, 1f11311;:!•1t1�41t-I,tiH - had. 16 MAPA, San ttanciaCo. San 519 lit j!I)dti - Suptts.t+ar 27,19716 Natco. 5016W and Sonoma Alatovidu, Cuordis Cantles 11.12 1.50 1.10 1.00 " f/ls•tisticu► lssaao. Natipusa arm Ofuuy_.s Msecta Counties 10.35 1.00 .SO Ul".a:Clt•PIOtI Ot'WORK to read= i ' !ioststsy, and Santa Ctus a COwitiss 11.11 1.09 ` 116 1111;ltway Cunatructlun (dues not Amtsot sent inaludu airport tuuvayu ut,d Z - Gtwp l 0.775 1.2S 1.70 1.10 .10 tittivayu; bridges over navlga- ittwp 1pl 9.00 1.25 1.70 1.10 .10 blu usteru; tututelu; rout area O - Gaoup'1!b! 9.275 1.25 1.70 1.10 .10 albeit include building! ottue- �1 'Gsottp'ties 9.625 1.25 1.70 1.10 .10 turvu; rallroal eonuttuettun; fn 4"01p 11421 8.725 1.25 1.70 1.10 .10 said ),avlog auuuciatud with ..Harem loci 9.325 1.25 1.70 1.10 .10 building costo true tlou). ikgup lit) 8.975 1.2S 1.70 1.10 .10 cog 0*2 - 8.625 1.25 1.70 1.10 .10 - GtOip 3 9.52S 1.25 1.70 1.10 10 &+buse& Wmaltsl t s tIFT151141 #1077-W45 - N.td. d4 SCOW 9.23S 1.25 1.70 1.10 .10 (42 PM 24577 • key lI. 1977) >;Caw 8.=/5 1.25 1.70 1.t0 .10 Statewide Idaho Ggow 3 8.52S 1.25 1.70 1.10 .10 _ )rai.vurket.i setwlulag Cyuutics and tl,ose portloasa of Aslant.. Idaho, V.tiley, uashtngtut. C..unttte-, - iucet.td.South of the uolsua Cibbunsvllie Lltis #50.69 .65 .11.15 .02 • r f , , - , t , FEDERAL 0EG1SiER. VOL 02. NO. 131-41tiGAY. JULY 11. 1977 i 7 + a.arnwvcr.aAv utt�...Ca«i.:i+r.a%+x::-iL a,tt• ., t: 1. I,. ;i•'i t . it r'y .....n...••...r .•_i... ..r:r..r....n..,�:.u..1.>I su.«r«.r..ya+•,i:nF.•a.1.nr>...wrnar..+w► . �. IP)u1rICAT1(1115 It. 8 _ OF.CISIM 00. CA77-5039 (Canna) (41 IR !li•.'ti - Apri l )), 14))) role a e.welils Pe ewts Alawu'da. All+lno. Aaidm. Pur le, fl-it friw�e sewrlits Pq.wewH f /w Beair C.J-vv6oa�' C..lusa, C.nul la If.wlr Eirrel;w r ilrr.ir EJrtenio lief Nm lc, EI Ibliuln, Reiet H L IF Peatieas Vacation ewJ4t AHrt N L M Pewtbns Vaerti++ Apr,. T.. - fu••nb. GL•ou, IhwrLolJ1. Alois, Arr••lr. �� � Lahe�.l.as�eu, Itadcrn. 11.11110, Itu1P.•'a, flruductuo. 11'.1ced, 1«�Ihr.rat Ikolrc. lfo.'tcrey. ILnI•a, Urcnda. Sa a Penl to and Santa Clara , plater, 1'llelts, 5-aclamrnin, n Counties S 12.69 3 .98 S 1.75 ",mb P0101to. .`•a4. Ilal'Clewa, Sall pluahcrol Stramfltreest Jonquln. S,1411611co. Simla Mwa.lnt (Nwrtloctn loot( of (.late, S�104.1 1:14.8. Sbwwtn, Cm ty), Sactn.arttto, '1'010.. ' tilers. Slrhlrnu, 5ulallo. 1.1 Nnradn, Ilet•ada. Placer. 2..molne. ti4,a1110e11.. Stoller. and Slrlra Countles (ea, L htrot, 11014.1 ty, Lnlatr, citoint Lnke Tahoe Area) 13.84 1.12 1.61 .� .16 Tunitr«ne, Yoln Mid loin Sheri W tat workers[ Cauntles. California Mandnr, Plitlt, ColuS+, , El Dorado. Glenn. Lassen. CMnLr•t Nevada, Placer, Plums, Carprnlevos Sacramento, Shasta, Sierra. Cal$•i•nrrra $ 11.65 S 1.22 S 1.71 .85 .06 Sutlrc, Tehataa, Yolo and N*tdvoc.d !lour 1.ayers; Power Yuba Counties 11.66 .73 1.63 1.11 Sar Operators$ Saw illegal Shinglers$ Steel Scaffold Addt frettors and/or Steel Shor- Lina Constructions fill. Electors 11.80 1.22 1.71 .83 ,06 Lake, Marin. Mendocino and Z Mlflwrlghts 12.15 1.12 1.71 .85 .06 Sonoma Counties O Electric/anal Groundmon 9.89 1.11 3L+ .50 .02 -4 lake. Flavin, Ikodocino and Lino Equipment Operators ll.lt 1.11 31+ .80 .02 n Sawn+ Colmtles Llnrmen 12.3S 1.11 37.+ .80 .02 Electricians 12.35 1.11 31L+ .30 .02 Cable SPIICGZS 13.61 1.11 31+ .80 .02 N Cable Splicers 13.61 1.11 3i+ .30 .02 Palle. Clean, Lassen, flodoc, Plumsr. Sluists. Sliklyou. 7ehamiand iclnlly Counties - Electricians 12.24 1.12 M .70 .04 Cable Splicers 13.46 1.12 3Z+ .70 .04 TunneII EIer.,lrlciana$ Cable Splicer' urlhrrs 12.05 1.12 3%+ .70 .04 1 Cable Splicers 14.14 1.12 37,+ .70 .04 } i W > r-7 W FEDERAL REGISTER, VOL. 42, NO. TIL--FRIDAY. JULY 22, 1977 i tNNgfICA(f0R5 P. 4 lltrtltflCATf011S P. 10 i Cs "-"'- .3 iR 21012 - April 23, l977) f+IwaR BRw+Ln Ye/�•wt* tirmilm ml. t.T76-2272 - N.•'I 12 fells;:its«+t.es pu t M Alameda. Alpine. Aa.Rd.tr. bade --- ---'-' T2 iN SL'rat - PatawLar 2d, ItiJ}3 8ea1s t«..♦ Cslavclas, C«arta Lost*. ta:l Itewlr EJr:+t.ew llrrtfui.! lllddlrata }ltv llrreh Mwalr Cd» "i' matte. E1 Wfoda, ftcsuo, itwtea M a M PRa NRwI Yw.e+}aw RwJI.t ilav Lund.» mid Tut lr.ul R.+.. M t:it ptwaiem Yurn.n ue,l art Duawlill. M.ltn. Marlpusa. Cuantlrs, Cuuri.ctf4ut '- MetCed. ftma.:ray, flaps, lievadi. 1 ►iaeet.:Sau*aenw, Swh Benito t.i1.11u}z Son fraarisco. San J++aquln, _ San M41ro, Swat* ClsaA, Sut,ta Litt f111a SAtISt Crus. set.na. S-cat"aw, Sutter, tN.WI.saw Cuuatrt Tebama, tuai+sarte, Vaio slid colilrtbtuuk. CLast.r. Cltnti .. Yuba Comarles, Callluthi• C..t.tit♦ Ucap 141rtt, 1}utltaa. 1:, II..N.ptgn. f%l.CA' Il..d.iwa. Cha}^ l 1}!l}:wN.aa, lvarytuu. tit.hllt C.atpanterat 11.0b1uui, flau.lol. Old '.aft.1u61, Csrpantsta S 11,61 1.22 i 1.?t tt> ,#lI. ttutktatl And to+xt,t,..l. y10.36 1.20 22 *.«u Aatd..,ad Iluur Layaral I'uue Saw Uprtatursl Saw Metal litw IlAven Countyt shluglecal Steel Scaffold Ansuuta, litwnfutd. C}+cslilte, Ervelors and/or Steel Shot. UCtlry. Guillutd. t1.12suo.' Ilse Lteeturs 21.60 11.22 1.11 d5 .06 tier Iden, lieu 1la.vc1+, Mllla+tlrhts 12.15 1.27 1.71 ,85 .04 14 9tauforJ, It. haven, 4lecitICIAliss tlattt.#lied, Or�ase, iu..tt. Marin slid Sou♦.ras Gountles hrll.i/n curl ltallitiglutd 10.36 1.70 Iwt,4u Electricians 12.35 1.11 31t .30 .02 Cable Splicers 13.61 1.11 7111 .30 .U2 8.v 14,611cm county. t Tel+a+s County uta Lyw.a and Waterford 10.36 1.20 M.40 } Z tlectsic/aus (4 sturles)t- flectriclana 12.24 1.12 At .70 .04 w ' Cable Spllcars 13.46 1.12 31t ,7u .o. .. Lathaisi San lchito sad Santa Clara' Cuuutles 12.69 .90 1.75 rltwi.ra; Steaefittecst f Anador 19"e4stw half of County), Sacraatento. VOID, E1+lata4c, Nevad. sud Pricer Coantfas (CXCladltig Lal: Tabun Area) 13.84 •1.32 1.81 .14 Sheet Nat.l Yartecai Aatadar. P.1 Dorado, Nevada. Pricer, Sacrsisearo. Sutter, Ttlisoa, Volo slid Yuba tauliRles 12.61 .73 1.65 .21 t . i fElglIAL lEG1Si[l, VOL. 42, NO. 241--fRi13AY, JULY 22. 1977 t 1 lalull ltnt lull% x �. • le.+,tl t}t i inti. P. )1 I )ED MEATimt5 F. I )F/UIfICAfTOUS P. 2 ca ' 411 lailc Foliose!.-daisP.rr.wt. NXISIOU no. !:\?7-:d 3'1 - t1.,J #4 Ileedr Ei.utw (42 FR 204y1 - April 22, 1111) R.tlt k,Iaq-i-1.1t r.rr.nt. It l M r.waie.a V".$I.. aa.i/.olloo !d' `_ EJocaiiow .Aps..T. Aiw..rda. Alpine, Awrilur, kut t<, R.I.t 11 I.M r.w.l.w. Y.c.it.w 48wJlet pec4Eltxi,� A1.77`10�0�M�f _Z.f C..Iavo/-as. Culuaa. Culotta ArP••to. 142 rli-17tDi Ai"ll 1• ISM Costa. Ual Muria. EI Uvta414, Mrdleui Cuunty. Alabaas rev..iu., 00no, 114,144.1.1t. vlogv' I..tt6n, tt,+torr, ttitltr, Ct,a+iy�t riarElwu...tianilu.li4u, tWttc.l. Rlectilclans, Linown 10.05 .40 310.30 ,01 tloiluc, ti,11661 r48y,11dl.d, N.v.il t, ' Hager. YEu4 &%. So.;r.—nto. . $ru R.n ito.. Saw 1`I01ICIeC11. San \ Ju4.1041% :fan Kit48u. S.ota Clatr. Soot* Como. Shaul., lt.tta, NS ra-34156 —June 3. 19771 SlaMtyuu. Sn1416U. Sun48.,i. lluunt. Je[feret.t. Saint Clait. :,taulaloua. Sutter, 7ubo..t. shell,y, 9alluluya and Walker I'riltity. 10161748, 7'OplVe4110. Gwatlea, Alaba&a. Yut.i, 41141 Yuba Cauoti.•a. Ceiliu)lite •r Ch"!, Stimulation applicators 3.75 E.abwt at e t l�.dtilra t. Laborers 3,11 ticctrlCEans lalaters, brush 1.SO San )taro County =)3.73 1.16 3% t 1.00 .03 Z tl:c[51u_t aAR77-sOSz - K,d• 91 , _ p (42 ril 26115 - May 20. 1977) [} Statanoidc. Alaska tet in C7ungc: q : ttuo[&cst Arco t $15.60 1.40 2.20 .OS - Ares&'ti and 111 15.30 1.40 2.20 .OS t - • - - a FEDERAL REGISTER, VOL. 42. NO. 146---1111DAY. JULY 29. 19Y? i "W sA.wad.Mav+.wtr:.;tr.a,r..-.MIwLOAI..'./.'rY•..":•.w J.ki+ht•,d.uny<•1iMl•trl•- W.1if"IfAT)0ti5 P. ( fX)VIFICATIOHS P. 4 1. SECTION E - CONSTRUCTION DETAILS 1 . ORDER OF WORK As mentioned in Section A - subsection 4, "Beginning of Work. . ." , the Contractor MUST begin work no later than November 23, 1977. Work shall be limited to two sites at a time. Before starting work at a third site, the Contractor shall complete all items of work at one of the original sites. Work at Site 4, Hemne Avenue, shall not start until work at Sites 1 , 2, and 3 is finished. Site 1 - Canyon Road - The existing gas and water lines at Station 2+70+ shal e exposed to determine if there is a conflict with the storm drain. _ If a conflict exists, the Contractor shall notify the utility companies involved so that the lines may be relocated. The cost for making these excavations and temporary backfills shall be considered as included in the prices paid for the various contract items of work and no separate payment will be made therefor. Site 3 - Loring Avenue - The existing V.C.P. storm drain at Station 0+00, the existing sanitary sewer at Station 0+50, and the existing oil line at Station 0+66 shall be exposed as directed by the engineer, to allow the engineer to determine the flow line of the 36 inch RCP. The cost of making these excavations and temporary backfills shall be considered as included in the prices paid for the various contract items of work and no separate payment will be made therefor. 2. LINES AND GRADES One complete set of stakes for the following items will be set by the Engineer after notification by the Contractor as specified in Section 5-1 .07: Headwalls, inlets, manholes, storm drain pipes, ditches, and curbs. The Engineer shall be the sole judge of the adequacy and suf- ficiency 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 de- ducted from any monies due or to become due the Contractor: (a) Negligence in use of construction equipment. E - 1 WSW ill��.';fR/V t Pim SECTION E - CONSTRUCTION DETAILS 2. LINES AND GRADES (Cont.) (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. The Contractor shall design the mix for the following listed items of work, subject to the approval of the Engineer. The Contractor shall provide the Engineer a minimum mix design review period of four working days , for each mix design, from an "Approved" commercial plant and five continuous working days from a "Non-approved " commercial plant. For "non-approved plants the Contractor shall be responsible for obtaining the necessary aggregate samples: 1 . . Portland Cement Concrete (Pavement) 2. Portland Cement Concrete (Minor Structures) 3. Portland Cement Concrete (Castin Place Pipe) 4. Asphalt Concrete (Paving) The relative compaction of soils and aggregates will be de, ., termined by comparison with the maximum density as determined by Test Method No. California 216. The field density may be determined by Test Method No. California 216 or by nuclear density gage determination (Test Method No. California 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. Construction operations shall be performed in such a manner that there will be at least -one 10-foot wide traffic lane open to public traf- fic at all times. At the end of the _day's work and when construction opera- tions are not in progress, a passageway shall be maintained through the k t0083 E - 2 SECTION E - CONSTRUCTION DETAILS 4. PUBLIC CONVENIENCE, PUBLIC SAFETY AND SIGNING (Cont. ) work of sufficient width to provide for two 12-foot wide paved traffic lanes or full pavement width, whichever is narrower, for public traffic. The Contractor shall barricade the excavation along Pomona Street (Site 2) and Danville Boulevard (Site 4) with flasher barricades at 50 foot intervals. Except where removal is necessary to provide work- ing room, the barricades shall remain in place until removal is directed by the Engineer. Trenches which are permitted to remain open overnight in ac- cordance with these Special Provisions, shall be protected with flasher , lighted barricades acceptable to the Engineer. In lieu of the conflicting provisions in Section 7-1 .0$, "Public Convenience," and 7-1 .09, "Public Safety," of the Standard Sped fications, the Contractor shall bear the entire cost of furnishing all . signs, (except those signs shown on the plans to be County-furnished signs), lights, flares, barricades and other warning and safety devices. Signs shown on the pians 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 before commencing work at each site, but in no case shall the signs be installed more than three days prior to the actual start of construction. at each site. Signs shall be covered with burlap. The covering shall be removed immediately preceding the start of work or when directed by the Engineer. The Contractor shall notify the Engineer in writing when he proposes to install signs at the various sites. 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 shali only be on the written approval of the Engineer. ' 3 01. 8 . SECTION E - CONSTRUCTION DETAILS 4. PUBLIC CONVENIENCE, PUBLIC SAFETY AND SIGNING (Cont. Signs to be installed within sidewalk areas may be "portable"-; they need not be sawcut into the sidewalk. Upon completion of the project or at a time directed by the Engineer, the signs, barricades and lights shall be taken down and dis- mantled; 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. Where signs were installed by cutting. existing sidewalks, the following repairs shall be made. The sidewalk shall be removed by sawcutting at the nearest scoremarks. In those cases where use of the score mark requires removal of more than 16 square feet of sidewalk, the Contractor may, with the approval of the Engineer, sawcut a smaller rectangle from the existing sidewalk. The concrete for the replacement sidewalk shall conform to Minor Concrete as specified elsewhere in these Special Provisions. Full compensation for repairing the sidewalk shall be con- sidered as included in the contract lump sum price paid for Signing and ;. Traffic Control , and no separate payment will be made therefor. Lane closure shall conform to the provisions in Section 7-1.0920 "Lane Closure," of the Standard Specifications except that the taper-length for each lane width of closure shall be determined by the Contractor and ap- proved by the Engineer prior to its use. The Contractor shall provide and station competent flagmen in advance of a closure. The sole duty of the flagmen shall be to direct traffic around the work. All work necessary for the safe and convenient passage of traf- fic through the project, including any temporary centerline striping, and obliterating existing and temporary centerlines, shall be considered as included in the contract price paid for signing and traffic control and no separate payment will be made therefor. Full compensation for conforming to the provisions in Section 7 of the Standard Specifications and these Special Provisions, including full compensation for furnishing all labor, (except for flagmen, which compensa- tion shall be made in accordance with Section 7-1 .095 of the Standard Speci- fications) , materials, tools, equipment, and incidentals, and for installing, maintaining and removing all signs, including special EDA signs, lights and barricades as sham on the plans, as specified herein, and as directed by the Engineer, including picking up, hauling and returning County-furnished signs 00133F SECTION E - CONSTRUCTION DETAILS . . .. 4. PUBLIC CONVENIE_NCE,„PUBLIC SAFETY AND SIGNING (Cont. } and posts, shall be considered as included in the contract lump sum price paid for Signing and Traffic Control , and no separate payment will be made 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: An increment payment of 12.5 percent shall be paid for instal- ling signs at each site. An equal amount shall be paid upon satisfactory completion of removal and dismantling at each site of signs, barricades, posts, framing and delivery of County-furnished materials to the Shell Avenue Maintenance Yard Sign Shop. 5. COOPERATION The following work by other forces may be under way within and adjacent to the limits of the work specified, as follows: Lateral Adjustments - Contra Costa County Water District, East Bay Municipal Utility District, Pacific Gas and Electric, Pacific Telephone, Crockett-Valona Sanitary District, San Pablo Sanitary District and Central Contra Costa Sanitary District. The Contractor shall coordinate his efforts with these, uti 11 ty. companies. In lieu of the compensation provisions in Section 19 "Legal Re- lations and Responsibility," and Section 8,"Prosecution and Progress,' of, the Standard Specifications, full compensation for conforming to the re- quirements of this Sprcial Provision shall . be considered as included in the prices paid for the various contract items of work, and no separate payment will be made for delay or inconvenience to the Contractor's operations by reason of his conformance with this special provision. 6. OBSTRUCTIONS Attention is directed to the presence of water, sewer, and' gat pipe lines and overhead _utiIities in the construction area. - 5 00834 SECTION E - CONSTRUCTION DETAILS 6. OBSTRUCTIONS (Cont. ) 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 (233-2021, Richmond) at least one week before commencement of any work in the vicinity of the high pressure oil lines (Sites 3 and 4) . The Contractor shall expose the high pressure oil lines by hand in the presence of a pipeline company representative where the said pipe crosses the storm drain trench. The Ccntractor 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. The Contractor shall notify P.G. b E. to relocate the guy wire at Station 1+00 (Site2 ) on Pamona Street prior to installing the 42" storm drain. The work specified shall be so conducted as to permit the utility companies, the water districts and the sewer districts to maintain their ser- vices without interruption. Abandoned pipe lines, conduits, culverts and foundations, if encountered, shall be removed and disposed of off the job site, in accordance with the provisions in Section 7-1 .13, "Disposal of Materials Outside the Highway Right of Way," of the Standard Specifications. Full compensation for conforming to the requirements of this Special Provision, not otherwise provided for, shall be considered as in-.' cluded in the prices paid for the various contract items of work, and no separate payment will be made therefor. The Contractor's attention is directed to the existence of utility and sanitary sewer laterals that serve the buildings fronting along the project sites. Where sewer laterals conflict with the proposed storm drains, relocation will be ordered by the Engineer and paid for under force account. Any removal or cutting of utility or sanitary lines which do not conflict with the proposed storm drains shall be considered as being made for the benefit of the Contractor and no payment for repairs will be allowed. Re- pairs shall be made to the satisfaction of the owner agency. E 6. O08T) SECTION E - CONSTRUCTION DETAILS 7. RELATIONS WITH RAILWAY COMPANY (a) General. The Contractor, as a prerequisite for the award of the contract, M=sati sfy 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) Aareement. Before doing any work on railway right of way, or property, theons`tractor will be required to execute and deliver to Southern Pacific their usual form of Contractor', Agreement, in the form attached hereto, obligating the Contractor to provide and keep in full force and effect the insurance called for under "Railroad Protective Insurance" of these Special Provisions. W Railwa Requirements. The Contractor shall cooperate with Southern Pacific where work is over or under the tracks, or within the l i mi is 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 and property 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, park or use his equipment closer to the center of the nearest railway track, or overhead lines, than permitted by the following clearances: 10'-0" horisontaily from center line of track 22'-6" vertically above top of rail 27'-0" vertically above top of rail for electric wires carry- i ng less than 750 volts 15'-0" horizontally from centerline of track for face of boring pit with approved shoring 28'-0" vertically above top of rail for electric wires carry- ing arrying 750 volts to 151,000 volts 008,36 SECTION E - CONSTRUCTION DETAILS 7. RELATIONS WITH RAILWAY COMPANY (Cont. ) 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 far electric wires carrying more than 20,000 volts 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 too 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 th'e 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 crossings railway representatives , conductors , flagmen, M;--.2lmen 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. 00837 E - 8 SECTION E - CONSTRUCTION DETAILS 7. 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, will . 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 Railway Company. Southern Pacific will rearrange telephone, telegraph and signal i nes , 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 nota 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, 1l 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 ail 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. E - 9 00 38 )t htS Z: Sup A , s t '. i ) � t t �; �.7F t a'✓ {.E { �Fi 7 ,,. :.�? . , P,;i�cT.�.l.��.'±i{ "`_Yx{sVb�wJix`4*•!'Fr y:S�1P i,h e:'�kf 1,. >;L-_ S, . ..`,YSh acie'?��'l i'}i'Y ..,✓�;_.,t,� ' �.,,,'q''t '..�:.�:5�'�a K�a�t:r/, b(`�.ysn.'r"'�'fi ��u ti..fir' „t.,i..1.,..k.ar�.,r`..f../{,a,C: :",f ntst.. 5 .. SECTION E - CONSTRUCTION DETAILS V . 7. RELATIONS WITH RAILWAY COMPANY (Continued) Fuld 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 furtherunderstood 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 S. 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 Vof 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. 008,3`} E - .10 SECTION E' - CONSTRUCTION DETAILS . 7. 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 througg its Pu Works Department and , and any amendments Fume 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 l i abi 1 i ty 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 vl 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. E 11 ;1G aV. k a Y ; • x S s m i SECTION E - CONSTRUCTION DETAILS 7. 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. 7. The limits of the insurance company's liability under this endorsement to the insured are as follows : ( Each Each ( Person Occurrence Aga�reciate (Bodily injuries and death coverage SS00,000 $1 ,000,000 Not applicable (Property damage coverage Not appli- 500.000 $190009000 ( 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 nat 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. 008 2� SECTION E - CONSTRUCTION DETAILS % RELATIONS WITH RAILWAY CO[4PANY (C ontnuei ` d) 10. Liability for payment of premiums under the policy :o 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. . , amende,t to conform with this endorsement; but, except as hereby modified' :: ;:;_ and supplemented, the provisions of this policy shall be and remain in full foice and effect. This endorsement is to be attached to and forms a part of Policy .Q. issued to the Southern Pacific Transportation Compan:i and shall become effective on the day of 19�, at the hour designated in said p0 1T CY. IN WITNESS WHEREOF, the Insurance Company has caused this endorsement to be signed y its president; but the same shall not be binding upon the company unless countersigned by its authorized agent. Countersigned a'6- ut art ze+d , gent- res l dent <#�7 { R ' ♦ +✓ ri IbY 1 1-_ , cy' '. t � :;'.�7J ! ,k Y� t f a '. • t t '-A. 00.842. i E - k a t,cncral Wu %o • :j" 1.145x/ C a�'T P.ACTOR'S AGREEMENT (SOUTHERN PAr.1:C TRA N'S P ORT AT I ON MM MMY - ONLY) " Vi:� -:3:C�I1t�II:, made the day of 19 by and between a corpora:ioc, first party, herein called "Railroad," and ` ` f7 i=ond prrty,herein called "Contractors"; 1. Railroad hereby permits Coctractor to enter upon the property of Railroad to hereinafter referred to as "structure,"at 2. Contractor warrants that Contractor has entered into a contract with hereinafter caller! "Third ?arty, " covering the work to be performed in connection with said structure at SW location. I Contractor agrees to reimburse Railroad for all cost and expense in by Railroad in connection with said work,including,but not limited to,the furnishing of such inspectors,watchmen and Plagmen as Rail- road deems r:ecessary to protect its property, tracks, engines. trains and ars and the operation thereof, the irs:allation and removal of any necessary falsework beneath the tracks of Railroad and the restoration of Azroad';property. Contrzctcr, at Contractor's expense, shall maintain competent°agmen to protect and control the movement of vehicle: and equipment of Contractor at all times while private crossings over the tracks of Railroad are being used in connection with said work. t. Contractor shall give Railroad at least five days'notice in advance of any work done upon or adja:ent to R.:ilroad's property under said contract. Contractor shall notify Railroad :he dace said W ark is completed and also the dc:e the Contractor's wort: is accepted by Third Party. Upon completion of sa+d work Con. tract Anil ;^.romptly remove from Railroad's property all tools, equipment and materials placed thereon by the Cort..-actor and Contractor's agents. Ccutractor shall restore said property to the same state and condition as when Contractor entered thereon and shall leave said property in a clean and pruentable con. dition. S. Said work 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 safe operation of the tracks and other facilities at said location. No materials, tools or equipment shall be stored within can feet of the center line of any track. The regulations of Railroad and the instructions of its representatives shall be compiled with relating to the proper manner of protecting the tracks, pipe linm wire lines, signals and all other property at said !oation, tete trailic moving on such tracks and the removal of tools, equipment and materials. 6. In consideration of the added havird brought about by Contractor's operations upon Railroad's premises, Cnntractor agrees to release and indemnify Railroad from and against all cost, eepense, claims and Uzbihty far injury to or deaths of any persons and fdr damage to or loss of any praperry, however caused, resulting; from. arising out oi, yr in any way connected with the work under said contract upon or adjacent to Railrntid's property, :rl:ethcr or not causal or contributed to by the operation of trains nn Railrend's adjacent track,nr by ani•ueg?isence or alleged he,,li;ence on the part of any of Railroad's agents or eanhloycc& For l,urtn"of this 5cccinn S.ta.tear."Railruad"shall include any other nilrruitl ctim;aany using Railroa►I's prnpaty -t %r.id Incatir,n with Rnilrnad's consent. ut:1 .Inv affiliate, subsidiary or Iessnr of Railroad. 7. Shuu41 Railroad Grin;. suit to compel performance of or to recover for breach of any cnvennnt or conditinn cnrtaimei humin. ('nnuutur shall pay to Railroad resannabfe attorney ices in addition to the amount of jurl,ment and coats. S. P iur to commenc.-mcnt or any work upon or atliaccnt to Railroad's property tinder said eunt.:et, Contr_etor shall ,)rnvi%ic Railroad a certifier! copy of an insurance policy, terminable only after ern days'notice to !L•liltoad. euvutin�lhrnper,ttions(A'Contractor in connection with said work. with litr►its not less than $500,000;1.000,000 llottil (nits and S5500.000/1.000.000 PTO Y ry Mm,which policy skill insure the coninfctual Whility of Contractor under thio arrcununt. j- 4 . 9. Co. Ctvr 511a11 ticpwit with I:+-ilrcatl ili•_ :ulwt,nt of - t ) D011a1S, {thc e%d!-%Lzd -,c1y:nse to be incurred by ILiiizoru ;a rontt w:ion with crk). Ii there is to antoum i►:sertzJ in the bi.1:11: space provider; above for the: dcllosit to be n:n:'c: 1;� C�sttr►ttor. 'it i-::u of.belt dc11.-it Contttetor pit:;i1 r::u:c tltr -ttacheJ surety lwnd te.� itt rxccuted by a :r- Itable aurej., mcc,:able to 1:ailroad, conditxoncd u,anr the tattlls'tri ;scrfonnanct of the provisions of this agreement 14. The pernliscion hereiti given shat! not be a:t:ig led by Contractor without the prior written content of Railroad, cxc::pt in the =e of subcontractors who shall 4e deemed stents of Contmactor subject to die ttrt:ls of this agm--w-acnt. This 2�rociacnt ai'd the rcmicsio^ herein given :�ill tC::^.iI1'utG on:: �l} yaar froza thru ti�tc i'irt;L l�cr�in �rritten un?ess 0xtended b*,* written a;,aacment. , r IN WITNESS NESS WHEREOF, the psrtics.ltercto have caused there,piAscats, to be executad bi, duplicate ss of toe day and j�ru.first hercirt writtto. By 4 (Tide) 1 1'VIT"NM- 90: Y f _ ; - I3Y (Tick) MfTt►�.N CY+rnri�r b an htf►'+�r►.ted a wtear.$big ma.ewnt•1>n d;be-rv+reSeA%t on M►tMtft.41 aR4i*titnw!Owl?is tl:it InAtwuNt�th•r+rtx 4 j*mpn"b to 40MM►h M)R1iMod p,PPMM *-ii m"t.160'.t:i.itlewAM 7�►t;.- .. 00844 x Sc JJg1�q. , �<.. ..�. ,. ..'t1 _.Ja;4 P.,..' -..' ,.,.i;.x k.p,.�...r.., ,.. .•,, , - P ,,.,.. ..,. �. , s, ,- r�u .+,y r -�R-. ... =s..,.... ., s4 '3 ,iii,..n,.,.4i, , n „ ., ,, SECTION E - CONSTRUCTION DETAILS 8. REMOVING CONCRETE Removing concrete inlets will be paid for at the contract price per each, which price shall include removing reinforcing steel if encountered in portions of the concrete. Removing portland cement concrete sidewalk, including P.C.C. stairs, will be paid for at the contract price per square foot, which price shall include saw cutting and removing reinforcing steel if encountered in portions of the concrete. The sidewalk shall be sawcut at the nearest score mark outside the excavation limits or at other iocat•lions approved by the Engineer. Removal of the concrete walls , including reinforcing steel , that have to be removed inorder to install , replace or otherwise modify existing inlets, manholes , etc. as shown on the plans, shall be considered as in- cluded in the price paid for the various contract items of work requiring said removal . Removing concrete curb and gutter will be paid for at the con- tract price per linear foot and shall include making the saw cut necessary " to remove the curb and gutter. The sawcut shall be made at the nearest score mark outside the excavation limits or at other locations approved by the Engineer. It is anticipated that it will be necessary to remove portland ' cement concrete pavement in some of the trenches at Site 3 (Loring, Rolph, West, and both crossings of Winslow) and in the trench crossing Danville Boulevard at Site 4. The portland cement concrete pavement is estimated' to be about 0.4 foot in thickness at Site 3 and about 0.7 foot thick at the Danville Boulevard crossing at Site 4. At those locations where the portland cement concrete pavement is the road surface, the road surface shall be saw cut, to a depth of 2 inches , prior to removal of the portland cement concrete paving. At lova tions where the portland cement concrete pavement does not constitute the final road surface, the Contractor may use any suitable method available to him for breaking and removing the portland cement concrete paving. The Contractor's attention is directed to the existence of what appears to be a construction joint between the curb and gutter and the portland cement concrete pavement along Loring Avenue. The Contractor shall determine if this joint is adequate to allow removal of the portland cement concrete paving without damage to the curb and gutter. Any damage to this curb and gutter shall be repaired, or replaced if so directed by 'the Engineer, at the Contractor's expense. ,SECTION E - CONSTRUCTION DETAILS 8. REMOVING CONCRETE (Cont. ) Removing portland cement concrete pavement will be paid for. at the contract price per cubic yard, which shall be determined by multi plying the trench width shown on the plans by the actual thickness of the portland cement concrete pavement removed. Where the portland cement con- crete is directly overlaid with asphalt concrete, the thickness of the asphalt concrete will be added to the thickness of the portland cement concrete pavement when calculating the pay quantity for P.C.0 removal . If the Contractor's operation disturbs the adjacent roadway, the Contractor shall , at his expense, remove the damaged pieces of pavement, base, and/or subbase as necessary, and replace the damaged paving with the full structural section required for longitudal trenches as shown on the plans. Full structural section is defined as beginning at the bottom of ` the Class II Aggregate Base. The quantities of concrete removal shown in the Bid Proposal are based on the type of pipe specified on the plans. No adjustment will be made if the Contractor elects to use another type of pipe. Section 4-1 .03B "Increased or Decreased Quantities" of the Standard Specifications shall not apply in regard to concrete removal . The Contractor shall personally notify the property owners along both sides of the trench where portland cement concrete pavement and sidewalk are to be removed. This notification shall predate the start of removal and shall inform the property owners of the time removal will start, the duration of time involved in the removal , and the possible effect of the pavement breaker on loose fixtures or items that might be - ' dislodged and broken. Payment for removal of the concrete wall at Site 2 shall be considered as being included in Clearing and Grubbing. Concrete driveway removal will be paid for as Remove P.0 C. Pavement. 9. EXISTING FACILITIES ALL SITES Existing roadside signs and guide markers shall - be removed-..as ' necessary, salvaged and replaced at their same general location in accor= dance with these Special Provisions. Steel posts may be reused if un- damaged. Wood pasts shall be replaced. Site #1 - Where shown on the plans, existing property fences shall be remov"ea s necessary to install the culverts and shall be replaced in kind. New posts shall be used. rri t 00840, E • 17 i�NO, r r 64.a...r,-,.. SECTION E - CONSTRUCTION DETAILS 9. EXISTING FACILITIES (Cont. ) It will be necessary to remove a portion of the lawn on the south side of Canyon Road. This portion of lawn and any other lawn which is damaged during construction of the work shall be replaced by sodding. Site 42 - Where shown on the plans, existing steps shall be removed as necessary to install the storm drain and shall be replaced as shown on the plans. Site #3 Where shown on the plans, the existing galvanized steel railing shall .be removed as necessary to install the storm drain and shall be replaced. Full compensation for conforming to the above Special Provisions shall be considered as included in the prices paid for the various items of work and no separate payment will be made therefor. 10. CLEARING AND GRUBBING Clearing and grubbing shall be performed only as necessary. All trees which are to be left in place and which fall due to the negligence of the Contractor shall be removed and replaced by the Contractor at his expense, with tree(s) of equal landscape value. Full compensation for clearing and grubbing shall be considered A as included in the prices paid for the various contract items of work, and no separate payment will be made therefor. If tree and brush roots larger than 2 inches in diameter are cut, they shall be treated with an approved tree paint in accordance with Section 16-1 .03, "Construction" of the Standard Specifications. 11 . WATERING 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 and no separate payment will be made therefor. 12. EARTHWORK Structure Excavation and Backfill Quantities, as shown in the Bid Proposal are based on trench widths for the type of pipe shown on the �YE 13 00847 SECTION E - CONSTRUCTION DETAILS :.. . .,,. .: 12. EARTHWORK {,Cont. ) plans. No adjustment in quantities will be made if the Contractor uses another type of pipe. The cost of removing existing pipes as shown on the plans shall be considered as included in the price paid per cubic yard for struc- ture excavation, and no separate payment will be made therefor. The Contractor's attention is directed to the existence of portland cement concrete pavement, asphalt concrete pavement, portland cement concrete sidewalk, asphalt concrete sidewalk, and portland cement concrete curb and gutter at various locations. The asphalt concrete sidewalk along West Street (Si,te 3) shall be removed full width and shall be replaced with portland cement concrete sidewalk. AC. sidewalk removal will be paid for per cubic yard as Structure Excavation. Trench Cuts The dimensions of asphalt concrete surfacing to be removed and replaced shall be as shown on the plans and shall be paid for at the contract price per square foot as Remove A.C. pavement. Removal of asphalt concrete pavement that directly overlays portland cement concrete pavement is included in "Concrete Removal." Transverse trenches and driveways shall be completely backfilled and capped with 2 inches of cut-back asphalt or plated at the end of each day's work. The cost for conforming to this provision shall be considered as included in the various contract items of work and no separate payment will be made therefor. Backfill Material The backfill material shall be as shown on the plans oras specified herein. The layer of concrete which beds the pipe shall be three sack portland cement concrete. At block-cuts for future pipes the three .sack concrete shall be replaced with Class II Aggregate Base. Where cor- rugated metal pipes are use, Class II Aggregate Base shall be used instead of the concrete layer. The Contractor's attention is directed to the possi- bility of "floating the pipe" when the three sack concrete is placed. He shall place the concrete layer in such a manner that floatation does not occur. Pipes displaced, either vertically or horizontally, shall be removed and replaced, as directed by the Engineer, at the Contractor's expense. Native material. where used as backfill , regardless of the compaction method used, shall be free of organic material and shall be broken-up so that lumps do not exceed 3 inches in the largest dimension. E - 19 . r SECTION E - CONSTRUCTION DETAILS ' - v r 12. EARTW40RK (Cont. ) Backfill Material (Cont. ) The Contractor may, at his option: and' expense, substitute: imported material for native material provided it conforms to the fol= lowing grading: Sieve Size � Passing #4 . 100 #8 90=400 ` #30 50=100 .,._.._,: #200 0-20 The imported material shall have a minimum sand equivalent 'of 20, and a : { minimum R-Valve of 50. Where trenches are not to be paved, the top 6 inches shall be napped with native material to insure the trench blends into the adjacent soil and not result in a permanent scar. Aggregate base shall be Class 2 and shall conform,to the grad- ing for either the 1-1/2 inch maximum or the 3/4 inch maximum grading. The aggregate bases provided shall comply wholly with the specification for 1-1/2 inch maximum or 3/4 inch maximum. A combination ,of .the two separate gradings will not be permitted. Compaction a. Longitudinal trenches outside of traffic lanes - Pondi ng or jetting of Class 2A.B. will not be permitted. Native material may be ponded and Jetted up to a plane 18 inches below the; surface, if, in the .opinion of the Engineer, the material is suitable for. ,the purpose and If adequate signing barricades, and other safety devices are Installed. When native material is jetted, it shall be placed in loose. " layers not to exceed three feet in thickness. The upper 18 inches of all backfill shall be placed in loose layers, not exceeding 8 inches in thickness, and mechanically compacted. Placement of any layer shall not be started until the Engineer approves the compaction of the material below. Imported material , conforming to the above specifications, may be ponded and jetted in one lift up to a plane 6 inches below the surface where trenches are not to be paved and up to 18 inches below the surface where trenches are to be paved. 00849 SECTION E - CONSTRUCTION DETAILS 12. EARTHWORK (Cont.) Compaction (Cont. ) Ponding and jetting will not be allowed within four feet of- the curb line or pavement of any road which crosses the longitudinal ditch. b. All other ditches Ponding and jetting will not be allowed. Backfill shall be placed in layers, not exceeding 8 inches in thickness, and mechanically compacted. c. Relative Compaction Structure Backfill placed below roadway surfacing shall be compacted to a relative compaction of not less than 95 percent. All other Structure Backfill shall be compacted to a relative compaction of not- .less than 90 percent. Disposal of Surplus Material It is anticipated that there will be an excess of excavated material at all sites, which shall be disposed of by the Contractor off the Job site in accordance with the provisions in Section 7-1 .13, "Disposal of Material Outside the Highway Right of Way," of the Standard Specifications. Full compensation for removing and disposing of surplus material shall be considered as included in the prices paid for the various contract items of work, and no separate payment will be made therefor. Trench Excavation Safety Plans The Contractor and his Engineer shall retain the responsibility for the correctness and adequacy of the design and the implementation of the "Trench Excavation Safety Plans," (SS Section 5-1 .02A) during the course of the construction work. The review of the plan by the Engineer will, not relieve the Contractor 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 pro- tection, shall -be considered as included in the contract price paid, per cubic yard for structure excavation and no separate payment will be made therefor. - _ .E - 21 00F510 SECTION E - CONSTRUCTION DETAILS 12. EARTHWORK (Cont. ) Miscellaneous Earthwork The land in the vicinity of the concrete wall to be removed at Site 2 shall be regraded as directed by the Engineer to eliminate the ver- tical bank. The cost of this operation shall be considered as included in various items of work and no separate payment will be made therefor. Confined Spaces 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." Measurement Structure Excavation and Structure Backfill quantities shall be calculated by multiplying the area of the pay limits for the various pipes, as determined from cut stakes, and as shown on the plans, by the horizontal lengths of pipe and no adjustments will be made for structures::, such as manholes, inlets, or headwalls. Payment The contract prices paid per cubic yard of Structure Excavation and Structure Backfill shall include all labor, materials, tools, equipment, and incidentals and for doing all the work involved to cut and fill the trench within the limits shown on the plans or specified in these Special Provisions and no separate payment will be made therefor. 13. CLEAN-IJP 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. At each site, clean up shall begin immediately after all other items of work have been completed or shall be as directed by the Engineer.' 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. 008511 E - 22; SECTION E - CONSTRUCTION DETAILS 14. ASPHALT CONCRETE Asphalt Concrete shall be Type S. - Unless otherwise specified 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 for one-half- inch maximum, medium grading. Aggregate shall have a sodium sulfate loss of less than 9.6 A when tested in accordance with Test Method No. CCC 214 (AC) . Prime coat shall be liquid asphalt, Type SC-70. Asphalt concrete other than the surface course shall be spread in one layer of 0.15-foot thickness. The asphalt concrete surface course shall be spread in one layer of 0.10 foot thickness. Asphalt concrete surface courses shall be spread in one layer over each trench. The Contractor shall not perform paving operations when the weather is rainy or foggy. It shall be the Contractor's responsibility, based on weather predictions, to schedule his paving operations to avoid paving in the rain or fog. If the day's operations are cancelled because , of predicted rain or fog, a non-working day will be charged+ regardless,of actual working conditions. Asphalt concrete shall not be placed on any' surface which con- tains ponded water or excessive moisture. If paving operations are in progress and rain or fog forces a shut down, loaded trucks 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 constructing a neat smooth vertical-face butt Joint, that provides a straight line parallel to the trench. The edge of the existing pavement shall be painted with an asphaltic emulsion tack coat. s OOF52 E g3.:: SECTION E - CONSTRUCTION DETAILS 14. ASPHALT CONCRETE (Cont. ) The provisions in the last paragraph in Section 39-6.02, "Spreading," of the Standard Specifications, are superseded by the fol ,, lowing: Asphalt concrete may be spread with a spreader box. The spreader box shall be self-supported on the grade by wheels or tracks and shall have a screed that will produce a completed surfacing of uni- form smoothness and texture conforming to the provisions in Section 39-6:03, "Compacting." The spreader box may be drawn by the asphalt material supply vehicle. The contract price paid per square foot for asphalt concrete pavement shall include full compensation for the following: (a) construction of asphalt concrete driveways entrances and road connections; (b) cutting existing pavement for conform work; (c) furnishing and applying liquid asphalt (SC-70) as a prime coat; (d) furnishing and applying asphaltic emulsion as a tack coat. Asphalt Concrete Dike (Site 4) A.C. dike which is removed to install the' 42" storm drain along Danville Boulevard shall be replaced inkind. The cost of replacing- the dike shall be considered as included in the contract price paid for 42" C.I.P.P. and no separate payment will be made therefor._ . Asphalt Concrete Ditch (Site ,2) The asphalt concrete ditch shall conform to Standard Speci- fications except as modified herein. Placement of the asphalt concrete shall begin at the downstream; end. Compaction shall be performed in such a manner, that roller wheel marks will not remain. The edge of the existing pavement shall be painted with an . asphaltic emulsion tack coat. If the trench beneath the asphalt° concrete ditch has been filled with Class 2 Aggregate Base, the aggregate base shall be treated with' An SC-70 prime coat. E 00F53 E - ..2,4 SECTION E - CONSTRUCTION DETAILS 14. ASPHALT CONCRETE (Cont. ) The actual length of Asphalt Concrete Ditch constructed in the"` field shall be used for payment purposes. The contract price paid per linear foot of Asphalt Concrete Ditch shall include full compensation for shaping, grading, furnishing and applying SC-70 prime coat, furnishing and applying asphaltic emulsion, furnishing and placing asphalt concrete, placing structure backfill outside the pay limits for structure backfill , as required, and making conforms at, the inlets and existing pavement and no further compensation shall be allowed therefor. 15. PORTLAND CEMENT CONCRETE PAVEMENT The provisions of Section 40, "Portland Cement Concrete Pavement," of the Standard Specifications, shall not apply. Portland Cement Concrete Pavement is designated as minor con- crete and shall conform to the provisions of Section 90-10, "Minor Concrete," of the Standard Specifications. Measurement and Payment Portland Cement Concrete Pavement will be paid for per cubic yard which shall be obtained by multiplying the pay limit for.pavement width times the actual thickness of existing pavement times the actual length of pavement placed. Payment shall be considered as including all work necessary to conform to the pavement detail as shown on the plans: 16. CONCRETE STRUCTURES Inlets, including special inlets, headwalls, manholes, and manhole bases are identified as minor structures. Concrete for minor structures is designated as minor concrete, , The third paragraph of Section 51-1 .02, "Minor Structures," shall not apply. Precast units will not be allowed. The last paragraph of Section 51-1 .029 "Minor Structures," shall not apply. Three-inch diameter weep holes, backed by filter material in burlap sacks, shall be provided in the inlets as shorn on the plans. Filter material shall conform to the provisions in Section 90-3.04, "Combined Aggregate Gradings, of the Standard Specifications for- I" maximum combined aggregates. pp AA _E .. 25 OOF5�� f f f 1 f cif .: . t.... +_ •.h. . .. SECTION E - CONSTRUCTION DETAILS 16. CONCRETE STRUCTURES (Cont. ) The combined aggregates for minor concrete used in minor structures shall conform to the grading limits for 1-1/2: maximum size specified in Section 90-3.04, "Combined Aggregate Gradings," of the Standard Specifi- cations. In lieu of the provisions in Section 51-1 .02, "Minor Structures," Section 51-1 .22, "Measurement;" and Section 51-1 .23 "Payment," of the Stan- dard Specifications concerning measurement and payment for minor struc- tures, the following shall apply: Minor structures will be paid for at the contract price per each , which prices shall include full compensation for all structure excavation and structure backfill , drain rock, providing plugs and block-outs, concrete blocks and pads at manholes, furnishing and placing bar reinforcing steel . and miscellaneous iron and steel (including metal plates, frames, covers, and grates) , furnishing and placing sacked filter material , and doing all the work necessary, except for removal and replacement of asphalt concrete paving, curb and gutters, portland cement concrete pavement, and sidewalks which will be paid for separately, to construct the minor structures com- plete in place, as shown on the plans, and as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer, and no separate payment will be made therefor. For the purpose of these Special Provisions "Headwall" shall include the sacked concrete at Site 1 . At locations shown on the plans, existing culverts shall be re- moved and/or plugged with concrete. Full compensation for-conforming to this Special Provision shall be included in the contract prices paid for the var- ious minor concrete items of work and no separate payment will be made therefor. 17. REINFORCEMENT The requirement in Section 52-1 .02 "Steel Lists" will not apply. 18. CAST-IN-PLACE CONCRETE PIPE At the option of the Contractor, equivalent diameter Class III ` reinforced concrete pipe may be substituted for cast-in-place- concrete, pipe. Pipe and installation shall conform to Section 65, "Reinforced Concrete Pipe," of the Standard Specifications. Regardless of which optional material the Contractor selects, pipe laid at the locations shown on the plans for cast- in-place concrete pipe will be paid for at the contract price per linear foot for cast-in-place concrete pipe. It is recommended that cast-in-place pipe be used on Site #2, Pomona Street. Due to the narrow horizontal distance from the edge of pave- ment to the slope of the hill , a narrow trench is advisable. s �� i E - 26 SECTION E - CONSTRUCTION DETAILS 18. CAST-IN-PLACE CONCRETE PIPE (Cont. ) Where solid rock is encountered it shall be removed to a mini- mum depth of 6 inches below the bottom of the pipe, and the trench back- filled with suitable material compacted to not less than 80 percent rela- tive compaction, to provide a cushion under the pipe. Construction joints shall be constructed if placement of concrete is interrupted for more than 30 minutes. Variations in the internal diameter of the finished pipe shall not exceed three percent of the pipe diameter. Forms shall be lapped so that the lap ridges in the pipe wi.11 face downstream. Offsets at form laps shall not exceed the following dim- ensions: Pipe Diameter Maximum Offset 24" 3J8r 30" 3/81! 36" 1/2 42" t/2" Form strut bearing plate indentations shall not exceed one-half inch. Interior forms shall be removed and 'all cracks, rock pockets and in- shall be repaired not later than 72 hours after concrete is placed. When directed by the Engineer, cores, consisting of round samples removed from the pipe wail at the locations designated by the Engineer, shall be obtained by the Contractor not later than the next working day following placement of the concrete. The cores shall be removed in such a manner that the wall thickness, density of concrete and joint bond can be determined. One core may be required for every 200 linear feet, or fraction thereof, of pipe placed. Furnishing of cores and replacement of concrete in the core holes shall be at the Contractor's expense. If obvious segregation, honey- comb, or inadequate wall thickness is visible in the core, the pipe may be rejected by the Engineer. Except for backfill material required for curing concrete, no. additional backfill shall be placed until the concrete has attained a cam pressive strength of 1500 pounds per square inch. Compaction of backfill by means of a "hydro" 'hammer type impact device will not be allowed. In lieu of the provisions in Section 63-1 .07, "Backfill ," of Ahe Standard Specifications, backfill shall conform to the requirements for • > 0 0� E - 27 SECTION E - CONSTRUCTION DETAILS 18., CAST-IN-PLACE CONCRETE PIPE (Cont. ) structure backfill in the "Earthwork" section of these Special Provisions and as shown on the plans. No loads will be allowed on cast-in-place concrete pipes, with 'a cover of less than 12 inches. Light highway loads not to exceed 6000 lbs. gross will be permitted over the cast-in-place concrete pipe after the con- crete has obtained a compressive strength of 1500 psi . Heavier loads will be permitted only at such time as allowed by the Standard Specifications. In lieu of the provisions of Section 63-1 .09 "Payment," of the - Standard Provisions, the cost of all excavation and backfill , regardless of type, between the invert of the trench and soffit of the pipe shall be in- cluded in the contract prices paid for cast-in-place pipe and the remainder of the excavation and backfill , within the pay limits shown on the plans, will be paid for per cubic yard of Structure Excavation and Structure Back- fill . 19. REINFORCED CONCRETE PIPE In lieu of the provisions of the fourth paragraph of Section 65-1 .09, "Measurement", of the Standard Specifications relating to Structure Excavation and Structure Backfill , the cost of all excavation and backfill , regardless of type, between the invert of the trench and soffit of the pipe shall be included in the contract prices paid for reinforced concrete pipe and the remainder of the excavation and backfill , within the pay limits shown on the plans, will be paid for per cubic yard of Structure Excavation and Structure Backfill . The cost of concrete saddles and collars, where specified on= the plans, shall be considered as included in the contract prices paid for reinforced concrete pipe and .no separate payments will be made therefor.` 20. CORRUGATED STEEL PIPE Pipe strutting will be required in the 42-inch pipe crossing` .` Danville Boulevard at Site 4. Strutting shall be similiar to that shown on County Standard Plan CC303 for 48 inch pipe with 30 feet of fill . Alternate channel type coupling bands may be used for corrugated steel pipe. The channel coupling shall be constructed of galvanized steer: 14 gage galvanized steel for 14 ga. C.S.P. ; 12 gage galvanized steel for 10 ga. C.S.P. ; angles and hardware shall be galvanized. Attention is directed to the provisions in Section 66-3.04 "End Finish, of the Standard Specifications. y' r1 / r 1 - 28 SECTION E - CONSTRUCTION DETAILS 20. CORRUGATED STEEL PIPE (Cont. ) The 42-inch corrugated steel pipe culvert shall be 10 gage and shall be bituminous coated and the pipe invert shall be paved as provided in Section 66-1 .039 "Protective Coatings," of the Standard Specifications. All other corrugated pipe shall be bituminous coated, 14 gage. The cost of all structure excavation and backfill , regardless of type, 'oett�een the invert of the trench and soffit of the pipe, shall be included in the contract prices paid for corrugated steel pipe and the re- mainder of the excavation and backfill , within the pay limits shown on the _ plans, will be paid for per cubic yard of Structure Excavation and Structure Backfill . 21. SACKED CONCRETE SLOPE PROTECTION In lieu of Section 72-3.05, "Payment," of the Standard Speci- fications, the following shall apply: The contract price paid for Type A Headwall shall include all work and materials necessary to install the sacked concrete slope protec- tion at Site 1 , including excavation and backfill . , 22. CONCRETE CURBS, SIDEWALKS, PEDESTRIAN RAMPS, AND DRIVEWAYS The provisions of Section 73, "Concrete Curbs and Sidewalks,"--of the Standard Specifications, shall apply except as modified herein. The combined aggregates for minor concrete used in this work shall conform to the grading limits for the one-inch, maximum size speci- fied .in Section 90-3.049 "Combined Aggregate Gradings," of the Standard Specifications. In lieu of the provisions in Section 73-1 .04, "Forms," of the Standard Specifications, surfaced lumber of nominal dimension may be used for forming the back of the curb and the front face of the gutter, provided the completed curb and gutter are constructed to the full concrete dimen- sions shown on the standard plans. Any concrete work which does not meet .the quality and appearance requirements of the specifications shall be removed and replaced at the Contractor's expense. The sidewalk and pedestrian ramp surfaces shall be finished with a fine hair push broom, except along West Street, south of Winslow Avenue, which shall have a rough broom finish. Brooming shall be delayed E - 29, 00F5S. 1 ' SECTION E - CONSTRUCTION DETAILS 22. CONS CURBS, SIDEWALKS,, PEDESTRIAN RAMPS, MID DRIVEWAYS (Cont. � until the concrete has set sufficiently so as to just retain the marks made by the broom hairs. Aggregate base for the blanket to be placed beneath concrete drive- ways, sidewalks and handicap ramps shall conform to the provisions in Section 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, must comply wholly with the specifications for 1-1/2" maximum or 3/4" maxi- mum. A combination of the two separate specifications will not be accepted. Curbs will be paid for at the contract price per linear foot. Transitions from existing rolled curbs on Canyon Road will be required. Transitions shall be made within eight feet and the cost shall be included in the pricepaid per linear foot of curb. Sidewalks and driveways will be paid for at the contract prices per square foot for each item, which price shall include full compensation:: _ for furnishing and placing the aggregate base blanket as shown on the plans and as specified in these Special Provisions. Pedestrian ramps shall be constructed at locations shown on the plans and will be paid for at the contract price paid for as an equivalent"* amount of sidewalk and curbs. The sidewalk shall be scored to match adjacent sidewalks. Where new concrete sidewalk replaces old asphalt concrete sidewalks the new side- walk shall be scored at 4 foot intervals. The payment for scoring shall be considered as included in the contract price paid for sidewalk. P.C.C. stairs replacement will be paid for as an equivalent square footage of sidewalk. .. 1. E • 30- y k ` it 1 Don't Gamble With Death! Fourteen Iistles cis muny workers Walls of tariff may look quite harmless, ilia front ccivingt ditches, trenches, but they are extremely dangerous unless ntrd eRfeeewallons thanfrom other held In place by adequate shorinp anJlug0 construction work (in proportion to life bracing. number of dis(thlin{f injuries). � . � � � . r ■ Out of ever 1 3 workers who re- Play safol Don't bet lives on soil y y calve a disabling injury from cove- conditions) Provide adequate shot- lots, ono alias. ing and bracing. r TRENCHING Into a slippery, dangerous mass soon after exposure to ►� air. To prevent this air-slacking, some contractors apply California's Construction Safety Orders• give a prolective cooling of gunile to such walls, in addition - tteWslauns requirements only, but distinctly specily to sharing and brucing. Other contractors provide extra deal sre'wlaes in all types of earth must be guarded sheeting to hold ilia weakened walls in place. t�uinsi the hazard of e►oving ground. N is die employer's responsibility to see that em teloyees are not Injured from caving ground. Experl• 4. Guard Against Caving Hazard , lowed construction men affair the following advice, Created by Vibration and Load From o:u . - .Q D �� �hicln will be helpful lot deciding how much sheeting, �1 Highway Traffic. Trenches located near high• _: !9 . F, ' ; <?o{ • uAlNion to the missiesuen specified, is re uiredl a. Y'' �';• t' :. 0.::+a i7jd 1 f1t q ways and streets ate more likely to cove Olson similar * o v o•4'�a? a U'�'•o' �� .�,, benches In locations not exposed to moving loads. °'`'o. .�'•.•t�.,••n:i:a. Orr•�'n 1: Beware of Disturbed Ground. Extra sheeting is necessary, and loose rocks and chunkstl { ,. �..• (�t of earth that could tall on men in the excavation should f atorwd That bias been filled or disluebed will require o... .WU2 • .• �' udditional shoetie►g and bracing. So will hard compact be removed. •O:..o..o yrowal it there is filled ground neclrby. A french wall dqs11.A3 bL tut b treat another recently filled bench, for example, ��. • o�'•-••• S• Install Upper Trench Jacks First. , 1.��•-0:.4 Mutb , even 11101181► 1t appears to be hard compact 9, �o•:'��o�'82.��o'•••'���/.�`s.l•: ' When trench jacks ore used to hold uprights in place �ti:' i ► �[)Xi�,1 >�, against trench walls, the lap lock should be installed ;Q ; c . ✓ _, Gat. The noxi lower one should be held in position with �;( •. 2. Take Special Precautions Where hooks from above before a man enters the french ut Qc ' o:� t o:Q:a:q. .� n v Moisture Is Present. Provide extra sheeting Ihol point to place Ileo lowest jock. Shoring .does not le.1s y(�r;0 oD / lilt ire there is water or seepage. Keep tine excavation serve its purpose if men expose themselves to hazard r• •.. 'C f �:ro • 1 g .�Y.��/j�.l•t ': . a tel} lad sed out of all lines, unit avoid any accumulation while Installing it. Most of the installation work should ;: pj6, t. ,•-'U Will. water, du or ni hl til lite is de curried on m froa sale ositiols outside of the trench. . - • Y g , unne walk one. bP ,O �y••. :�`. mei ,'.•. 1111 3. Guard Aa utast Rock-like Material ��' E �`� ��:�b�- — -1ir►.R�•_:�Yi1. ���V� J 6. Protect All Men in Trenches. 11 a : ;o-.•• .o:•.n That Softens When Exposed to Air. Upon man is needed of floe bollmn of lite trench near the exposuare Io air uud anuisNere, some rocks like the boom-end of a boons—type trenching machine, he should • a'.'; , t 1 ` i _. yte.•ersish serl.e:nlinea hound in California. undergo a he protected by mmol shields attached to the boom- 'e ••�!'1:�•7;�•'; ,h-". f �; ,•;: . Il, fo#Ievzidwe►ye euNect air-slucking. Walls of such rock end. These shields should be of adequate strength and • "''�'` % ='Y' i�r. ; • _ i '' i�+'t' .• '. _ idsuad sd►1 ut she aloe of eacarutioa,b61 sobers design so serve as o substitute for slowing and bracing. t= '�I1.11lUi ,. i (�'-`�' ` :' . t: ..�, ..�, .. • 1. t �. SPECIAL NOTE—An arca restricted by installing lurn►s or similar structures adjacent to the '= ,'1;11 .;( l'1 �'i 1•'�;1�1� 1 a�.!1. �_��L1:11 hank of un uxcaveelion is leaned a french, land all Irrnch re`gulolions opf-sly, CSU, Sot, I501. "`r �;��w f��• �� '(�(�� 'I�� •i�l:�t�r:1�� 11` ' . .,l�N t�}j►?11;i ��li r r.19 n.i��;,lat•I�ttltC:►�tf�111Jr 1�21i•j l''' - - . .__ - - --... -- ------ -- ---- — - ------ -... "�' 11,I1�f1111111�Ijrflt'fII I'1'1�•.1 tM 11%:1,1-jTl It t•1111t•tl F1�•. xa rtiX1, _ F,_ is SECTION E CONSTRUCTION DETAILS 22. CONCRETECU_RBS, SIDEWALKS, PEDESTRIAN RAMPS , AND DRIVEWAYS (Cont.) until the concrete has set sufficiently so as to just retain the marks made by the broom hairs. Aggregate base for the blanket to be placed beneath concrete drive- ways, sidewalks and handicap ramps shall conform to the provisions in Section 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 must comply wholly with the specifications for 1-1/2" maximum or 3/4" maxi- mum. A combination of the two separate specifications will not be accepted. Curbs will be paid for at the contract price per linear foot. Transitions from existing rolled curbs on Canyon Road will be required. Transitions shall be made within eight feet and the cost shall be included in the pri cepai d per linear foot of curb. Sidewalks and driveways will be paid for at the contract prices per square foot for each item, which price shall include full compensation for furnishing and placing the aggregate base blanket as shown on the plans and as specified in these Special Provisions. Pedestrian ramps shall be constructed at locations shown on the plans and will be paid for at the contract price paid for as an equivalent amount of sidewalk and curbs. The sidewalk shall be scored to match adjacent sidewalks. 'Where new concrete sidewalk replaces old asphalt concrete sidewalks the new side, walk shall be scored at 4 foot intervals. The payment for scoring shall be considered as included in the contract price paid for sidewalk. P.C.C. stairs replacement will be paid for as an equivalent square footage of sidewalk. 00859 u � IV zs Don't Gamble With Death! Fourteens thne:s as anally workers 'Walls of earth may look quite harmless, ��C`���H 0"o, s die frosts cavissct ditches, trenches, but they are extremely dangerous unless V� and exccevicetlons than front other held in place by adequate shoring and construction work (in proportion to the bracing. number of disrtblino injuries). 7�T'j� Is Out of every 13 workers who re- Play safol Don't bot lives on soil ceive cn disabling injury from cave- conditions) Provide adequate shor- ins, one: dies. ing and bracing. TRENCHING into a slippery, dungerous mass soon offer exposure to air. To proven$ this air-slacking, soma contractors apply Cohlonsia s Construction Sulety Orders, give o protective coating of gunife to such walls, in addition rnlnlrnura requirensenes only, but distinctly specify to sharing and bracing. Other contractors provide extra that {ranches in all types of cacti} must be guarded sheeting to hold the weakened walls to place. against flee hazurd of moving ground. , It is floe employer's responsibility to see that am- * ployecs are not injured from caving ground. Expert- 4. Guard Against Caving Hazard \ meed construction }nen offer lite follows advice, p ng Created by Vibration and Load Front 4�11111�!10 winch will be helpful fit deciding how much sheeting, tsdlNnat, to le ttttntgUnispecified, Is requited} Highway Trafc, Trenches located near high- ways a„•• `r- �rr.�'�t: dQ��•Ur �.• Ii`lt;3.(-yj+��. �.4,•'Q:o0•ono¢ it }1 and streeb ace more likely to cave than similar ! �4'�:p•'c)Off, V•;..�ar7.�A�aO�tt trenches in locations not exposed to moving loads, o i �s c {�rr�p:o�,q�,�a• :,• o...� t� 1. Beware of Disturbed Ground. Extra sheeting is necossosy, and loose rocks and chunks tl ,•... ( t of earth} that could fall on men in the excavation should }-��e�'—�.��� :rtsund tltu$ has bcens filled or disturbed will requite •..- o... •. ,. , tuldisiontd sl}cefinc and brain So will hard compact �i: :o'.•. a•.t).•.::4..:..q; 0 4•\'•'Q ! 9 la be removed, t, p�.t1� ��l.,}t t)CP�►}.• •:: It I ttrtsunstl if them is filled yrouud ncurby, A french wall '�i� ''�t� ZI, �+,b. . • �'' flat is near unofher recently filled bench, for example, A t�,. 5�-.►:flu•:�o. } ..o;Q Install Upper Trench lacks First.er wtsiobte, even llrotnglt it appears to #}a hard compact S. ;ti,,, �.".:•'_'.. •.,. o. °,,.f�. ...t F �� wwferiul. When french jacks are used to hold uprights In place against french walls, the lop jack should be Installed first. The next lower one should be held in position wish ?LL , Z Take Special Precautions Where S ' ° ' • I hooks from above before a man enters the french u$ • • b.'o, ct-�1Qb4�L – Pill 4,'p;,y f Moisture Is Present. Provide extra sheeting that point to place lite lowest jack. Shoring .does not [o_L � a QQ,:(j•o O-a q:: ��:[ where tl►cre is water or see. 1a e. Kee file excavation serve Its purpose it }nen expose tltemseives to hazard r• g'u f ,” s" pesngscd out cat all buses, and avoid any accumulation while installing it. Most of lite Installation work should ,: t►;,., �. water, clay or night, until lite work is done. ba curried on iron} o safe position outside: of floe french. ,,>,:1 •:�_o� • e•°;:. J.•��• � -like Material3. Guard Against Rock b. Protect All Mein Trenches. a '' • E �?�� �.:��..._t-x. b�_ T ,���-.;�.*r1 ���(�; : ;¢•°: .a-b , ::,. ,••;:c �'j,�.�� iilat Softens When Exposed to Air. f noun is needed at Ilse bottom of ilia trench near the exposure to air taut }nuisture, soma racks, like the boom-end of u boom-type Irrnching machine, ire should ;1.: �',•, y j ,•.• s.Y�'�fit�`�ts, 1• T �. h.,l., .v� + eenish serpentines founuf in Cofiforniu, undergo a he protected by metal shicids attached to the boom- } At chattge called uir-shucking. Walls of such rock end. These shields should be of adequate strength and ''=:i{;,; _ s�}'t .• e btls�ursd so#i:J of the tithe of excavation bill soften desiy}} to serve as o substitute (or sfwrinr� and bracing. -4� ; rip -. .S.•r'"'Ir 1;SPECIAL NOTE j t7.–Ae► area restricted by Ins$alGnQ lunts or similar structures adjacent fa the + • j . �t •'•Et f bank t,f soot eexcavettiun is Icemed a french, mrd all trench regulations apply. CSU, Sec. 1504. •;_ �!��r ��(��}.:►!f ts.1 y�'.l�� �;ll.1►�1:��1�C�►•ti ' • :. ••It :110.1-111.1!►r•l jrtl�►i. III t_ti •s 11*1 filtC !•is ' _ .__. _ . .___..-.- _-_ ..___.. ___ . ,__-- ._____.—_..�_...._._______...___ _.. .------- s • •�' }. t1�tl:vlttlirFiri'uri"11'!• •ts:att�j'1►it t•tllll,ri•t ., NOTt; Y . I No i t ill lamm I I lfll sencnes J .tut or more atop ants over feet long Wrtioeting must be provided, and must be sufficient be braced of intervals of 6 feet or less. to hold the material-in place. Sloping strul brace is required for each 4-foot zone Into Longitudinal-stringer dimensions depend upon Trench or excavation walls must be eloped no Ie Is the trench depth can be divided, with at least the strul and stringer spacing and upon the degree of than % horizontal to 1 vertical as an alternate medic braces for each set of uprights. instability encountered. to shoring. Soil instability may, however, require Mosel screw-type french braces must have o foot or Rooter slope. plate on each end of the pipe, placed horizontally ' bearing firmly against uprights. Hydraulic metal 11ni1s, properly maintained and of equivalent _ ---- j -- �ehyth, oho oto uccnpluble. c11Arsr''�� " _ember'broces must hu in good condition, free from pwlfecfiolls alleclinU tl►oir strength, well cleated, and wed(jed. sulNafn ;/,; 1'• X t" MINIMUM �• - •--- Horizontal Strut braces WiJNh of hench Sire of filo er /�',•' .( .j ' Feer)lett.) WoeJ Nieces Pipe Rretee / / , "� l/" Protective Shields ' / 1- 3 4"!14". .. _...1 lci"STD . •- 3- 6 1"W.... .2" STO t- - �� slhllr r1u11cs Prolective shields or welder's hull may bu subslilutc 6- 8 . . 6"xb" 2" STD s /• irENcll Dente for shoring systems to provide local protcclion for vi-. .ex8" 3" STD - 6 8-10. 1' Miniwre,n ihicbreee men in tenches. 14-12 11"xe" . ..3" STD Over -1" Mucimunc Ihit►.leu Design by Registered Enipineer llowther Crider thaw 12 feet Saael have bracer of ;w •' �/ cerloepowJiayl11 largerdiwrewelant. �'� ;' _ •� A civil engineer, registered in California, mug desi- \ C1fAz and submit deloiled data to floe Division of tndustri :1i 2' MINIMUM Safety for alternate effective shoring systems. The desi, must include a soil evaluation study, o slope stobili + � RRAcls study, and an estimation of forces to be resisted, r• x 4- M1141MUM gether with plans and specificalions of the moleric „ i if See Sperrulon► and melhcds to be: used. 1 o` _L , aII�G`.v�` `° Upon review of the application and suppo►ting +� V•Y.t,Vthe Division may accept lite provisions of the alletim (A���' proposal or add such niudiftcations us uppeur just c RUNNING MATERIAL reasonable. See Pluto C-24-a, b, Appendix, Consort. SOLID SNEETnIG tion Solely Orders, for engilleering design allerna IS REQUIRED criteria. ;C, ACCESS ACCESS more - Trench Shoring Specifications atln trenches 5 feet rdeep, least 3 feet ab velite top, urd ders unless Solerust exie, means 1 _ _-- — - -_--- --- galling in and out of the trench is provided. HARD COMPACT SOIL 1111•[ DEPTH UPRIGHTS GRAM — STRINUK"s There must be a ladder within 50 feel of any --' .GROUND --•-••-- - ---- - -- ------- ---- ---•- - --- -- in a Trench. IS 3'OR MORE IN DEPTH I "Oftl almost vollal IC in flu S yetly, sue *act". Wna rpedns. s / _ feet i,n..g tool etA141111ses141111 Iwr.11ee rest PIPE INSTALLATION Il.rd. S w axe r 1x11 s %616iwduekd length or diameter of pipe being inslolled does r twelaet liver l0 3Xs s /Xs s Mesa 641toleJ permit variance with shoring requirements. Sorin. . ( P gShoring llrrldde 6•10 3x11 / 1X1 1 Wi.tgiedie.ted faction is required within at least 4 feet of any worknlc ii(h S 1X1 Z Wl.elrualie.ted Uva 10 3Xtt tt.dwl IXs / 1X1 / ,rr E f .1d M c+.��rurd�� err ire lir fever: rr�ernw� 1 r h 't A 1 I d 1X0 I I 1 UVrr a 3X11 A N dwd E IIXO / aur.w� r.i.aw(gyp t .fir i Iw•lE 1'rtuoM rtrLaciw• s' r Ic Nor■t a�ecfow�-'�[et.. �w tNWNT•LAcA (- _i- �- ..� Np uclan C � •� Olt Or 2! /1a1I* ..,I( 1=9 _ - Iw wL[I POET a•wt Nwl( , T•IIGET -- .•.•' ••ui' ••.� is fO1rC1.1r[ SCOIOIrIfL SC0l0MITS SCOTCNLITI IMINTtI IA••[rl 1.1&rtl tMl•Ttl 10P DI IwIUS- - r•+! rr•Lt ....--._--... '-'[._ ;•�..' PN'.w'DOUGLAS FAME Nwll SE r � FIA•A 1_-.— _'- ■ _- wweNfNr !O SLOT DETAIL '•' _.••.•'.e•AIDN000 roll-sw 1.7 r•� f f i DR CO&Cr[It to I) w DRAIN rO Aare O&MIS, ILA - BUSING IIS FRONT VIEW REAR viewI IIII•RI I I &I1 LA�{IAAF CONCIItI LD CUM" CLEARWIE MNK MARKER HORIZONTAL I s NAIMOr MIIO[ mar WARNER IIAI111ER mama-wowMARIMR PLATE _ 0--, - ftcTlow A-A I , 001"IIF SIU•CA&MM LAN[w SA•Tw ISI COW&Ow Mft••[C110MS•IIN POST• "M a F•PtM[Nr- 10114M LY INC SAM 60111 a -- «ffiral o«R facto 2• ouTMSt IR r•APIIC FACE p• POST - RURAL MAIL DOX IR 11441149211 LM[ SANG LM[AriL►[L io I:r[rtn _-K-]-- -- POST 6 TANSET PLAT[ DETAILS AO•tA/tr IENGTN •TAMMR ---"O .wQf+Lae._-.. r•«•o•Yl r .. r•w Cr us F&MANa1L OAKS r � � r073' St/ER FDR SPEED CHANGE LAI[S ON COSITINIIOUSLY CURSED MEDIANS !'.-. 1 _�-o l( -MI•SM lM[p trMNGNi M•OwMt.NEITRr Y!LIMIT NDr fAKo•[Ml& 1'A�,�_. _ franc.1 ME A T•MMNT UK IMO•TIONh OFFER IS FROM••TO C I OI INF I ••SIM o ma 4:101 SET't'r OIIMLLT r&LONG OM"EDA[OF trrtMENT .r CARRIAGE 9OLN12E0 I ._-MIPSINS . oe 1. EMT may•ARE 1r MMK EA•[• CROSS SECTION SIDE WEIS FF-- rrr+++ IDE FOLLOWING TA•Lt MIRS OFFM is F•DM A east UNE PARALLEL TO TR /' 0.17•DIME .. [DEI OF P0941119 IT AT OTE•WLS WEASUM90 fMO PONT A' RAISED DASD MM& •ITN I•MP YL.&AIL i t•rpt NEAMKMENTS two Cott OF.M emeal •UOP SIE[O M OOP _ .. FLAT FLATS MME• f 4 OFFSET rapt SAE LNtE LENGTH Or TAPER.FEET FLT STEL rto 1 1 ' • w N M •22 �-- rsr.rct rRor Fowl srf'uAMAM•RT g� wrw N[I INII _l 0 0 0 0 0 0 - - - - - - - I- Alf'■ - Ric owo� oleofireloo ls ire io its rr's•s.r•r a • i o o i 2-3-4 !JS no Soo no no Ob Roo ao v aDP— - iir IM 1 111E s IM 25 loo 31! p0 ILS MIO S • � It WLt a i ! 2 S Iso 1 fw!00 •00!00 10 f0•00 p0•' LL METAL MnL j w • •• x000 PONT O 0'DIKE-MODIFIED SECTION • S f 7 _• 10p -O Ml0 HO MI O ef0 • _ _ ' _ -- - - -- • 7 • io _ _S• o M/o 011-0 M_00_o C' Logo•a•R_ ---J1 1 1 7 11 120 q M ! tr00 4 Y t! O S fINRDO F1Ft•CM ` 1y 1 '' / • • 4 i 14 q- --12 M!O O 7!O HO iso SECTION D'S •tyres LTAM jR.IMlat! _,TM7w I I • • I Q a n I w --o a o it s o -• io ui uMo ArafM •I r•fr �y,tM l� �-'• • ID-4- 00 O -0 ~O 100•' TTKLL rMf`otaN _119VLE(I!._ RL A ? POSTE ASSEMBLY INSTALLATION - KfILL uT AND rI/160 •. f 1ti1'T TYPICAL CONSTRUCTION SON ---T - I ---w--l---_-4 12 -wasr� rnL 61-Oft T I r.••.hY eN OF LOOI O IY Mr- SiE[r(w M ��•'Y C T•��- t I PST 1_ 1 L- Tn.r a L -"' '!IE uNtEKNeOIN T- A " O S'DINE MALE S[LOM _ _ _ - - JOSE OF PARABOLIC CLIRS�FLARES ASPHALT CONCRETE DIKES 10 IS jiO >A 1p •O H_ �..I--l-m. 7e •D�?O !T!.- 15 OCT 1 S FLARE I I 'S-S-`- {(—}(�}'-'-{T---- ' I�i,.rrTc i�CCc�• DETAIL-GUARD WNLING LOCATION CONTRA COSTA COUNTY -:.:T - 7•D•!D_.- _J-_3_-L_1- - (� •EPIC ILv! �IT- --- --_ _ _ PUBLIC 1 10 FLARE A"" ,kl, "- - STORKS OEIMRTYENT x.1,.!3 .�1.:��w -- --- -` ! •AD OS�T1•D )20 ice( as e,o pl1.LpI� _ I 1�1�I� _ Zia: a .=..« .�.:............. LO :t YMKERS,MAIL DO%, TMP- -. (as FLARE TYPICAL INSTALLATION ' -- ----------- --- -- -- ICAL CONSTRUCTION SIGN, 4nn 4 I11 212 , - AI o•• _ r ,En >Ito f,T METAL�Ar WARD RAILIND , ��. ' W�RALLING,DIKES,RAISED ooi ooi •aD�1_10 __ I ie�z�i�f •f• -r •'•�• DARl�TAPERS,AND FLARES ALL ONKOSIMMU"CT TO MAM/.cTIMNf TOL90MUS �+• .. - ;1 YTA Dafcw•rra• E.SNT n SfJl/ INMOY f •31- ! . Lw s CC 302 r i r _&1�1Artfifius�t t+f1(V4 ai•Ar•y 9.arWa9_ u►wal auwfaU W - aw 94914r I•& at�la+►.IIVI ur a1'C111 4 la..l,d daft c.wllNlNA.a mos Iva"M&"a imo• I.rfd•SKI H rl/l•511 Y0« waaM• the law ,�•�Ir .,,tom _ `� ,• lr hA •w, ,NMI U l'. ��_..�• •z.- !' 4444.. �.-..(. 1• � Yaaat AIrn41l� � �:!/ Hill't`�from w ! ty rM/9 r•urcows a 'U 1 wart w norll I•Y'ratArrr j V•cal. Y _ _ 1I .is,twirin0 h w IAUyi ,AN! - _ • Got&rlrrr•rMWa .� 114119'' ca.r...l.NIY CAP$ANY aKa9 AM 9409 - U lOIT •PLATA . - ,• IIKIUWY U•aa•• 91au19 U.gaA 10A aCra a••1• 1 la ACarl t'toota 1 IW rlr t rw•Alla«•« lrWla •AY NIaa aNra r WM4LAa II&caMa4ur VwQ 0«IAcr 91W OI IMt nre ANCIION wwwal1Aw AMIABLY -- _- �` ac4aa li`••a• earl all••f SrAtAil.IN t t t l 01 I wll ll !l lul e l #001 Cul"66,%TtU Ata M •►11111 ASS1AIr10 /lf[ AMCIWw A!![M11SLY ♦l All fl_Pt 111/1 sett illpl 1n .24 110 iR !4. loo .. jai i !G f3 . 4444 "rl'- �.• i0 so_ 40 35 i.0 j , •• i.l io so •e �u �� / 4;4 •0 4 0 30 -1 -wfr wcluKa - - f'.!• �u �.t i r✓ i a 7 4 t.� Iccull r•ut r.u•IA. 7 — s•� ?? !7 l.f1 }.} }.4 wr•w n.u•war llr- •'• {. l� • rl4Ha IS 6810 _ 94&09 t_. � t/AI/&IAI,MtlMar dl lM i•'! - K19 r � 17 14} •_ 0 U 13 30 9oN.LN"ACIararlt9 }4 }4 su 413 40 30 !N4 SECTION ELEVATION MOW 0[TAIL !•f 19 }U 0 0 40 3! 3 0 �raluun41a9 hit roaar1 - -a r• i.. !!+ S.d �•9 },1 }4 - ur91�i•, forra4uoseem lracwla• •a! 16 is rNl/MM&l•ev wwul t:4 t 0 3 a f Q "�4 -- -- •- ..� •.A 45 40 30 •- - •- "-- -- - - r•li raw.Nl rw rrfq fo a' •a• 499u 311 30 r• so*r.ar.fee rrl« wYr arr• : t� l9M•t 1&• 106 4.6 u a o 4!p t s }u ••a••I.NIYV«too r►lNl ova&•• 1l liililltl t11f1 t 11.1111111t111�11 . _ !!! _ __ I 1.L } _. will: Iorh►lI.AAva&INAr•. 09644414.81 U )O al wCMAw9 190 6.0 i O 5' i 0 » 10 11M0[A011AM 4 T�1' _ �� i`'�G !• _ }S !.4 I i }.4 dirt w.ru raaNa Icul t•1' �w (� .• _ l •! `�,,,A 4. O }S pa aK Y 1414 of MINI1 ala af.a- G�r ;1 S�tt�pfJ Yc� W 6.4 •0 4 a 3 3 3.0 so, . r•Yr 4 a 33 so ••s i i_'___ J 1-!'. I ww�ii crAd'1-- 144 6.4 } i 0 )o - �.a� I. t. s S Sit f}•'Y" qY PLANt.„ 3 6 - - - CONTIA COSTA COUNTY 1•• fUaLIC WORKS�1/AATMINT acme 14'1• •.• ) 0 !U • ti _,.,. .__ ..1.•..-- . Y a_O a d 3 _ _ _ NON•111Wi001Ct0 COftCrtlf rwt flAllt6 !MO !tl'lkifa W\NO11A111 AND lMTMANC� TAM of 0 Awma of rlaw Y.C.rNI «AIInw Aft-^U CMUMAM r.P6. Illi. f1Al IIMIN Milt C1MtNl INCA110 YCOUING PIPE DETAILS of rN A1/.l1 as Wal.wla4 M410-INNI ■al at ►aR1.wYaY AI IMf..AKAIWA G.(# OA AN YIaMA1a t- le.W'A WaA91- 1lf1f41 t1M/t•l.9 •. YHI M A. old I1/1V cc'30P •- 1 :. xi-3333 . r•. Jr►!!4TTI'SS�Jfu[f_ .. '� :•ww• w• Mhll��S i�M■I(�d■-�a1�� IIC .M. . a1!��f�a�ar�`•! I\\\ I _ �_..•11'r '•. �1 - �� Yr• a"A" • ama1a Ltoo "w I YrMN ■ b".4n■41 101.N•a41 a-• 0 •i1 -a «Y. A•.M. 4f1a. lar 'I « ..s! fam as 8v- laws. V .110 h•• a►lata■/ aY .�1i f•✓'••-• j, ��/ �' '►'u••+ 1 �.+I.u► Yr 1 Mom" r■d 10.10/ tWI M aim M Y•N01 049-0 410 IN Ww• y► • at an aa[40•.r "a ft..- r • 44n1.a4 1014 mo • a.frllla••a NaY a"' Yfaa r ... `�\'✓� 4►�w / �/ ..•r maw wNrN Naw.• ■a•l 101010 "a YnNar la ra Naa. a- ■ .. . .■ •il. ■ "I. 1 1►*eM 1010410• 01.4 AI! •aaa far+f•./ Y •11!10 1014.914 ■ 01" •.• •, •\ •wfM W• /`l •�i /' - •/ .f ��YC II8� W w.. •i..ar we N■IY r • MY t•I •r• •1. r W �r •r � -1. .. • • �4{• •� Y( / � ` .-1.` . .aw TYPICAL SECTION 6-0 at- •4-6 warr4 4{ 6 0•a4 w W 101.r 10/144 1 !foal Ia10 M •.• Y` 1 w[ - law ►r■ Ir w■ w and Lr1. •1041 /410 Ir •.• a Ir w_w• 4{4••1004 M-46 14•{.10• aar Y M1 MI-1rrYw( wIM 10 MON ia 4.410. IWI \� ' _._r "'�_ - •r\ ,•' .� 10.101 r M 6.1.16M+ Mu•Y Yi ■4148 ■(1•M■ 10114! •( 10114./• \ / la1r.■ ly W4 ala• '-r - . J ` •.Mr 11910 ■ • hrf44IY•Il\ 111NI la1a•a. Ir a•r. r M e.a aa10, lan• •� '31'10_ `` ` . ; M I..( •/ a+• `_ � \ ` • IlaN� N/r•ri ■ 1 •/ {/N 1•r•111atiu aM 1-4 wN•Y {3•/104. 4%% `+`� - , � YIN a.►wa M--��� • _ (-�w. 4 444 IN 411031 64104• Ora 1114■ a Y.al. in -1144 •..4 /ff■a 3101•{' e.•,�.. - Y!Y.. "YI 101( 4aM •.M 10 w Nr•1 us NW w (L YY• 4-.10 a 010 •alma (Y Bra 4x1.10 M 'law C. 484.9 1." a.r Ir wlararl. aim"►4! IM rw•waY `• �Y,1 x.-114:Ir1 31461 &W44 1al■ 11M 1.4 cra Ir /1.10• ••r• .Wu mel■ na 4w D Ma 01g." 0.46I- 1J _ c• 4INr MM9.r •r.Y •ad& M" r. em .9{10.4 Ira as {'10:{44 r • ft •1.,•... DUCAL. St PANATI"U_�IQrWL,J( � ff11 nr r 40 r..... 4•••.ya..��.��.w4 «ryy.l����yy •4w10+• 4ilr• e"(W■• hua wr ru-�rraorl wr V.C. wrw. ter• . r M 10ifar• �II _..pa![_.i1Y:llaOi>Z 6104 Y c !'•r. laat. rireY •r taraon •./N 9•10 alralT, r I-II b 1010.. •a•!1040 O ALA" / 00.'••84 w U R RW MMM ALL O!4 9-"` TYPICAL SECTION C-C ■4. 33«33...► •-•� � 410 i� 103 fr•f 4 `•`' 4:3•.{{10 14.0.to "Aar. • -0. \1 • ... ... u. •/ `.•1 +l / - ru w110. nrn••410 A►cc .now. •'! /.w 1.4-__ I\ '. laaW 410( L1l aa•. /14101■ 4.10{104 �•' 1811.9 11 (W �.5._4~�__�. �._1014(-� � Y1f■w4 r►r1 ft.4 1-46 �/' ; 1: •�`�.•,•.- �L f1��.•♦ ..r..-. - i�� Y•a..a-� Y ra law• 4.ff. f�{ "u{.s' 10:4 �•` �i .� i/ j/ +��rf 1 • , 1 ,.( -. _ -(-warr 1 `` \' �• I 1, �y I i .'_ � 4 IYi(►..a•' '. Tom. rl \ 10.1010. 1 i/ �• '�`, •_ l'►• «orH.w _ 1 8900a ..4 \.\, \"�C` w s..,/�, `�'� iJ/ ' ' �'►•..u.1 (.k.Vll~«I• A lay;►. 4.w4■W4 /J/ \ / I :: ./ - i10EWALK QRAMI F4 �F-PARAj�Q �NtEWALK .+.► r .! 6 TYPICAL SECTION D-O 4'1010 Ya NW1 NarrY Aar -16 •a3a■Mal ....Y.... '',, .•I- r r i -{.1010 .9.. .10. .. (�A 4344 ala. •, Y( lae•• l� ra-a .far. 148► . ••■.1•a fa•.la at.aw -118 --L.-�_I...__..._ •� !a'PYI ►lac M•r.•w4 414 Fw1 h08 ..■ -•�,.rr-,.110. /(/ fir M4 Wr.rr4. •.• aW- ► anrr0/ -9 alaf14 las ■{14'44 {43;E • ! �.. ••�.•• f^ =-;�-.i..� 104 10.1.11 .a TYPM:AL DRIVEWAY. SIDEWALK AND PEDESTRIAN NALNi '011 TILE HANDICAPPED (�' �'�•ral•r ■ .•10.44 «r 3_�� YYa 1' !.w(. C. i '3101011 YY1Ma A - \ 4.� �',, •wf.44414 W ell /l• as II ,....e.l4. w lar. �IQEM�ALK Q111�M1 FD11 41nNOLITNIC CURQ jINQ SIDEWALK gid[_ I 4 3334 1.06, 104 //4 Irl Irl■ 44 Oa■ r •rw•�j('4101011• 1rG /M-K1/•la 4•Ira! r 103'4• 10 M/w. • w.l. L•4-(.•4 • •.wa+ll _ J rM48 - «M.1aILr1 r VM.10!14•r f.fma! ff-'_!..1` .'. C we wits•.4..W al 'w.r w War• Ir1a•. {3184 c•l' . 1a1 r r 4 JUG].. .ti. _-' �]ION A-A 1 ....f• i1 I Y.. .r.4 ; ; ww41/ . ru + •.� �'•' SIDEWALK DRAIN /. q C 1 4_f.l fl.. Y•Y:f- bawd w• 4=`Y i .� /r• •ala 441.1• 1 f•r••� - 10101. Y.Y. r ..wWr N 314 r If-" {10{11• GUTTER LIP PAVING - - - • . SCUNEMAHKS AND CONTIA tOITA COUNTY [�1. A TUAItt VOA['rITA/TMINT _I 110• rn to WEAKENED PLANE JOINTS a9.: •a:MNM 1:A 101.'4 4104{'10' G•a.ftiW JwY • st-• torr, saolWAlr _ MMWAY - - - DrIVIWAY, PIKSTr1AM «./i1• WI wu --- -- RAMP ANO SIOEWAIM OrAIN Of TAM.3 ,• .: .. _ ..�.._-._- - ---. .. ._ _-3333__.. _ _- -- - - -'_-._� _ - -3333 - -- -.. lav Y•...... Y :-r_ _ :rff'06-� 2 4 n 'On F7 ��, COMCR[lt UNtOWIr.w p111VtYlAY CONNlcllo•I - �#��t r la[s•ll• .rlssctwLll /.:.-•• O }=fl, _ mm"i- lac sum oracle•-wY Q/1 No sm 000, • N'M-Z N' i1711riod" a ftarl 4Wi/r1/ M 6..L 1tr a .•.Nat OstYsa tsgatMgl r.r\a was $a at\ N•IMK1.Y Mlrt• - IN/ sa.r /' rN11N -C be w •' M/NII /IMWr1l ftr1 a.61s .est M 104..6 sl a'IOY1 aNOrLs • 4.sw W `. •� •�� •• er- �- IW'•ale lots •lots IMl LIG 1l �s , _ - N.Nft It soar MI•M -.-_., . ts•r ` alba MMori suftt NNIL 0.1 M W/Ml all• t...M I4N1 low r• wo • r M argr rr/rY1 1r YY.• w•�+• '•�'--T •YI• am . 1 1� �IN-0ema L,rYllylrr 1 w b.•fW N 11� wlea NLIr w.i` F 1•IK. My.VY n.lL -1 we 4 ~. rte r.rl1 N /IN .u\I YM11 h l.. ad 1 M look %Nd% ^1NYs .r.•� `N'Ir.F I- --, •I•' I.. I.- \4. INr/M w MII\• b41Nr11 •W\ M rIrNY s11ytY Ili• OII \rt. - \` Ytu. 1e.MY , I( � / �!�� ` u p.UW1' ..It YM.. M .cN•6F 61 uN K s.M» goals.aeras N L tr.IN. Wllt w cl laame W-.lr.r\s 1.• Wt rl.. '•'1 I W GUTTEN LIP PAVING •l..l► rM.16 Waa NW L.rf. nas , .,' •a" M /IT* rrtg rN 111111 s 1>•. 1.0 MIM MW rWt W.aN W QUMA$tI SCOREMARKS AND /.aft reek W 11• gift's 4149 Y1a �1• •' K Wf AKENpf`t1T PLANE JOINT: 'move teasI rwr � sreaft ` 1m a".fe wes ft"I r.6l.T U wills 110 �\- f - Xis � s.0 it" We", MN No /at musMn l.wl A U.Ngs M burr • swwr/ TYPICAL Kc110Y TYMCAL p9TAIL Tom IM1"wav'.. - ILW Cc t•/ �•/(y�y1/(��pprrYp (�/� (��/�y *we W w caomxq• rs&llm"ix WIN 1.4 r1.Y arra. a OWN 44 c°"1c••ut Lfty WTCM - Ift can ula.�r IN «w 'r N.1t w lrrlws tar aat IYrr O M'SIM LYr• AN l.ab a .WWWIg MM IN r ftKts .Mas YL Ta• Y OgrL U.tf t :♦c \w w Vt,K a INr1MST 1NI•L.l wed` `'IwIF lg Y .41t* A 4111 • \\ nit>t •�N Y Yr YL r 4as 1111 U-411 som 0~ ••/ so" . ..i�. s.rrY . ._... ._-•-- -• -.__-._.. .. �'» "A'! i1rMl A TIIA('IIC W.AII� rest wwa _ mood rrl IwWM1YY. 1 '- L'�� '1 eggs/ r •L wW L.na NAL ttCTICM • •'> :''"• U•a mw tri rL.earl[ r„� ur'w. MI I.NIr vA vat rt• .�: .. W rMt '-” , __Jl NIWYT •:� • -• •Yr •F• owl •..• rl.s - •— yr ���—•r .MN W W•.w Gi1NIL1 -+r. ..v-tsar row a r..r a...r LLu w I'll" a Wlit • 1YPt I-/ r.• N rN 411 1rA �----- -• }" s•N art Wr sl L..r lKNlp A r rt Nt s sr [IM YAY rrN11i.Ig MM weemew owm • ou- 1 Q.w / 6.•ri\ lul.•( •L 0•sslr • C� .raftY/ INurM IV a.a Nr.l t..sglr w e. ua•.IL Y1f1Y1F1 111, s• INK-63, gel. r ss N 4.1, w NAI- r1M1 r films .Y,KNIgY bell wall P.AN6.1 la.a.. =C. a wise Got .T 11NIIg w Wa.V 10•.1 As .I IQ eema o/Nlu .� , -1R •-sN i11t •'.r Wg INY.r. /.r 1.W wararr w WNr /s W/ - C Kion -C air "c'" PLAT � M Y tutly GUTTER rr• . IIr 11 its[ 1 TRAFFIC IfLANO aro • Yr• NALP KCTIOM ' 1` . - - 1J7GL1(IL_.flfat.ClL[i • Jew( �t M •• .•. w('Y01( Y TYPt .$A Ii-ow TVK aA#(t-om W • rwr --- -'- wllu —ILM/:- i 6-14.� ..w.11Y.u. u Nwngr��` _ Y'^ 04 um �[•• JN •aYa CiTIl7f • w I~ �a L.Net NO aWt •• 1LL IYIg r• _ , :r• Ir Ia! W rt"Aal, ` \ r• wN 1 �. v1t •\/ 1 / -Ilra J.al - - r1 a'YItY I" r rL/g K-- • r � - 1{[." willr YPw.we IlrWrl --/ /• FAIL Cwtft/t )+ / "WLI. Ir L.rN KIM 4r•1196 agA ' j r1u.Y w14 M.wu a r gr IYLc•`. A•r/•II/t/ r .al •.U• W !•19'NYn/A t ask INIr11MM1s � .•..,ILVCWa ..111. oar 4aa a Ot6.p• /.sal' \r rf r aN wolsAOa sa QQ**��y•t/n���pp9s (9�•,�ttpp Tt►t 1A/ C weft M•MI s 'Wr N.1I -a. >t.7OiaQi O 7t+•• tour ste1�F► .ffldlL_!ldttt 83 •Ir w a1r 16K64 W..r 1r4 4.016 WNI L!W*o w M IWN CONTIA COSTA COUNTY slaLLl rr.t N. wsY 40141- .+ N-IY.r IY -WIL near d L..YI ►agar YY�IIC MOlts�tTAITMINi ria.•' aWa W N.Wr 4N s.rN art no /ars• r ctrl r t.Ct trY. 1...ql .IY...ra••g Igl Nt '/rtf 6LasI rr.l.a r W Nr.11 1'- 1. rrllW.r I- V NLIN 111110 W~��•�W TYPICAL MAN 'W.. ..rtr.a STANDARD CURB.S1ILMIEO 11h1CT10N VALLEY GUTTER ANO VAI LEY GUTTER TRAFFIC ISLAW DETAILS -- cot - r.;c Y I 1 tile,.I. —�7TTT1 7 TV"t SECTION KIE SECTION 00 SECTION NN a.Y. �' r 1111.�:rra� Y• �'••' 1 DETAIL X •1' ,. 1'_•• .. I-r •►•- i ,YI•//M• Ma W Nr •.• yla ra 111\.v '., •-- —•---'T 1 t., w Ibu�'Y �wL /CCYIUY;• // I:4. " ra r1..•••r•v 11 L r�o // �. I.arw wtla 1�..•rI 1 .(•Y r... IWIP:I 49 4K.1 • , ! .�.1 t S1 I 1 a" 1�• t l` '~ a I • L 1N 1M wl• .�... `•^ f 1 {• ,'•+• 1- 1 /I age 1"101 "Me Ir, Ira it _ PLAN COVERPLATE DETAIL w w aLw• I- �'• _. FRAME ELM L4 _. i1• •"` _. r---- ..._ p��-�.M,.� �-MIS._.' , � 1 , { IL h.WI\I GRATE PLAN � •� "`"""' •'- / SECTION AAbua — 11 •1 Y �• ,1• I r.>.rr truer•51446, Rrl, wit NY ' t�■1 �I�'� , - ]•.S!'1s1 Nir Nrl•a1'Y■1 i 1 • 1 "t 5 �r.0 aru• / /r1.r a aarY ,r ax t � l 1 .awe.11•w wren «wa ..- SECTION CC SECTION DD Y•I'� l' 1 l••1• .:...\. .1 DETAIL Y `" ".aY...Y."'" r- w "' DETAIL T GOVERPLATE - M1.. - r w+i.u•c rw a a.W p - r r rr•Kr. •q r[ a 1`W Ial ff■C11 NMa wale NUI( • DETAIL V / .0 rye.•• wb ..w+.r.+r+w+.r.1..+w IrL1wt \wL r..LN+Yw. 'LL7Y.f11'l ref IIMY. r[/ir M Yr r r M C.rrwl..N P IM 44A."-*Y..urrr •Yr We- • �" � NW 0 Warae•.r+4M■1.I..Mw1YlY Wk"'.Mw.lrl.l M i_eo ■Mlr• —6 all .. .i •YI 1`.+.il•M\ .aWaY.YYg• IVB. M1 "ft" r1•lC Sit IYMtw. wIMYt rYL�I _ I.1 iMfw� nWM11M l;••YN{ M4C •^E'��~ ` Ikj MO L.#up `•later W(N KM[■ \ oftY M art. 4~ /.619.W Krer r1. /Mr.. V!!I!►t`i1.tIM.sl /wGMI 1:1111MLIq +'. A.MrbM w wlMl• r«r10. ■rY\ arra MW Yrt\ rr. aM•rlew ".a "a. \w.Mr. N• dolow lm ll Iawlry s"We a"t '91 DETAIL w \ ,•■al•1re/.a-11q r.rrr Yfr•a r..r rrr r/rY a l'r: w a:.r. flows GRATE FRAME • •.+r LY.I.r r..1•r Irrwl.a+.1 w r11 w•Lae CONTRA COSTA COUNTY - � a./1•.a.fa ".lurlr rd d. w Y.Y. ~ '� „T i1i.rY.rYy 1rY.1rr ''•r •It r..•wu••ara w1 r ..•e.r w\r f t-...f •h"ytl. •Ittra•ww r w a.wr.era-rl ••N fa rw 1 1'f 1!•••1•M M+!rl•1ib .� IWLIC �OIIM1 DE►AIITMEMT r. �Y VOL on a irtt• • _ � f 1 I • a.r,r..Lc• "Me Lr/w flrl Yr wwa .•..11Y n ..�a /TANOAILKAN9-61•.9 1-11 a.Y.N • 1N %. \.WI....•61 M LWY Irl • t/�•I•I •\YM r1..•/r LY'AMY\1.Yr r� •4Yrr1..r a.a.r \r+ rr11 r rY.YaY �.�,!► I.r•.uclr f c Ir C'•1' .. INLET FRAMES. PRATE f V?jd% tl■/rw.u..•u0--ed to al',!' AND COVER PLATE • M'Ie+.NY..iv.. �! I y/.Y ur�uY -16 Lh[w•sw S•Yiniu..'^•.t Q.i YD •I.A _ — !�•.1 •1 Yeo+_ u.i1+r•'�s.• W ry Mnu.i. N1l.wIM •. YY•..•. ..J- <••.a11a\. ••\ 7 TOP wam r ""Red* Iter a•sM w dun. OTat MTT cc mol r•rr.- wt ar.r ��w �• -alk— W a••• _ _ _.._ ..�_� am* Me 1/r sone T i • r Mrrrr w ''. sast W ast --.••---•- • .......... atwttlocnr � � • , • • • � •� + 1r1sItQiKalll . 1. • • • • • 53 v ...__..4.. ssallarAAr • l• • j • ► r , r .,•Iota Nwv IMII F h w on cttle 1Ms1•...- w 1`0 M10u•t a 00 a" Ira W /MOP MAI1MMt r A --- w ra0Y1 a Mtal .�MPF.LL IY.IIVC.q /Mw owl ar ..•, lta/r11�a.w • -a►tuaa«Nwr..� small -_. - , a. nst.6 • sllaNsaa. . • • ; rayl ` rl s • was cUwres t•swtrs•elk r on•tsat • 1 same.Pelpsa•so"d oMw some 11 1r t i 111tia Y no to= �wrtur -. • - r .-.ter A OOTta/ • �\\ -.._.. . - ...a "—.,rte-'^ � �i!,a�' t a • O -r1 Mata 1 M Ma/A lZLTAII._ran STEEP CUR f►4FAt SECTION A-A SECTION 8-8 a - -..�_� _J_ �� _._..._ _ -- •r-- Noor. Kw jdrt Gulf wt wnw sarMlrs Kalr r.T . S •wasars KW Malt ALL S eUbOM•Aseaa Ir tar W •t./K•t 11• ga�s KM ratl ----'-� - TV" 1 sn� swal. /. �_-__�___�_..__��_ IUAaaI�F• 1M M �scaAal.Arr MAIN smarm" Qar , , •t•e_a•MI •r� %.••QIP AwA�slls KNr •Irl t_ .• .- , .i ..� _ yt _ • M laltiTlA erdT '„ J fECTKMa Of fECrgN OF rawur�rldlKcln .air tt TYPE -Aa OPENM�10 TYPE •A• OPENING C _-------- 0M M[CAST ATAtat01.[ fAWL 00I rAlttto►E DAM +•. f-0, 1•• a-r Kota to aTAASAAa NAM cc wn ra/EM TO s►AMOAM PLAN CC 3011 Moth_ �� ....a i.... n... I larslo na Awls a Iat A •oral bwm ~Ut•3M An MAW w Ma IS/wt.sa A its sY14 3. Nat emuSa -�•.1�•• -- —•-•-----' a ra ftw=w IKsasa r, .as•"-a" am•I"I'rrU a►laar an m i MraAa•s1 Y .. ••-K1 0014 a RU Aso eutt11 f•lA ON"AmgltrApt A as I.r•A O•co•lte. r Ilr M r M tarts a r We 0,40hake a IM 1MAI w nllrll to t•t. 0 w WAS W ■••rrt "L.un a Mamlats east WIN■lips•A• rttI alt • M - OrFMS10N A a allrtwrar ,Irle 0.00 ar I•#MIIM rrr to ►law ar mat a CONTRA COSTA COUNTY w sI ."as4mm awwwIm aw ars am ar a•aOKI. M woo eaM ' PubuC %VOKKS OEF"TIANT dosY ll,:alsM -..baellead e qr f&lf ear. Ain. aWastq ",A ••p•r11r Al s•au a 01A20••u.a as a N auAl+•l,c.l•ea•a A own rt W sartslr►aa rat arts N wr A r laza"a sa w _ _ __ - � ."NumW M w • allAwa r Mann AutaAaa. _.. _ frAa101u10 ►lAN _ _ -� •�M 1. eaA Wer • amemAl" a1 a ass leaf. att 1asMsre A.r► � .. over Ms awe alar a , 11•.t.r . . ...•..,I,�......../l.. sl. TYPE MAr INLET ••'It wl Mla.. _ • . ,-i• ti+•t ale ?s a•hA -- - ., r•pewts v• 1 :-Mer nttin�n_. notes Aooti Ch f+31t la+Aks Til[csliA•-r 1 etas 14 Flo• ii�_ � r 1---�� a• sats ...._. ::/Iuruw h rwa . ••1. u•<apo tool.• CC 3011 �tl e; y low"+ w Ya'eaw.t or w a/ me 9"WO• an =I r1111rKtle atprellNlrq - '> � noon waste way ADI W.Mitr title Geall fr"tt 1Ia• r- S• . me dales "t! 10•ff tQ}r11 "A"Wo ww Arte �.� .. l'.'•. _- 1allT .___..T.. �_.-.. v •• - Fy 1.' •. .. . -- •_._ ....1-- i s Oat.Nell f. al r• effenall w laof _- �` tom^ fell eM Irto11 cr of IMaI r-•`. 1104 ittwaWlrf wWe r1 lar. •- . waCl Ola Yefll (0111 Ir fate• • '•ta WS • t'-t-as~AD f I a1f N 'a)l l'leO(f..w u eN, •[tel0 � t� u.l611Y4110a /• L 4<rtr we golf 1".r- ' - *all noon •e•et lagt arr- �• .. .• .._� IINe : Itllla laA - Orta or.l • Meq rya (left • 11 w .. • e. �._;� ty 1.lttl weell M 1 cups 1• t,l 1, ^ .a • •�:~1-_- a ewer"• L-iR' ` ^ .• ;•..•.l':'f'.. .• --•- •-�- — _ _noon_. .. �,. _. .��a. 1 1...1 a a'-•' tea• i I'. ..,,-'. .. _noon .. -.. QElsll �t_a• . SECTION A-A SECTION 8-8 Owl — --------- r•/b Ortr �arar• gum long -rw • R." Art s tft.wlra wtaa mot - a-•t Mtge way JOMI OLUW~ MYewe we e•ee treraaae•else a•il M 1lqe►If la.etre t•ae rgefea Wet""e.a w Mte #eagle fr✓.-_---_ ta _ (91saw __. , ir77-� _ _-_ _ �.._ .` • - �-•r� ..-. .-...ate rCeaarle• war argil ILIA fOl� liEEP SiM& aur. r CBWUAtlitta JONr i MOTE(: 1 1. f CftgMr Ano Ya a/gw1KMetalw84 . MM •Ore etf or awtl•.e/I M taratae. r• M•taeaea e�•. a at.naep WOOL a li•ti rl IWMc1O SIR. •t'�'�� '� a 601 IeMae• AWt Mel/r waarrat taaeee r IIl S taA✓ �� raw M•.• ti � e4Ne•IN wYtwel M aelltel A. .. HE LMS T �aFff11 .. a twl►n.•. wt•19 Y aN.w ra waolotNe wo. vw •wWlw • we CONTRA W11� iD1� 'C/tlatiWlae t Lj • w w `�il«e•+a-1 1. .w ,er w..e., w nr,. - ---- - _._ - _. __ RMIIC WORKS OVA M1t t•a .. •.r•a lr a 4 dYlrtla. .•M wAO. Y l.w as WOW MI ___.. _. ... - Wllrt,OlaMeea h _ • aaerll M.M aae/•roan. .nr r.nl w n..a .e 1.111M. wl PLAN . urn-cw .rt 1—. at H.aaa A f•.a/el oar.+... _ _- _-.__. - •TAHOANo rt Tall • .41 . raewaw Ol t . •aow e' a..wt ..0111 a s-�•r slap ea/ $let;' I'-•Y�e' Me Mtl r /• 111`O/ll. .f a "woof *.I. Ml ti.rlt Mgt -•� $tAY I ly 41Ru or 1 TYPE '�' �AEY pats wl taww ya�y 1. •,. a r•a .aa. ur•a nr� .fotr�w. na �t • 1• 1 f•w twig• cu.r a.wi � ry ►laiicboli.:&{Gacnii-' 111 f .,at Wrt�• — �+ `v� i�` a eau rwra rtcwlloe ea Ye,p� .,,h l�.'��A,1 Z CC 3ow 'sr " - w{ t �' i _..s rr—•.. i•.--• .............�r......r__...�_ n.J.,,...t.�'4�w!l�.r. _ -..L:.__L�...MM N.».w♦ lMea tl •w • tw ♦.�a'•f cmHM ua.V qt(aN64111 1c 1 tI•IA ..r w r•(1[.a w �•W I•ot wlmr/e •lt MOTt tat• Ilw Y 0..••00 f•lI. \1 '�] .....���r aft lims; . . Y No.~/M e'•941,4•\ • j M • . • KCTQN o1 • • TYPE 'C• OPENING rI 'Mfg or Iw[c•tt immol.t calla • Vp• ' q • t WIN t6%I"""tl/r K late - v � oaf Ir N• • ! to post" 'w,hlt ra...♦r•w N•+m lIw . V•l• \am YI esMr w to —At F•- t-lr r� F—•-{ -r fi SECTION A-A y."tet SECTION 8ir hal,mom UCT" OF -8 L _ TYPE •C OPENING Ildfle M•'Mmllle f•l�M[e IN OM I•oN ! ( OM ll♦,elalt NS[ Ty I•lMM lwlu no Oel1.•- -w et•••.fe r•.ra �•.r-tr •Ol f•(w�.� • ( 1 ✓ - _ t/fe h 61.60-0 Kw cc loll � •Ile"fill hitt- • '; . ......... SECTION B-B CURB OPENING MODIFICATION ISOM �� .... ... -. jr. \ �•pl♦1••,Ilmw/.oa�Mw tl�w M.mm 1•L•t�w w M/[1 A Ica Y•mmlY Y M al•rr •/•e• w•WN•li• - / •-l1 4lld - ' , IIUJ M M•t. • Iya I /If •Ir ao.wa•Nw(••IcarIHM•• .ft.MY ft oarIm MW N w rw 1• .., \.-l. N / met C Mw r w. VIr�� ♦ tee•liwuMA Y f•fYN'r, M/•"..at �I•.Iwa t'r/I twM r w. •I•..I•m V W ~" tor N r..r r rl.•• r N •IN•wI/ w1/1•.•• r /M/7•. e 4 r.•1.6—w IIP.1..11/♦ �._=4 wN. ir• —1/ I\ .0 N .• r•t•II•... ..(.� roam a 6"s 1,y& M oaf • w"TR•COSTA CoLwTv K*uC "RS DIKHThWAY PLAN �t mow_. l rw n Hw ct .el/ TYPE V INLET a•l-•f CII.1.'/•.n.• wD t.Ilo•.W/a 7.0 'G:.taU 9CrI wt wu v,710"oe_!12..1L_ I 7.1•r •(earn wolrl ��1/�.iSi.a�b-i(4ta-� .. .. .. ���_...,.�... r � a . y�f F F+t - I W . } r w A �• •LUa I j PLAN � weM PLAN S[GT1oH 0-0 .wcrt wrr.et ttuw w+r Ilar w IM ttetaesw1ta.ttoe.ct r1.et■ 9-4 top ." M 1/raraet pr .tot"user fee - - .rtawt"toes,wt ter tl•e. Ifame y 00T taatnt n y t-r awr t •p bFrrl coecrq e•e.tr •..em tew teat tew 'f.On r Me. wti rteW . .a.rRt aatoata.` :� - • `= = s"ne'tr• Fee N•.. t . 9-r$1L to Mol mv .-dwut w a a t r a. • trAl•utllea AI t•Il�tat Mr tL a►la-"on$ tawclats e.•.L r wase•P tLtl•eRat� M t]ea11e'•. . eeMNs.�.~10 M rl�a MM ww ofmatftu e w wMad lalala.••e.e.t/•...r. Iwl t•.•rsFl L rwt Mat I.Mee a tes.. • ela We •a.ee N le.wen w I Nwore 1 r-M M ■ Mw.I wrest toot.. ." • 1W r ee.ttpT tpo.upw �tleTltly trlN irVnq . w..t Mr t.et wet ct wul �e SECTION C-C a toot rw,w.e "ado lease a toe»1.o an�.w .0 ma A of w trrl•• •tow wla er ,e YIKea1 . .. �•y I .. .• tw.a, aM ea.etor�aS • aYaMw�r, 61M1 W•ice ' TOP SLAB. ./t.e.la•8 r* 1.N Mwe ..1.. .r wlw•res re w•w sots nes to.w.wt Mww •r Mte a-Wa Ir.w a errtlt• a.ra Leertoe•Met•q • la.b r W we.. 1 /r wra• NrWe ..a.re. M e.r.•e wr r tow ♦ �% (' a aNla son A e1"WSM.s"~ Moslem 1 ti este r ..are .L.w toot Ywa, wa wawa Nat{•�etatMT1 / Iy Ito.• .�. a.t YM W►•ala aLM ww M ewa / IML Flacon oats" .r a•we.t dMM rem. . ..a. wadrN nN Y M tIN♦'sr 1 wew.� d• •� . j /� ••Ire .-aYyee o"' Ila wg" to M • /; i'' L wat . e•r . tot .stow e•is I.a to•to♦• rat N was — CONTRA COSFA COUNTY h � •• llAlK: MOIIK!DEPARTMENT .as yta0. eft - �•ii'r�• .. � toY1..e.4.11-4_t•k.dr1N rat e L • • . r e ,: ..._...... .._. .. _ _.....L_ __. • _ .�_ __.._____ _ /lU/LIIp_Yl W • TYPE "II" ..tot._..». ..tad. Fol A .. _ ___ — MANHOLE BASE_ reMtwdlo. ....... wt.. SECTION A—A qtr rfi! is N:w ..moi— o. _ HWM •one WlrtMETiie4ATr1�1 ta/fI6�,'[� -- •—' �ted•e.ea .a w eato a..... :ne .. •�Y�r CG 3021 war ... � .�. .t. ....... ... ........ ..... .. ... 1: -OalClslt /Y. .•-.• war s ..... ►aalr w to./r r '. tarrhr N"atVII •...' C -.totaa (f INA ti 1 / sNM•tA art•t•G.• d 1 1 � •I•Ii aM.I.r � .R Ian .' Clow ' f TOP sue Not 41,40, ......... .. ........... .1�....... ... :.. ... .. ...... • •Mr Mr•ml sr.ca.1 r•r•a�a wl"" t4 no r we booms "a •a1/to pat .."lost Nal— a4 r•r.a•1 atosa full! . 1 t N. AKer a 1•.l Y" I•a&•••rest raft" M a I1ss*r WAK MN aft on.M eft M Ir 048 rota►asst" A t4 *Agesmuwmt i _ _ . . r W —I1 taratsa t PLAN PLAN SECTION - /rtfJ/t tsYlsa @acts&Mr alert 0 /haat rfi/M aaAtrrra t r as Iv • M IMMN ME w #now ItsAat on . . � 1 NpltMt a/crr Aar atffr�u rs/ar /tNtt,1M� M alto 110T[!1 f Ka wraraa aaftra» wa" om•a• 1 1111 o srls aft�le..a.1.a" Fr.er wr. sa71tN •M syr• U tw r»fwa r M f.r.sp ,v• wrlw w 1�•.all. a41 .r—af •.ns I.M. -a rlf.aflt ft•ftr•I r tats �A • uyrr. •1r4.� r I1.9 MI. a"af r IM s"N »a r-�� tlrrl 14 ww lk a M1 eft • tAaJ alta, t r•u •rr•r aft �&t wft A floe am saDIW f fta• a UwlNwa r MIKaIO a 1w..aa N Itfl r Q r •\ • pot •1•ft...Y/ 4.111 !tuts! K IOM 1 aa• w w a.A • / ` ov" I�N•w r•rlt. ,•r a elf l ll lostt(Cl • ` a•.aa tla • 1•ft - 11 te.1. r•ft•r/ Yf"1. 40461 t aM oar a.ef. It.1r. 1.0!•/'aMwAa YKt IM11 �� �'r•ral.l� ) • �, l•adb1•.1•o&-"@ » Y .Grad•lo 1••s •r r.rr,a / tWt•Its M drys H w r ba»II. 0—olos a.ol• Ar 1 FI 'LI t1 a: 1Ws aaWa tr.M•.ha.Illa O."t "M+11• s/It+l MWs M r uwatl twas. aw at—oo r t♦. / s w. "Mas "allot"aA/ ftar aft won, NI tlr••aa (r a ia/Itaa tstaa• ' I 1• Ar Kra. sL ................. RLM='SE CT10N PLAN SECUM 6PEOIAL APPLICATWO OF TYPE aloft MANIIM NAK$ . I.ra,rrr [wftM/fl.tss. •wr r aw•Mos rIr /a I.Igalla , sro. Iuvw f4 aft r/ash IIA•ts•11 oom wts, 1r a►aM 'r cwtn tr.,a...a tarl4ra M alstafA •IaatrstNs on rr L poems"Iw Is►sara gats%& aft rt 1 14.tr"•Lulu r/w W tshl %Mfr s"I Y •Ar ..N MINIM Was a"aft h N 4 \ � haft, r rear\ �\. a IQ araaao srlmse atrp an Ira most tart" - �•�-s---a•��.r— rra.a •-r,Al, rrw OON111A COTTA COU11T7 a rrrrarw 06.19Z.rr..aft IM "hurt rlfta __ t•U�LIC TIIOMI!OClAItTYEMi - - _ some, •4 far •a..a1M M•!'rMA arts. Iarba,aoroofta •al•we taut tassas nlf most somlso _ 1IAMNIO PLAN •N� u Mo - .__. `•a4 woos 1N Ai1wt1 w Asa tar a:moi posts aaAf a Cort a rt,a wank ■qr a►a _ TYPE rmt BOOM& 086 aft r1aa�fra/ s- KCT10M A—A _ _ - MANHOLE BASE owtla10LIZ r M/rrN cut•a- 1. ' C"4t 1!lvf�tlL'4�!V '� a tow r...• _ •• !:!St_L1 Y' �I•!1J!�•L•_a watt $Wt ts wr T1ii �aw 7orw- 1 i.-A/4N1 r ua Itaa« .Isrr,M I• a..w a •�.r'� .... fill"/ . ; Lfs 3022 t aLL 99001"sMst sNSNNs 00"VO CIRCULAR GRATE `�»•�«a..l CIRCULAR GRATE FRAME f' �e.xu:/trc r—C —tsxex�/t >^ •xi IA �, ..� tNNtvxavte�!•L�' 8 L"rfixW .— --. �--�- M•.► e/IN 1M tM - 11e•011Nc/Yi0 aCNs•1«i i/aMitN SECTION AA -•+ � NrN1 IN aN•t••• • .� • r/rli i rYll K•►i ,.Awg Mss a►»Ni• «t1N Lwt M tulicrION — M•aar. ~- q saes t-fit x sA 1-1/s'a.c \� IN- 1,.•,Nae L....C I PLAN PLAN , I REDUCED PLAN "n 1-1/ax usxl-sn' " �,.• SCALES NOT APPLICABLE T>h ttt x•-a'somAm as WINSTON 1110TEf: /, Ni,Y/t•Yae•NINNx 1"o NL�YUN T lm 011,or !MiN WfCMtu•rIem OriAR*,Mfg 1•IVIS' �+.►-------• N• `jJ - $-Wlt• • • ' • s . Mciat'Mw•.ifN•.t*MtrWLK •Nlt / a .rr�r r ww�rt• irn• Nat•INI. • a./.aero Or 011.01111 e.Y.L ttl I•NtWO y ' '.� • / ! ! • .t/rNT.•car•. _ _ — _ _ — _ _ « •. • •,, i ' • 1.01111.101 oft"L 0~mi es"91011/ 1 a O t • ee1eN►it •Yix:tl'» • s / 0"40:244P it SECTION CC __ • 1'me•p•NIaowe"IetI es MI Well�. It.i.1.I00" Nlila 0011..•I=•Ir • •• • sraNMNa st maLl CONK / �''. /11//999 Am" to s--6* IH , ► .� . • ..sae/tieMx•ato.Nrr MCUMea•t �VI•xDN.0 xZ`ta t» ,�^h j Or mCettis4 R.l•i d YitilNL•Y Or 18 wep, iN.le.11./Mil••MlY ssaCN scsisl •---•.• Mats - - 1. ga ftt11V of 11e cr1MAIN Oa•� 1 rows•N••Ve•.e•N•MtY et•te", r Y.r r hill w%a/.M ear am itYie .. Ntrm w no taste ra•Ne (� NN•NiN SECTION 98 ;Assu ------ — - CN"ftA C"TA Couwy _ nisi.1c woAxs oemuowm ZI-R +n.tNas,u•.ri• /M CIRCULAR GRATE A FRAME CONNECTION DETAIL !x7 — t•.1 .Cate VuKlc+011«9 MMic10x - a It elNi 00 1110061 * •M• .a wts i1. CC 5023 �. GROUT HOLES(OPTIONAL) MANHOLE FRAME -EQUALLY SPACED ASTM GRID PATTERN BLIND PICK HOLE STORM SEWER EDGE PRY—HOLE SET SCREWS FOR EXTENSION RING >>ti 3-REO,O EQUAL SPACING 1/32r+ MACHINED SURFACES /♦ a.r N COVER SLING PICK HOLE 26-1/1" s ..'•._._ 23-5/14" 4 FRAME 77777777 1-3/11" r COVEN RECESS TO RECEIVE SET SCREW a EXTI[N31011 RING VARIES, 1-1/2" to 4" trot RECESS TO RECEIVE SET SCREW AT 1/3 POINTS TYPICAL CAST IRON EXTENSION RING (NOT TO SCALE) N!2TES CONTRA COSTA COUNTY x L MANHOLE FRAME AND COVER SHALL BE PUBLIC WORKS DEPARTMENT PHOENIX IRON WORUS(OAKLANc1 MODEL P-1010 oR MARTINEZ CALIFORNIA PINURTON FOWIDRY(LOW) MODEL A-"O OR APP`IM9D EQUAL. MANHOLE AME AND COYER APPROVED; PUBLIC WOR 81RfCTOR - R. . CERT, NO. 79ti7 � •. , ,t � vv���...JJJ 1. t Seoi11+ Ill!" s ( + Date:. Dwe"brK 1976 Dorn by, FERNANOEZ -1* File No.; 2 r� chocked by% TONELLI CC 3024; t-- L Yal ` • '• Wow s.-c F sena c•c v • I . Y•L �. ee ` • r ► • a • r ��-- c T r I�r • _�• SECTION A-A SECTION s-s FRONT ELEVATION e SINGLE HEADWALL L c ro•rns 1-------------; = t ! MINES: / I. r Irrwas CA1•Ya1N AT• ••A Milan IS 11111 \ t■a E. IN wr•1■w•�aalll w■1a11a�w•• \ s•i■•11 a■ft is nn a ontaK al l.a ••m1•■YL a -! was M no olaa■•a1• w T•a am•1aa. - \ IB� slsaT■a•s•a■0Mao aalw••aal■la•■sO 7 INN. "0 A - a •u r•••an• Cassava on" •1 a►Na Y. allay LOUT•l•w @NNW w na •/ _— •i aaa•ra •sl •raa•rC a" I+••� i PLAN • KL Ya•Msal•*VOL atoll r sa 1 a.•► C TYPE "L" HEADWALL FRONT ELEVATION DOUBLE HEADWALL TYKE •A' IEAvaN L DATA WIM TYPE 1EADWALL DATA o aaw Lia °OC CIE a u�a COM` • M aaa • r am le • N • Ia a'- -a• r'Ir - r-.• Y'Ir ,� Fr r-Y • as •C far • a1— 1.1• D d # 1O ?• to To To ooac•tn N f•f r=r • C •C jar 0 •. la 1.40 aTau •tin anu • tna wnl a+' /:"- t �• LT• LM Ir 1". Los Las F • a► LH 'I • 0 LM IY tar Y•r • 11.12■ 1 Ia.1.ff • •21.12■ • Yi1.f■ /• 1•.1s• ow•oa• _ •• 1 • M 11-Hrogja Yal• Z —rT r n�K• • ••l—a• i w.u� o •.ilii a no#29 •.•••u• • to wa.fIr tar r-r 1- us la• • 0.120 • 0.11■ ■1 1D•I.0 11 •f.11� M•alwfM' — pi1as • noise o —Noisi i/ —i••u• sass.Taw�-r T• • • w ," • 211.14• 1• Nia■ a b�t7a • ••r• sallors-Ir ••• `1r.la0 • 0.120 0 "a-toa Is tl.1.1• II •a•Laam •M•a0• 2w �- —t•Y 1•'r • N.--II■ • Weise N •••U i 11Y• Y.14■ •w•4110 W_ Seeing• !••la• • M•Isa tor•1.•• 11 Y•1•■ 1■ 49•11■ largest* ••If■ • r•l8• N 40.14■ a M•iir T u Co.law Ia/ia1•� ��A c1m COMM •► _ _ i Ta.u• T «•14• r s.1.•• u" :�._�� a —ft.Ia• lM.u• �X WOMBDE!'MRTSIM •t _lata r'r a _0.120 s •••Ua M s•-1a• 1/ M-law If N•Ia• 10.aa0 IIInmA•L•L•IOM �� l r- a 0.laa Io at•U• II w•1•■ - _Is Yiis■ i• 04.120 las•sa•11 1 f — =J 9 Means lew•u• n aria: If •••Lai n - w•1 i ims; STANDARD PLAN TYPE •A' &40 HEADWALLS •RITC �E.CC11L MO. llOa •uls Ic.a nlwrrr q H•• Ila aila �rb0■ sa�ilaa a. asses ai .Ot[I[O A�Trrll: CC 3030 r I�" E APPROVED: LATH SLOPE STAKE REFERENCE PUBLIC WORKS DIRECTOR GUARD POINT AND WITNESS STAKE SLOPE STAKE STAKE R.E CERT. NO 5709 R/W AND/OR CLEARING STAKE • SLOPE STAKE REFERENCE 1 POINT AND WITNESS STAKE LATH FINAL GRADE R/w AND/OR GUARD �LIIAL E AND AND LINE STAKE CLEANING STAKE S(AKL'� J .►� , Q. STAKE) •. -SLOPE STAKE TYPICAL C .. , .SECTION ROADWAY STAKING NOTES: 1. STAKES WILL 8E PLACED BY COUNTY FOR SUCH SPECIAL FEATURES AS wlrNEss STAKE BENCHES, STRUCTURES, PIPES, DITCHES, CHANNELS, INLETS AND HEADWALLS. 2. FOR FINAL GRADE AND LINE STAKES; (a.)OFFSETS MAY VARY TO FIT CON- OFFSET DITIONS, (b.) GRADES MAY BE REFERENCED BY CUT.AND/OR FILL MARKINGS, e. (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 sloEwALKs. PUBLICWORKS DEPAC'�T�.4EIV - MARTINEZ, CALIFORNIA - STANDARD PLAN BASIC STAKES AND MARKS TO DE ESTABLISHED BY THE COUNTY SCALE: NONE DATE: JAN. 13, 1969 ' DRAWN: Y A FILE NO: GGIO NC��j� O!`.TF RfVIS14N DF:}rR11'TIC�N BY CHECKED' M. wALFORD CC 3040 M Ifl I'Ii1fiN1 _i�llCl� 1 - ..__ m _.-•www.__.__�.�- - --._ _ .__...__ .-A .-•-':_.�.n.:ri..�'1!•, _ ._ _ _ NOTES: TRAFFIC SIGN AND IIAROWARE ASSEMBLY DETAILS 1 $&ser name and Wall c NO IiCA:E --<Ds.gn6 6ngll conform Id IM c0r4eN Cr.alr.1 Costo evenly 0rdnone4 Eptc•t:t.b•as. _ &I syn wppa•l polls "I b• WOO go,.armsed Waw �� P" •.cols Gs wood so 11.9 plan Q}• ���� -� c f{� '�0j) pp Poses 9narin� Siegel mom• SIgr.9 sad u•ffk elate••mill j ''• _•,��� Siwe Le a4rN4. C • 411:U444'r4•rad.oso psa/e.11b o.v ales llTslp• �t< . �av�., �a '• �a�"� \i� �� ^� .Use 4"06"641.0•4•.616.111,_+y !I.•1143"•Rte alga. ��... - -=� �--- -�, =-�;, �---��-----=��;-fir--:•� 1 Illretl loom• Yyls Ywll be 1lutalted•n Ins cornu wllh Ike pteM91 6601 ollonce ane ubU lava• IM motor *legal. �., pal allm name 6pn esse.,bly thou W Metalled of IM Ibr6.6•Ib.m of c... 1v-0+40= rs••s w."a." son•.•sea ' .west 1..n w .t • Dm^I .n•r9 • M.4 0..n4 •N."te a1.9a1 nnl.ha Yy. Na•...W.66 .hull Ila M.t"Iled •1 the later at .. .l (.., or•,n....44.ns• ,06,16 .An 1.4 r W400 Ives -ft •w-h Suction. (� p'•_-_:� R:TI 0. Viborg Yon peal: are u La 1"6144,93 "No GA tersiAl ••me.4%. I6: ak%m - .1+ • wc.i to love a bell be •anovel S 1 R 41"a•tc 4,11 white 11416hed so if.lra nd.np voile. E 1 1 1 ViteSia con4.abS perm e, Strait tans eons may be k"W11- 1 I 1't 1 ! Ij• Warning 1 $rgn M en It; *"a Yah pail w1M o 570P(RIH)Sign. 24' t 1 24 1 1 24" 1 1 3O• Or---- !,(�_-_�.o p, Pow Nr Watt¢ Sulpwy "I carlfam b Ye cwr•at State ■ Ove I ! f4• DU of4,014"Aws.0rpof 6a'aarraage SrasuiceR•e614t aellecelve 3fr1 I HAIR f M5 ( ( RIR •lode a pore. ptR 1 1 1 1 1 1 l i 11 11 If 11 ! MIN I SeeN• W►eloarafte 1•r all Wolfe Mr. N Red.oal • /���• Post T PURL"CIC-s-OR C5'0WECT0NAM IE R No 1951 1 i SIGN ELEVATIONS Is.:Nol•41 f^ B'ala{min)P. c.(�l. do NO St ALE lira embedmerl: f1oH•te 04 d gape I I; _ 4'X 4'Poll-SU- 1 1 30 mN, r1 L XC PG►e•42' HARDWARE SCHEDULEPIPE FOUNDATION 12•VIM*. "1 $Ae nut(view) C2)el Loc►wa,ner Iganr) ►- ,., se. t.cumy Slaad4ud �3) flotwasner (gave Fuel of I GIRO loco(Acurb g SCALE .1 OIo.•ng CC 302\ W31R 4•E! � J r <�,� f,nlsr.nq .osnu lnit►.l-pwt•d) 4 _+•• /••'- _l _ •r E N Ic 1/4'a 1'Oros• Ilothead Doll �6) f6er roster /0 a Li) Me S 3'h'D.tlordeod DSU Iga+) SCALE 4'r flow 6)C8) Y4 Drol• but O L 53R t1 6) y/.�X GI/t"D.nont.aaA bail (gmv) y N I eiO) Standar) Yon 9.44410 (guly) moi•! U.0 Slondard S sn pachotace JIGIV I d' POST RIR 2 �R2R(25) INTERSECTION DETAIL �a`•'Ird cost olwn'n0m'L tx4ck•t: PLACEMENT DATA _ s a _o },;.hiLE SWIPE MAJOR S TREE T wwolte an 4.601•r",1) (•1"yellow an tete-.r00j) C ,� 4 ] T%lie Signs mutt faceapaoewwh t• 0— Z . Q a.C� �m IS• •�•••+ IS �•... 93from Si dr9ele•>r1 of uolbe. d 0 may TWO-WAY RSRI.:ER S1R.PE r TYPICAL SUGDIVIS;OtI 1i ir,ole veno.) _f'� Edge of pnve_menl--, . . Traffic sign SIGNING PLAN .e,�,� O + Sliest name sign 190' COUNTY- �\ Picketed I0Cal.0o COtlilA COSTA COUNTY ONE-WAY BARRIER STRIPE ' Alternate location}See Nale 4 ►U•LIC WO[t:S OE►AX.TN.CY w•rrr' -u: � (i&011>.n tl S.nd Ydlaal q' -.•� •••�,.• L PLAN VIEW TYPICAL _ STANDaRO Y� Tppied R,1adsd• Syn ie•leflefies SIGN POST \\�.t2'.a. _ SIGNING. STRIPING tl TRAFFIC STRIPING DETAIL 3 tea sc.LE PLACEMEN ;%ia`O� w.ZL7IL(r44ttlALtsnc'�1=.s,/Ct'•lY If+STALLAT:GN DETAILS NO SCALE DETAIL "° SCAB L//IIJIb,iji rr•.r.�L.I(.�_d L - , rJi t It CC 3051 .....moi' ••�Ia ,. - - -•. _ - _. M.. .... _.. Mims � . . r-- I !ss•r!I •MOlhdL.a:�dtay�d ISrd..yA!wdaw d G4��/ -� �A'ar►r✓aw�.��wd � r,I.�YhrlArrulr�.p..d —�srd.h.►.any.snr.r,s' ti.n�q+r+.rn....ru/eiI k.•,lap+l..u«..du/AI `' �A,a�nnl.torr .arh 1''�arf nv twill sPa�rw lb.,,ls.nv _ yoawav—� ,K,, le � ,• a� sou 4UTO no yIEW[ 1tK/Cs SfGTN1N TIN'U hIDEII1lK /.,tA/�wry lYbrr/e / .I,,.ptnp+ry 1T UAww uw �iEGTlON TNN*ova 1i.rNt/�p..gakw� AT uftA1 ciw AT IUMVW KJIW PETAIL 6 0 PETAIL C ❑ PETAIL a GUT TER LII'PETAIL CONT •I-�_ PUBLIC WORKS ICWORKSDEPARTMENT T— �� ••Qa0 - VARIOUS COUNTY ROADS NAteDICAP RAL7PS - t CONST.DETAILS - �o srMnn• wart .!-a �•i�i�t.r. r MM.� - .�rr• �Y!(901Y OA ram. '•'��1 .li �-`3y i• [4 IY ti I.l i EDA SITE SIGN SPECIFICATIONS Size: Sign A: 4 ' x 8 ' x 1 7/8" Sign B : 4 ' x 8 ' x 3/4" Materials : Face : Sign A - 1/4" tempered Masonite Sign B - 3/4" or greater shop sanded (exterior) plywood (one side only) Framing: Sign A - 2" x 4" nominal on four sides and center cross bracing l Sign B - 2" x 4" center cross bracing only Supports : 4" x 4" x 12 ' nominal post a { Assembly: Sign A : 2" x 4" frame to fit 4 ' x 8' board with 2" x 4" cross braces Sign B : To be mounted directly to the 4" x 4" post , with cross bracing Y Mounting: Signs A and B are to be mounted to the 4" x 4" { post with a 3/8" minimum bolt and nut , four on each side of the sign . Each bolt is to have two washers , one between the sign and the head of the bolt and the other between the post and the nut . Erection: 4" x 4" posts are to be set three to four feet deep into concrete 12" in diameter . i i Paint : Face : Three coats outdoor enamel (sprayed) ? Rear : One zoat outdoor enamel (sprayed) f Colors : Crimson Red , Stark White and Royal Blue . Specifically, white background ; "JOBS" in red ; "for your community" in blue ; "EDA" logo and "in partnership with the U. S . DEPARTMENT OF COMMERCE - Economic Development Administration" in black. 2 A Lettering : Silk screen enamels . Lettering sizes and positioning will be as illustrated . Project signs will not be erected on public highway rights-of-way. i Location and height of signs will be coordinated with the agency responsible for highway or street safety in the area , if any possibility exists for obstruction to traffic line of sight . If , at the end of the project , the sign is reusable , it shall be disposed of as directed by the EDA Regional Office . i Scale : 1" 1 ' -0" 1 0087 tiff 00 879 3 i w 4 err h , i 2x4 tl t •' i i N 4x4 POST f 00 Cl 00800 14nN " Vis'"PLYi�4 ( h� 21 d, UA �•�lGf�Y—A �M�lu�`N-ET 00881 i for 1 Ilkyour munity In mt xyrl ip with the U.S. DEPARMNT OF GOMMERCE e Eaxxxnic: Dewlopment Administration 0 SCALE 1" = l' JSISI 3AC1 FOR_FU1?'IMP. 11TO��.ATIOr: ..... ..... r - IP lit r r : {, .,y. (•.!!1� ''fffg'i Sy�ny l'•;:�Ai'M. ,tea};y .,`t i '� _ �� .. SCAIL :.�•:.� fir'• '!i• ..ioti4`:.'���. rid ."'p'. i...ry. r•' / r'`" � -j' -d �::u. ray ,.�' •���^j, ;:•:'.t �: ` L - c►•_.r.. n:1 fir. :f.:'•�> 5, �.�G:a `�::s r'}�:'-'�`9• IN A .al4A' Tc IA Y 6, •L �l s� { t �•Y M-4 is • �. w " `(;'ilr rd rn'it l�2mt of r�Il.. �prrl .. :. :... .:.: t �y� : IPI THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFONRIA In the Platter of Designating }" the Board of Supervisors of the County of Contra Costa } as Solid Waste Management } RESOLUTION- NO. 77/ 796 Agency of the County of ) Contra Costa and Designating } the Solid Waste Coordincting } Bodv as the; Solid waste. Commission ) to advi-se_-.the Board ..on,. Solid ) Waste- Matters. } The Board of Supervisors of Contra Costa County RESOLVES TFLAT: WHEREAS, Government Code Section 66780 of the Nejedly-Z'berg- Dills Solid Waste Management Act and Resources Recovery Act of 1972 (Government Code Sections 66700 ff. ) requires that each ,county in' cooperation with affected local jurisdictions ,prepare a comprehensive, coordinated .solid waste plan for all wasr.e disposal within the county and for all waste originating therein which is to be dis- posed of outside such county and for such other purposes as mandated by lana, whzc= plan is requir-aw to he submitted to the State Solid Waste Management Board for approval, and WHEREAS, Section 17177 of Title 14 of the California Adminis- trative Code requires that said county solid waste plan shall con- tain and define an organizational structure to administer said plan, and =iEREAS, pursuant to such statutes and requlation, the. Solid Waste Management Plan of the County of Contra Costa has beer_ sub- mitted to the State Solid Waste Management Board, which Board approved said plan in its Resolution No. 77/26 dated March 25, 1977,. and WHEREAS, said County Solid Waste Management Plan provides that the management and administration program may preserve the existing administrative structure consisting of this Board of Supervisors as the Management Agency, and the Solid Waste Coordinating Body (formerly known as the Interim Policy Body for Solid Waste Management, serving as the advisory body on solid waste matters for this Board, and ;gUEREAS, the Solid write Coordinating Body of Contra Costa Cour-tv has recom ;ended that the Solid Waste Management Agency for the County of Contra Costa consist of this Beard of Supervisors with advisory isory power; delegated to said Solid 11aste Coordinating Body, NOW, T !:PR FORE BE IT BY THIS BOARD PESOLVED that this Board designates itself as Solid. Nas to 1,1a.nage me-nt .n -:�ncy for 'Contra Costa Cozen s_v. BE IT BY THIS BOARD FURTHER RESOLVED that the Solid Waste Coordinating Body of Contra Costa County is designated as the Solid waste Commission which will act as the advisory body to this Board in matters of solid waste management, said Solid Waste Commission to consist of the persons now serving, or their successors , who shall. :} RESOILJUTI OP. '•JO. 77/ 796, tit eir be named by this Board from the same h ns V, en. ieofathehContra Costa predecessors represented, as set fort g County Solid Waste Management Plan, after due consultation with said constituencies, where appropriate. PASSED and ADOPTED on September 27 , 1917 by the following vote of the Board: AYES: Supervisors - N. C. Fanden, R. I. Schroder, E. H.: Hasseltine, and JAI. N. Boggess. NOES: Supervisors - None ABSENT: Supervisors - J. P. Kenny cc: State Solid Waste Management Board Public Works Director Environmental Control Cities via Environmental Control .. Supervisor Hasseltine Director, Human Resources Agency Health officer County Admin_strator County Lcunse_ County Auditor-Controller, 4 f RESOLUTIOr1 NYt0: 77/ 796 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Designating ) the Health Department of the J County of Contra Costa as ) RESOLUTION NO. 77/ 7.97 Enforcement Agency Pursuant ) to Z 'berg-Kapiloff Solid Waste } Control Act of 1976. ) ) The Board of Supervisors of Contra Costa County RESOLVES THAT: WHEREAS, Government Code Section 66796 requires that there. be designated in each county an. enforcement agency to carry out the provisions of the Z'berg-Kapiloff Solid Waste Control Act of 1976 .(Government. Code Sections 66795 ff. ) ; and WHEREAS, the Health Department of the County of Contra Costa possesses the required personnel, resources and capabilities to carry out the enforcement program mandated by said Z 'berg-Kapiloff, Solid Waste Control Act; and WHEREAS , the Solid Waste Coordinating Body of the County of Contra Costa has recommended pursuant to Government Code Section 66796 (a) (3) that the County designate the Health Department of Contra Costa County and each city designate either the Health Department of Contra Costa County or such other agency as it may deem appropriate as the enforcement agency to carry out the provisions of said act. NOW, THEREFORE., BE IT BY THIS BOARD RESOLVED that pursuant to Govermm�ant Code Section_ 66796 (a) (3) , it hereby designates the Health Dena:trzttent cf Contra Costa County as Enforcement Agency to carry out the provisions of the Z'berg-Kapiloff Solid Waste Control Act of 1976 within the unincorporated territory of the County of Contra Costa. PASSED and ADOPTED on September 27 , 1977 by the following vote of the Board: AYES: Supervisors - N. C. Fanden, R. I. Schroder, E. H. Hasseltine, and W. N. Boggess. NOES: Supervisors None. ABSENT: Supervisors - J. P. Kenny. cc: State Solid Waste Management Board Public Works Director Environmental Control Cities via Environmental Control Supervisor Hassel-tine Director, Human Resources Agency Health Officer County Administrator County Counsel County Auditor-Controller RESOLUTION N0. 77/797 1 BOARD OF SUPERVISORS,- CONTRA ,COSTA COUNTY, CALIFORNIA- Re Krona Lane #7 Annexation ) to the City of Concord, ) RESOLUTION -NO : -,77/ :198 Authorization of City to ) Conduct Building Inspections ) The Board of Supervisors of Contra Costa County, RESOLVES THAT: County Ordinance Code Section 72-4 .006(2) provides a' procedure for inspection ofbuildings in areas in the process-of annexation to incorporated cities . Contra Costa County Assessor' s Parcels Nos . 121-040-015,, 016, 020, 032, 036 and 037 (Krona Lane #7 Annextion) is in the process of being annexed to the City of Concord. Said City Council by resolutions duly and regularly passed and adopted on August 8, and September 12 , 1977 , certified copies of which are on file with the Clerk of this Board, has certified that the City has a building code equal to the building code ord- inance of 'the County of Contra Costa and has requested that this Board authorize the inspection of all buildings and structures in said territory subject to annexation by the City, and that fees payable be collected by the City. Based on said resolutions , this Board hereby finds that the City of Concord has a building code equal to that of the building code ordinance . of the County of Contra Costa and that said City is AUTHORIZED and DIRECTED to cause all buildings and structures erected on Parcels Nos . .121-040_-015, 016, 020, 032, 036 and 037 (Krona Lane #7 Annexation) to be inspected by City forces, and that all fees payable in connection with said inspection may be collected and retained by the City. PASSED on September 273 1977 unanmouslyby Supervisors present. cc: City of Concord County Counsel Building Inspection County, Administrator RESOLUTION NO: 77/79s y{ ■ IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Approval of ) the Final 1-1ap of Subdivision 4931, ) RESOLUTION NO.. 77/7.99 San Ramon Area ) L ) - The following documents were presented for Board.*approval this date: The Final t-Tap of Subdivision 4931, property located in the San Ramon area, said map having been certified by the proper officials; A subdivision agreement with Treetops Unlimited, a Joint Venture, <subdivider, wherein said subdivider agrees to complete all improvements as required in said subdivision agreement within one year from the date of said agreement; Said documents were accompanied by the following: Security to guarantee the completion of road and street improvements as required by Title 9 of the County Ordinance Code, as follows: a. Surety Bond (No. 7307983) issued by The American Insurance Company with Treetops Unlimited, A joint venture as principal, in the amount of $103,500 for Faithful Performance and $104,000 for Labor and Materials; b. Cash deposit (Auditor's Deposit Permit Detail Fo. 02024, dated September 15, 1977), in the amount of $500, deposited by: Pacific Scenes, Inc. Letter from the County Tax Collector stating that there are no unpaid County taxes heretofore levied on the property included in said map, and that the 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; Security to guarantee the payment of taxes as required by Title 9 of the County Ordinance Code, as follows a. Surety Bond (No. 7307984) issued by The American Insurance Company with Treetops Unlimited, a joint venture as principal, in the amount of $15,000 guaranteeing the payment of the estimated 1977-78 tax; Now THEREFORE BE IT RESOLVED that said Final Nap is APPRO17ED and this Board does not accept or reject on behalf of the pbulic 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 September 27, 1977. Originating Department,: Public Works Land Development Divi?ion , cc: Public Works Director - LD Director of Planning Treetops Unlimited c/o Pacific Scene 2505 Congress St. San Diego, CA 92110 Tax Collector RESOLUTION NO. 771 /'799 UVC i SLWIVISION AGREE:-;NT (;1) Subdivi:...on: Tract 4931 (§•t) Subdivider: Treetops Unlimited, (Gove,nment Code §s66462 a Joint v n` • e and 3§66463) (§1) Effective Date: September_L , J97i— (§l) Completion Period. ne ear 1. PARTIES & DATE. Effective on the above date, the County of Contra Costa, California, hereinafter called "County", and the above named Subdivider, mutually promise and agree as follows, concerning this subdivision: 2. IMPROVEMENTS. Subdivider shall construct, install and complete road and street improvements, tract drainage, street signs, fire hydrants, and all improvements as required by the County Ordinance Code, especially Title 9, and including future amendments, and all improvements required in the improvement plans of this subdivision as reviewed and on file in the County's Public Works Department. Subdivider shall complete this work and improvements (hereinafter called "work") within the above completion period from date hereof as required by the California Sub- division dap 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. GUARA ITEE• Subdivider guarantees that the work is'. n3 will be free from defects and will perform satisfactorily in accordance with Article 9,. -4.4 of the County Ordinance Code; and he shall so guarantee it for one year after its completion and ac.:eptance against any defective workmanship or materials or any unsatisfactory performance. 4. IMPROIrEAIE`T SECURITY: Upon executing this agreement, Subdivider shall, pursuant to Govermment Code §§ 66499, deposit as security with the County: A. For Performance and Guarantee: $' 500.00 cash, plus additional security, in the amount of $103,500.00 which together total the estimated cost of the work. Such additional security is presented in the form of: ❑ Cash, certified check, or cashier's check ❑y, Acceptable corporate surety bond ❑ Acceptable irrevocable letter of credit i;i.th 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- sh-ip or materials or any unsatisfactory performance. Upon.-completion of the work, Subdivider may request reduction of the amount of this bond in accordance with County Ordinance. B. For Payment: Security in the amount of S104,000.00, which is the estimated cost of the work. Such security is presented in the form of: ❑ Cash, certified check, or •cashier's check ❑ Acceptable corporate surety bond ❑ «cceptable irrevocable letter of credit i,Iith this security the Subdivide_- guarantees payment to the contractor, to his subcon- tractors, and to persons renting equipment or furnishing labor or materials to tihem or to the Subdivider. -Y- pp Microfilmed with board order 0088(19 y A� ML Ll • S. WARRANTY. Subdivider warrants that said improvement plans are adequate to accomplish this i-.ork as promised in Section 2; and if, at any time before the Cou.ty's resolution of completion for the subdivision, said improvement plans prove to be inadequate . in an;• respect, Subdivider shall make changes necessary to accomplish the work as promised. 6. NO WAIVER BY COUNTY. Inspection of the work and/or materials, or approval of work and/or materials inspected, or statement by any officer, agent or employee of the County indicating the work or any part thereof complies with the requirements of. this Agreement, or acceptance of the whole or any part of said work and/or materials, or pay- ments therefor, or any combination or all of these acts, shall not relieve the Subdivider of his obligation to fulfill this contract as prescribed; nor shall the County be thereby estopped from bringing any action for damages arising from the failure to comply with any of the terms and conditions hereof. 7. INDEWNITY. 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 beards, commissions, officers, agents and employees. B. The liabilities protected against areany liability or claim for damage of any kind allegedly suffered, incurred or threatened because of actions defined below, and including personal injury, death, property damage, inverse condemnation, .or any combi- nation of these, and regardless of whether or not such liability, claim or damage was unforeseeable at any time before the County reviewed said improvement plans or accepted the work as completed, and including the defense of any suit(s) , action(s) or other pro- ceeding(s) concerning these. C. The actions causin; liability are any act or omission (negligent or non- negligent) in connection with the utters 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 plan(s) or specification(s) in connection with this work or subdivision, or has insurance or other indemnification covering any of these matters, or that the alleged damage resulted partly from any negligent or willful misconduct of any Indemnitee. S. ' COSTS. Subdivider shall pay when due, all the costs of the work, including inspections thereof and relocating existing utilities required thereby. 9. SURVEYS. Subdivider shall set and establish survey monuments in accordance with the filed map and to the satisfaction of the County Road Commissioner-Surveyor. 10. NONPERFOILMANCE AND COSTS. If Subdivider fails to complete the work within the time specified in this Agreement or extensions granted, County may proceed to complete them by contract or otherwise, and Subdivider shall pay the costs and charges therefor immediately upon demand. If County sues to compel performance of this Agreement or recover the cost of completing the work, Subdivider shall pay all reasonable attorneys ' fees, costs of suit, and all other expenses of litigation incurred by County in connection therewith. 11. ASSIGN7,11E; If, before County accepts the Stork, the subdivision is annexed to a city, the County may assign to that city the County's rights under this Agreement C.and/or any deposit or bond securing them. -2_ - 00,9'0 r STATE OF CALIFORNIA) (`•JUNTY OF SAN DIEGO) ss: • 'r1 this gthday of September , 1977, before me, the undersigned, a Notary Public in and for said county and state, personally appeared D.R. McArthur known to me to be the Exec. Vice President, and Marc Sandstrom r:nown to me to be the Secretary, of FINANCIAL SCENE INCORPORATED, tine corporation that executed the within instrument, said persons being known to me to be the persons who executed the within instrument on behalf of said corporation, said corporation being known to me to be one of the joint venturers of TREETOPS UNLIMITED, the joint venture that executed the within instrument, and acknowledged to me that such corporation executed the same, both individually and as joint venturer of said joint venture, and that such joint venture also executed the same. IAL SEAL WITNESS my hand and official seal. , =-CALIFORZNIA TAK r.,,.. . NOFORNIANTY1i 24, 1979 Notary PL61ic in and for said county and state. 9505 Cowm, s St.. Says Diego. CA 92110 STATE OF CALIFORNIA) ss: COUNTY OF SAN DIEGO) On this 9th day of September , 1977, before me, the undersigned, a Notary Public in and for said county and state, personally appeared T.G. Schowalter , known to me to be the Vice President, and Wilbur E. Johnson , known to me to be the Assistant Secretary, of PACIFIC SCENE, INC. , the corpora- ti.on that executed the within instrument, said persons being known to me to be the persons who executed the within instrument on behalf of said corporation, said corpora.- being known to :mz to be one o� u-te joint venturers of TREETOPS UNLIMITED, the joint venutre that executed the within instrument, and acknowledged to me that such corporation executed the same, both individually and as joint venturer of said joint venuture, and that such joint venture also executed the same. _ WITNESS m hand and official seal. l,1, OFFICIAL SEAL y tc1ARYANN STULAK NOTARY PUBLIC - CALIFORNIA •_.�f/J�ry�.Li �� �� ;s�' SA:d DIEGO COUNTY 24, 1979 Notary ublic in and for said county and state. �* 2505 Co, Sr., Son Diego, CA 92110 mcrommea-with board order 00 891 , I:I:t ORD `AP In cons iwuration hereof, County shall :allow Subdivider tr..LLL and record tilt! Final Nap.or. Parcel. ?lap, for 'sa id Subdivis ion. CO::TV% CU5T:1 COI,'\Tl SUBDII'IUIsR:. (see note below) Vernon L. Cline, :TREETOPS UNLIMITED, A Joint Venture. Public Ilorks Director PACIFIC SCENE, INC. By By ; S -�. -f4. 4a Deputy (Designate of ficial capacity in the buisiness, TObi SCHOSI TER, VICE PRESIDENT Q f�•1 E :t(rC0LME\DED FOR APPROVAL: -FrHANCIAL SCENE INCORPORATEDPAY . By 970 ;4: Assist ant Zyublic [dor Director y (CORPORATE SEAL) •.� (; 1Q, ; I'ORM. APPROVED: JOHN B. CLAUSEtI, �FuR► � County Counsel A. State of- California ) (Acknowledgment by. Corporation, Partnership, County of )ss. or .Individual) . On the person(s) whose .name(s) is/are signed above for Subdivider and who is/are knwon to me to be the .indivfdual(s). and officer(s) or partner(s) asstated above who signed this instrument, personally appeared before me. and acknowledged to me that ,he executed it and that the corporation. or partnership named above executed it. (NOTARIAL SEAL) : ttotary .Public. fur said County and State (Subdiv. Agrmt. CCC Std. Form) LD-9 (Rev 1/77). LL ' RCS NO: 7307983 If $aN- PREMIUM:$1r 040.00 IMPROVEMENT SECURITY 130ND FOR SUBDIVISION AGREE 1,4E;NT (Performance , Guarantee, and Payment ) (Calif. Government Code §§664D9=661499 .10 ) OF FINANCIAL SCS INCORPORATED & 1 . Op LIGATION. Treetops Unlimited, A Joint VenturefpACIFIC SCENE, INC. , as Principal , THE MERICAN TiTSURANCE COMPANY , a corporation organized and existing under the laws of the State of j yLV JER= and authorized to transact surety business in California, as Surety, hereby jointly and severally bind ourselves , our heirs, . executo~s, administrators , successors , and assigns to the Caunty of Contra Costa, California, to pay it : (A. Performance & Guarantee ) " One hundred three thousand and five hundred ****************** Dollars ($ 103,500.00 ) for it--elf or any ci ti-assi nee under t:e below-county sul)division hgreement , plus (B. Payment ) One Hundred Four Thousand * * -- ---Dollars ( $ 104 000.00 ) to secure t'r_e claims to rrtiich reference is made in Title lcora^encing iriti-h Section 3082) of Part 4 of Division 3 of the Civil Code of the State of Califor- nia. c . RECITAL Cr SUBDIVISION AGREE11ENIT. The Principal- has executed an `• :��reemnr.t with, 'he County to install and pay for street , arai na STATE, OF CALIFORNIA) COUNTY OF SAN DIEGO) ss On this 8th day of September , 1977, before me, the undersigned, a Nlotary Public in and for said county and state, personally appeared T.G. Schowalter , known to me to be the Vice President, and Wilbur .E. Johnson known to me to be the Assistant Secretary, of PACIFIC SCENE, INC. , the corpora— tion that executed the within instrument, said persons being known to me to be the persons who executed the within instrument on behalf of said corporation, said corpora— tion being known to me to be one of the joint venturers of TREETOPS UNLIMITED, the joint venut�re that executed the within instrument, and acknowledged to me that such corporation .executed the same, both individually and as joint venturer of said joint venuture, and that such joint venture also executed the same. WITNESS my hand and official seal. WNO.TA�4QY OFFICIAL SEAL STULAK PUBLIC - CALIFORNIA L`;_GO COUNTYi ic, S_P 24, 1979 Notary Public in and for said county and state. - 2505.Conar4;%- ST., S-1 Loiayo, Cet 92110. >_ STATE OF CALIFORNIA Z SS. Joint Venture COUNTY OF San Diego Acknowledgment by Corporation 1 (L On September 7 1977 before me, the undersigned, a Notary Public in and O O for said County and State. personally appeared D. R. McArthur j r' U known to me to be the Exec. Vice president,and Patricia R. Hirai { AssistantFinancial Scene Incorporated I W known to me to be the Secretary of j ZZ -I the corporation that executed the within instrument and known to me to be the persons who executed l F— the within instrument on behalf of said corporation and acknowledged to me that such corporation ex- f- I Q ecuted the within instrument pursuant tc i`'ted or a Resolution of its Board of Directors; said W Z corporation being known to me to be a joint venturer of reetops Unlimited a joint venture, the joint venture that executed the within instrument,and acknovrledged to me that such corporation executed the same individually and as 1 such joint venturer and that such joint venture Notary seal J C executed the same. U. ,,.. . OFFICIAL SEAL %� i:: ? .1. GENTRY i N WITNESS my hand and o ficial s�,� a NOTARY PUBLIC-CALIFORI`4 i ?of G-y�CiL..�.- _ /?�G-rLv�C. SAV DIEGO COUNiY li , itiryr mrlfm. tsgtitm lJli'1 U 1981 r•�� Notary Public in and for said County and State. Microfilmed with board order 0091 amounts due under the Unemployment Insurance Act with respect to such v,ork or lacor, that said surety will Day the same in an amount not exceeding the amount hereinabove set forth, and also in case suit is brought upon this bond, ::ill pay, in addition to the face amount thereof, costs and reasonable expenses and fees, including reasonable attorney ' s fees , incurred by County (or city assignee ) in• successfully enforCing such obligation, to be awarded and fixed by the court ; and to -be tared as costs and to be included in the judgment therein ren- dered. It is hereby expressly: stipulated and agreed that this bond shall inure to the benefit Of ,any and all persons , companies and corporations entitled to file clains under Title 15 (commencing with Section 3082) _ • of Part 4 of Division 3 of the Civil Code ) so as to gine a right of . action to them or their assigns in any suit brought upon this bond. Should the condition of this bond be fully performed then this . obligation shall become null and void, otherwise it shall to and remail: in full force and effect . C. No alteration of said subdivision agreement or any plan C. or specification of said :-pork agreed to b, the Principal and the County shall relieve any Surety from liability on this cone. ; and con- sent is hereby given to make such alterations without furtmer notice to or consent by Surety ; a_nc� the Surety here::; waives -'-a prov_'sioils of Calif. Civil Code §2°ly ,• and holds itself Gourd ::itl_out •'rc, urd to and indenendently of any action against Princ _nal whenever .talzen. SIG!4EI) AI.TD SE A LED on SEYMMER 7, 1977 I} j PRINCIPAL TREETOPS UNLIMITED, a Joint Venture FIkl AL -SCENE INCORPORATED 'SURETY YAC IC CENE �NC. THE AMERICAN INSUPUMCE B GI�`wti �� P• $yl�- :�iLl L._� By C014PANY 13Y l/��1:' �+ L���-QZ`. By � <<-Yer/ �.yJ?Y. �: By 7Yc x ii' �F }: .. fi jC :T :t T 7E .. T 7: T T - 7' 7C X 1•'E - '1': „ X E.. T:/ is :T Or ILI_14aa_ State of CaliforniaNANCY.-E• ' ��'-u County of SAN D= ss . (ACKN0'.,!LEJG!SE:;T BY SURETY; i POWER OF THE AMERICAN INSURANCE COMPANY A770RNFY KNOW ALL MEN BY THESE PRESENTS: That THE AMERICAN INSURANCE CO.NIPANY,'a Corporation dtily organized and existing undf-r tit.- logo:. ul the State: of N. w Jer::ey. and hewing its Home Office in the City and County of San Francisco. California has made, rr•n:ailut,:! an•t appulnted, and dtte:l by th•�se presents make, corlst;tuh: and appoint WAYNE G. PLAZAK and NANCY E. GROVER jointly or severally it:. Inv- onJ l,rwlulAtl.nney(;:)-ia-Fact, with lull puwer and authority hereby conferred in its name, plat-e and stead. to execute, seal, ar•knowledge and deliver any and all bonds, undertakings, recognizances or other written o_bliga- tiolis in the nature thereof. mid to bund th,- Corpurahun thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the cor1h)rale ::eat of 11w Corporation and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorneys)-in- Fn:-t trial do in the premises. Thin power of rittorney is granted pursuart to Article Vill, Seclion 30 and 31 of Bylaws of THE AMERICA:: INSURANCE COMPANY n..w nt lull lor•::.•nntl ellect. �rh:•h Vtl!, .1p) ;'.1,.,0 nod Atith-4111 .,f Risid.0 Ass%slant Srrrrlur,ra, nod Afiv# ry-in-Fart and J,,ruts h, arrept Lerlul Proera.+ and Make pprn,nurr>. Ser-non 30 Apjwsintmrrt. The Chairman of the Board of Directors, the President, any Vice-President or any other person authorized by the Board nt D.rnclors, if,v Chairman of the Board of Directors, the President or any Vice-President,may,from time to time,appoint Resident Assistant Secretaries and Attorneys-in-fact to represent and act for and on behalf of the Corporation and Agents to accept legal process and make appearances for and on behalf of tit.. Corporation. n.at a1 .loah-wir,,. Th•• A.ttlin.oy of mwh Resident Assitilant Secrelarivs. Atlorneys-in•Fact, and Agents shall be as prescribed in the instrument id.n•i n1 11,.•ir cippt•adtv.-W. and any su.h appointment and all authority gninied llierc•hy may be revok«d nt any time by the Board ot. Directors or ly .u.y 1.•tr.on .-all-a+v......1 1,, mnk.r surf: np!otniment.-. . fhb: power of •01orrtt•y i:. !Agned and -:,!oiled under and by the authority of the following Resolution adopted by the Board of Directors .,l THE AMERICAN INSURANCF COMPANY at a meeting duly catl•:rt and held on the 28th tIay of September, 1966, and that said ftest4unvn )in:: not in:en nrnendcrl or repealed: •111:01QLVED, that the. ::ignature of any Vice-President. Assistant Secretary. and Resident Assistant Secretary of this Corporation, and lit,• :val of tile: Corporation may he affixed or printed on any power of attorney, on any revocation of any power of attorney, or on r':;:y cerblit:ait• reloling thereto, by facsimile, and any power of attorney, any revocation of any power of attorney, or certi!icate bearing :::i:h fac::imil.• ridnalure or !nc.imito seal shall be valid and binding upon the Corporation." IN WITHESS WHEREOF. TIIE AMERICAN INSURANCE COMPANY has caused these presents to be sign•.d by its Vice-President, and its t r+r;• iot•• neol. to he her-unto affixed the_ _863l_day of FebTila v 19_7 • ���; ;•�ti THE AMERICAN INSURANCE COMPANY r tor` By Vice-President STATE OF CALIFORNIA, ss. CITY AND COUNTY OF SAN FRANCISCO Chi on:: 8th _Liciy of. r,Eebruar_y__. ._ _, 19-_7-7_, before me personally came--__111.ia1I_W__Lauhe-r _ io vtt• known. who. bt.ing by nip duly sworn, did depose and say. that he is Vice President of THE AMERICAN INSURANCE COMPANY, th.• t'url archon do!:cribed in and which executed the above instrument; that he knows the seal of said Corporation; that the seal affixed t•, Ilio::nal im;Irtuneul is:rich corporito sent; tfint it was so affixed by order of the Board of Directors of said Corporation and that he signed ht.: mune• Iherero by like order. IN WITNESS WHF,REOF. I have hereunto set my hand and affixed my official seal, the day and year herein first above written. t•17rt:•tW 17H77CY7]7:::lla:�:1-.:•r 17;rS:. '::+:0:':57:1 •' �r•-+-f moi' `r::i � ,... .._..__ _ ._..._...___...._......_ Rj-r1 (tihfli'"i �.�l:" ':r� Notary Public lCr Gy. c.. 16 CERTIFICATE it NNt7771711U7c7rrru':'.0.7::r.,.•.,t;:,.,...' ... ..r f.1 STA'rE OF CAL!FOR.NIA, CITY AND COUNTY OF S.iN FRANCISCO f ss uu,lor::t_7n.•ct, Assi:ctant Secretary of THE AMERICAN INSURANCE COMPANY. a NEV: JERSEY Corporation, DO HEREBY 1 Ui•iFy m•:i thr• Itncq.n;Ztq and oltnche,:I POWER OF ATTORNEY remnln_: tit full ft.rce and ha not been revoked; and furthermore :f. 1: f rt:t I, VIII. S-:1pon: 30 and 31 of the Ry-la:•s of the Corporation• and h•• Re=:311.1tion of Bc x.d of Directors, set !orth :n the 1'•,s,••-r •d All rm y -ire nn:r tit force. le-1Z Signed and ::.-sled at the City and County of San Francisco. f3cted theL,_dtzf of rG� l+r�f„['-'Z2i . !9 r: • -- 5s:s:ant CJocretaC r '= - y oozy ,•*h(e"�J•` Microfilmt:d wI ar order 360546 t HO 1 --TA- 11-76 EDWARD W. LI:AL ALFRED P. LOME'LI Coun.y treasurer-Tax Collector Assistant County Treaaurer- TAX COLLECTOR'S OFFICE Tax Calheetar a aof Taxes First =cat a:iczcsDue ani Payable CONTRA COUNTY1• JS-TA Delinquent on the First Day of Novemt-r on the Tenth Day of Deceaber MARTL!tiEi' CALIFORNIA ------------- Second 1.13tclisent of Taxes Phone 226--3000,=at. 2335 Second Instollment o:Texes Due and Payable _ Deiinquert on the First Day of February Ailt;uSt 21ry 1977 on the Tenth Day of April IF THIS TROCT IS NOT MED BY OCTOBER 31, 19779 THIS L IS VOID This vial certify that 1 rave examined the map of the proposed subdivision entitled: TRAICT 1,10. 4931 - and have determir ed from the official tax records that there are no unpaid County taxes heretofore levied on the property included :lr� the map. The 1,,176-72-- tax lien has been paid in full. Our estimate of the 1P7 7-7 tat li.e_n., which became a lien on the first day of I-rch, ,I C7 7, is $ 1 S.00G.00 EMM W. ISAL Tax Collector �r Microfilmed with board order 00897 STATE OF CALIFORNIA) ss: „CUN%Y OF SAN DIEGO) nn'this Rth day of September , 1977, before me, the undersigned, a Notary Public in and for said county and state, personally appeared T.G. Schorr.,alter a known to me to be the Vice President, and Wilbur E. Johnson , known to me to be the Assistant Secretary, of PACIFIC SCENE, INC. , the corpo,•a— tion that executed the within instrument, said persons being known to me to be the persons who executed the within instrument on behalf of said corporation, said corpora— tion being known to me to be one of the joint venturers of TREETOPS UNLIMITED, the joint venutre that executed the within instrument, and acknowledged to me that such Zorporation executed the same, both individually and as joint venturer of said joint :venuture, and that such joint venture also executed t same_ t WITNESS my hand and official seal. �. OFFICIAL SEAL � 1.lAf:�'Ai dN STULAK NOTARY PUBLIC - CALIFORNIA �`�t t , ��,,� ���^ •+r,' SA?1 l)tf GO COUNTY ex,i•cs SEP 24, 1979 Notary- Public in and for said county and state. - ,-- 2505 Conga.; Sr., Soo Diego, CA 92110 1 f } I STATE OF CALIFORNIA Z 55. Joint venture Q COUNTY OF San Diego Acknowledgment by Corporation I (L On September 7 1977 before me, the undersigned, a Notary Public in and j o 0 for said County and State, personally appeared D_ R 1VMnArflhnr - U Known to me to be the Exec. Vice President,and Patricia R. Hirai 1J Known to me to be the Assistant Secretary of Financial SceneIncorporated J the corporation that executed the within instrument and Known to me to be the persons who executed f— the within instrument on behalf of said corporation and acknowledged to me that such corporation ex- Q ecuted the within instrument pursuant to its By-Laws or a Resolution of its Board of Directors; said Z corporation being Known to me to be a joint venturer of Treetops Unlimited . o a joint venture, the joint venture that executed the within instrument,and acknowledged to me that such i. O corporation executed the same ineividua:ty and as I L such joint venturer and that such joint venture Notary Seal J Q executed the same. ^^ U OFFICIAL SEAL 4 A`1BE:', J. GEPJTRY ~ WITNESS 7 and and o ficial seatNOTARY PUBLIC -CAUFORNIA SAN DIEGO COUNTY C-' •1 �-"�--z.� 1 My comm. expires IA?f 11, 1431 j i v r•» Notary Public in and for said County and State. j State 01CALIFORNTA County of SAN DIEGO ss� i On SEPTEKBER 7, 1977 , before me, a Notary Public in and for said County and State, residing therein, duly commissioned and sworn, personally appeared NANCY E. GROVER known to cne to be A o;neyin•Fact of TBE ALLNIERICM INSURANCE OOMPr'1111Y the corporation described in and that executed the within and foregoing instrument, and f:.oan to bP the raison who execu!ect the said instrument in behalf of the said corporation. and he duly acknowledged to me that such corporation executed the same. IN WETNESS WHEREOFiA&SA rg= tet . official seal, the day and year stated in this ce:6ficate above. OFFICIAL SEAL :�,--�---'- ADEL%I\ 11. SIEVERS 2Wfy Commission Expire "OR.IIA• PRINCIPAL OFFICE IN L fCublic ADELU2�T M. 51��� 360212-6-66 i SAN OIEGO COUNTY G' My Commission Expires July 26, 1981 with Eoard o-a 1 is szas�=u s�z�szsis�,�.s�-zs ssz -�sz, med �,y f3 "0:73Q79-'j` T ?l X 13 O 24 D Bi"N- P10-IM-1 Si 13.00 ALL ME'll BY TitL•'SE That we, TREETOPS UNLIMITED, a Jointventure composed of FINANCIAL SCENE 1NCOR`0RATED AND PACIFIC SCENE, INC. , as principal, and THE AMERICRN INSURANCE C MANY , a corporation organized and existing under the laws of tine State of. NEW JZPt Ps surety, are held and firmly bound unto the Countv of Contra Costa State of California, in file sum of Fifteen Thousand Dollars ($15,000.00 __-) , lawful money of the United States of America, for the paymgnt of which sum well and truly to be made to said C70UNI'y OF CONTRA COSTA we•.and each. of us bind ourselves, our heirs, executors, administrators, successors and assigns; jointly and severally, firmly by these presents. SEALED with our seals and dated this 7th day of SEPTEM5ER 1977'; The condition of the above obligation is such that whereas the above bounden principal ' is about to file a map entitled, Tract 4931 which shall be a subdivision of a tract of land in said city of Unincorporated County of Contra Costa and there are certain liens for taxes and special assessments collected as taxes against the tract of land covered by said map. The taxes and special assessments collected as taxes are not as yet due or payable. Therefore, if the said principal shall pay all of the taxes and special assessments collected as taxes when above mentioned taxes and special assessments become due and payable, which are a lien against said tract of. land covered by said map at the time of the filing -of said map, then this obligation shall be void and of no effect. Other-- _ wise it shall remain in full force and effect. TREETOPS UNLIMITED, ; .PRINCIPAL: a Joint Venture SURETY: - P: CIFIC S ENE, I: 'TIS AMERICAN -INtX�IPANY _ We,= E. GMVEF�tATTORNEY-11q..FAcT INAANCIALj SCENE INCORPORATED BY - _ ;} By -f PRINCIPAL NOTARY SURETY- NOTARY Microfilmed with board order r ••:t:NE:RAL AT',r H EOF Y THE AMERICAN INSURANCE COMPANY A:";CrHNEY YNOW ALL MEN BY THESE PRESENTS: That THE AMERICAN INSURANCE COMPANY. a Corporation duly organized and existing tin![,!r tliv lawn v1 lite State o1 N"-w Jersey, and having its Horne Office in the City and County off San Fra.'tcisco, CaNfornia. h= made, r•--,ru:filmed on,! appointed, and does by these presents make, constrtutc and appoint WAYNE G. PLAZAK and NANCY E. GROVER jointly or severally ,t:. trtto and luwlui Alturney(:t)-in-Face. with full power and authority hereby conferred in its name, plar•e and stead, to execute• seal, acknowledge and deliver any and all bonds, undertakings, recognizances or other written obliga- tions in the nature thereof. __ _ -_----- afid to hind tit•- Corporation thereby as fully and to the same extent as if such bonds were signed by the President, senled with the c0qu)ratr seal of Ifte Corporation and duly attested by its Secretary. hereby ratifying and confirming all that the said Attarney(s)-in- I-m-t may do art the premises. Thi:: power ul nitorney is granted pursuant to Article Vill, Section 30 and 31 of By-laws of THE AMERICAN INSURANCE COMPANY it-w to lu!I fur-:.- --inti effect. ' •',riwh VIII Appointi-ni earl Asilh-4o 4 Rrxidrnt Axx;xtunt Srrrrtarit%. pun! .lttarnrp.irnPart and :L.rittx to accept Leuul Nrocrs,r and Blake t r•e•'u ro n rr•r. Section 30 tpp��++rr.;ntrrtcnt. The Chairman of the Board of Directors, the President any Vice-President or any other person authorized by the Board the t:liairman of the Board of Directors, the President or any Vice-President,may,from time to time,appoint Resident Assistant Secretaries and Ai,orneys-tn•Fact to represent and act for and on behalf of the Corporation and Agents to accept legal process and make appearances for and on behalf of 11— --orporation, h.a, 11 .Inlhorih.. Tlw A„thonly of nn-h Resident Assistant Secretaries. Auorneys•in•Fact. and Agents shalt be as prescribed in the instrunrnt -I.a•Irnt lh.•.r nplo"ntru.•nl• and any such appointment and all authority granted thereby may be revoke-d at any time by the Board of Directors or 1... .nr; I•.•n.un I niiv•w••r.•91 t,.. ,nnko stich nppointment.' niw power of -illotit •y i!: signed and ::,soled under and by the authority of the following Resolution adopted by the Board of Directors ,A THE AMERICAN INSURANCE. COIAPANY at a meeting duly caller] rind held on th.-! 29th day of September. 1966, 'and that said Rr•:,--,lotion ha: not bo,m arnenderl ur repealed: that the ::igt:ature of any Vice-Pre:,idrrnt, Assistant Secretary, and Resident Assistant Secretary of this Corporation, and tho :fritl of lha: Corporation may be affixed or printed on any power of attorney, or any rev.)calion of any power of attorney, or on arty certifil:atr• relating thereto. by facsimile, and any power of attorney, any revocation of any power ai attorney, or certificate bearing .:twh facr.ianile nignalure or lacnimile seal shall be valid and binding upon the Corporation.” IN INITNESS WHEREOF, THE AMERICAN INSURANCE COMPANY has caused these presents to be sign•.rd by its Vice-President, and its corn—rot-- real to I,a hereunto affixes this_ ..8th day of_ Feb.-r� 19_7 THE AMERICAN INSURANCE COMPANY co''` By _ Vice-President STATE OF CALIFORNIA. CITY AND COU14TY OF SAN FRANCISCO ss. On oris 8th _d(ty of._. ____eb nary__ 19_3-Z, before me personally, came___..Ri11iaM_W__.Lquher _ to t,tt�- kt.c)wtn, who. being by me duly sworn, did depose and say: that he is Vice President of THE AMERICAN INSURANCE COJAPANY, 11w C'urporttttort described in and which executed the above instrument; that he knows the seal of said Corporation; that the seal affixed I„ III,--::.tiff in:;irumr,nt is such corper,iter, seryl; thnt it was so affixed by order of the Board of Directors of said Corporation and that he signed hi:; n,rrur thowlo by tike order. IN WITNESS WHEREOF, I hov.., hereunto set my hand and affixed my official seal, the day and year herein first above written. Rn,ic:uue,inc►::ceact: . a: ;•rr.�r a:c: :;c';7 , _ r=mac S •.r-• :-: r...� • �'r" Notary Public _ %) CERTIFICATE alccrauscunncat:ra •c:aui..i::..•, t: STATE 01' CALIFORNIA, ss. CITY AND COUNTY OF SAN FRANCISCO I 1, Ili,• tu,dors,7n,•d. Assistant Secretary of THE AMERICAN INSURANCE COMPANY, a NEW JERSEY Corporation. DO HEREBY a:rtil'IFY tiv; it,,, iorcg ntiq .ind attached POWER OF ATTORNEY r->rlimr.: in fall ICrCe and has rot been revoked. and furthermore til-it Arlwl.• `.1!i S.•.:tltvc: 3u and 31 of the Ry-law- of the Corporacion. and Ili- Resolution of the Board of Directors, set forth in the I'••...•r ,d All --.---y -ire nnw tri lures. S,gned and :Baled at the City and County of Sart Francisco. Dated theday o r ssistant Secretary -'"c Micro timed with board order 360546 t 1-101 --TA-- 11-76 In the Board of Supervisors of Contras Costa County, State of California September 27 , 19 77 In the Matter of One-time $15 payment to Certain Exempt Employees. Mr. Charles Leonard, Director of Personnel., having submitted a September 21, 1977 report to the Board referring to Resolution No. 77/711, which granted authority to extend benefits to unrepresented employees in classifications where salaries were tied to represented classes, and referencing recent agreements which granted a one-time $15 payment to incumbents of certain classes represented by united Clerical Employees and Associated County Employees, and having recom- mended incumbents of the following unrepresented exempt clas- sifications also be granted the one-time $15 payment : Account Clerk II - Project Account Clerk Trainee - CETA Account Clerk Trainee Project Clerk - CETA Deputy Clerk I Engineering Technician I - CETA Intermediate Stenographer Clerk - Project Library Clerk - Project Senior Clerk - Project Stenographer Clerk - Project Typist Clerk Trainee - CETA Typist Clerk Trainee - Project Typist Clerk - Project IT IS BY THE BOARD ORDERED that the recommendation. of the Director of Personnel is APPROVED and the County Auditor-Controller is instructed to take the necessary steps to insure that those incumbents of the above-listed classi- fications who would have been eligible were they in represented ' units do .receive the special payment at the same time as the represented employees. PASSED by the Board on September 27, 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: Director of Personnel Supervisors County Auditor-Controller affixed this2- Ltjaday of �P=tPml,c�r 197 County Administrator Department Heads Municipal Court Clerk-Administrator J. R. OLSSON, Clerk Municipal Court Marshal B '/ l x � Director, y ,��1,- Deputy Clerk Human Resources Agency Ii -24 3/76 15m M Contra Costa CIVIL. SERVICE DEPARTMENT C �iy Administration Building "J� Martinez, California Date: September 21 , 1977 � TO: Board of Supervisors 1 RECEIVED FROM: Charles' J. Leonard? Director of Personnel 56 SEP a6, 3971 SUBJECT: One-time $15 Payment to Certain Exempt Employees J. R. OLSS013 CLERK BOARD OF SUPERVISORS OCOST CO. As you are aware, employees in certain classifications represented by United Clerical .Employees and Associated County Employees are to receive a one-time payment of $15.00 as a result of the recently concluded salary negotiations. In accordance with the authority delegated in Resolution 77/711 , as Director of Personnel , I have determined it is appropriate to extend the one time payment of $15 to incumbents of the following unrepresented exempt classifications: Account Clerk II-Project Account Clerk Trainee-CETA Account Clerk Trainee-Project Clerk-CETA Deputy Clerk I Engineering Technician I-CETA Intermediate Stenographer Clerk-Project Library Clerk-Project Senior Clerk-Project Stenographer Clerk-Project Typist Clerk Trainee-CETA Typist Clerk Trainee-Project Typist Clerk-Project- This lerk-ProjectThis action is consistent with the Board's policy of providing equivalent compensation and benefits to the unrepresented employees in project classifications . that are tied to regular Civil Service classifications. It is also consistent with our contract with the. Department of Labor which commits the County to pro- viding CETA employees with equal compensation and benefits as that provided classified employees. Also, the extension to Deputy Clerk .I is probably required by the government code language which equates Deputy Clerk I with Typist Clerk for compensation purposes. My staff estimates this payment will cost $1395. The Board is requested to acknowledge receipt of this memorandum and to approve my decision to extend the payment to those incumbents of the above listed clas- sifications who would have been eligible for, the payment had they been in regular .F permanent positions. ACM:pr - Microfilmed with board order �K 83 In the Board of Supervisors of Contra Costa County, State of California September 27 , 19`7 L . In the Matter of Letter pertaining to donation of funds to County Service Area 7. P-1, Crockett area. The Board having received a September 15 , 1977 letter from Mr. Bab Simontacchi, President, Crockett Park and Recreation Association, certifying that said association will donate "$7500 plus" to County Service Area P-1 for renovation of the Crockett Community Auditorium to provide a community service center; IT IS BY THE BOARD ORDERED that receipt of the afore- said communication is ACKNOWLEDGED. PASSED by the Board on September 27, 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'• Crockett Park and Witness my hand and the Seal of the Board of Recreation Assn . Supervisors Mr. B . Simontacchi affixed this 2 !Yhday of September , 19 77 400 Kendall Ave . Crockett 94525 J. R. OLSSON, Clerk Public Works Director County Administrator B A, Deputy Clerk Helen C. Marshall I _)QO2 . . , H-24 3/76 15m In the Board of Supervisors of Contra Costa County, State of California September 27 o, 19 -71 In the Matter of Appointment to the Family and Children' s Services Advisory Committee. On the recommendation of Supervisor N. C. Fanden, IT IS BY THE BOARD ORDERED that leis . Jennifer L. Bylund, 437 Mt. View Drive, Martinez, California 94553 is APPOINTED to the Family and -Children' s Services Advisory Committee to fill the unexpired tern of Mr. Rupertito Porter-Butterfield ending April 11, 1979. PASSED by the Board on September 273, 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. ec• Ms . J. L. Bylund Witness my hand and the Seal of the Board of Family & Children' s Supervisors Services Advisory Cte. affixed this day of 4r,12t,-mhPr 197-1— Director, 97ZDirector, Human Resources Agency .!. R OLSSON, Clerk County Administrator (1 n Public Information OfficerBy Deputy Clerk Ronda Amdahl 0M H -24 3/76 15m t In the Board of Supervisors of Contra Costa County, State of California September 27 , j9 L7 In the Matter of Addendum No. 1 to the Specifications for Traffic Signals and Highway Flashing Beacons Project, Various Areas. Project No. 0961-4380-925-77 The Public Works Director having recommended that the Board approve and concur in the issuance of Addendum No . I to the Special Provisions for the Traffic Signals and Highway Flashing Beacons Project ; said addendum will clarify the design of the electrical circuits pertaining to the railroad preemption unit that will be installed at the intersection of Sycamore Valley Road and Camino Ramon in Danville. IT IS BY THE BOARD ORDERED that the recommendation of the Public Works Director is APPROVED . PASSED by the Board on September 27 , 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 Originator; Public Works Department Supervisors Traffic Operations Divisionaffixedthis�7thday of Sep,uember tq 77 cc: Public Works Director County Auditor-ControlIer J. R. 4LSSt�N, Clark ByT , Deputy Clerk N. PODS AIM. H-24 3/76 15m do ADDENDUM NO. 1 TO THE PLANS AND SPECIFICATIONS FOR THE CONSTRUCTION OF TRAFFIC SIGNALS AND HIGHWAY FLASHING .BEACONS Project No. 0961 -4380-925-77 I . SPECIAL PROVISIONS Section D - Construction Details - Signals and Lighting On Page D-15 , the first paragraph , Section 16 , Railroad Preemption , the last sentence shall be changed to read : "Preemption of flashing operation shall occur regardless of the reason , other than conflict, for the system being in flashing operation . " Bidders must acknowledge receipt of this Addendum. Acknowledgment must be shown in the space provided below and returned with the Bid Proposal or under separate cover prior to the date and hour set - for the opening of Bids , 2 : 00 p .m. on Thursday, October 13 , 1977 . Acknowledged : Bidder: By: Title : Date: Mivofilmed aboard order i In the Board of Supervisors of Contra Costa County, State of California September 2Z 19 77 In the Matter of Hearing on the Request of Robert J. Costa & Associates, Inc. Applicant, (2143-RZ) to Rezone Land in the Danville Area. Robert Hansen, Owner. The Board on August 30, 1977 having fixed this time for hearing on the recommendation of the Planning Commission with respect to the request of Robert J. Costa & Associates , Inc. , applicant, (2143-RZ) to rezone 1.79 acres fronting approximately 363 feet on the north side of Freitas Road and 211. 94 feet west of Morninghome Road, Danville area, from Planned Unit Development (P-1) to Single Family Residential District-15 (R-15) ; 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 77-79 giving effect to the aforesaid rezoning is INTRODUCED, reading waived and October 4, 1977 is set for adoption of same. PASSED by the Board on September 27, 1977 . I hereby certify that the foregoing is a true and correct copy of an order enured on the minutes of said Board of Supervisors on the date aforesaid. c c : Robert J. Costa & A s s o c i a t s Witness my hand and the Seal of the Board of Inc . upervisors Robert Hansen affixed this2_Ztl;day of_S e t-Pmh nr , 197Z— Director 97Z—Director of Planning County Assessor n J. R. OLSSON, Clerk By D Clerk By Ronda" Amdahl W.7lIl� H-24 3/76 Ism In the Board of Supervisors of Contra Costa County, State of California September 27 1977 In the Matter of Hearing on the Request of Isakson & Associates, Applicant, (2095-RZ) to Rezone Land in the Alamo Area. D. and J. Robbins , Owners_ The Board on August 30, 1977 having fixed this time for hearing on the recommendation of the Planning Commission with respect to the request of Isakson & Associates, .Inc. , applicant, (2095-RZ) to rezone 25.5 acres fronting approximately 912 feet on the south side of Stone Valley Road, approximately 1, 600 feet east of State Freeway 680, Alamo area, from General Agricultural District (A-2) to Single Family Residential District-40 (R-40) and 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 77-78 giving effect to the aforesaid rezoning is INTRODUCED, reading waived and October 4, 1977 is set for adoption of same. PASSED by the Board on September 27 , 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 : Isakson & Associates , Inc . Witness my hand and the Seal of the Board of D• and J. Robbins Supervisors Director of Planning affixed this2_Zthday of Sept'c, mbpr , 1972 County Assessor '—�J. R. OLSSON, Clerk By \ , r,,_ ! Deputy Clerk Ronda Amdahl H 24 3/76 15m i ' r In the Board of Supervisors of September 27 ,19177 In the Matter ofr " Approval of Consulting Services Agree- ment with J. M. Nelson for Plan Reviews for Detention Facility, Martinez, CA (Mork Order 5269-926) _ The Board of Supervisors AUTHORIZES the Public Works Director to execute a Consulting Services Agreement with J. M. Nelson, Martinez, Calif- ornia. This Agreement is for plan review and Construction Supervision for the new Contra Costa County Detention Facility. The Agreement provides for payment, maximum of $25,000 beginning August 16, 1977. This Agreement shall not be exceeded without additional written authorization by the Public Works Director. PASSED by the Board on September 27, 1977. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Hoard of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Originator: Public Works Supervisors Detention Facility affixed this 27thday of September . 1977 Project cc: Public Works J. R. OLSSON, Clerk County Administrator By �Qz� , Deputy Clerk' County Auditor-Controller Contractor (via P/W) N. Pous H-24 3/76 15m L Cie ' GOliri'l\A(.r1r - Si�cct.al. i;ryt:l.rlr:c�r1 rr;-Atimini:.trtit-lve Service Ca n::triicL-Lon :;upervizion Fc In.pection - 1. Sliec:i.al Cunni'-:ior1:; . These special conditions are incorporated below by reference : a) Public ALIN : b) Inspector's 11ame Address :_j• M• Nelson. 1905 pack _cn Boulevard rLaXti L�z.._CA___M5.3 c) Effective DaLe . August 16••:, 1977 d) Project 's Name and - Location:_Contra Cnsta Sn in _v DPtentinn Facility c) .!tate of Conrperisutlon•: 14.54/hour • 2. Signatures . These signatures attest, the parties ' agreement hereto,' PUBLIC AG Eu n _ nt. _ hl:X1, r By Public Works 'ctoi' 3. Par•tie:3 . Effective on the . above ate, the above-named Public ..Agency (owrier) and the above-named Inspector- mutually agree and promise".as ' follows : . , 4. Goner al Pual.ific_tions & Condition.-, . Public Agency hereby contracts' with Inspector, as one '-specially trained, experienced, expert and com petenL to perform the special engineering and administrative services of a construction supervisor and inspector, including those associated with the continuous construction supervision position commonly known as . -. Clerk-of-the-Works, in c'ontiection with the above construction projects ; which services are necessarily incident to the services performed for the Public Agency by architects and engineers in the design and con- struction supervision of construction projects . This agreement does not ' preclude other employment of the Inspector if it does not interfere with the duties and hour$ of work required herein. 5. Tcrm. The duration of this contract Is the duration of this construction project , but either party may term=nate it by giving 30 days advance written notice to the other. 6. General I)iltiV3 :._Iristructionn . The Inspector' s construction , supervlaion and inspection services include the following general duties and instructions : a. Status, & Relationshlp with Public Arpicy and Architect.* His independent contract relationship Public Agency -parallels that vihicti exists betty:en the Public Agency and the Architect ; but he is sub- ordinate to the Architect , because the Architect is responsible for the design o: the project anal .for general supervision of its constructton pursuant to the Public Agency;.-Architect agreement . Microfilmed with board yordot ' Form Approved by County Counsel 1-77 q IL • - !:. ;;t.:tl.it:: h :��•1•=�rtf.�t�::.'1 •, ::I :.I: C•lli1:1•'etilr•. .._.....___�_._.. :r.1. . . ..._.:_ .. . .. . . _.. �. •` x d";,;nifi1.•d but tindet•a itiitt;; rul:�L:41nuhip Wth :.lay: workmen ori the 'Job .71.;,;'• -• but fie: WaLill conduct teaullicza Only 1,1135oultel, 1.110 e:urrtractule';s job r, superintendent, and Weill not in;nu :1.e the Coritract•ui''s duties; and he shall not live. inst.ruct.ion;; directly Lo Lire 'ConLractor'; empli,y'ee(u) . or a iubconLractoi•(s) ; and lie shall iticiiedlat:ely :advise the" Architect of any case where the Public Agency rojiveseutaLives give: inutrucM•ions to • '=_ the Contractor'3• cttlployuca s - _ .. ••• • •-�•-w c. J':tt,li.c l.r�ctic;,l_�.'aiitr-actor Cc,ord.]nat ion. lie shell erfcct;ively � .. maintain .cluuu. -eocirdin-azLion o1'the Contractor's wort: and the ownor's •r requirements' by frequent, regular confurciice:s; or other suitable means,• especially where projects involve alterations or modificatiorin of or additions to an exl:Mini; runctioning Taeili.ty, which must be laaintaingd •. as an ope1111tine unit duz•lng conduct of construction work, and Wierpfore require special alarL•nuss to job conditions which may affect such can. •• ` tinuing operations. lie :;hall coordinate neccuo;u•y IntperrupL•ions of- ' normal owner activities with the Public Agency and General Contractor - beforehand. ' d. Famill ariL•_v 1.:i th Contrinet. ale Shall become L'horou�;hly • '• ' familiar with 11.1.1 •cutit-racL documents includi.ni; specifichtions, draw- ings. and addenda; and fie ,hall supervise and check the adequacy and accuracy of required "its built" drawings prepared by the Contractor's' � •• employees (see also 7-a, below) . •I N .:y e. Personal Presence & Observation. fie shall be pbrsonally •present ', whenever work is being pei•i'orred (even on- overtime, night, holiday or -weekend basis when so directed) , and shall attend meetings called by _ the PuLlic Agency, Contractor or Architect; and lie shall make direct personal' observations of work being performed lay the General Contractor • . and subcontractors) for certification to Public Agency-Owner that such ' work is being performed in a skillfui manner and in accordance with the requirements 'of the contract documents. •. .:. f. Advice & Sugdostion , fie shall advise Public Agency on all' construction natters, such as suggesting change orders or reviewing con- . ;truction schedules; lie shall evaluate suggestions or modifications which,;" .. have been made to accommodate on-the-job problems, and report them with z•cc:n:.1en.dations -to the Architect; .and he shall review and make recom- mendations to the Contractor on all pay estimates. g. Pro-Construction Review or Contract I)ocumentn. When so directed by, the Public Agency, he shall pes%i'oz;.I in-depth review or the contract documents before construction becinsr, and make appropriate recommendations thereon to the Tublic Agency. Special t)uties & ^.. 7. instructions. The i'nspector's duties specially concerning the progress or -the work include-the following: • • a. Genernl Records' & Niles. fie shall maintain a file of, and be aware of the: contents oil 'the local, State ,' Federal, NFDU, NEPA, etc. , codes, regulations , directives, requirements,. etc. , which are pertinent ;;;: to this project , and are provided by the Public Agency; and he shall .. maintain a complete file of all drawings, specifications, conttracts, change orders, directives, etc. , which determine work to be•,done by. the. .104tractor (see also 6-d, above). ..10 low =2. P da i v i b . DJ a ry_uill H en orIIS: shall rnaintrrin a hound daily diary, rioting therein job nrob lem!i , conferci-ices anal• rcmarks ; and -he shall ' submit all reports d;.-em^cl necu,;Z-ary by State ard federal agencies , Architect and Public Agency , i•;h.i.ch ::hall be timely and in sufficient detail to satisfy the - purpose. of the report._ - c . Material Records . IIe shall maintain records of materials and/or ;... equipment delivered at the site , showing' manufacturers ' names , catalog, model serial number , style , type , or other identifying information thereon arid noting whether they are in strict compliance with the plans, shop drawino-s and/or specifications , or are approved by the Architect .• .;.: Ile shall certify to Public Agency that .all materials used in construction are as specified in contract documents ; -and , on completion and/or - installation of each applicable item, he shall collect and assemble relevant information (iticluding •guarant-ees , 'certificates , maintenance. manuals , operating instructions , keying schedules , catalog numbers , vendors addresses and telephone contacts , etc . , of materials and/or ' equipment as required) ; and at the completion of the project , he shall deliver this information to the Architect for delivery to the Public Agency . 8 . Pay for Services & Reimbursement for Expenses . a . Public Agency shall pay Inspector for these services , at the above rate , for semi-monthly pay periods of the 1st through the 15-th and 16th through the last day of the month . Payment will be made •on the 10th of the month or on the 25th of the month following the pay period 'if a demand billing is received by the County .Public Works Depart merit on the last County working day of the period. b . ' Mileage authorized by the Public Works Director or his deputy shall be reimbursed at a rate to be mutually agreed upon from time to time reflecting actual and changing costs . 9 . Insurance ._ Inspector shall , at no cost to- Public Agency , ob.tain- ?; t' and m3Intain during the term hereof Comprehensive Liability Insurance, '..' "*Including coverage for owned and non-owned automobiles , with a minimum I ` CC.76mbined single limit coverage of $500 ,000 for all - damages due *to bodily injury , sickness or disease , or death to any person , 'and .damage to property including the loss of use thereof, arising out of each accident or occur- ' rence . Inspector shall furnish evidence of such coverage , naming Public — Agency , . its officers and employees as additional insureds , and requiring 30 days ' written notice of policy lapse .or cancellation. 10 . Enforcement and Interretat.ion of Contract . The- Public Agency's, .agent for enforcine; and interpreting this 'Contract is the County 's Public Works Director or a deputy . 11 . Ad,justm^nt of Compensation . The rate of compensation -may be adjusted by mutual consent of the parties for good cause shown.' Form prepared by County Counsel ' s Office OU!'Oil (CC-61 : . : 10/76) . -3- owl I In the Board or Supervisors of Contra Costa County, State of California S E P ? 7 1977 19 In the Matter of Authorizing the Director, Human Resources Agency, to Execute Subgrant Modification Agreements with Thirty CETA Title VI FSE "Sustainment Program" Subgrantees The Board having authorized, by its order dated August 16, 1977, execution of Modification x`709 to the County's CETA Title VI Grant #06-5004-60, thereby applying to the U. S. Department of Labor for new funds to be allocated among designated CETA Title VI Public Service Employment (PSE) Subgrantees, as recommended by the County Manpower Advisory Council, for operation of the County's CETA Title VI PSE programs in Federal Fiscal Year 1977-78, including operation of 30 programs known as "CETA Title VI PSE Sustainment Programs," which were initiated under Subgrant Agreements covering the period from January 1, 1977, through September 30, 1977; and The Board having considered the recommendation of the Director, Human Resources Agency, regarding the need for prompt execution of Subgrant Modification Agreements for operation of these 30 approved CETA Title VI PSE Sustainment Programs from October 1, 1977 through September 30, 1973, as specified in the attached "CETA Title VI PSE Sustainment Subgrant :codification Agreement Specifications Chart," in order to assure conformance with the plans and objectives established in the County's CETA Title VI Grant Modification #709, and in order to preclude interruptions in the operation of the County's existing PSE Sustainment Programs; IT IS BY THE BOARD ORDERED that the Director, Human Resources Agency, is AUTHORIZED to execute, on behalf of the County, standard form Subgrant Modification Agreements with the 30 current CETA Title VI PSE Subgrantees identified in the attached "CETA Title VI PSE Sustainment Subgrant Modification Agreement Specifications Chart," upon approval by the U. S. Department of Labor of Modification ; 709 to the County's CETA Title VI Grant #06-5004-60 and upon approval of the standard format for such Subgrant Modification Agreements, with said Subgrant Modification Agreements to be effective for the period from October 1, 1977, through September 30, 1978, for continued operation of each Subgrantee's respective CETA Title VI PSE Sustainment Program, as presently authorized under the Subgrant Agreement referenced by .number and. subject to the new Subgrant Agreement Payment Limits set forth in said Chart, and under terms and conditions as more particularly set forth in said standard form Subgrant Modification Agreements. PASSED BY THE BOARD on S E P N 7 1977 I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Orig: Human Resources Agency Witness my hand and the Seal of the Board of Attn: Contracts & Grants Unit Supervisors cc: County Administrator affixed this day of SES 2 7 1677 , 19 County Auditor-Controller County Manpower Project Director '9 J. R. OLSSON, Clerk Subgrantees ByDeputy Clerk Robbild Gutierrez, RJP:dg H-24 3/76 15m a' RESOLUTION NO. 77-49 RESOLUTION OF THE CITY COUNCIL OF THE CITY OF BRENTWOOD AUTHORIZING EXECUTION OF CETA VI SUBGRANT MODIFICATION AGREEMENT - SUSTAINMENT PROGRAM - WITH CONTRA COSTA COUNTY. BE IT RESOLVED, that the City of Brentwood a public agency duly constituted and existing under the laws of the State of California , approves the Agreement with Contra Costa County for the term from October 1 , 1977 to September 30 , 1978, for CETA Title VI Subgrant Modification Agreement-Sustainment Program, and that James M: Buell , City Administrator of Brentwood, is authorized and directed to sign said Agreement on behalf of this public agency and to execute any bonds or other documents required in connection therewith. PASSED AND ADOPTED by the City Council of the City of Brentwood at its regular meeting on October 11 , 1977, by the following vote : AYES: Councilman Ghiselli , Gambel , Guise and Mayor Cunningham NOES : None ABSENT: Councilman Shahan A owed: - f Cunningham, yor Attest: V_ M. Bu6_11 , City Clerk CERTIFICATE OF CITY CLERK I , James M. Buell , do hereby certify that I am the duly appointed, qualified and the City Clerk of the City of Brentwood , that the foregoing is a full , true , and correct copy of a resolution duly adopted by the City Council of said Public Agency on October 11, 19772 and that said resolution is now in full force and effect. I declare under penalty of perjury that the matters set forth in the foregoing certificate are true and correct. Executed at .od Califor October 11, 1977. Agreement 128-553-5 'Tr cIlP ,itv Lierk 1 (Attachirent Lo ()/27/77 ]bard Order) CETA TITLE. V3 PSE SUS`l'AI?:;•IENT SUI,Ci;,-.'JT .MODIFICATION AGREEI-TNT SPECIE CATIONS C11ANT > PREVIOUS SUBGRA�:T NE."I SUIiGI ALT NU?�IBrlt OF- PUBLIC AG::IEI:EZtT 1'1;�':'1%NT ACRI'I:tiL'I�`i I'AYI,I:';T SUE-GRANTEE SUBGRA14T ACREI"i NT !T11 B R SERVICE EIL'LOY,•iENT JOBS LINIT (1/1/77-9/30/77) LIMIT {1/1/77-9/30/75) /City of Antioch 28-652-4 3 $ 27,423 $ 69,413 City of Brentwood 28-653--4 l 8,679 20,877 City of Concord 28-651-5 70 584,283 - 1,956,220 City of El Cerrito 28-656-4 1 8,223 21,569 City of Lafayette 28-657--4 4 34,847 73,000 City of Martinez : 28-658--4 121 . 118,118 268,437 ✓City of Pleasant hill 28-659-4 S 85,6511 . 102,748 City of P:it•tsburg 28-654--1+ 17 165,316 432,641 City of San Pablo 28-655-4 20 197,652 433,975 City of Ual.nut Creek 28-660--4 8' ' 81,528 209,243 ✓Antioch Unified School District 28-661-4 17 160,497 388,784 -,trentwood Unified School District , 28-664-4 4 37,764 83,699 Byron Unified School District 28-665-4 3 20,470 44,231 John Swett Unified School District: 28-666-4 8 75,323 167,827 Knightsen School District 28-675-4 2 18,882 66,988 Lafayette School District 28-667-4, 3 30,102 67,027 Liberty Union High School District 28-668-4 7 55,657 131,680 ✓ I•iartinez Uni,fed School District 28-669-4 6 51.,449 115,386 Moraga Schaal District 28-670-4 l 9,095 20,700 ✓Mt. Diablo Unified School District 28-663-4 51 405,943 1,006,601 Oakley Unified School District 28-671-4 6 48,205- 1 119,685 Orinda Union School District 28-672-4 10 94,410 - 236,106 Pittsburg Unified School District 28-662-4 8 75,528 .163,092 Richmond Unified School District 28-673-4 : 21 163,564 388,028 %San Ramon Valley Unified School District 28-674•-4 6 50,871 114,101 Ambrose Recreation & Park District 28-679-33 28,323 51,863 /East Contra Costa. Irrigation District 28-681-4 2 18,882 42,882 Housing Authority of Contra Costa County 28-678-4 13 132,174 309,517 Pleasant hill Recreation & Park District 28-680-4 2 16,187 , 39,214 State o£ California 28-67i�-5 23 175,986 423,517 .. r - i SUBGRANT MODIFICATION ACREftlEP�T (C(;'fA Title VI 5ubgrunts) � LL V Number 1. identification of Subgrant Agreement to be Nodified. Number: 28-659-4 Department: Civil Service (hereinafter changed to Human Resources Agency Manpower Project) Subject: Administration and staff services to provide a CETA Title VI Public . Service Employment Program for CETA-eligible participants. Effective Date of Agreement: January 1, 1977 2. Parties. The County of Contra Costa, California (County), for its Department named above, and the following named Subgrantee mutually agree and promise as follows: Subgrantee: CITY OF PLEASANT HILL Capacity: ' Public Agency Address: 3300 North Main Street, Pleasant Hill, California 94523 3. Modification Date. The effective date of this Subgrant Modification Agreement is October 1, 1977 4. :fodification Specifications. The Agreement identified above is hereby modified as set forth in the "rlodification Specifications" attached hereto which are incorporated herein by reference. 5. Legal Authority. This Subgrant Modification Agreement is entered into under and subject to the following legal authorities: Title VI oaf 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); Emergency Jcb Programs Extensicrn Act of 1976 (P.L. 94-444, 90 ;'tat. 1476); 29 USCA Section 801 ff; California Government Code Section 53703. 6. Signatures. These signatures attest the parties` agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA SUBGRANTEE By d" By Designee Vncy ig ' nate of cia capacit in public Recommended by Human Resources Agency and attach a certif ed copy of the governing body resolution authoriz- ing execution this Agreement) By << � G Desi-nee ATTEST: 40 esig ate ficia Capacity) By (Form Approved by County Counsel) Date: J� M1@Mf11nwd with board order _ 005 MODIFICATION SPI:CIFICf+CIOiIS Number In consideration of Subgrantee' s agreement to continue operation of its C,:TA Ti_: VI Public Service Employment Program for an additional twelve- (12) rionth::, tur!4UF,h September 30, 1978, County agrees to increase the total amount payable to Subgrantee un:'.er this Subgrant Agreement by $� 3?9 County and Subgrantee agree, th=:rafore, to modify the Subgrant Agreement identified herein, as specified below, while all r,ther parts of said Subgrant Agreement remain unchanged and in full force and effect: 1. Extension of Term. Parap,raph 3. (Term) of the Subgrant Agreement is her---by modified by extending the termination date specified therein from September 30, 1917 to S=pte.mber 30, 1978. 2. Pay, Litnit Increase. Paragraph 4. (Payment Limit) of the Subgrant Agr•.ernent is hereby modified by increasing the amount of the payment limit specified therein from $ 8S_b�� to a new total of $ 121 ,980 3. Amended Federal Regulations. Paragraph 1. (Compliance with Federal Require- ments), page 1, of the Special Conditions is hereby modified by adding another reference to newly published and amended Federal Regulations (with which Subgrantee must comply), as follows: "Federal Register, Vol. 42, No. 93, Friday May 13, 1977, as may be revised and amended; and which are incorporated herein by reference." 4. Change in County's Representative. All references in this Agreement to the County "Civil Service Department" are hereby changed to read "Human Resources Agency Manpower Project" and all references to the "County Director of Personnel" are hereby changed to read "County Director, Human Resources Agency." 5. Change in Eligibility Criteria. Subparagraph b. (New Title VI Eligibility Criteria) of Paragraph 5. Eligibility and Hiring of New Title VI Participants), pages 1 and 2, of the Program Operating Plan is hereby modified to read as follow3: "b. New Title VI Eligibility Criteria. Fifty percent (50X) or more of such new participants will be hired in accordance with the following new Title VI eligibility criteria: "(1) At the time of application and hiring, each such person must be both: (a) A member of a family which either receives cash welfare payments or has a current total annual income [computed in accordance with 29 CFR Subtitle A, Section 99.42 (a)(2)) which in relation to family size is at or below either 70 percent of the lower living standard income level established by the U. S. Department of Labor or the poverty level established by the U. S. Office of Management and Budget; and (b) From at least one of the following five additional eligible categories; i.e., must also be a person who: (i) Is unemployed at the time of application and has, during, the 20 weeks immediately prior to application, received unemployment compensation for 15 or more weeks; or (ii) Is unemployed at the time of application and has been ineligible for unemployment compensation during the 20 weeks immediately prior to application and has been unemployed for 15 or more of those 20 weeks; or (iii) Is unemployed at the time of application and was unemployed for at least 15 of the 20 weeks immediately prior to application, and who, during those 15 week-s, was first ineligible for unemployment compensation and then became eligible for and received unemployment benefits ; or ' (iv) Is unemployed at the time of application and is an exhaustee as defined in 29 CFE: Suhtitle- A, Section 94.4; or (v) Is a member of a family receiving Aid to Families with Dap4ndont Children (AFDC) , including AFDC-Unemployed Fathers, under Title Ili of rho Social Security Act. Initials: �bgra ' t} Dept. -1- �� mmiFICACIUN SI'I:CIFICATIONS 28 -- � t59 �. � Number ' (2) a veteran who has served on active duty for a period of pore chgin 180 days or who was discharged or released from active duty for a service- connected disability, shall be immediately eligible, upon release or discharge, for participation, Subparagraphs 5.6. (1) (a) and (i,) (i) , (ii) , (iii) , and (iv) above notwithstanding, which would othzi---.r!5:! pertain, provided that the veteran has riot obtained permanent, full-time, unsubsidized employment between the time of release aad the time of application for participation in Title VI. "(3) In hiring such new participants hereunder, Subgrantee shall allocate funds and job positions equitable among the four categories o= eligible persons specified in Subparagraphs 5.b. (1) (b) (f) , (ii) , (iii) , and (iv) above, as prescribed by County to the maximum axtent possible given the composition of the population of unemployed eligible persons, serving no one category exclusively and excluding no category entirely." 6. Change in Special Subareas for Hiring. Paragraph 6. (Special Subareas for Hiring) , Page 2, of the Program Operating Plan is hereby modified to read as follows: "6. Special Subareas for Hiring. Subgrantee will give preference in hiring under this Agreement to applicants residing within the following subareas of substantial unemployment: Antioch, Brentwood, Byron, Knightsen, Oakla , Pittsburg, West Pittsburg, Martinez, Rodeo, San Pablo, E1 Sobrante, Nort`_t Richmond (unincorporated area) , and Pinole. To the extent feasible and consistent with the intent of the Act, Subgrantee will give preference to such applicants when filling program job vacancies. Subgrantee's recruitment efforts shall be directed at these subareas of substantial unemployment." 7. Revised Prcgra . Budget. The Program Budget is hereby deleted and replaced by a new, substitute Program Budget, attached hereto and incorporated herein by reference. 8. Change in Program Specifications. Subparagraph a. of Paragraph 1. (PSE Job Positions) of the Program Specifications, as set forth in Paragraph 1. (Program) , page 1, of the Program Operating Plan, is hereby deleted and replaced by a new substitute provision, to read as follows: Total FY 77-78 Number Duration of Employment of Job Employment Only "a. Job Title Positions (Man-Months) (clan-Months) Youth Counselor 1 9 -0- Code Enforcement Officer 1 6 -0- Account Clerk 1 9 -0-- Laborer 1 7 -0- Laborer 1 7 -0- Municipal Trainee 1 20 12 Municipal Trainee 1 20 12 Municipal Trainee 1 20 12 Municipal Trainee 1 19 12 t Municipal Trainee 1 19 12 Municipal Trainee 1 9 2 Municipal Trainee 1 3 2�� Initials: Subgrantee County Dept. -2- h + - Y 1 ' PROGRtU BUDGET r s? •9 --- Number ' 1. PSE Pro ram Budget. Subgrantee shall conduct its CETA Titlr VI Public Service Emplo)rment (PSE) Program under this Agreement in accordance with the following budget of allowable program expenditures TUU-f OF AGREEMFI'IT a. Cost Categories. (Federal Funds)— (1) Participant Wages $ 86,180 (2) Participant Fringe Benefits 26,331 (3) Training -0- (4) Supportive Services -0- (5) Administration 9,469 TOTAL (Agreement Payment Limit) $ 121,980 b. Monthly Expenditures. Expenditures under the above budget shall be. subject to Subgrantee' s PSE Program Plan, which shall specify planned monthly enrollments and terminations for participants and monthly expenditures, cumulatively for the term of this Agreement, and which shall be subject to prior approval by County. Subgrantee shall maintain a current PSE Program Plan on file with County's Manpower Project Office at all times, in the form and manner prescribed by County, and Subgrantee shall comply with said PSE Program Plan. c. End-of-Subgrant Settlement. Subject to the Payment Limit of this Agreement, County's payments to Subgrantee pursuant to Paragraph 6. (Cost Report and Settlement) of the Payment Provisions shall not be limited by the specific line item budget amounts specified above, provided, however, that Subgrantee has obtained prior written approval from the County Manpower Project Director, or her designee, before making any expenditures under this Agreement which exceed the above line item budget amounts. 2. Program Funding. County's payments to Subgrantee hereunder are subject to the availability of funds during the term of this Agreement, as follows: AMOUNT a. Source of Funds. (Federal Funds) (1) Reobligated Funds Transferred $ 31,421 from County's FY 76-77 Federal CETA Title II Grant (2) New Funds from County's FY 76-77 54,230 Federal CETA Title VI Grant • (3) New Funds from County's FY 77-78 36,329 Federal CETA Title VI Grant TOTAL (Agreement Payment Limit) $ 121,980 Initials: Su grantee Count4 Dept. 0 6 RESOLUTION NO.140-77 A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE AGREEMENT FOR CETA VI SUBGRANT MODIFICATION. BE IT RESOLVED, that the City of Pleasant Hill , a public agency duly constituted and existing under the laws- of the State of California, approves Agreement 28-659-5 with the County of Contra Costa for the period January 1 , 1977 through September 30, 1978 for the continued operation of a CETA TITLE VI Public Service Employment Program, and that James L. Alkire, City Manager of the City of Pleasant Hili is. authorized and directed to sign said agreement on behalf of this public agency and to execute any bonds or other documents required in connection therewith. BE IT FURTHER RESOLVED, that the federal program is to be administered with a limitation on duration of employment of program participants as follows: Limitation on Duration of Employment of Program Participants: Each program participant under the CETA TITLE VI Program is limited to an employment duration of 12 months in the same class of position. If a program participant has been employed by the subgrantee under the program in the same class of position for 12 months or more immediately preceding the date of the modification of this program, the subgrantee may not continue to employ that program participant in the same class of position under any subsequent contracts between the County and the subgrantee for the operation of a CETA Public Employment Program. Total length of employment shall not exceed 12 months that is funded by any CETA program exclusive of title. ADOPTED BY the City Council of the City of Pleasant Hill at a meeting of said Council regularly held on the 28th day of November, 1977 by the following vote: AYES: Mustard, Grote, Maguire NOES: Non ABSENT: Hartinger, Harman JAMES G. MAGUIRE; Mayor ATTEST: CERTIFIED ATRUE JAMES L. ALKIRE, City Clerk ' - - DEPUTY CITY CLERK,CRY Of P ANT H W. SUBGRANT MODIFICATION AGREEMENT (CETA Title VI Subgrants) Number 8m 663 1. Identification of Subgrant Agreement to be Modified. Number: 28-663-4 Department: Civil Service (hereinafter changed to Human Resources Agency Manpower Project) Subject: Administration and staff services to provide a CETA Title VI Public Service Employment Program for CETA-eligible participants. Effective Date of Agreement: January 1, 1977 2. Parties. The County of Contra Costa, California (County), for its Department named above, and the following named Subgrantee mutually agree and promise as follows: Subgrantee: MT. DIABLO UNIFIED SCHOOL DISTRICT Capacity: Public Agency Address: 1936 Carlotta Drive, Concord, California 94519 3. Modification Date. The effective date of this Subgrant Modification Agreement is October 1, 1977 4. Modification Specifications. The Agreement identified above is hereby modified as set forth in the "Modification Specifications" attached hereto which are incorporated herein by reference. 5. Legal Authority. This Subgrant Modification Agreement is entered into under and subject to the following legal authorities: Title VI 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); Emergency Job Programs Extension Act of 1976 (P.L. 94-444, 90 Stat. 1476); 29 USCA Section 801 ff; California Government Code Section 53703. 6. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA SUBGRANTEE 14�/' By By Designee _ G � _- !Designate of ic' 1 capacity in public Recommended by Human Resources Agency agency and attach a certified copy of the governing body resolution authoriz- ing execution of this Agreement) By Designee ATTEST: (Designate Official Capacity) (Form Approved by County Counsel) Date: OFFiC-1 SEAL CLARKE Ii3fAR Pt) L':> CAIteWMU K CONTRA CLI;TA COUNT' r�; September 15.198! iMr�/�yY.�.tB_V W�11 Microfilmed with board order f MODIFICATION SPECIFICATIONS Number (�y 6•J -v In consideration of Subgrantee's agreement to continue operation of its CETA Title VI Public Service Employment Program for an additional twelve (12) months, through September 30, 1978, County agrees to increase the total amount payable to Subco grantee under this Subgrant Agreement by $ 600,658 County and Subgrantee agree, therefore, to modify the Subgrant Agreement identified herein, as specified below, while all other parts of said Subgrant Agreement remain unchanged and in full force and effect: 1. Extension of Term. Paragraph 3. (Term) of the Subgrant Agreement is hereby modified by extending the termination date specified therein from September 30, 1977 to September 30, 1978. 2. Payment Limit Increase. Paragraph 4. (Payment Limit) of the Subgrant Agreement CX is hereby modified by increasing the amount of the payment limit specified therein from $ 405,943 to a new total of $ 1,006,601 3. Amended Federal Regulations. Paragraph 1. Compliance with Federal Require- ments), page 1, of the Special Conditions is hereby modified 'by adding another reference to newly published and amended Federal Regulations (with which Subgrantee must comply) , as follows: "Federal Register, Vol. 42, No. 93, Friday May 13, 1977, as may be revised and amended; and which are incorporated herein by reference." 4. Change in County's Representative. All references in this Agreement to the County "Civil Service Department" are hereby changed to read "Human Resources Agency Manpower Project" and all references to the "County Director of Personnel" are hereby changed to read "County Director, Human Resources Agency." 5. Change in Eligibility Criteria. Subparagraph b. (New Title VI Eligibility Criteria) of Paragraph 5. Eligibility and Hiring of New Title VI Participants), pages 1 and 2, of the Program Operating Plan is hereby modified to read as follows: "b. New Title VI Eligibility Criteria. Fifty percent (50X) or more of such new participants will be hired in accordance with the following new Title VI eligibility criteria: "(1) At the time of application and hiring, each such person must be both: (a) A member of a family which either receives cash welfare payments or has a current total annual income [computed in accordance with 29 CFR Subtitle A, Section 99.42 (a)(2)j which in relation to family size is at or below either 70 percent of the lower living standard income level established by the U. S. Department of Labor or the poverty level established by the U. S. Office of Management and Budget; and (b) From at least one of the following five additional eligible categories; i.e., must also be a person who: (i) Is unemployed at the time of application and has, during the 20 weeks immediately prior to application, received unemployment compensation for 15 or more weeks; or (ii) Is unemployed at the time of application and has been ineligible for unemployment compensation during the 20 weeks immediately prior to application and has been unemployed for 15 or more of those 20 weeks; or (iii) Is unemployed at the time of application and was unemployed for at least 15 of the 20 weeks immediately prior to application, and who, during those 15 weeks, was first ineligible for unemployment compensation and then became eligible for and received unemployment benefits; or (iv) Is unemployed at the time of application and is an exhaustee as defined in 29 CFR Subtitle A, Section 94.4; or (v) Is a member of a family receiving Aid to Families with Dependent Children (AFDC), including AFDC-Unemployed Fathers, under Title IV of the Social Security Act. Initials: (Wt- #ug antee County ept. w MODIFICATION SPECIFICATIONS 28 - 66-3 - 5 Number 10(2Y- A veteran who has served on active duty for a period of more than 180 days or who was discharged or- released from active duty for a service— connected disability, shall be immediately eligible, upon release or discharge, for participation, Subparagraphs 5.b.(1)(a) and (b)(i), (ii) , (iii) , and (iv) above notwithstanding, which would otherwise pertain, provided that the veteran has not obtained permanent, full—time, unsubsidized employment between the time of release and the time of application for participation in Title VI. "(3) In hiring such new participants hereunder, Subgrantee shall allocate funds and job positions equitably among the four categories of eligible persons specified in Subparagraphs 5.b.(1)(b)(i) , (ii), (iii) , and (iv) above, as prescribed by County to the maximum extent possible given the composition of the population of unemployed eligible persons, serving no one category exclusively and excluding no category entirely." 6. Change in Special Subareas for Hiring. Paragraph 6. (Special Subareas for Hiring) , page 2, of the Program Operating Plan is hereby modified to read as follows : "6. Special Subareas for Hiring. Subgrantee will give preference in hiring under this Agreement to applicants residing within the following subareas of substantial unemployment: Antioch, Brentwood, Byron, Knightsen, Oakley, Pittsburg, West Pittsburg, Martinez, Rodeo, San Pablo, El Sobrante, North Richmond (unincorporated area) , and Pinole. To the extent feasible and consistent with the intent of the Act, Subgrantee will give preference to such applicants when filling program job vacancies. Subgrantee's recruitment efforts shall be directed at these subareas of substantial unemployment." 7. Revised Program Budget. The Program Budget is hereby deleted and replaced by a new, substitute Program Budget, attached hereto and incorporated herein by reference. 8. Change in Program Specifications. Subparagraph a. of Paragraph 1. (PSE Job Positions) of the Program Specifications, as set forth in Paragraph 1. (Program) , page 1, of the Program Operating Plan, is hereby deleted and replaced by a new substitute provision, to read as follows : Total FY 77-78 Number Duration of Employment of Job Employment Only "a. Job Title Positions (Man-Months) (Man-Months) Instructional Aide I 5 105 60 Instructional Aide II 17 337 204 Typist Clerk 10 198 120 Intermediate Typist Clerk 13 255 156 Steno Clerk 1 21 12 Library Clerk 3 63 36 Maintenance Helper 1 21 12 Custodian 1 17, 12" Initials : grantee County I IDept. OW.W -2- I , PROGRAM BUDGET Number 28 - 663 -- 5 1. PSE Program Budget. Subgrantee shall conduct its• CETA Title VI Public Service Employment (PSE) Program under this Agreement in accordance with the following budget of allowable program expenditures: TERM OF AGREEMENT a. Cost Categories. (Federal Funds) (1) Participant Wages $ 694,827 (2) Participant Fringe Benefits 239,400 (3) Training 26,074 (4) Supportive Services 4,300 (5) Administration 42,000 TOTAL (Agreement Payment Limit) $ 1,006,601 b. Monthly Expenditures. Expenditures under the above budget shall be subject to Subgrantee' s PSE Program Plan, which shall specify planned monthly enrollments and terminations for participants and monthly expenditures, cumulatively for the term of this Agreement, and which shall be subject to prior approval by County. Subgrantee shall maintain a current PSE Program Plan on file with County's Manpower Project Office at all times, in the form and manner prescribed by County, and Subgrantee shall comply with said PSE Program Plan. c. End-of-Subarant Settlement. Subject to the Payment Limit of this Agreement, County's payments to Subgrantee pursuant to Paragraph 6. (Cost Report and Settlement) of the Payment Provisions shall not be limited by the specific line item budget amounts specified above, provided, however, that Subgrantee has obtained prior written approval from the County Manpower Project Director, or her designee, before making any expenditures under this Agreement which exceed the above line item budget amounts. 2. Program Funding. County's payments to Subgrantee hereunder are subject to the availability of funds during the term of this Agreement, as follows: AMOUNT a. Source of Funds., (Federal Funds) (1) Reobligated Funds Transferred $ 104,426 from County's FY 76-77 Federal CETA Title II Grant (2) New Funds from County's FY 76-77 3010517 Federal CETA Title VI Grant (3) New Funds from County's FY 77-78 6002658 Federal CETA Title VI Grant TOTAL (Agreement Payment Limit) $ 1,006,601 Initials: >Stgrantez County Dept. OK23 (Attacturent Lo 9/17/77 Board Order) CrTA TITLE VT. PSE SUSTAT.NN-1ENT SUI7CRANT MODTFI.CATIOM ACREI'M 217.' SPEC1CI•CATTONS CITART PHEIVIOUS S1111CRANT NEW SU11.0-I1ANT NUMi3rlt OF PUBLIC AGIREE•EENT PAYMENT PAYMENT SU1:GItANT1-T, SUBC-IMT ACRERMUNT i'.U:•11-271t SERVICE MUILOYMENT JOBS LIMIT (1/1/77-9/:30/77) L1,eirr (1/1/77-9/30/78) City of Antioch 28-652-4 3 $ 27,423 $ 09,413 City of Brentwood 28-653-4 20, I 8,079 877 City of Concord 28-651-5 70 584,679 1,950,877 City of I:1 Cerrito 28-650-4 I 8,223 21,�G9 20 City of Lafayette 28-057-4 4 34,847 73,000 City of Martinez 28-658-4 12 118,115 208,437 City of Pleasant 111.11 28-659-4 5 85,651 102,748 City of Pittsburg 28-654-4 17 165,316 432,!141 City of Sar. Pablo -28-655-4 20 197,652 433,975 City of Walnut Creek - 28-660-4 8 81,528 209,243 Antioch Unified School District 28-661-4 17 160,497 388,764 Brentwood.Unified School District 28-X664-4 4 37,764 83,099 Byron Unified School District 28-6651,,4 •3 20,470 44,231 John Swett Unified School District 28-666=4 8. 75,323 167,627 Knightsen School District 28-675-4 2 18,882 66,988 Lafayette School District 28-667-4 3 30,102 67,027 Liberty Union High School District 28-668-4 7 55,657 131,680 Martinez Unifed School District 28-669-4 6 51,449 115,386 Morava School District 28-670-4 1 9,095 20,700 lit. Diablo Unified School District 28-663-4 51 405 943 1.006.60 Oakley Unified School District 28-671-4 6 48,205 119,685 Orinda Union School District 28-672-4 10 94,410 236,106 Pittsburg Unified School District 28-662-4 8 75,528 163,092 Richmond Unified School District 28-673-4 21 163,564 388,028 San Ramon Valley unified School District 28-674•-4 6 50,871 114,101 Ambrose Recreation & Parr. District 28-679-3 3 • 28,323 51,863 East Contra Costa Irrigation District 28-681-4 2 18,882 42,682 Housing Authority of Contra Costa County 28-678-4 13 1329174 309,517 = Pleasant Hill recreation 6 Park District 28-680-4 2 16,187 39,214 State of California 28-676-5 23 175,980 423,517 t r GOVERNING BODY RESOLUTION Mt. Diablo Unified School District RESOLVED, that MT. DIABLO UNIFIED SCHOOL DISTRICT, a public agency duly constituted and existing under the laws of the State of California, approves Agreement No. 28-663-5 with the County of Contra Costa for the term from, October 1, 1977 through September 30, 1978, for CETA VI subgrant modification agreement, and that JOSEPH B. CRAWFORD, Assistant Superintendent Business Services, of Mt. Diablo Unified School District is authorized and directed to sign said agreement on behalf of this public agency and to execute any bonds or other documents required in connection therewith. Certificate of Secretary 1, JAMS M. SLEZAK, do hereby certify that I am the duly elected, qualified, and acting secretary of Mt. Diablo Unified School District, that the foregoing is a full, true, and correct copy of a Resolution duly adopted by the Board of Education of said public agency on January 10, 1978, and that said Resolution Is now in full force and effect. I declare under penalty of perjury that the matters set forth in the foregoing certificate are true and correct. Executed at Concord, California on January 10, 1978. .t (SecrR ary's Signature) SEAL 117/2 I SUBGRANT MODIFICATION AGREEMENT (CETA Title VI Subgrants) G� — Q Number ki 8 � V 1. Identification of Subgrant Agreement to be Modified. Number: 28-681-4 Department: Civil Service (hereinafter changed to Human Resources Agency Manpower Project) Subject: Administration and staff services to provide a CETA Title VI Public Service Employment Program for CETA-eligible- participants. Effective Date of Agreement: January 1, 1977 2. Parties. The County of Contra Costa, California (County) , for its Department named above, and the following named Subgrantee mutually agree and promise as follows: Subgrantee: EAST CONTRA COSTA IRRIGATION DISTRICT Capacity: Public Agency Address: P.O. Box 696, Brentwood, California 94513 3. Modification Date. The effective date of this Subgrant Modification Agreement is October 1, 1977 4. Modification Specifications. The Agreement identified above is hereby modified as set forth in the "Modification Specifications" attached hereto which are incorporated herein by reference. 5. Legal Authority. This Subgrant Modification Agreement is entered into under and subject to the following legal authorities: Title VI 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); Emergency Job Programs Extension Act of 1976 (P.L. 94-444, 90 Stat. 1476); 29 USCA Section 801 ff; California Government Code Section 53703. 6. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA SUBGRANTEE By By Designee (Designate official capacity in public Recommended by Human Resources Agency agency and attach a certified copy of the-governing body resolution authoriz- �v�_ n � ing execution of this Agreement) By ` `i�x Designee ATTEST: (Designate Offidial Capacity)- By (Form Approved by County Counsel) Date: der Microfilmed with board or i I � MODIFICATION SPECIFICATIONS Number 2 8 — 681 - 5 In consideration of Subgrantee' s agreement to continue operation of its CETA Title VI Public Service Employment Program for an additional twelve (12) months, through September 30, 1978, County agrees to increase the total amount payable to Subgrantee under this Subgrant Agreement 'by $ 24,000 County and Subgrantee agree, therefore, to modify the Subgrant Agreement identified herein, as specified below, while all other parts of said Subgrant Agreement remain unchanged and in full force and effect: 1. Extension of Term. Paragraph. 3. (Term) of the Subgrant Agreement is hereby modified by extending the termination date specified therein from September 30, 1977 to September 30, 1978. 2. Payment Limit Increase. Paragraph 4. (Payment Limit) of the Subgrant Agreement is hereby modified by increasing the amount of the payment limit specified therein from $ 18,882 to a new total of $ 42,882 . 3. Amended Federal Regulations. Paragraph 1. (Compliance with Federal Require- ments) , page 1, of the Special Conditions is hereby modified by adding another reference to newly published and amended Federal Regulations (with which Subgrantee must comply) , as follows: "Federal Register, Vol. 42, No. 93, Friday May 13, 1977, as may be revised and amended; and which are incorporated herein by reference." 4. Change in County' s Representative. All references in this Agreement to the County "Civil Service Department" are hereby changed to read "Human Resources Agency Manpower Project" and all references to the "County Director of Personnel" are hereby changed to read "County Director, Human Resources Agency." 5. Change in Eligibility Criteria. Subparagraph b. (New Title VI Eligibility Criteria) of Paragraph 5. Eligibility and Hiring of New Title VI Participants) , pages 1 and 2, of the Program Operating Plan is hereby modified to read as follows : "b. New Title VI Eligibility Criteria. Fifty percent (50X) or more of such new participants will be hired in accordance with the following new Title VI eligibility criteria: "(1) At the time of application and hiring, each such person must be both: (a) A member of a family which either receives cash welfare payments or has a current total annual income [computed in accordance with 29 CFR Subtitle A, Section 99.42 (a)(2)] which in relation to family size is at or below either 70 percent of the lower living standard income level established by the U. S. Department of Labor or the poverty level established by the U. S. Office of Management and Budget; and (b) From at least one of the following five additional eligible categories; i.e., must also be a person who: (i) Is unemployed at the time of application and has, during the 20 weeks immediately prior to application, received unemployment compensation for 15 or more weeks; or (ii) Is unemployed at the time of application and has been ineligible for unemployment compensation during the 20 weeks immediately prior to application and has been unemployed for 15 or more of those 20 weeks; or (iii) Is unemployed at the time of application and was unemployed for at least 15 of the 20 weeks immediately prior to application, and who, during those 15 weeks, was first ineligible for unemployment compensation and then became eligible for and received unemployment benefits; or (iv) Is unemployed at the time of application and .is an exhaustee as defined in 29 CFR Subtitle A, Section 94.4; or (v) Is a member of a family receiving Aid to Families with vependent Children OiFuC) , inciuding A ijC-unemployed Fathers, under Title Irl of the Social Security Act. Initials: C Subgrantee County Dept. -1- 00 1� MODIFICATION SPECIFICATIONS 'l �Q Number 2 t.7 — 8 1 "(2) A veteran who has served on active duty fora period of more than 180 days or who was discharged or released from active duty for a service- connected disability, shall be immediately eligible, upon release or discharge, for participation, Subparagraphs 5.b.(l)(a) and (b)(i) , (ii) , (iii) , and (iv) above notwithstanding, which would otherwise pertain, provided that the veteran has not obtained permanent, full-time, unsubsidized employment between the time of release and . the time of application for participation in Title VI. "(3) In hiring such new participants hereunder, Subgrantee shall allocate funds and job positions equitably among the four categories of eligible persons specified in Subparagraphs 5.b.(1)(b)(i) , (ii) , (iii) , and (iv) above, as prescribed by County to the maximum extent possible given the composition of the population of unemployed eligible persons, serving no one category exclusively and excluding no category entirely." 6. Change in Special Subareas for Hiring. Paragraph 6. (Special Subareas for Hiring) , page 2, of the Program Operating Plan is hereby modified to read as follows : "6. Special Subareas for Hiring.- Subgrantee will give preference in hiring under this Agreement to applicants residing within the following subareas of substantial unemployment: Antioch, Brentwood, Byron, Knightsen, Oakley, Pittsburg, West Pittsburg, Martinez, Rodeo, San Pablo, El Sobrante, North Richmond (unincorporated area) , and Pinole. To the extent feasible and consistent with the intent of the Act, Subgrantee will give preference to such applicants when filling program job vacancies. Subgrantee's recruitment efforts shall be directed at these subareas of substantial unemployment." 7. Revised Program Budget. The Program Budget is hereby deleted and replaced by a new, substitute Program Budget, attached hereto and incorporated herein by reference. 8. Change in Program Specifications. Subparagraph a. of Paragraph 1. (PSE Job Positions) of the Program Specifications, as set forth in Paragraph 1. (Program) , page 1, of the Program Operating Plan, is hereby deleted and replaced by a new substitute provision, to read as follows : Total FY 77-78 Number Duration of Employment of Job Employment Only "a. Job Title Positions (Man-Months) .(Man-Months) Maintenance Worker 1 21 12 Clerk Typist 1 21 1211. Initials 7� J Subgrantee County Dept. i PROGRAM BUDGET Number 8 — 6 8 1 5 . 1. PSE Program Budget. Subgrantee shall conduct its CETA Title VI Public Service Employment (PSE) Program under this Agreement in accordance with the following budget of allowable program .expenditures: TERM OF AGREEMENT a. Cost Categories. (Federal Funds) (1) Participant Wages $. 32,337 - (2) Participant Fringe Benefits 8,653.- (3) 653.(3) Training 1,000 (4) Supportive Services -0- (5) Administration 892 TOTAL (Agreement Payment Limit) $ 42,882 b. Monthly Expenditures. Expenditures under the above budget shall be subject to Subgrantee' s PSE Program Plan, which shall specify planned monthly enrollments and terminations for participants and monthly expenditures, cumulatively for the term of this Agreement, and which shall be subject to prior approval by County. Subgrantee shall maintain a current PSE Program Plan on file with County's Manpower Project Office at all times, in the form and manner prescribed by County, and Subgrantee shall comply-with said PSE Program Plan. C. End-of-Subgrant Settlement. Subject to the Payment Limit of this Agreement, County' s payments to Subgrantee pursuant to Paragraph 6. (Cost Report and Settlement) of the Payment Provisions shall not be limited by the specific line item budget amounts specified above, provided, however, that Subgrantee has obtained prior written approval from the County Manpower Project Director, or her designee, before making any expenditures under this Agreement which exceed the above line item budget amounts. 2. Program Funding. County' s payments to Subgrantee hereunder are subject to the availability of funds during the term of this Agreement, as follows: AMOUNT a. Source of Funds. (Federal Funds) (1) Reobligated Funds Transferred $ -0— from County' s FY 76-77 Federal CETA Title II Grant (2) New Funds from County's FY 76-77 189882 Federal CETA Title VI Grant (3) New Funds from County' s FY 77-78 24,000 Federal CETA Title VI Grant TOTAL (Agreement Payment Limit) $ 42,882 Initials: Subgrantee County pt. W:29 CETA TITLE V7 PSL SUSTAT,':•:S•tlNT SUBGRAN'T 140!)' ICAIAOM ACIti4l:hit;t;P SPECI 1CATIO"S CSiAwr t PRENIGUS SUi;C:RA"??' NEW Vu!" :;N". ;�tl`1BER Or PUP LIC AG::I:I::l:zi1' I'i,l' ii:.d'!' t iS! : :I:" PA1'Nt•:tt'i' SU'I't;;;A% '!'I•: . SUP,GIJII�T. AC1tl�I:A1i t�`l I'U'.?rI It SERVICE itii'illLOYINEINII: JOBS LIMIT (1/l/77-9/30/77) LIN'T!' (1/1/77-9/30/1:;1 City of Antioch 28-652--4 3 $ 27,423 . $ -9,413 IiL et:t::0-)d 28-653-4 1 8,G�9 20+877 Cit r 0!7 Concord 28-651-5 70 584 ,1-83 . 1:,95G,220 City a{ El Cerrito 28-656-4 l 8,223 21,5 69 City of LCI a;yctte 2$--G57-4 t► 34,81}7 73jOGO City oC ?tartir,c 28-658-4 12 118,118 2G8,437 . 28-659-4 102,710,C'itc: c,a>:nt1111-1. Cit-.r of I' ti; t:.tt•url; 28-654-4 17 165,316 432,tit�Z , '�33,�"528-655-1197 G5?Ci C ., of5 LPablo 20 City of 1'al:::rt Crcc':: 26-660-4 8 81,52$ 209,24 _ ;t40c11 U'r.ii'icci tictttial District' 28-661-4 17 I60,497 388, 784 Lret:twood Un•izicc School District 28-GG4-4 !t 3?,7,64 83,(-99 : ByronL'nificic1 Scltao! District 28-665-4 3 20`,470 41x ,231 JohnS:;r.tt litliiied School Di-,tricL 28-GG6-4 8 75,323 167 827 I:ni-titsc�ii �'t:liurl Ui.strict 28-675-4 2 18,882 G6y{:£8 I.at ::•,�etta Sc�ltc�el i)i;tr,ict 28-667-4 3 30;102 G7 ,027 LiLcrty Lr:ic:L, l:istt 'School -District, 28-668-4 7 55,657 131,680 i';LtL'Cine z Un:lvc! School P.istricc 28-669-4. 6 51,449 115,386 Moragat School. Ci-strict 28-670-4 1' .' 9,095 20,700 t. Diablo Unified District ' 28-663-4 Sl pi405,943 I,006,601 Oakley unified School District 28-611-4 G 48,205 119,685 Orindat Union School District 28-672-4 10 94,410 236,106 Pittsburg UnI.;'ied School District 28-662-4 8 75,528 163,092 Richmand tinif:iod School District 28-673--4 21 163,561: 388,028 tt Ramon Vnll.t:} i tliCicd School District 28-674-4 G 50,871 114 ,101 I:cczn.:ti.on F, PaLr}: District 28-679-3 3 28,323 Sl, G3 --* Fzt::t Contra Costar Irrir;ation District 28-681-4 2 18,882 4 882 Ilousit:r, Aut110771.ty or ontrat Gosta CounFy 2876P78-4 13 132,174 309,517 Pltmsint Eill Recreation h Park District 28-680-4 2 16,187' 39,214 State of California 28-676-5 t 23 175,986" 4231517 r • i SUBGRANT MODIFICATION AGREEMENT (CETA Title VI Subgrants) Number 28 - 674 - 5 1. Identification of Subgrant Agreement to be Modified. Number: 28-674-4 Department: Civil Service (hereinafter changed to Human Resources Agency Manpower Project) Subject: Administration and staff services to provide a CETA Title VI Public Service Employment Program for CETA-eligible participants. Effective Date of Agreement: January 1, 1977 2. Parties. The County of Contra Costa, California (County) , for its Department named above, and the following named Subgrantee mutually agree and promise as follows : Subgrantee: SAN RAMON VALLEY UNIFIED SCHOOL DISTRICT Capacity: Public Agency Address: 699 Old Orchard Drive, Danville, California 94526 3. Modification Date. The effective date of this Subgrant Modification Agreement is October 1, 1977 4. Modification Specifications. The Agreement identified above is hereby modified as set forth in the "Modification Specifications" attached hereto which are incorporated herein by reference. 5. Legal Authority. This Subgrant Modification Agreement is entered into under and subject to the following legal authorities: Title VI 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); Emergency Job Programs Extension Act of 1976 (P.L. 94-444, 90 Stat. 1476); 29 USCA Section 801 ff; California Goverment Code Section 53703. 6. Signatures. Riese signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA SUBGRANTEE By By Designee , Designate offid.1al capacit in public Recommended by Human. Resources Agency agency and attach a certified copy of the governing body resolution authoriz- ing execution of this Agreement) By �,Lh•�... Designee ATTEST: Designate Official Capacity) By (Form Approved by County Counsel) Date: SEAL - L'S .EY ` ^, r:oTAaY PUPLIC V r L CAIJFJR�IA r'Ri^J Cti Al OFFICE IN cw4rRA COSTA COUNTY My Commialon Expires April 10, 1981 Microfilmod with board order aJ MODIFICATION SPECIFICATIONS R `6�j Number 2 " 674 - 5_ In consideration of Subgrantee' s agreement to continue operation of its CETA Title VI Public Service Employment Program for an additional twelve (12) months, through September 30, 1978, County agrees to increase the total amount payable to Subgrantee under this Subgrant Agreement by $ 63,230 County and Subgrantee agree, therefore, to modify the Subgrant Agreement identified herein, as specified below, while all other parts of said Subgrant Agreement remain unchanged and in full force and effect: 1. Extension of Term. Paragraph 3. (Term) of the Subgrant Agreement is hereby modified by extending the termination date specified therein from September 30, 1977 to September 30, 1978. 2. Payment Limit Increase. Paragraph 4. (Payment Limit) of the Subgrant Agreement is hereby modified by increasing the amount of the payment limit specified therein from $ 50,871 to a new total of $ 114,101 3. Amended Federal Regulations. Paragraph 1. (Compliance with Federal Require- ments) , page 1, of the Special Conditions is hereby modified by adding another reference to newly published and amended Federal Regulations (with which Subgrantee must comply) , as follows: "Federal Register, Vol. 42, No. 93, Friday May 13, 1977, as may be revised and amended; and which are incorporated herein by reference." 4. Change in County' s Representative. All references in this Agreement to the County "Civil Service Department" are hereby changed to read "Human Resources Agency Manpower Project" and all references to the "County Director of Personnel" are hereby changed to read "County Director, Human Resources Agency." 5. Change in Eligibility Criteria. Subparagraph b. (New Title VI Eligibility Criteria) of Paragraph 5. Eligibility and Hiring of New Title VI Participants) , pages 1 and 2, of the Program Operating Plan is hereby modified to read as follows: "b. New Title VI Eligibility Criteria. Fifty percent (50X) or more of such new participants will be .hired in accordance with the following new Title VI eligibility criteria: "(1) At the time of application and hiring, each such person must be both: (a) A member of a family which either receives cash welfare payments or has a current total annual income [computed in accordance with 29 CFR Subtitle A, Section 99.42 (a) (2)] which in relation to family size is at or below either 70 percent of the lower living standard income level established by the U. S. Department of Labor or the poverty level established by the U. S. Office of Management and Budget; and (b) From at least one of the following five additional eligible categories; i.e., must also be a person who: (i) Is unemployed at the time of application and has, during the 20 weeks immediately prior to application, received unemployment compensation for 15 or more weeks; or (ii) Is unemployed at the time of application and has been ineligible for unemployment compensation during the 20 weeks immediately prior to application and has been unemployed for 15 or more of those 20 weeks; or (iii) Is unemployed at the time of application and was unemployed for at least 15 of the 20 weeks immediately prior to application, and who, during those 15 weeks, was first ineligible for unemployment compensation and then became eligible for and received unemployment benefits; or (iv) Is unemployed at the time of application and is an exhaustee as defined in 29 CFR Subtitle A, Section 94.4; or (v) Is a member of a family receiving Aid to Families with Dependent Children (AFDC) , including AFDC-Unemployed Fathers, under Title IV of the Social Security Act. Initials: aF& Z�4 Subgrantee County Dept. -1- �. MODIFICATION SPECIFICATIONS R Number 2 " (� 7 4 _ "(2) A veteran who has served on active duty for a period of more than 180 days or who was discharged or released from active duty for a service- connected disability, shall be immediately eligible, upon release or discharge, 'for participation, Subparagraphs 5.b.(1)(a) and (b)(i) , (ii) , (iii) , and (iv) above notwithstanding, which would otherwise pertain, provided that the veteran has not obtained permanent, full-time, unsubsidized employment between the time of release and the time of application for participation in Title VI. "(3) In hiring such new participants hereunder, Subgrantee shall allocate funds and job positions equitably among the four categories of eligible persons specified in Subparagraphs 5.b.(1)(b)(i) , (ii), (iii) , and (iv) above, as prescribed by County to the maximum extent possible given the composition of the population of unemployed eligible persons, serving no one category exclusively and excluding no category entirely." 6. Change in Special Subareas for Hiring. Paragraph 6. (Special Subareas for Hiring) , page 2, of the Program Operating Plan is hereby modified to read as follows : "6. Special Subareas for Hiring. Subgrantee will give preference in hiring under this Agreement to applicants residing within the following subareas of substantial unemployment: Antioch, Brentwood, Byron, Knightsen, Oakley, Pittsburg, West Pittsburg, Martinez, Rodeo, San Pablo, E1 Sobrante, North Richmond (unincorporated area) , and Pinole. To the extent feasible and consistent with the intent of the Act, Subgrantee will give preference to such applicants when filling program job vacancies. Subgrantee's recruitment efforts shall be directed at these subareas of substantial unemployment." 7. Revised Program Budget. The Program Budget is hereby deleted and replaced by a new, substitute Program Budget, attached hereto and incorporated herein by reference. 8. Change in Program Specifications. Subparagraph a. of Paragraph 1. (PSE Job Positions) of the Program Specifications, as set forth in Paragraph 1. (Program) , page 1, of the Program Operating Plan, is hereby deleted and replaced by a new substitute provision, to read as follows : Total FY 77-78 Number Duration of Employment of Job Employment Only "a. Job Title Positions (Man-Months) (Man-Months) Music Librarian Trainee 1 21.0 12.0 Mail Room Clerk 1 19.0 12.0 Career Center Clerk 2 29.7 24.0 Multilith Trainee 1 21.0 12.0 Custodian 1 21.0 Initials: Subgrantee County Dept. -2- n PROGRAM BUDGET Number 2 8 — 6 7 4 - C J 1. PSE Program Budget. Subgrantee shall conduct its CETA Title VI Public Service Employment (PSE) Program under this Agreement in accordance with the following budget of allowable program expenditures: TERM OF AGREEMENT a. Cost Categories. (Federal Funds) (1) Participant Wages $ 79,429 (2) Participant Fringe Benefits 26,220 (3) Training 3,703 (4) Supportive Services -0- (5) Administration 4,749 TOTAL (Agreement Payment Limit) $ 114,101 b. Monthly Expenditures. Expenditures under the above budget shall be subject to Subgraatee' s PSE Program Plan, which shall specify planned monthly enrollments and terminations for participants and monthly expenditures, cumulatively for the term of this Agreement, and which shall be subject to prior approval by County. Subgrantee shall maintain a current PSE Program Plan on file with County's Manpower Project Office at all times, in the form and manner prescribed by County, and Subgrantee shall comply with said PSE Program Plan. c. End-of-Subgrant Settlement. Subject to the Payment Limit of this Agreement, County' s payments to Subgrantee pursuant to Paragraph 6. (Cost Report and Settlement) of the Payment Provisions shall not be limited by the specific line item budget amounts specified above, provided, however, that Subgrantee has obtained prior written approval from the County Manpower Project Director, or her designee, before making any expenditures under this Agreement which exceed the above line item budget amounts. 2. Program Funding. County' s payments to Subgrantee hereunder are subject to the availability of funds during the term of this Agreement, as follows: AMOUNT a. Source of Funds. (Federal Funds) (1) Reobligated Funds Transferred $ 8,908 from County's FY 76-77 Federal CETA Title II Grant (2) New Funds from County' s FY 76-77 41,963 Federal CETA Title VI Grant (3) New Funds from County's FY 77-78 .63,230 Federal CETA Title VI Grant TOTAL (Agreement Payment Limit) $ 114,101 Initials: � ) Subgrantee County Dept. Wi 1 0\El.:It•11:::vIA Lo ��l ,:7;'/7 it`�t:'., t:: t`I') r CFTA T.I TI.r VT. PSl: SUSTAIN.MI:NT SUIiCHANT MODIFICATION ACRI:1:1•IE IT SPECT FI:CKrIONS CIIART , PREIVIOUS SMICRAt,:'!' C::('•1/»\I1;' NUMBER Or PUBLIC AG:-I:I:I•:EJdT I AYili:i'i'1: ;(.I{l:i::..:i�'i i'r;l':1i;"1't' Sl'•i:(:Rh::T1:E SUI'.CIU1h9' AClil;litlIid'i I:L'::".I:It SERVICI? EMPLOY11•:L'11, JOBS LIMIT (1/1/77-9/30/77) LIMIT 0.1/1/77-9/30/70) City of Antioch 28-652-4 3 $ 27,423 $ 69,413 Gity of I;rer.tcrao%l 28-653-4 1 8,679 20,877 City el' Concord 28-651-5 70 584,283 1,956,nQ City of 11/1 Cerrito 28-656-4 1 8,223 21,:69 City of I.,,f,:yetLe 28-657-4 4 34,847 73,000 City of Martinez 28-658-4 12 118,11E 168,437 City of i'lcnr:;,nt 111.11 28-659-4 5 85,651 102, 748 City of 1'tittwl,urF; 28--654-[► 17 165,316 432,041 C1.ty of Sar. Pc:I;lo 28-655-4 20 . 197, 652 433,9 5 City of Walnut. Creel: 28-660-4 8 81,528 209,24 3 Ant Loch Unified School Dietrict 28-661-4 1`7 160,497 388,784 Lrentvood Un.iri.ed 5cl:ooi District 28-664-4 It 37,764 83,699 Byron Unified School District 28-665-4 3 20,470 44 ,231 John Swett Unified ocltoo? District 28-666-4 8, 75,323 167,827 Kni-htsen School District 28-675-4 2 18,882 66,988 Lafayette School Distrint 28-667-4 3 30,102 67 ,027 Liberty Union High School District 28-668-4 7 55,657 131,650 Martinez Unifod School District 28-669-4 6 51,449 115,366 Morara School Dlstric t 28-670-4 1: 9,095 .20,700 Mt. Diablo Unified School District 28-663-4 51 405,943 1,006,601 Oakley Unified School District 28-671-4 6 48,205 119,685 Orinda Union ;school District 28-672-4 10 94,410 236,106 Pittsburg Unified School District 28-662-4 8. 75,528 163,092 Richmund Unif::cd School District 28-673-4 21 163,564 389,028' Sall Ramon Val.."..c} Vnii:ied School District 28-674--4 6 50 871 114,101 Ambrose .ccre;�txon ,r : District 28- 79-3 3 ' 28,323 51,863 East Contra Costa Lt•ri_rntion District 28-681-4 2 18,582 01,682 Housing Authority of Contra Costa County 28-678-4 13 132,174 309,517 Pleasant hill Recratrtion b Pari: District 28-680-4 2 , 16,187, 39,214 State of Cali:'orni,n 28-676-5 23 175,986 423,517 �i1 - e GOVERNING BODY RESOLUTION NO. 62/77-78 San Ramon Valley Unified School District RESOLVED, that San Ramon Valley Unified School District, a Public Agency duly constituted and existing under the laws of the State of California, approves Agreement #28-674-5 with the County of Contra Costa for the term-,from October 1, 1977, through September 30, 1978, for administration and staff services to provide a CETA VI Public Service Employment Program for CETA - eligible participants, and that Douglas Douglas, Director of Classified Personnel of San Ramon Valley Unified School District is authorized and directed to sign said Agreement on behalf of this public agency and to execute any bonds or other documents required in connection therewith. PASSED AND ADOPTED on January 23, 1978, by the Board of Education by the following called vote: AYES: Ed Best, Don Sledge, Jane Upp, Gregory McCoy, Michael Wahlig . NOES: None. ABSENT: None. CERTIFICATE OF CITY CLERK OR SECRETARY I, Allan J. Petersdorf, do hereby certify that I am the duly elected, qualified - and acting District Superintendent, Secretary to the Board of Education of San Ramon Valley Unified School District, that the foregoing is a full, true, and correct copy of a resolution duly adopted by the Board of Education of said Public Agency on January 23, 1978, and that said resolution is now in full force and effect. I declare under penalty of perjury that the matters set forth in the foregoing certificate are true and correct. Executed at Danville, California, on January 23, 1978. Allan J. PetersdAf Secretary to the Board of Education of the San Ramon Valley Unified School District of Contra Costa County, State of California AFFIX SEAL - �;�:: �?•=!_.- .,., .., �r�-- -� - - HERE s My C0Mf-l3si. !i. t.. i. :t T h • r SUBGRIANT MODIFICATION AGREEMENT CETA Title VI Subgrants) c Number 2 6 6 9 — 1. Identification of Subgrant Agreement to be Modified. Number: 28-669-4 Department: Civil Service (hereinafter changed to Human Resources Agency Manpower Project) Subject: Administration and staff services to provide a CETA Title VI Public Service Employment Program for CETA-eligible participants. Effective Date of Agreement: January 1, 1977 2. Parties. The County of Contra Costa, California (County), for its Department named above, and the following named Subgrantee mutually agree and promise as follows: Subgrantee: MARTINEZ UNIFIED SCHOOL DISTRICT Capacity: Public Agency Address: 921 Susana Street, Martinez, California 94553 3. Modification Date. The effective date of'�this Subgrant Modification Agreement is October 1, 1977 4. Modification Specifications. The Agreement identified above is hereby modified as set forth in the "Modification Specifications" attached hereto which are incorporated herein by reference. 5. Legal Authority. This Subgrant Modification Agreement is entered into under and subject to the following legal authorities: Title VI 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); Emergency Job Programs Extension Act of 1976 (P.L. 94-444, 90 Stat. 1476); 29 USCA Section 801 ff; California Government Code Section 53703. 6. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA SUBGRANTEE By BY, Designee JOHN . SEARLES, District Superintendent (Designate official capacity in public Recommended by Human Resources Agency agency and attach a certified copy of the governing body resolution authoriz- ing execution of this Agreement) Designee ATTEST: (Designate Official Capacity) By C (Carol L. Walsh (Form Approved by County Counsel) 1,6/73 Notary Date: OFFICIAL SEAL nCAROL L. WALSH UM NOTARi PULC•CALIFORNIA :( V7 Prinrip..f Oi;ice in Cnnl n C:nIa C-=iy h;y Co.nniss!on Exp res June 2,1979 f Microfilmed w1tF VS 0_rA 1lc7r1sr 921 Susana Street, Ma Unez, CA 94553 t w MODIFICATION SPECIFICATIONS . y Number 2 "Q — 669 In consideration of Subgrantee' s agreement to continue operation of its CETA Title VI Public Service Employment Program for an additional twelve (12) months, through September 30, 1978, County agrees to increase the total amount payable to Subgrantee under this Subgrant Agreement by $ 63,937 . County and Subgrantee agree, therefore, to modify the Subgrant Agreement identified herein, as specified below, while all other parts of said Subgrant Agreement remain unchanged and in full force and effect: 1. Extension of Term. Paragraph 3. (Term) of the Subgrant Agreement is hereby modified by extending the termination date specified therein from September 30, 1977 to September 30, 1978. 2. Payment Limit Increase. Paragraph 4. (Payment Limit) of the Subgrant Agreement is hereby modified by increasing the amount of the payment limit specified therein from $ 51,449 to a new total of $ 115,386 3. Amended Federal Regulations. Paragraph 1. (Compliance with Federal Require- ments), page 1, of the Special Conditions is hereby modified by adding another reference to newly published and amended Federal Regulations (with which Subgrantee must comply), as follows: "Federal Register, Vol. 42, No. 93, Friday May 13, 1977, as may be revised and amended; and which are incorporated herein by reference." 4. Change in County's Representative. All references in this Agreement to the County "Civil Service Department" are hereby changed to read "Human Resources Agency Manpower Project" and all references to the "County Director of Personnel" are hereby changed to read "County Director, Human Resources Agency." 5. Change in Eligibility Criteria. Subparagraph b. (New Title VI Eligibility Criteria) of Paragraph 5. Eligibility and Hiring of New Title VI Participants), pages 1 and 2, of the Program Operating Plan is •hereby modified to read as follows: J "b. New Title VI Eligibility Criteria. Fifty percent (50X) or more of such new participants will be hired in accordance with the following new Title VI eligibility criteria: "(1) At the time of application and hiring, each such person must be both: (a) A member of a family which either receives cash welfare payments or has a current total annual income [computed in accordance with 29 CFR Subtitle A, Section 99.42 (a)(2)] which in relation to family size is at or below either 70 percent of the lower living standard income level established by the U. S. Department of Labor or the poverty level established by the U. S. Office of Management and Budget; and (b) From at least one of the following five additional eligible categories; i.e., must also be a person who: (i) Is unemployed at the time of application and has, during the 20 weeks immediately prior to application, received unemployment compensation for 15 or more weeks; or (ii) Is unemployed at the time of application and has been ineligible for unemployment compensation during the 20 weeks immediately prior to application and has been unemployed for 15 or more of those 20 weeks; or (iii) Is unemployed at the time of application and was unemployed for at least 15 of the 20 weeks immediately prior to application, and who, during those 15 weeks, was first ineligible for unemployment compensation and then became eligible for and received unemployment benefits; or (iv) Is unemployed at the time of application and is an exhaustee as defined in 29 CFR Subtitle A, Section 94.4; or (v) Is a member of a family receiving Aid to Families with Dependent Children (AFDC), including AFDC-Unemployed Fathers, under Title IV of the Social Security Act. Initials: ubgrantee Countyl Dept. -1- 4k YKPJ i 1 MODIFICATION SPECIFICATIONS Q Number 2 8 — 6 6 9 11(2) A veteran who has served on active duty for a period of more than 180 days or Who was discharged or released from active duty for a service- connected disability, shall be immediately eligible, upon release or discharge, for participation, Subparagraphs 5.b.(1)(a) and (b)(i) , (ii) , (iii) , and (iv) above notwithstanding, which would otherwise pertain, provided that the veteran has not obtained permanent, full-time, unsubsidized employment between the time of release and the time of application for participation in Title VI. "(3) In hiring such new participants hereunder, Subgrantee shall allocate funds and job positions equitably among the four categories of eligible persons specified in Subparagraphs 5.b.(1)(b)(i) , (ii) , (iii) , and (iv) above, as prescribed by County to the maximum extent possible given the composition of the population of unemployed eligible persons, serving no one category exclusively and excluding no category entirely." 6. Change in Special Subareas for Hiring. Paragraph 6. (Special Subareas for Hiring) , page 2, of the Program Operating Plan is hereby modified to read as follows : "6. Special Subareas for Hiring. Subgrantee will give preference in hiring under this Agreement to applicants residing within the following subareas of substantial unemployment : Antioch, Brentwood, Byron, Rnightsen, Oakley, Pittsburg, West Pittsburg, Martinez, Rodeo, San Pablo, El Sobrante, North Richmond (unincorporated area) , and Pinole. To the extent feasible and consistent with the intent of the Act, Subgrantee will give preference to such applicants when filling program job vacancies. Subgrantee' s recruitment efforts shall be directed at these subareas of substantial unemployment." 7. Revised Program Budget. The Program Budget is hereby deleted and replaced by a new, substitute Program Budget, attached hereto and incorporated herein by reference. 8. Change in Program Specifications. Subparagraph a. of Paragraph 1. (PSE Job Positions) of the Program Specifications, as set forth in Paragraph 1. (Program) , .page 1, of the Program Operating Plan, is hereby deleted and replaced by a new substitute provision, to read as follows : Total FY 77-78 Number Duration of Employment of Job Employment Only "a. Job Title Positions (Man-Months) (Man-Months) Library Assistant 2 40 24 Typist Clerk 3 60 36 Custodian 1 13 12" Initials ( (S] grantee County Dept. -2- +Rh7 PROGRAM BUDGET Number 28 - 669 - 5 1. PSE Pro ram Budget. Subgrantee shall conduct its CETA Title VI Public Service Employment (PSE) Program under this Agreement in accordance with the following budget of allowable program expenditures: TERM OF AGREEMENT a. Cost Categories. (Federal Funds) (1) Participant Wages $ 82,240 (2) Participant Fringe Benefits 23,356 (3) Training -0- (4) Supportive Services -0- (5) Administration 9,790 TOTAL (Agreement Payment Limit) $ 115,386 b. Monthly Expenditures. Expenditures under the above budget shall be subject to Subgrantee' s PSE Program Plan, which shall specify planned monthly enrollments and terminations for participants and,�monthly expenditures, cumulatively for the term of this Agreement, and which shall be subject to prior approval by County. Subgrantee shall maintain a current P$E Program Plan on file with County's Manpower Project Office at all times, in the form and manner prescribed by County, and Subgrantee shall comply with said PSE Program Plan. c. End-of-Subgrant Settlement. Subject to the Payment Limit of this Agreement, County's payments to Subgrantee pursuant to Paragraph 6. (Cost Report and Settlement) of the Payment Provisions shall not be limited by the specific line item budget amounts specified above, provided, however, that Subgrantee has obtained prior written approval from the County Manpower Project Director, or her designee, before making any expenditures under this Agreement which exceed the above line item budget amounts. 2. Program Funding. County's payments to Subgrantee hereunder are subject to the availability of funds during the term of this Agreement, as follows: AMOUNT a. Source of Funds. (Federal Funds) (1) Reobligated Funds Transferred $ 10,185 from County's FY 76-77 Federal CETA Title II Grant (2) New Funds from County's FY 76-77 41,264 Federal CETA Title VI Grant (3) New Funds from County's FY 77-78 639937 Federal CETA Title VI Grant TOTAL (Agreement Payment Limit) $ 115,386 Initials: S S grantee County ept. 00400 1 R ' (Act-3011 ent LO c)/421/77 I1.uard 0rwev) r • i CETA TI.7'1.1; VT. PSE. SUS'PAY.N�S•l[:crP,-f,U11CRANT t•10MMICn'1'ION nc;t;t�.l.rll:►d7' SPECIFICn'!'T•ons cnAtt'f • + SMICRANTNEW r nu•i .. NU1 BER OF PUBLIC A(•..t:1:Ni1,t11 PAYMENT 0,101-33%*: 1 AY141-11'1 SI11.C,RANToTo- . SURCRAWT AC1tEIN NT VU:�II;Elt SERVICE. EMPLOY141.V7' JOBS LIMIT (IJI/77-9f�3UI77) LIMIT 1,1.11177-9/3U/7F3? City of Antioch 28-652-4 3 $ 27,423 $ 69,423 City of Brentwood 28-653-4 1 8,679 24,877 , City of Concord 28-651-5 70 584,283 1,956,220 City of El Cerrito 28-656-4 1 8,223 21,569 -4 4 34,847City of Lafayette 28-657 ^73,U00 City of Martinez 28-658-4 12 118,118 268'437 City of Pleasant 111.11 28-659-4 5 85,051 102,748 165,316 432,641 City of P3:tsburl►, •" 28-654-4 17 197,GS2 433,975 City of San Pablo 28-655-4 - 24 City of t:al.nut Creek 28-660-4 8 81,528 209,243 Antioch Unified School District 28-661-4 17 160,497 388,784 Brentwood Unified School District 28-664-4_,• 4 37,164 83,099 Byron Unified School District 28-665-4 •3 20,470 . 44,231 John Swett Unified School District 28-666-4 `x 8 75,323 167,$27 Knightsen School District 28-675-4 2 13,882 66,988 Lafayette School District 28-667-4 3 30,102 67,027 ,,;, Liberty Union Vigh School District 28-668-4 7 55,657 131,680 Martinet Uni£ed School District 28-669-4 1 449 115,386 Moraga► School District 28-670-4 1 9,095 20,700 Mt. Diablo Unified School District ' 28-663-4 51 405,943 1,006,601 Oakley Unified School District 28-671-4 6 48,205 119,685 Orinda Union School District 28-672-4 10 94,410 236,106 - Pittsburg Unified School District 28-662-4 8 K 75,528 163,092 Richmond Unified School District 28-673-4 21 163,564 388,028 San Ramon Valley Vnified School District 28-674--4 6 509•871 114,101 Ambrose Recreation "& Park District 28-679-3 3 ' 28,323 51,863 East Contra Costa Irrigation District 28-681-4 2 18,682 42,682 Housing Authority of Contra Costa County 28-678-4 13 132,174 309,517 Pleasant hill Recreation & Park District 28-680-4 2 16,187 39,214 State of California 28-676-5 23 1759986 423,517 i COVERNINC BODY RESOLUTION (Cit or School District) RESOLVED, that Martinez Unified School District , (name of City or School District) a Public Agency duly constituted and existing under the laws of the State of California, approves Agreement #28-669-5 with the County of Contra Costa for the term from �Cq� ��30 19 77, through 9/30 , 1978, for C.E.T.A. Contract (subject of Agreement) and that John W. Searles * District Superintendent (name of authorized official) (official capacity/title) of Martinez Unified School District is authorized and directed to (name of City of School District) sign said Agreement on behalf of this public agency and to execute any bonds or other documents required in connection therewith. CERTIFICATE OF CITY CLERK OR SECRETARY I JOHN W. SEARLES do hereby (name of City Clerk or Secretary of School Board) certify that I am the duly elected, qualified and acting Secretary. �• (City Clerk or Secretary) of Martinez Unified School District Board of Education , that the foregoing (name of City or School District) is a full, true, and correct copy of a resolution duly adopted by the School Board of said Public Agency on April 26 , 1977 , (City Council or School Board) and that said resolution is now in full force and effect. I declare under penalty of perjury that the matters set forth in the foregoing certificate are true and correct_ Executed at Martinez ,California, on 1/17 19,78, (city) • �%,j.�� lL'aLL �L, V, /ie v (Cit Cleric's or Secretary's signature) of.-rICIA1. SI::\I. AFFIX Cai2C_ll_ _:. C.L 1:0RNtA SEAL ; t, . ..; C_:..._G_..C:urty OOQ&9 J ..... ; A,C•...-:5'c'.E��i a:!a...Z 1974 i1 HERO 9'1 SL sana Strect, Nlar;::ie:, CA 9=.55:, In tile Board Oi Supervisors of �. �• :� 'c ^.S. = L^461 `1 S.Cia CF cc!It tc:G SE? 2 7 1977 , 19 In the Mo.-Ter of ..._h'orizing the Director, Human Resources Agency, to Execute Subgrant- modification -regiments t•,ith Thirty CETA Title F! FSE "Sustainmer_t Program' Subgrantees The board having authorized, by its order dated August 16, 1977, execution of *Modification '709 to the County's CETA Title VI Grant ?06-5004-60, thereby applying to the U. S. Department of Labor for new funds to be allocated` a=.on- designated CETA Title VI Public Service Employment (PSE) Subgrantees, as reco-..^.ended by the County Manpower Advisory Council, for operation of the County's CETA Title VI PSE programs in Federal Fiscal Year 1977-73, including operation of 30 programs known as "CETA Title VI PSE Sustainmert Pro-rams, : rich were initiated under Subprant Agreements covering_ the period from January 1, 1977, through September 30, 1977; and The Board having considered the recommendation of the Director, Hunan Resources Agency, regarding the need for prompt execution of Subgrant !_odifica_ion agreements for operation of these 30 approved CETA Title VI PSE Sustair_^_ent Programs from October 1, 1977 through September 30, 1975, as saecified in the attached "CETA Title VI PSE S'ustaiu ent Subprant Mod-i ficari on Agreement Specifications Chart," in order to assure conformance with the plans end obj ectives established in the County's CETA Title VI Grant Modification 709, and in order to preclude interruptions ir. the operation of the County's existing PSE SustaiL.ment Programs; IT IS BY THE BOARD, ORDS ED that the Director, Human Resources Agency, is AUTHORIZED to execute, on behalf of the County, standard forts Subgrant Modifica=ion Agreements with the 30 current CETA Title VI PSE Subgrantees identified in the attached "CETA Title VI PSE Sustainment Subgrant Modification Agreement Specifications Chart," upon approval by the U. S. Department of Labor of :Modification :'J'709 to the County's CETA Title VI Grant x%06-5004-60 and upon approval of the standard format for such Subgrant Modification Agreements, with said Subgrant Modification Agreements to be effective for the period from October 1, 1977, through September 30, 1978, for continued operation of each Subgrantee's respective CETA Title VI PSE Sustainment Program, as presently authorized under the Subgrant Agreement referenced by .number and. subject to the new Subgrant Agreement Payment Limits set forth in said Chart, and under terns and conditions as more particularly set forth in said standard form Subgrant :Modification Agreements. PASSED BY THE BOARD on S t P 4' f 1977 I hereby certify that the foregoing is a true and correct copy of an order anfered on iisa minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the 'Heal of the Board of Orig: /Human Resources Agency Attn: Contracts & Grants Unit Supervisors , cc: County Administrator affixed this day of SEP,,,2 7 ''?77 19 _ Countv Auditor-Controller County Manpower Project Director J. R. OLSSON, Clerk Subgrantees gd.pjwj Clerk GuVerrez .1) ?,Tp,dgAIM, H - 2•4 iii iSm 00'49-Z,3 i Lo 127/77 i:('zir:! 01%1-00 ` ta:'1'A TITLE V1. P.S17. �,l_t:(;ll'•ICA'1,tUt . t' ;:tl,:1' PMNIGMS xurm .lz c 1'1 f,f,rr, ,,y.,... :f' 1 ) ' I At .l.i.., .IIL 1 i.l:!F I 1�'1, 41- -V NC: - y . , « !/iSUBGRA�T ACEItM X..M' 1Ji )UC(:lA\ Ifa; Cit}� of ",nticch 3 $ ?.7, t,? G: ,41.:{ ' City C,f 11ro1,twood 28-653-4 1 8,679 City of Concord 28-651.-5 70 5134 , 21.3 1,9'6,:120 City of 1:1 Gorrito 28-656-4 1 3,7.?.3 :?.1, 65' City of Lafayette 28-657-4 !► 34,847 73,0Ot0 City of Martinez 28-658-4 12 118,17.E 263,437 ! -.City of Plersant Hill 28-659-4 5 85,651 102, 748 , City of P .ttsburp, 28--654- ► 17 165, 31G t,32;t�t,1 City of San Pablo 28-655-4 20 197, 652 1;33,9;5 i City of l:alnut Creel: 28-660-4 t' 8 81,525 ZU9 7.1.3 Antioch Unified School District 28-661-4 17 160,497 33317£; Brentwood Unified School District 28-664-4 4 37,761; 83,.1 J? Byron Unified School District 28-665-4_ . 3 20,470 4/11231 John SaraL:r- Unified School District 28-666-4 8 75,323 167,627 lniCltcsoo. School District 28-675-4 2 18,u82 66,9F,8 Lafayette School Districc 28-667-4 3 30,102 67 ,027> Liberty Union EiEh School District 28-668-4 7 55;657 '1311680 Martinez Unifed School District 28-669-4 6 51,/149 115, 3fi6 ' 11orad School District 28-670-4 1 91095 2"', 700 f`1t, Diablo Unified School District 28-663-4 51 405,943' 1,006 G01 Oakley Unifies? School District 28-671-4 6 48,205 119,685, Orinda Union School. District 28-672-4: 10 94.,410 234 l0G Pittsburg Unified School District 28-662-4 8 75,52$ 163,8.12 P.icl:mnd Unified School District 28-673-4 21 163 564 356,4:'.8 Sat: 11nmon Valley vilified School District 28-674--4 G 50,871 . :11,101 Ambrose P.ecreation & Park District 28-67973 3 28,323 51,ru3 East Contra Costa Irrigation District 28-681-4 2 18,'882 42,882 Fousing Authority of Contra Costa County 28-678-4 -13 132,174 309 ,51" Pleasant Hill Recreation & Park District, 28-680-4 2 16,187 39,214 State of California 28-676-5 `23 175,984 423,517 00,944 SUBGRANT MODIFICATION AGREEMENT CETA Title VI Subgrants) Q c C Number 2 V U J 1. Identification of Subgrant Agreement to be Modified. Number: 28-652-4 Department: Civil Service (hereinafter changed to Human Resources Agency Manpower Project) Subject: Administration and staff services to provide a CETA Title VI Public Service Employment Program for CETA-eligible participants. Effective Date of Agreement: January 1, 1977 2. Parties. The County of Contra Costa, California(County) , for its Department named above, and the following named Subgrantee mutually agree and promise as follows: Subgrantee: CITY OF ANTIOCH Capacity: Public Agency Address: P.O. Box 369, Antioch, Califoknia 94509 3. Modification Date. The effective date of this Subgrant Modification Agreement ` is October 1,. T9-77 4. Modification Specifications. The Agreement identified above is hereby modified as set forth in the "Modification Specifications" attached hereto which are incorporated herein by reference. 5. Legal Authority. This Subgrant Modification Agreement is entered into under and subject to the following legal authorities: Title VI 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); Emergency Job Programs Extension Act of 1976 (P.L. 94-444, 90 Stat. 1476); 29 USCA Section 801 ff; California Government Code Section 53703. 6. Signatures. These signatures attest the parties' agreement reto: COUNTY OF CONTRA COSTA, CALIFORNIA SUBGRANTE By By Designee StephenR T atcher, CUM mumer (Designifte- official capacity in public Recommended by Human Resources Agency agency and attach a certified copy of the governing body resolution authoriz- ing execution of this Agreement) By Designee ATTEST: City Clerk (Designate Official Capacity) By (Form Approved by County Counsel) Dorothy Marks Date: January 11 , 1978 ANcrofilmed with Vul j h board order MODIFICATION SPECIFICATIONS �j ��j Number 2 "R " " "2 — 5 In consideration of Subgrantee' s agreement to continue operation of its CETA Title VI Public Service Employment Program for an additional twelve (12) months, through September 30, 1978, County agrees to increase the total amount payable to Subgrantee under this Subgrant Agreement by $ 41,990 County and Subgrantee agree, therefore, to modify the Subgrant Agreement identified herein, as specified below, while all other parts of said Subgrant Agreement remain unchanged and in full force and effect: 1. Extension of Term. Paragraph 3. (Term) of the Subgrant Agreement is hereby modified by extending the termination date specified therein from September 30, 1977 to September 30, 1978. 2. Payment Limit Increase. Paragraph 4. (Payment Limit) of the Subgrant Agreement is hereby modified by increasing the amount of the payment limit specified therein from $ 27,423 to a new total of $ 69,413 • 3. Amended Federal Regulations. Paragraph 1. (Compliance with Federal Require- ments) , page 1, of the Special Conditions is hereby modified by adding another reference to newly published and amended Federal Regulations (with which Subgrantee must comply) , as follows: "Federal Register, Vol. 42, No. 93, Friday May 13, 1977, as may be revised and amended; and which are incorporated herein by reference." 4. Change in County' s Representative. All references in this Agreement to the County "Civil Service Department" are hereby changed to read "Human Resources Agency Manpower Project" and all references to the "County Director of Personnel" are hereby changed to read "County Director, Human Resources Agency." 5. Change in Eligibility Criteria. Subparagraph b. (New Title VI Eligibility Criteria) of Paragraph 5. (Eligibility and Hiring of New Title VI Participants) , pages 1 and 2, of the Program Operating Plan is hereby modified to read as follows : "b. New Title VI Eligibility Criteria. Fifty percent (50X) or more of such new participants will be hired in accordance with the following new Title VI eligibility criteria: "(1) At the time of application and hiring, each such person must be both: (a) A member of a family which either receives cash welfare payments or has a current total annual income [computed in accordance with 29 CFR Subtitle A, Section 99.42 (a) (2)] which in relation to family size is at or below either 70 percent of the lower living standard income level established by the U. S. Department of Labor or the poverty level established by the U. S. Office of Management and Budget; and (b) From at least one of the following five additional eligible categories; i.e., must also be a person who: (i) Is unemployed at the time of application and has, during the 20 weeks immediately prior to application, received unemployment compensation for 15 or more weeks; or (ii) Is unemployed at the time of application and has been ineligible for unemployment compensation during the 20 weeks immediately prior to application and has been unemployed for 15 or more of those 20 weeks; or (iii) Is unemployed at the time of application and was unemployed for at least 15 of the 20 weeks immediately prior to application, and who, during those 15 weeks, was first ineligible for unemployment compensation and then became eligible for and received unemployment benefits; or (iv) Is unemployed at the time of application and is an exhaustee as defined in 29 CFR Subtitle A. Section 94.4; or (v) Is a member of a family receiving Aid to Families with Dependent Children (AFDC) , including AFDC-Unemployed Fathers, under Title Iii of the Social Sec ity Act. Initials: 0996 ub r tee County, pt. -1- r ^Y MODIFICATION SPECIFICATIONS �jC Number 28 - 652 -- 5 "(2) A veteran who has served on active duty for a period of more than 180 days or who was discharged or released from active duty for a service- connected disability, shall be immediately eligible, upon release or discharge, for participation, Subparagraphs 5.b.(1)(a) and (b)(i) , (ii) , (iii) , and (iv) above notwithstanding, which would otherwise pertain, provided that the veteran has not obtained permanent, full-time, unsubsidized employment between the time of release and the time of application for participation in Title VI. "(3) In hiring such new participants hereunder, Subgrantee shall allocate funds and job positions equitably among the four categories of eligible persons specified in Subparagraphs 5.b.( l)(b)(i) , (ii) , (iii) , and (iv) above, as prescribed by County to the maximum extent possible given the composition of the population of unemployed eligible persons, serving no one category exclusively and excluding no category entirely." 6. Change in Special Subareas for Hiring. Paragraph 6. (Special Subareas for Hiring) , page 2, of the Program Operating Plan is hereby modified to read as follows : "6. Special Subareas for Hiring. Subgrantee will give preference in hiring under this Agreement to applicants residing within the following subareas of substantial unemployment: Antioch, Brentwood, Byron, Knightsen, Oakley, Pittsburg, West Pittsburg, Martinez, Rodeo, San Pablo, E1 Sobrante, North Richmond (unincorporated area) , and Pinole. To the extent feasible and consistent with the intent of the Act, Subgrantee will give preference to such applicants when filling program job vacancies. Subgrantee' s recruitment efforts shall be directed at these subareas of substantial unemployment." 7. Revised Program Budget. The Program Budget is hereby deleted and replaced by a new, substitute Program Budget, attached hereto and incorporated herein by reference. 8. Change in Program Specifications. Subparagraph a. of Paragraph 1. (PSE Job Positions) of the Program Specifications, as set forth in Paragraph 1. (Program) , page 1, of the Program Operating Plan, is hereby deleted and replaced by a new substitute provision, to read as follows : Total FY 77-78 Number Duration of Employment of Job Employment Only "a. Job Title Positions (Man-Months) (Man-Months) Administrative Aide 1 21.0 12.0 Maintenance Man 1 21.0 12.0 Draftsman 1 20.9 12.0" Initials TuliakEntee Couaty Dept. -2- 0049-47 PROGRAM BUDGET Number 28 - 652a- 5 1. PSE Program Budget. Subgrantee shall conduct its CETA Title VI Public Service Employment (PSE) Program under this Agreement in accordance with the following budget of allowable program expenditures: TERM OF AGREEMENT a. Cost Categories. (Federal Funds) (1) Participant Wages $ 52,488 (2) Participant Fringe Benefits 13,815 (3) Training -0- (4) Supportive Services -0- (5) Administration 3,110 TOTAL (Agreement Payment Limit) $ 69,413 b. Monthly Expenditures. Expenditures under the above budget shall be subject to Subgrantee' s PSE Program Plan, which shall specify planned monthly enrollments and terminations for participants and monthly expenditures, cumulatively for the term of this Agreement, and which shall be subject to prior approval by County. Subgrantee shall maintain a current PSE Program Plan on file with County's Manpower Project Office at all times, in the form and manner prescribed by County, and Subgrantee shall comply with said PSE Program Plan. c. End-of-Subgrant Settlement. Subject to the Payment Limit of this Agreement, County' s payments to Subgrantee pursuant to Paragraph 6. (Cost Report and Settlement) of the Payment Provisions shall not be limited by the specific line item budget amounts specified above, provided, however, that Subgrantee has obtained prior written approval from the County Manpower Project Director, or her designee, before making any expenditures under this Agreement which exceed the above line item budget amounts. 2. Program Funding. County's payments to Subgrantee hereunder are subject to the availability of funds during the term of this Agreement, as follows : AMOUNT a. Source of Funds. (Federal Funds) (1) Reobligated Funds Transferred $ 2,333 from County' s FY 76-77 Federal CETA Title II Grant (2) New Funds from County's FY 76-77 25,090 Federal CETA Title VI Grant (3) New Funds from County' s FY 77-78 . 41,990 Federal CETA Title VI Grant TOTAL (Agreement Payment Limit) $ 69,413 Initials: S an ee County pt. ti GOVELU CMG Iiol)y RESOLUTrUll (City or School District) RLSOLUD, that City of Antioch (name of City or School District) a Public Agency duly constituted and existing under the laws of the State of California, approves Agreement G 28-652-5 with the County of Contra Costa for the term frain October 1 , 1197 , through September 30 , 1978, for CETA VI Subgrant Modification Agreement (subject of Agreement) and that Stephen R. Thatcher City Manager _ (name of authorized official) (official capacity/title) of City of Antioch is authorized and directed to (name ,of City of School District) sign said Agreement on behalf of this public agency and to execute any bonds or other documents required in connection therewith. CERTIFICATE OF CITY CLERK OR SECRETARY I� Dorothy P. Marks do hereby (name of City Clerk or Secretary of School Board) certify that I am the duly elected, qualified and acting City Clerk (City Clerk or Secretary) of City of Antioch that the foregoing (name of City or School District) is a full, true, and correct copy of a resolution duly adopted by the City Council of said Public Agency on January 14, 1975, (City Council or School Board) and that said resolution is now in full force and effect. I declare under penalty of perjury that the matters set forth in the foregoing certificate are true and correct. Executed at Antioch California, on January ll 1978 , (city) ((:its•-Cl�•r'..' <,� ;.•.•r: rare '. :i n.►rur�•) AFI'I Y. SEA1. OC40 ` r 1 ' SUBGRANT MODIFICATION AGREEMENT CETA Title VI Subgrants) R Number 2 - 664 - 5 " 1. Identification of Subgrant Agreement to be Modified. Number: 28-664-4 Department: Civil Service (hereinafter changed to Human Resources Agency Manpower Project) Subject: Administration and staff services to provide a CETA Title VI Public Service Employment Program for CETA-eligible participants. Effective Date of Agreement: January 1, 1977 2. Parties. The County of Contra Costa, California (County) , for its Department named above, and the following named Subgrantee mutually agree and promise as follows: Subgrantee: BRENTWOOD UNION SCHOOL DISTRICT Capacity: Public Agency Address: 250 First Street, Brentwood, California 94513. 3. Modification Date. The effective date of this Subgrant Modification Agreement is October 1, 1977 4. Modification Specifications. The Agreement identified above is hereby modified as set forth in theModifica ion Specifications" attached hereto which are incorporated herein by reference. 5. Legal Authority. This Subgrant Modification Agreement is entered into under and subject to the following legal authorities: Title VI 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); Emergency Job Programs Extension Act of 1976 (P.L. 94-444, 90 Stat. 1476); 29 USCA Section 801 ff; California Government Code Section 53703. 6. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA SUBGRANTEE By By Designee 74 (Designate official capacity in public Recommended by Human Resources Agency agency and attach a certified copy of the governing body resolution authoriz- ing execution of this Agreement) ay Designee ATTEST: Designate Official Capacity) B ,. (Form Approved by County Counsel) Date: 000W " MODIFICATION SPECIFICATIONS Number 2 " 664 _ 5 In consideration of Subgrantee' s agreement to continue operation of its CETA Title VI Public Service Employment Program for an additional twelve (12) months, through September 30, 1978, County agrees to increase the total amount payable to Subgrantee under this Subgrant Agreement by $ 45,935 . County and Subgrantee agree, therefore, to modify the Subgrant Agreement identified herein, as specified below, while all other parts of said Subgrant Agreement remain unchanged and in full force and effect: 1. Extension of Term. Paragraph 3. (Term) of the Subgrant Agreement is hereby modified by extending the termination date specified therein from September 30, 1977 to September 30, 1978. 2. Payment Limit Increase. Paragraph 4. (Payment Limit) of the Subgrant Agreement is hereby modified by increasing the amount of the payment limit specified therein from $ 37,764 to a new total of $ 83,699 , 3. Amended Federal Regulations. Paragraph 1. (Compliance with Federal Require- ments) , page 1, of the Special Conditions is hereby modified by adding another reference to newly published and amended Federal Regulations (with which Subgrantee must comply) , as follows : "Federal Register, Vol. 42, No. 93, Friday May 13, 1977, as may be revised and amended; and which are incorporated herein by reference." 4. Change in County's Representative. All references in this Agreement to the County "Civil Service Department" are hereby changed to read "Human Resources Agency Manpower Project" and all references to the "County Director of Personnel" ar:�, hereby changed to read "County Director, Human Resources Agency." 5. Change in Eligibility Criteria. Subparagraph b. (New Title VI Eligibility Criteria) of Paragraph 5. (Eligibility and Hiring of New Title VI Participants) , pages I and 2, of the Program Operating Plan is hereby modified to read as follows: "b. New Title VI Eligibility Criteria. Fifty percent (50X) or more of such new participants will be hired in accordance with the following new Title VI eligibility criteria: "(1) At the time of application and hiring, each such person must be both: (a) A member of a family which either receives cash welfare payments or has a current total annual income [computed in accordance with 29 CFR Subtitle A, Section 99.42 (a)(2)] which in relation to family size is at or below either 70 percent of the lower living standard income level established by the U. S. Department of Labor or the poverty level established by the U. S. Office of Management and Budget; and (b) From at least one of the following five additional eligible categories; i.e., must also be a person who: (i) Is unemployed at the time of application and has, during the 20 weeks immediately prior to application, received unemployment compensation for 15 or more weeks; or (ii) Is unemployed at the time of application and has been ineligible for unemployment compensation during the 20 weeks immediately prior to application and has been unemployed for 15 or more of those 20 weeks; or (iii) Is unemployed at the time of application and was unemployed for at least 15 of the 20 weeks immediately prior to application, and who, during those 15 weeks, was first ineligible for unemployment compensation and then became eligible for and received unemployment benefits; or (iv) Is unemployed at the time of application and is an exhaustee as defined in 29 CFR Subtitle A, Section 94.4; or (v) Is a member of a family receiving Aid to Families with Dependent Children (AFDC) , including AFDC-Unemployed Fathers, under Title IV of the Social Security Act. C In' 004 u grantee County pept. _l_ r MODIFICATION SPECIFICATIONS c c A Number 2 6 6 4 — 5 11(2) A veteran who has served on active duty for a period of more than 180 days .or who was discharged or released from active duty for a service- connected disability, shall be immediately eligible, upon release or discharge, for participation, Subparagraphs 5.b.(1)(a) and (b)(i) , (ii) , (iii) , and (iv) above notwithstanding, which would otherwise pertain, rovided that the veteran has not obtained permanent, full-time, unsubsidized employment between the time of release and the time of application for participation in Title VI. "(3) In hiring such new participants hereunder, Subgrantee shall allocate funds and job positions equitably among the four categories of eligible persons specified in Subparagraphs 5.b.(1)(b)(i) , (ii), (iii) , and (iv) above, as prescribed by County to the maximum extent possible given the composition of the population of unemployed eligible persons, serving no one category exclusively and excluding no category entirely." 6. Change in Special Subareas for Hiring. Paragraph 6. (Special Subareas for Hiring) , page 2, of the Program Operating Plan is hereby modified to read as follows : "6. Special Subareas for Hiring. Subgrantee will give preference in hiring under this Agreement to applicants residing within the following subareas of substantial unemployment: Antioch, Brentwood, Byron, Rnightsen, Oakley, Pittsburg, West Pittsburg, Martinez, Rodeo, San Pablo, E1 Sobrante, North Richmond (unincorporated area) , and Pinole. To the extent feasible and consistent with the intent of the Act, Subgrantee will give preference to such applicants when filling program job vacancies. Subgrantee's recruitment efforts shall be directed at these subareas of substantial unemployment." 7. Revised Program Budget. The Program Budget is hereby deleted and replaced by a new, substitute Program Budget, attached hereto and incorporated herein by reference. 8. Change in Program Specifications. Subparagraph a. of Paragraph 1. (PSE Job Positions) of the Program Specifications, as set forth in Paragraph 1. (Program), page 1, of the Program Operating Plan, is hereby deleted and replaced by a new substitute provision, to read as follows : Total FY 77-78 Number Duration of Employment of Job Employment Only "a. Job Title Positions (Plan-Months) (Man-Months) Teacher 1 21 12 Custodian 2 42 24 Secretary 1 21 12" - Initials: 00P2 Subgrantee County Dept. PROGRAM BUDGET Q Number 2 8 1. PSE Program Budget. Subgrantee shall conduct its CETA Title VI Public Service Employment PSE Program under this Agreement in accordance with the following budget of allowable program expenditures: TERM OF AGREEMENT a. Cost Categories. (Federal Funds) (1) Participant Wages $ 67,119 (2) Participant Fringe Benefits 15,336 (3) Training - -0- (4) Supportive Services -Q- (5) Administration 1.244 TOTAL (Agreement Payment Limit) $ 83,699 b. Monthly Expenditures. Expenditures under the above budget shall be subject to Subgrantee' s PSE Program Plan, which shall specify planned monthly enrollments and terminations for participants and monthly expenditures, cumulatively for the term of this Agreement, and which shall be subject to prior approval by County. Subgrantee shall maintain a current PSE Programa Plan on file with County's Manpower Project Office at all times, in the form and manner prescribed by County, and Subgrantee shall comply with said PSE Program Plan. c. End-of-Subgraut Settlement. Subject to the Payment Limit of this Agreement, County' s payments to Subgrantee pursuant to Paragraph 6. (Cost Report and Settlement) of the Payment Provisions shall not be limited by the specific line item budget amounts specified above, provided, however, that Subgrantee has obtained prior written approval from the County Manpower Project Director, or her designee, before making any expenditures under this Agreement which exceed the above line item budget amounts. 2. Program Funding. County' s payments to Subgrantee hereunder are subject to the availability of funds during the term of this Agreement, as follows: AMOUNT a. Source of Funds. (Federal Funds) (1) Reobligated Funds Transferred $ 3,453 from County' s FY 76-77 Federal CETA Title II Grant (2) New Funds from County' s FY 76-77 34,311 Federal CETA Title VI Grant (3) New Funds from County' s FY 77-78 45,935 Federal CETA Title VI Grant TOTAL (Agreement Payment Limit) $ 83,699 Initials: G�%�� 14 Subgrantee County Dept. OK5,3 I . In the Board of Supervisors or C07!frC C-r=-' Coll-tv Sfef= Ca!►torn'-� SE_? _97 1977 , 19 In the Matter of Authorizing the Director, Human Resources Agency, to Execute Subgrant ?Modification Agreements with Thirtv CETA Title Vi iSE "Sustainment Progra=' Subgrantees The Board having authorized, by its order dated August 16, 1977, execution of Modification #709 to the County's CETA Title VI Grant #06-5004-60, thereby applying to the U. S. Department of Labor for new funds to be allocated among designated CETA Title VI Public Service Employment (PSE) Subgrantees, as recommended by the County Manpower Advisory Council, for operation of the County's CETA Title VI PSE programs in Federal Fiscal Year 1977-78, includ�zg operation of 30 programs known as "CETA Title VI PSE Sustainment Progra.s," Which were initiated under Subgrant Agreements covering the period from . January 1, 1977, through September 30, 1977; and The Board having considered the recommendation of the Director, Human Resources Agency, regarding the need for prompt execution of Subgrant *lodification Agreements for operation of these 30 approved CETA Title la PSE Sustairaent Programs from October 1, 1977 through September 30, 1978, as specified in the attached "CETA Title VI PSE Sustaiment Subgrant :Sonification Agreement Specifications Chart," in order to assure conformance with the plans and objectives established in the County's CETA Title VI Grant Modification x'709, and in order to preclude interruptions in the operation of the County's existing PSE Sustainment Programs; IT IS BY THE BOARD ORDERED that the Director, Human Resources Agency, is AL7HORIZED to execute, on behalf of the County, standard form Subgrant Modification Agreements with the 30 current CETA Title VI PSE Subgrantees identified in the attached "CETA Title VI PSE Sustainment Subgrant Modification Agreement Specifications Chart," upon approval by the U. S. Department of Labor of Modification u"709 to the County's CETA Title VI Grant #06-5004-60 and upon approval of the standard format for such Subgrant Modification Agreements, with said Subgrant Modification Agreements to be effective for the period from October 1, 1977, through September 30, 1978, for continued operation of each Subgrantee's respective CETA Title VI PSE Sustainment Program, as presently authorized under the Subgrant Agreement referenced by.number and. -subject to the new Subgrant Agreement Payment Limits set forth in said Chart, and under terms and conditions as more particularly set forth in said standard form Subgrant Modification Agreements. PASSED BY THE BOARD on S E P 2 7 1977 I hereby certify that the foregoing is a true and correct copy of an order entered on thrk minutes of said Board of Supervisors on the date aforesaid. Orig• /Human Resources Agency Witness my hand and the seal of the Board of Attn: Contracts & Crants Unit Supervisors cc: County Administrator affixed this day of S�� 7 7 X477 i 9 Countv Auditor-Controller —' County Manpower Project Director j j J. R. OLSSOlV, Clerk Subgrantees gy 1�/-.:� ,� iG. _ 0.Pny Uerk Robbi.v GuYerrer;� . .. . ...:..:::.....: P,JP:dg 0P&.1 H 2.1 ;:-,#. 11m (ALt..IC1U.ont. t.(1 9/;7/7'/ u 0 r) C11TA TITLE. VT. PSL' SUSTAT'MENT SUBORAWT M-ODIFICATI OM ACR[s'1:ME21T SPECIFICA'1'7.0►;S MI.ART `- ! PRI-MOUS SULCRAINT NEW NUMBrlt or. PUBLIC AG.r%'EM•,rNiT I'AYI•lENT !1(�I�I:i:i:(.:ii"z PA1'111:NT SUl'GRANTIT SUEGIMT ACRIm-'HUNT 1'L':•:rm SERVICE EWLOYN•IL"r . JOBS LIMIT (1/1/77-9/30/77) LI'iT'f (1/1/77-9/30/7$) City of ,uiti:och 28-652-4 3 $ 27,423 $ 69,413 _ City of L'rentumod 28-653-4 1 8,679 20,877 City of: Concord 28-651-5 70 584 ,283 1,956,220 City of la. Cerrito 28-656-4 1 8,223 21.,569 City of LaIave tte 28-657-4 It 34,847 73,000 City of Martinez 28-658-4 12 118,11.8 268,437 City of Plca�.ant }Hill 28-659-4 5 85,651 102,74 City of Pi,tsl-urf; 28--654-4 17 165,316 432,61;1 City of Sar. Pablo 28-655-4 20 197, 652 433,E15 City of V:31.nut Creek 28-660-4 8 ' 81,528 209,243 Antioch Unified School District 28-661-4 17 160,497 388, 784 Brentwood Unified School District 28-664-4 4 37,764 83,699 Byron Unified School District 28-665-4 .3 20,470 44 ,231 John Swett Unified School District 28=666-4 8. 75,323 167 ,827 Kni-}itsen School District 28-675-4 2 18,882 66,988 Lafayette School District 28-667-4 3 30,102 67 ,027 Liberty Union l:igh School District 28-668-4 7 55,657 131,680 Martinez Uni.frd School District 28-669-4 6 51,449, 115,386 Morar,a School District 28-670-4 1 9,095 20,700 Mt. Diablo Unified School District 28-663-4 51 405,943 1,006,601 Oakley Unified School District 28-671-4 6 48,205 119,685 Orinda Union "chool District 28-672-4 10 94,410 236,106 Pittsburg Unified School District 28-662-4 8 75,528 163,092 Ric}auond Unified School District 28-673-4 21 163,564 388,028 Sau Ramon Val,,,ey [unified School District 28-674--4 6 50071 114,101 Ambrose P.ccrcl,ttion & Park District; 28-679-3 9 28,323 S1,E63 East Contra Costa Irrigation District 28-681-4 2 18,882 42,682 Housing tutho ity of Contra Costa County 28-678-4 13 132,174 309,517 Pleasant Hill Recreation & Park District 28-680-4 2 16,187, 39,214 State of California 28-676-5 23' 175,986 423,517 BRENTTVOOD UNION SCHOOL DISTRICT BRENTWOOD SCHOOL DISTRICT OFFICE - GARIN SCHOOL EDNA HILL SCHOOL TEL. 634-3408 TEL. 415/634-1168 - TEL- 63+e-3548 250 FIRST STREET BRENTWOOD, CALIFORNIA 94513 BOARD RESOLUTION 11 - 78 THE BOARD OF TRUSTEES, BRENT4OOD UNION :SCHOOL DISTRICT, hereby resolves to continue under contract with the County of Contra Costa to participate- as a subgrantee in the C.E..T�4.. Title Vl P.S.E. Program. Furthermore, the Board appoints William B. Bristow, District Superintendent, as their authorized representative on all actions concerning this program, Ayes: 5 Nayes.: 0. Absent: 0 ' Certified:. . . _ awe Signed: L Roy Gursky, Clerk Board of Trustees. Brentwood Union School District SUBGRANT MODIFICATION AGREEMENT CETA Title VI Subgrants) Number 2 `�R 6 5 4 4wC V 1. Identification of Subgrant Agreement to be Modified. Number: 28-654-4 Department: Civil Service (hereinafter changed to Human Resources Agency Manpower Project) Subject: Administration and staff services to provide a CETA Title VI Public Service Employment Program for CETA-eligible participants. Effective Date of Agreement: January 1, 1977 2. Parties. The County of Contra Costa, California (County) , for its Department named above, and the following named Subgrantee mutually agree and promise as follows: Subgrantee: CITY OF PITTSBURG Capacity: Public Agency Address: 2020 Railroad Avenue, Pittsburg, California 94565 3. Modification Date. The effective date of this Subgrant Modification Agreement is October 1, 1977 4. Modification Specifications. The Agreement identified above is hereby modified as set forth in the Modification Specifications" attached hereto which are incorporated herein by reference. 5. Legal Authority. This Subgrant Modification Agreement is entered into under and subject to the following legal authorities: Title VI 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); Emergency Job Programs Extension Act of 1976 (P.L. 94-444, 90 Stat. 1476); 29 USCA Section 801 ff; California Government Code Section 53703. 6. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA SUBGRANTEE'41 4 A P. Z -Ze - By Designee l Desi ate official capacity in public Recommended by Human Resources Agency agency and attach a certified copy of the gover g body resolution authoriz- ing exe utio of t 's Agr ement) By Designee ATTEST: esignate official/Capacity) By (Form Approved by County Counsel) Date: 7 00T? MODIFICATION SPECIFICATIONS R Number 2 654 -o C V In consideration of Subgrantee' s agreement to continue operation of its CETA Title VI Public Service Employment Program for an additional twelve (12) months, through September 30, 1978, County agrees to increase the total amount payable to Subgrantee under this Subgrant Agreement by $ 267,325 . County and Subgrantee agree, therefore, to modify the Subgrant Agreement identified herein, as specified below, while all other parts of said Subgrant Agreement remain unchanged and in full force and effect: 1. Extension of Term. Paragraph 3. (Term) of the Subgrant Agreement is hereby modified by extending the termination date specified therein from September 30, 1977 to September 30, 1978. 2. Payment Limit Increase. Paragraph 4. (Payment Limit) of the Subgrant Agreement is hereby modified by increasing the amount of the payment limit specified therein from $ 165,316 to a new total of $ 432,641 3. Amended Federal Regulations. Paragraph 1. (Compliance with Federal Require- ments) , page 1, of the Special Conditions is hereby modified by adding another reference to newly published and amended Federal Regulations (with which Subgrantee must comply) , as follows: "Federal Register, Vol. 42, No. 93, Friday May 13, 1977, as may be revised and amended; and which are incorporated herein by reference." 4. Change in County' s Representative. All references in this Agreement to the County "Civil Service Department= are hereby changed to read "Human Resources Agency Manpower Project" and all references to the "County Director of Personnel" are hereby changed to read "County Director, Human Resources Agency." 5. Change in Eligibility Criteria. Subparagraph b. (New Title VI Eligibility Criteria) of Paragraph 5. (Eligibility and Hiring of New Title VI Participants) , pages 1 and 2, of the Program Operating Plan is hereby modified to read as follows: "b. New Title VI Eligibility Criteria. Fifty percent (50X) or more of such new participants will be hired in accordance with the following new Title VI eligibility criteria: "(1) At the time of application and hiring, each such person must be both: (a) A member of a family which either receives cash welfare payments or has a current total annual income [computed in accordance with 29 CFR Subtitle A, Section 99.42 (a)(2)] which in relation to family size is at or below either 70 percent of the lower living standard income level established by the U. S. Department of Labor or the poverty level established by the U. S. Office of Management and Budget; and (b) From at least one of the following five additional eligible categories; i.e., must also be a person who: (i) Is unemployed at the time of application and has, during the 20 weeks immediately prior to application, received unemployment compensation for 15 or more weeks; or (ii) Is unemployed at the time of application and has been ineligible for unemployment compensation during the 20 weeks immediately prior to application and has been unemployed for 15 or more of those 20 weeks; or (iii) Is unemployed at the time of application and was unemployed for at least 15 of the 20 weeks immediately prior to application, and who, during those 15 weeks, was first ineligible for unemployment compensation and then became eligible for and received unemployment benefits; or (iv) Is unemployed at the time of application and is an exhaustee as defined in 29 CFR Subtitle A, Section 94.4; or (v) Is a member of a family receiving Aid to Families with Dependent Children (AFDC) , including AFDC-Unemployed Fathers, under Title IV of the Social Security Act. OOM9 Initia 0antee County Dept. -1- • MODIFICATION SPECIFICATIONS Number 28 - 654 - 5 "(Z) A veteran who has served on active duty for a period of more than 180 days or who was discharged or released from active duty for a service- connected disability, shall be immediately eligible, upon release or discharge, for participation, Subparagraphs 5.b.( 1)(a) and (b)(i), (ii) , (iii) , and (iv) above notwithstanding, which would otherwise pertain, provided that the veteran has not obtained permanent, full-time, unsubsidized employment between the time of release and the time of application for participation in Title VI. "(3) In hiring such new participants hereunder, Subgrantee shall allocate funds and job positions equitably among the four categories of eligible persons specified in Subparagraphs 5.b.(1)(b)(i) , (ii) , (iii) , and (iv) above, as prescribed by County to the maximum extent possible given the composition of the population of unemployed eligible persons, serving no one category exclusively and excluding no category entirely." 6. Change in Special Subareas for Hiring. Paragraph 6. (Special Subareas for Hiring) , page 2, of the Program Operating Plan is hereby modified to read as follows : 1'6. Special Subareas for Hiring. Subgrantee will give preference in hiring under this Agreement to applicants residing within the following subareas of substantial unemployment : Antioch, Brentwood, Byron, Rnightsen, Oakley, Pittsburg, West Pittsburg, Martinez, Rodeo, San Pablo, E1 Sobrante, North Richmond (unincorporated area) , and Pinole. To the extent feasible and consistent with the intent of the Act, Subgrantee will give preference to such applicants when filling program job vacancies. Subgrantee' s recruitment efforts shall be directed at these subareas of substantial unemployment." 7. Revised Program Budget. The Program Budget is hereby deleted and replaced by a new, substitute Program Budget, attached hereto and incorporated herein by reference. 8. Change in Program Specifications. Subparagraph a. of Paragraph 1. (PSE Job Positions) of the Program Specifications, as set forth in Paragraph 1. (Program) , page 1, of the Program Operating Plan, is hereby deleted and replaced by a new substitute provision, to read as follows : Total FY 77-78 Number Duration of Employment of Job Employment Only "a. Job Title Positions (Man-Months) (Man-Months) Typist Clerk+I 2 42 24 Typist Clerk II 1 21 12 Plant Operator Trainee 1 5 -0- Maintenance Man I 8 163 •.96 Sr. Recreation Leader I 21 12 Administrative Aide 1 21 12 Engineering Aide 1 21 12 Graphic Design Technician 1 21 12 Account Clerk I 1 21 12 Community Service Officer 1 21 12" 00cSg initials : 4 Subgrantee Coun Dept. -2- I PROGRAM BUDGET 28 - 654 - -5 8 Q c Number — V 5`A � — 5 1. PSE Program Budget. Subgrantee shall conduct its CETA Title VI Public Service Employment PSE Program under this Agreement in accordance with the following budget of allowable program expenditures: TERM OF AGREEMENT a. Cost Categories. (Federal Funds) (1) Participant Wages $ 295,086 (2) Participant Fringe Benefits 103,280 (3) Training -0- (4) Supportive Services -0- (5) Administration' 34,275 TOTAL (Agreement Payment Limit) $ 432,641 b. Monthly Expenditures. Expenditures under the above budget shall be subject to Subgrantee' s PSE Program Plan, which shall specify planned monthly enrollments and terminations for participants and monthly expenditures, cumulatively for the term of this Agreement, and which shall be subject to prior approval by County. Subgrantee shall maintain a current PSE Program Plan on file with County's Manpower Project Office at all times, in the form and manner prescribed by County, and Subgrantee shall comply with said PSE Program Plan. c. End-of-Subgrant Settlement. Subject to the Payment Limit of this Agreement, County' s payments to Subgrantee pursuant to Paragraph 6. (Cost Report and Settlement) of the Payment Provisions shall not be limited by the specific line item budget amounts specified above, provided, however, that Subgrantee has obtained prior written approval from the County Manpower Project Director, or her designee, before making any expenditures under this Agreement which exceed the above line item budget amounts. 2. Program Funding. County' s payments to Subgrantee hereunder are subject to the availability of funds during the term of this Agreement, as follows: AMOUNT a. Source of Funds.- (Federal Funds) (1) Reobligated Funds Transferred $ 160566 from County' s FY 76-77 Federal CETA Title II Grant (2) New Funds from County' s FY 76-77 1480750 Federal CET& Title VI Grant (3) New Funds from County's FY 77-78 - 267,325 Federal CETA Title VI Grant TOTAL (Agreement- Payment Limit) $ 432,641 Initials: . Subg antee County Dept. ideaVVv"Vtl SUBGRANT MODIFICATION AGREEMENT (CETA Title VI Subgrants) 28 - 661 - 5 (n 8 _ 6 6 5 Number 1. Identification of Subgrant Agreement to be Modified. Number: 28-661-4 Department: Civil Service (hereinafter changed to Human Resources Agency Manpower Project) Subject: Administration and staff services to provide a CETA Title VI Public Service Employment Program for CETA-eligible participants. Effective Date of Agreement: January 1, 1977 2. Parties. The County of Contra Costa, California (County) , for its Department named above, and the following named Subgrantee mutually agree and promise as follows: Subgrantee: ANTIOCH UNIFIED SCHOOL DISTRICT Capacity: Public Agency Address: 510 G Street, Antioch, California 94509 3. Modification Date. The effective date of this Subgrant Modification Agreement is October 1, 1977 4. Modification Specifications. The Agreement identified above is hereby modified as set forth in the "Modification Specifications" attached hereto which are incorporated herein by reference. 5. Legal Authority. This Subgrant Modification Agreement is entered into under and subject to the following legal authorities: Title VI 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); Emergency Job Programs Extension Act of 1976 (P.L. 94-444, 90 Stat. 1476); 29 USCA Section 801 ff; California Government Code Section 53703. 6. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA SUBGRANTEE B By , BX Designee (Des gnate official ca acity in public Recommended by Human Resources Agency agency and attach a certified copy of the governing body resolution authoriz- ing executio of this Agreement By Designee ATTEST: (Designate Officia Capaci y) By All Ad tF49 (Form Approved by County Counsel) Date: Z —/► a' W•'0A Microfilmed with board ofOr I E � MODIFICATION SPECIFICATIONS Number 2 661 - 5 In consideration of Subgrantee' s agreement to continue operation of its CETA Title VI Public Service Employment Program for an additional twelve (12) months, through September 30, 1978, County agrees to increase the total amount payable to Subgrantee under this Subgrant Agreement by $ 228,287 County and Subgrantee agree, therefore, to modify the Subgrant Agreement identified herein, as specified below, while all other parts of said Subgrant Agreement remain unchanged and in full force and effect: 1. Extension of Term. Paragraph 3. (Term) of the Subgrant Agreement is hereby modified by extending the termination date specified therein from September 30, 1977 to September 30, 1978. 2. Payment Limit Increase. Paragraph 4. (Payment Limit) of the Subgrant Agreement is hereby modified by increasing the amount of the payment limit specified therein from $ 160,497 to a new total of $ 388,784 3. Amended Federal Regulations. Paragraph 1. (Compliance with Federal Require- ments) , page 1, of the Special Conditions is hereby modified by adding another reference to newly published and amended Federal Regulations (with which Subgrantee must comply) , as follows : "Federal Register, Vol. 42, No. 93, Friday May 13, 1977, as may be revised and amended; and which are incorporated herein by reference." 4. Change in County' s Representative. All references in this Agreement to the County "Civil Service Department" are hereby changed to read "Human Resources Agency Manpower Project" and all references to the "County Director of Personnel" are hereby changed to read "County Director, Human Resources Agency." 5. Change in Eligibility Criteria. Subparagraph b. (New Title VI Eligibility Criteria) of Paragraph 5. (Eligibility and Hiring of New Title VI Participants) , pages 1 and 2, of the Program Operating Plan is hereby modified to read as follows : "b. New Title VI Eligibility Criteria. Fifty percent (50%) or more of such new participants will be hired in accordance with the following new Title VI. eligibility criteria: "(1) At the time of application and hiring, each such person must be both: (a) A member of a family which either receives cash welfare payments or has a current total annual income (computed in accordance with 29 CFR Subtitle A, Section 99.42 (a) (2)] which in relation to family size is at or below either 70 percent of the lower living standard income level established by the U. S. Department of Labor or the poverty level established by the U. S. Office of Management and Budget; and (b) - From at least one of the following five additional eligible categories; i.e., must also be a person who: (i) Is unemployed at the time of application and has, during the 20 weeks immediately prior to application, received unemployment compensation for 15 or more weeks; or (ii) Is unemployed at the time of application and has been ineligible for unemployment compensation during the 20 weeks immediately prior to application and has been unemployed for 15 or more of those 20 weeks; or (iii) Is unemployed at the time of application and was unemployed for at least 15 of the 20 weeks immediately prior to application, and who, during those 15 weeks , was first ineligible for unemployment compensation and then became eligible for and received unemployment benefits; or (iv) Is unemployed at the time of application and is an exhaustee as defined in 29 CFR Subtitle A, Section 94.4; or (v) Is a member of a family receiving Aid to Families with Dependent Children (AFDC) , including AFDC-Unemployed Fathers, under Title IV of the Social Security Act. � + Initials: 0. 2 9ft1bgrantee County Dept. • -1- MODIFICATION SPECIFICATIONS Number 28 - 661 - 5 "(2) A veteran who has served on active duty for a period of more than 180 days or who was discharged or released from active duty for a service- connected disability, shall be immediately eligible, upon release or discharge, for participation, Subparagraphs 5.b.(1)(a) and (b)(i) , (ii) , (iii) , and (iv) above notwithstanding, which would otherwise pertain, provided that the veteran has not obtained permanent, full-time, unsubsidized employment between the time of release and the time of application for participation in Title VI. "(3) In hiring such new participants hereunder, Subgrantee shall allocate funds and job positions equitably among the four categories of eligible persons specified in Subparagraphs 5.b.(1)(b)(i) , (ii) , (iii) , and (iv) above, as prescribed by County to the maximum extent possible given the composition of the population of unemployed eligible persons, serving no one category exclusively and excluding no category entirely." 6. Change in Special Subareas for Hiring. Paragraph 6. (Special Subareas for Hiring) , page 2, of the Program Operating Plan is hereby modified to read as follows : "6. Special Subareas for Hiring. Subgrantee will give preference in hiring under this Agreement to applicants residing within the following subareas of substantial unemployment : Antioch, Brentwood, Byron, Knightsen, Oakley, Pittsburg, West Pittsburg, Martinez, Rodeo, San Pablo, E1 Sobrante, North Richmond (unincorporated area) , and Pinole. To the extent feasible and consistent with the intent of the Act, Subgrantee will give preference to such applicants when filling program job vacancies. Subgrantee' s recruitment efforts shall be directed at these subareas of substantial unemployment." 7. Revised Program Budget. The Program Budget is hereby deleted and replaced by a new, substitute Program Budget, attached hereto and incorporated herein by reference. 8. Change in Program Specifications. Subparagraph a. of Paragraph 1. (PSE Job Positions) of the Program Specifications, as set forth in Paragraph 1. (Program) , page 1, of the Program Operating Plan, is hereby deleted and replaced by a new substitute provision, to read as follows : Total FY 77-78 Number Duration of Employment of Job Employment Only "a. Job Title Positions (Man-Months) (Man-Months) Teacher 6 113.0 72.0 Typist Clerk I 1 19.5 12.0 Typist Clerk II l 20.4 12.0 Security Aide 1 ` 20.9 12.0 Groundsman 1 20.9 12.0 General Maintenance Man 1 21.0 12.0 Maintenance Helper 6 126.0 72.0" 00M Initials : AW Sfibgrantee County Dept. -2- 1 -low— . PROGRAM BUDGET Number 28 - 661 - 5 1. PSE Program Budget. Subgrantee shall conduct its CETA Title VI Public Service Employment (PSE) Program under this Agreement in accordance with the following budget of allowable program expenditures: TERM OF AGREEMENT a. Cost Categories. (Federal Funds) (1) Participant Wages $ 281,417 (2) Participant Fringe Benefits 74,412 (3) Training 0 (4) Supportive Services -0- (5) Administration - 32,955 TOTAL (Agreement Payment Limit) $ 388,784 b. Monthly Expenditures. Expenditures under the above budget shall be subject to Subgrantee' s PSE Program Plan, which shall specify planned monthly enrollments and terminations for participants and monthly expenditures, cumulatively for the term of this Agreement, and which shall be subject to prior approval by County. Subgrantee shall maintain a current PSE Program Plan on file with County' s Manpower Project Office at all times, in the form and manner prescribed by County, Iand Subgrantee shall comply with said PSE Program Plan. c. End-of-Subgrant Settlement. Subject to the Payment Limit of this Agreement, County' s payments to Subgrantee pursuant to Paragraph 6. (Cost Report and Settlement) of the Payment Provisions shall not be limited by the specific line item budget amounts specified above, provided, however, that Subgrantee has obtained prior written approval from the County Manpower Project Director, or her designee, before making any expenditures under this Agreement which exceed the above line item budget amounts. 2. Program Funding. County' s payments to Subgrantee hereunder are subject to the availability of funds during the term of this Agreement, as follows : AMOUNT a. Source of Funds. (Federal Funds) (1) Reobligated Funds Transferred $ -0- from County' s FY 76-77 Federal CETA Title II Grant (2) New Funds from County's FY 76-77 160,497 Federal CETA Title VI Grant (3) New Funds from County's FY 77-78 228,287 Federal CETA Title VI Grant TOTAL (Agreement Payment Limit) $ 388,784 Initials: Subgrantee County Dept. o+ ` . 1 4 (Att.1011ceat tee 91221117 )*,Muret O _Cr) CT:TA T3.711: VT. ?'Sl: SUC'1'A7M,ttENT SUt;Ci:AiIT Ii0U'.I'7CATl.CPt ACl:tiiihii:t,7" SPI:C1Fl.CATT.UNS Ci1111:'P PREVIOUS SU)"GRANT NEW L`t'ri:%111' NMIBi:R Or, PUBLIC AWREEt,ENT PAYMENT ACttEE,1I WI PAYMt•:1IT SUrGRANTEi: SUP,Ci2A4T ACRru.-M::NT i!U.•srm SERVICE EMPLOYMENT JOBS LIMIT (1/1/77-9/30/71) LIMIT (1/1/77-9/30/18)_ _ City of Antioch 28--652-4 3 $ 27,423 $ 69,413 City of Brentwood 28-653-4 1 8,679 20,877 City of Concord 28-651-5 70 584,283 1,956,220 City of El Cerrito : 28-656-4 1 8,223 21,569 City of Lafayette 28-657-4 4 34,847 73,000 City of ;Martinez 28-658-4 12 118,11.8 268,437 City of Pleasant Hill 28-659-4 5 85,651 102,748 City of Pittsburg 28--654-4 17 165,316 432,641 City of Sar. Pablo 28-655-4 - 20 197,652 433,97 5 City of l:alnut Creek 28-660-4 8 81,528 209,243 Antioch Unified School District 28-661-4 17 160,497 388,784 f Brentwood Un ed School District 28-664-4 4 37,764 83,699 Byron Unified School District 28-665-4 •3 20,470 44,731 - John Swett Unified School District 28-666-4 8 75,323' 167,827 Kni;htsen School District 28-675-4 2 18,882 66,988 Lafayette School District 28-667-4 3 30,102 67,027 � Liberty Union Righ School District 28-668-4 7 55,657 131,680: Martinez Unifed School District 28-669-4 6 51,449 115,386 Moraga School District 28-670-4 1 9,095 20,100 tit. Diablo Unified School District 28-663-4 51 405,943 1,006,601 Oakley Unified School District 28-671-4 6 48,205 . 119,685 Orinda Union School District 28-672-4 10 94,410 236,106 fi Pittsburg Unified School District 28-662-4 Richmond Unified School District 28-673-4 21 75,528 163,092 163,564 388,028 San Ramon Valley Unified School District 28-674--4 6 50,871 114,101 Ambrose Recreation & Park District 28-679-3 3 28,323 51,863 East Contra Costa Irrigation District 28-681-4 2 18,882 42,682 Housing Authority of Contra Costa County 28-678-4 13 132,174 309,517 Pleasant Hill Recreation & Park District 28-680-4 2 16,187 39,214 State of California 28-676-5 23 175,986 423,517 ANTIOCH UNIFIED SCHOOL DISTRICT Antioch, California RESOLUTION 1977.78-6 RESOLVED, that Antioch Unified School District, a Public' Agency duly constituted and existing under the laws of the State of California, approves an Agreement with the County of Contra Costa for the term from October I , 1977 through September 30, 1978 for operation of a CETA VI Sustainment Program and that Ralph R. Burris, Business Manager of Antioch Unified School District, is authorized and directed to sign said Agreement on behalf of this public agency and to execute any bonds or other documents required in connection therewith. Memb r o he Board of Education of the Antioch Unified School District, City of DATED: October 12, 1977 Antioch, County of Contra Costa, State of California +7V J 04 SUBGRANT MODIFICATION AGREEMENT CETA Title VI Subgrants) 00 . 679 - 4 Number 40 V 1. Identification of Subgrant Agreement to be Modified. Number: 28-679-3 Department: Civil Service (hereinafter changed to Human Resources Agency Manpower Project) Subject: Administration and staff services to provide a CETA Title .VI Publics Service Employment Program for CETA-eligible participants. Effective Date of Agreement: January 1, 1977 2. Parties. The County of Contra Costa; California (County) , for its Department named above, and the following named Subgrantee mutually agree and promise as follows: Subgrantee: AMBROSE RECREATION AND PARK DISTRICT Capacity: Public Agency Address: 125 Memorial Way, Pittsburg, California 94565 3. Modification Date. The effective date of this Subgrant Modification Agreement is October 1, 1977 4. Modification Specifi4ations. The Agreement identified above is hereby modified as set forth in the Modification Specifications" attached hereto which are incorporated herein by reference. 5. Legal Authority. This Subgrant Modification Agreement is entered into under and subject to the following legal authorities: , Title VI 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); Emergency Job Programs Extension Act of 1976 (P.L. 94-444, 90 Stat. 1476); 29 USCA Section 801 ff; California Government Code Section 53703. 6. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA SUBGRANTEE ByBy. Designee Designate o f f ic i&1 capacit�_publ Recommended by Human Resources Agency agency and attach a certified copy of the governing body resolution authoriz- ing execution of this Agreement) By Designee -ATTEST: MW Designate Official Capacity) By (Form Approved by County Counsel) Dat MODIFICATION SPECIFICATIONS t'�+ �] Number 2 8 ' 6 7 9 4 In consideration of Subgrantee' s agreement to continue operation of its CETA Title VI Public Service Employment Program for an additional twelve (12) months, through September 30, 1978, County agrees to increase the total amount payable to Subgrantee under this Subgrant Agreement by $ 23,540 County and Subgrantee agree, therefore, to modify the Subgrant Agreement identified herein, as specified below, while all other parts of said Subgrant Agreement remain unchanged and in full force and effect: 1. Extension of Term. Paragraph 3. (Term) of the Subgrant Agreement is hereby modified by extending the termination date specified therein from September 30, 1977 to September 30, 1978. 2. Payment Limit Increase. Paragraph 4. (Payment Limit) of the Subgrant Agreement is hereby modified by increasing the amount of the payment limit specified therein from $ 28,323 — to a new total of $ 513,863 3. Amended Federal Regulations. Paragraph 1. (Compliance with Federal Require- ments) , page 1, of the Special Conditions is hereby modified by adding another reference to newly published and amended Federal Regulations (with which Subgrantee must comply) , as follows: "Federal Register, Vol. 42, No. 93, Friday May 13, 1977, as may be revised and amended; and which are incorporated herein by reference." 4. Change in County' s Representative. All references in this Agreement to the County "Civil Service Department" are hereby changed to read "Human Resources Agency Manpower Project" and all references to the "County Director of Personnel" are hereby changed to read "County Director, Human Resources Agency." 5. Change in Eligibility Criteria. Subparagraph b. (New Title VI Eligibility Criteria) of Paragraph 5. (Eligibility and Hiring of New Title VI Participants) , pages 1 and 2, of the Program Operating Plan is hereby modified to read as follows : "b. New Title VI Eligibility Criteria. Fifty percent (50%) or more of such new participants will be hired in accordance with the following new Title VI eligibility criteria: "(1% At the time of application and hiring, each such person must be both: (a) A member of a family which either receives cash welfare payments or has a current total annual income [computed in accordance with 29 CFR Subtitle A, Section 99.42 (a) (2)] which in relation to family size is at or below either 70 percent of the lower living standard income level established by the U. S. Department of Labor or the poverty level established by the U. S. Office of Management and Budget; and (b) From at least one of the following five additional eligible categories; i.e., must also be a person who: (i) Is unemployed at the time of application and has, during the 20 weeks immediately prior to application, received unemployment compensation for 15 or more weeks; or Is unemployed at the time of application and has been ineligible for unemployment compensation during the 20 weeks immediately prior to application and has been unemployed for 15 or more of those 20 weeks; or Is unemployed at the time of application and was unemployed for at least 15 of the 20 weeks immediately prior to application, and who, during those. 15 weeks, was first ineligible for unemployment compensation and then became eligible for and received unemployment benefits; or (iv) Is unemployed at the time of application and .is an exhaustee as defined in 29 CFR Subtitle A, Section 94.4; or (v) Is a member of a family receiving Aid to Families with Dependent Children (AFDO , including AEUC-unemployed Fathers, under Title IV of the Social Security Act. Initials: ?rantee County Dept. MODIFICATION SPECIFICATIONS 6 4 9 _ A Number sQ 0 r. "(2) A veteran who has served on active duty for a period of more than 180 days or who was discharged or released from active duty for a service- connected disability, shall be immediately eligible, .upon release or discharge, for participation, Subparagraphs 5.b.(1)(a) and (b) (i) , (ii) , (iii) , and (iv) above notwithstanding, which would otherwise pertain, provided that the veteran has not obtained permanent, full-time, unsubsidized employment between the time of release and the time of application for participation in Title VI. "(3) In hiring such new participants hereunder, Subgrantee shall allocate funds and job positions equitably among the four categories of eligible persons specified in Subparagraphs '5.b.(1) (b)(i) , (ii) , (iii) , and (iv) above, as prescribed by County to the maximum extent possible given the composition of the population of unemployed eligible persons, serving no one' category exclusively and excluding no category entirely." 6. Change in Special Subareas for Hiring. Paragraph 6. (Special Subareas for Hiring) , page 2, of the Program Operating Plan is hereby modified to read as follows : "6. Special Subareas for Hiring. Subgrantee will give preference in hiring under this Agreement to applicants residing within the following subareas of substantial unemployment: Antioch, Brentwood, Byron, Knightsen, Oakley, Pittsburg, West Pittsburg, Martinez, Rodeo, San Pablo, El Sobrante, North Richmond (unincorporated area) , and Pinole. To the extent feasible and consistent with the intent of the Act, Subgrantee will give preference to such applicants when filling program job vacancies. Subgrantee' s recruitment efforts shall be directed at these subareas of substantial unemployment." 7. Revised Program Budget. The Program Budget is hereby deleted and replaced by a new, substitute Program Budget, attached hereto and incorporated herein by reference. 8. Change in Program Specifications. Subparagraph a. of Paragraph 1. (PSE Job Positions) of the Program Specifications, as set forth in Paragraph 1. (Program) , page 1, of the Program Operating Plan, is hereby deleted and replaced by a new substitute provision, to read as follows : Total FY 77-78 Number Duration of Employment of Job Employment Only "a. 'Job Title Positions (Man-Months) (Man-Months) Groundskeeper 3 57.6 36.0" 009:6 J Initials : 93ugr-antee County[Dept. -2- • s r PROGRAM BUDGET C Number 2 8 — 6 7 9 — 4 1. PSE Program Budget. Subgrantee shall conduct its CETA Title VI Public Service Employment (PSE) Program under this Agreement in accordance with the following budget of allowable program expenditures: TERM OF AGREEMENT a. Cost Categories. (Federal Funds) (1) Participant Wages $ 44,320 (2) Participant Fringe Benefits 6,260.- (3) Training 100 (4) Supportive Services 292 (5) Administration 891 TOTAL (Agreement Payment Limit) $ 51,863 b. Monthly Expenditures. Expenditures under the above budget shall be subject to Subgrantee' s PSE Program Plan, which shall specify planned monthly enrollments and terminations for participants and monthly expenditures, cumulatively for the term of this Agreement, and which shall be subject to prior approval by County. Subgrantee shall maintain a current PSE Program Plan on file with County' s Manpower Project Office at all times, in the form and manner prescribed by County, and Subgrantee shall comply with said PSE Program Plan. c. End-of-Subgrant Settlement. Subject to the Payment Limit of this Agreement, County' s payments to Subgrantee pursuant to Paragraph 6. (Cost Report and Settlement) of the Payment Provisions shall not be limited by the specific line item budget amounts specified above, provided, however, that Subgrantee has obtained prior written approval from the County Manpower Project Director, or her designee, before making any expenditures under this Agreement which exceed the above line item budget amounts. 2. Program Funding. County' s payments to Subgrantee hereunder are .subject to the availability of funds during the term of this Agreement, as follows: AMOUNT a. Source of Funds. (Federal Funds) (1) Reobligated Funds Transferred $ 169 from County' s FY 76-77 Federal CETA Title II Grant (2) New Funds from County' s FY 76-77 28,154 Federal CETA Title VI Grant (3) New Funds from County' s FY 77-78 23,540 Federal CETA Title VI Grant TOTAL (Agreement Payment Limit) $ 51,863 Initials: S66grantee County. Dept. ; oow.nn 7 s t ' AMBROSE RECREATION AND PARK DISTRICT GOVERNING BODY RESOLUTION RESOLUTION # 267 RESOLVED, That AMBROSE RECREATION AND PARK DISTRICT, a Public Agency duly constituted and existing under the laws of the State of California, approves The Title VI CETA/PSE Agreement with the County of Contra Costa for the term from October 1, 1977, through September 30, 1978, for provision of a CETA Title VI Public Service Employment Program and that Janie R. Rolfe, Bookkeeper/Secretary of Ambrose Recreation and Part District, is authorized and directed to sign said Agreement on behalf of this public agency and to execute an* bonds or other documents required in connection therewith. CERTIFICATE OF SECRETARY I, Jose I. Tarango, do hereby certify that I an the duly elected, qualified and acting Secretary/Treasurer of Ambrose Recreation and Park District, that the foregoing is a full, true, and correct copy of a resolution duly adopted by the Board of Directors of said Public Agency on October 6, 1977, and that said resolution is now in full force and effect. I declare under penalty of perjury that the matters set forth in the foregoing certificate are true and correct. Executed at Pittsburg, California, on October 6, 1977. 'jWse I. Tarkngq Secretary/Treasu er Board of Directors �()r1 a ' SUBGRANT MODIFICATION AGREEMENT CETA Title VI Subgrants) Q C Number 2 11 6 6 2 + tJ 1. Identification of Subgrant Agreement to be Modified. Number: 28-662-4 Department: Civil Service (hereinafter changed to Human Resources Agency Manpower Project) Subject: Administration and staff services to provide a CETA Title VI Public Service Employment Program for CETA-eligible participants. Effective Date of Agreement: January 1, 1977 2. Parties. The County of Contra Costa, California (County), for its Department named above, and the following named Subgrantee mutually agree and promise as follows: Subgrantee: PITTSBURG UNIFIED SCHOOL DISTRICT Capacity: Public Agency Address: 2000 Railroad Avenue, Pittsburg, California 94565 3. Modification Date. The effective date of this Subgrant Modification Agreement is October 1, 1977 4. Modification Specifications. The Agreement identified above is hereby modified as set forth in the "Modification Specifications" attached hereto which are incorporated herein by reference. 5. Legal Authority. This Subgrant Modification Agreement is entered into under. and subject to the following legal authorities: Title VI of the Comprehensive Employment and Training Act of 1973 (CETA), as amended (P.L. 93-2033, 87 Stat. 839; P.L. 93-567, 88 Stat. 1845); Emergency Job Programs Extension Act of 1976 (P.L. 94-444, 90 Stat. 1476); 29 RSCA Section 801 ff; California Government Code Section 53703. 6. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA SUBGRANTEE By By Designee (De gnate official cape ty in public Recommended by Human Resources Agency agency and attach a cert 'ed copy of the governing body resolution authoriz- ByD� �� `,� ing execution of this Agreement) `� Designee ATTEST: ; 22Z ign OffJ.- apac' By (Form Approved by County Counsel) Date: /—J- 78 MY)79 "crojilrnad with board order �., MODIFICATION SPECIFICATIONS Number 28 — 8 _ 662 .w In consideration of Subgrantee' s agreement to continue operation of its CETA Title VI Public Service Employment Program for an additional twelve (12) months, through September 30, 1978, County agrees to increase the total amount payable to Subgrantee under this Subgrant Agreement by $ 87,564 County and Subgrantee agree, therefore, to modify the Subgrant Agreement identified herein, as specified below, while all other parts of said Subgrant Agreement remain unchanged and in full force and effect: 1. Extension of Term. Paragraph 3. (Term) of the Subgrant Agreement is hereby modified by extending the termination date specified therein from September 30, 1977 to September 30, 1978. 2. Payment Limit Increase. Paragraph 4. (Payment Limit) of the Subgrant Agreement is hereby modified by increasing the amount of the payment limit specified therein from $ 75,528 to a new total of $ 163,092 . 3. Amended Federal Regulations. Paragraph 1. (Compliance with Federal Require— ments) , page 1, of the Special Conditions is hereby modified by adding another reference to newly published and amended Federal Regulations (with which Subgrantee must comply), as follows: "Federal Register, Vol. 42, No. 93, Friday May 13, 1977, as may be revised and amended; and which are incorporated herein by reference." 4. Change in County's Representative. All references in this Agreement to the County "Civil Service Department" are hereby changed to read "Human Resources Agency Manpower Project" and all references to the "County Director of Personnel" are hereby changed to read "County Director, Human Resources Agency." 5. Change in Eligibility Criteria. Subparagraph b. (New Title VI Eligibility Criteria) of Paragraph 5. Eligibility and Hiring of New Title VI Participants), pages 1 and 2, of the Program Operating Plan is hereby modified to read as follows: "b. New Title VI Eligibility Criteria. Fifty percent (50%) or more of such new participants will be hired in accordance with the following new Title VI eligibility criteria: "(1) At the time of application and hiring, each such person must be both: (a) A member of a family which either receives cash welfare payments or has a current total annual income [computed in accordance with 29 CFR Subtitle A, Section 99.42 (a)(2)] which in relation to family size is at or below either 70 percent of the lower living standard income level established by the U. S. Department of Labor or the poverty level established by the U. S. Office of Management and Budget; and (b) From at least one of the following five additional eligible categories; i.e., must also be a person who: (i) Is unemployed at the time of application and has, during the 20 weeks immediately prior to application, received unemployment compensation for 15 or more weeks; or (ii) Is unemployed at the time of application and has been ineligible for unemployment compensation during the 20 weeks immediately prior to application and has been unemployed for 15 or more of those 20 weeks; or (iii) Is unemployed at the time of application and was unemployed for at least 15 of the 20 weeks immediately prior to application, and who, during those 15 weeks, was first ineligible for unemployment compensation and then became eligible for and received unemployment benefits; or (iv) Is unemployed at the time of application and is an exhaustee as defined in 29 CFR Subtitle A, Section 94.4; or (v) Is a member of a family receiving Aid to Families with Dependent Children (AFDC) , including AFDC-Unemployed Fathers, under Title IV of the Social Security Act. 00,973 Initials: Subgrantee County Dept. M MODIFICATION SPECIFICATIONS R (� (� C jNumber. v V V ' 11(2) A veteran who has served on active duty for a period of more than 180 days or who was discharged or released from active duty for a.service- connected disability, shall be immediately eligible, upon release or discharge, for participation, Subparagraphs 5.b.(l)(a) and (b)(i) , (ii) , (iii) , and (iv) above notwithstanding, which would otherwise pertain, provided that the veteran has not obtained permanent, full-time, unsubsidized employment between the time of release and the time of application for participation in Title VI. "(3) In hiring such new participants hereunder, Subgrantee shall allocate funds and job positions equitably among the four categories of eligible persons specified in Subparagraphs 5.b.(1)(b)(i) , (ii) , (iii) , and (iv) above, as prescribed by County to the maximum extent possible given the composition of the population of unemployed eligible persons, serving no one category exclusively and excluding no category entirely." 6. Change in Special Subareas for Hiring. Paragraph 6. (Special Subareas for Hiring) , page 2, of the Program Operating Plan is hereby modified to read as follows : "6. Special Subareas for Hiring. Subgrantee will give preference in hiring under this Agreement to applicants residing within the following subareas of substantial unemployment: Antioch, Brentwood, Byron, Rnightsen, Oakley, Pittsburg, West Pittsburg, Martinez, Rodeo, San Pablo, E1 Sobrante, North Richmond (unincorporated area) , and Pinole. To the extent feasible and consistent with the intent of the Act, Subgrantee will give preference to such applicants when filling program job vacancies. Subgrantee's recruitment efforts shall be directed at these subareas of substantial unemployment." 7. Revised Program Budget. The Program Budget is hereby deleted and replaced by a new, substitute Program Budget, attached hereto and incorporated herein by reference. 8. Change in Program Specifications. Subparagraph a. of Paragraph 1. (PSE Job Positions) of the Program Specifications, as set forth in Paragraph 1. (Program) , page 1, of the Program Operating Plan, is hereby deleted and replaced by a new substitute provision, to read as follows : Total FY 77-78 Number Duration of Employment of Job Employment Only "a. Job Title Positions (Man-Months) (Man-Months) Custodian 5 96 60 Typist Clerk 3 63 36" W974 Initials: Subgrantee County Dept. -2- PROGRAM BUDGET Number 28 - 662 . 5 1. PSE Program Budget. Subgrantee shall conduct its CETA Title VI Public Service EmploymentPSE Program under this Agreement in accordance with the following budget of allowable program expenditures: TERM OF AGREEMENT a. Cost Categories. (Federal Funds) (1) Participant Wages $ 124,665 (2) Participant Fringe Benefits 35,499 (3) Training 650 (4) Supportive Services 650 (5) Administration 1,628 TOTAL (Agreement Payment Limit) $ 163,092 b. Monthly Expenditures. Expenditures under the above budget shall be subject to Subgrantee's PSE Program Plan, which shall specify planned monthly enrollments and terminations for participants and monthly expenditures, cumulatively for the term of this Agreement, and which shall be subject to prior approval by County. Subgrantee shall maintain a current PSE Program Plan on file with County's Manpower Project Office at all times, in the form and manner prescribed by County, and Subgrantee shall comply with said PSE Program Plan. c. End-of-Subgrant Settlement. Subject to the Payment Limit of this Agreement, County' s payments to Subgrantee pursuant to Paragraph 6. (Cost Report and Settlement) of the Payment Provisions shall not be limited by the specific line item budget amounts specified above, provided, however, that Subgrantee has obtained prior written approval from the County Manpower Project Director, or her designee, before making any expenditures under this Agreement which exceed the above line item budget amounts. 2. Program Funding. County's payments to Subgrantee hereunder are subject to the availability of funds during the term of this Agreement, as follows: AMOUNT a. Source of Funds. (Federal Funds) (1) Reobligated Funds Transferred $ 9,764 from County' s FY 76-77 Federal CETA Title II Grant (2) New Funds from County's FY 76-77 65,764 Federal CETA Title VI Grant (3) New Funds from County's FY 77-78 87,564 Federal CETA Title VI Grant TOTAL (Agreement Payment Limit) $ 163,092 Initials: Subgrantee County Dept. 00,197j In the Board of Supervisors f or Contra Costa County. State of California S E? ? 7 1917 , 19 In the Matter of ruthorizing the Director, Human Resources Agency, to Execute Subgrant Modification Agreements with Thirty CETA Title Vi FSE "Sustainment Program" Subgrantees The Board having authorized, by its order dated August 16, 1977, execution of Modification #709 to the County's CETA Title VI Grant #06-5004-60, thereby applying to the U. S. Department of Labor for new funds to be allocated among designated CETA Title VI Public Service Employment (PSE) Subgrantees, as recoaended by the County Manpower Advisory Council, for operation of the County's CETA Title VI PSE programs in Federal Fiscal Year 1977-78, including operation of 30 programs known as "CETA Title VI PSE Sustainment Programs," which were initiated under Subgrant Agreements covering the period from January 1, 1977, through September 30, 1977; and The Board having considered the recommendation of the Director, Erman Resources Agency regarding the need for prompt execution of Subgrant Modification Agreements for operation of these 30 approved CETA Title- VI PSE Sustainment Programs from October 1, 1977 through September 30, 1978, as specified in the attached "CETA Title VI PSE Sustainment Subgrant Modification Agreement Specifications Chart," in order to assure conformance with the plans end objectives established in the County's CETA Title VI Grant vodification `709, and in order to preclude interruptions in the operation of the County's existing PSE Sustainment Programs; IT IS BY THE BOARD ORDERED that the Director, Human Resources Agency, is AUTHORIZED to execute, on behalf of the County, standard form Subgrant Modification Agreements with the 30 current CETA Title VI PSE Subgrantees identified in the attached "CETA Title VI PSE Sustainment Subgrant Modification Agreement Specifications Chart," upon approval by the U. S. Department of Labor of :Modification #709 to the County's CETA Title VI Grant #06-5004-60 and upon approval of the standard format for such Subgrant Modification Agreements, with said Subgrant Modification Agreements to be effective for the period from October 1, 1977, through September 30, 1978, for continued operation of each Subgrantee's respective CETA Title VI PSE Sustainment Program, as presently _ authorized under the Subgrant Agreement referenced by. .number and subject to the new Subgrant Agreement Payment Limits set forth in said Chart, and under terms and conditions as more particularly set forth in said standard form Subgrant Modification Agreements. PASSED BY THE BOARD on SEP 2 r 1977 � • iii , , 1 hereby certify that the foregoing is a true and correct cc" of an on`the minutes of said Board of Supervisors on the date aforesaid. Orig: /Hunan Resources Agency Witnew my hand and the 3ea1 of the Board of Attn: Contracts & Grants Unit Supervrsors SEt�,i 7 iq cc: County Administrator affixed this day of_ 77 , 19 County Auditor-Controller _ County *Manpower Project Director '� J. R_ OLSSON, Clerk Subgrantees J �'+ �I ey - �� �, �ty Robbi Gutientr. FJP:dZ 00916 H-'-1 3/:6 15m (ALLac'hinvilL la ►J:x711! l-oal*d (Ir-Jek*) Cyn'A, 1111.1� V1. 1151: SUSTAftdMENT SUIKIRANT r•irat TVICATION AGREEMENT SiPH.C1.111CATTONS (31ART 11R1;VT011.4 SUNCHA1yT NEW S;l.!"'I'M111' � NUMBER 4T' PUBLICAC:ti:L•'F•ttiti'1' PAl't•iEM..' ACRE ENT PAY111;N'1' S_Ui:CitAtTi;i', SU1'.t%12A1iT AC1t1;1:Nt.:N'1' i!L'2).`►!It SERVICE lMILOYME.i411' JOBS t.IMIT (1/1-/77 )1Ll;-1IT (S./t31L City of Antioch 28-652-4 3 $ 27,423 $ 69,413 City of 13renewood 28-653-1E 1 8,679 20,877 City of Concord 28-651-5 70 584,283 1,956,: 24 City of El Cerrito 28-656-4 1 8,223 21,569 `x• City of Lafayette 28-657-4 -4 34,847 73,U00 Q' City of Martinez 28-658-4 12 118,118 268,437 G City of Pleasant 111.11 28-659-4 5 85,651 102,748 C� l7 165,316 432,641 City of Pittsburg 28--654-4 433,915 City of San Pablo 28-655-4 20 197,652 City of Walnut Creek 28-660-4 $ 81,528 249,243 Antioch Unified School District 28-661-4 17 160,497 388,764 Brentwood Unified School District 28-664-4 It 3?,764 83,699 Byron Unified School District 28-665-4 3 20,470 44,231 John Swett Unified School District 28-666-4 8 75,323 167,827 Knidhtsen School District 28-675-4 2 18,882 66,988 Lafayette School District 28-667-4 3 30,102 67,021 Liberty Union Vigh School District 28-668-4 7 55,657 131,650 Martinez Unifed School District 28-669-4 6 51,449 115,:386 Moragn School District 28-670-4 1 9,095 20,700 tit. Diablo Unified School District 28-663-4 51 405,943 1,006,601 Oakley Unified School District 28-671-4 6 48,205 119,685 Orinda Union School District 28-672-4 10 94,410 236,106 _ PittsburgUnified School District 28-662- 2 lb 4c2 ` Richmond Unified School District 28-673-4 21 163,564 388,028 : San Ramon galley tinitied School District 28-674•-4 6 500711 114,101 Aribrose Recreation & Park District 28-679-3 3 ' 28,323 51,863 # East Contra Costa Irrigation District 28-681-4 2 18,882 42,682 Housing Authority of Contra Costa County 28-678-4 13 1320174 309,517 Pleasant Hill Recreation & Park District 28-680-4 2 16,187 39,214 State of California 28-676-5 23 175,986 423,517 ' i . R...� ■ � ski � �1��1I �r 1 SUBGRANT MODIFICATION AGREF.4ENT CETA Title VI Subgrants RRCC��/� C� Number 2 " 6 519 V 1. Identification of Subgrant Agreement to be Modified. Number: 28-656-4 Department: Civil Service (hereinafter changed to Human Resources Agency Manpower Project) Subject: Administration and staff services to provide a CET& Title VI Public Service Employment Program for CET&-eligible participants. Effective Date of Agreement: January 1, 1977 2. Parties. The County of Contra Costa, California (County) , for its Department named above, and the following named Subgrantee mutually agree and promise as follows: Subgrantee: CITY OF EL CERRITO Capacity: Public Agency Address: 10890 San Pablo Avenue, El Cerrito, California 94530 3. Modification Date. The effective date of this Subgrant Modification Agreement is October 1, 1977 4. Modification Specifications. The Agreement identified above is hereby modified as set forth in the 'Modification Specifications" attached hereto which are incorporated herein by reference. 5. Legal Authority. This Subgrant Modification Agreement is entered into under and subject to the following legal authorities: Title VI 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); Emergency Job Programs Extension Act of 1976 (P.L. 94-444, 90 Stat. 1476); 29 USCA Section 801 ff; California Government Code Section 53703. 6. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA SUBGRANTEE LO By By Designee .. Desig ate official capacity in public Recommended by Human Resources Agency agency and attach a certified copy of the governing body resolution authoriz- ing executions of this Agreement) By Designee ATTEST: L i r Designate Official Capacity) (Form Approved by County Counsel) iI Date: v 00978 M MODIFICATION SPECIFICATIONS C Numbe2 Q" 6 5 6 — 5 In consideration of Subgrantee' s agreement to continue operation of its CETA Title VI Public Service Employment Program for an additional twelve (12) months, through September 30, 1978, County agrees to increase the total amount. payable to Subgrantee under this Subgrant Agreement by. $ 13,346 . County and Subgrantee agree, therefore, to modify the Subgrant Agreement identified herein, as specified below, while all other parts of said Subgrant Agreement remain unchanged and in full force and effect: 1. Extension of Term. Paragraph 3. (Term) of the Subgrant Agreement is hereby modified by extending the termination date specified therein from September 30, 1977 to September 30, 1978. 2. Payment Limit Increase. Paragraph 4. (Payment Limit) of the Subgrant Agreement is hereby modified by increasing the amount of the payment limit specified therein from $ 8,223 to a new total of $ 21,569 3. Amended Federal Regulations. Paragraph 1. (Compliance with Federal Require- ments) , page 1, of the Special Conditions is hereby modified by adding another reference to newly published and amended Federal Regulations (with which Subgrantee must comply) , as follows : "Federal Register, Vol. 42, No. 93, Friday May 13, 1977, as may be revised and amended; and which are incorporated herein by reference." 4. Change in County' s Representative. All references in this Agreement to the County "Civil Service Department" are hereby changed to read "Human Resources Agency Manpower Project" and all references to the "County Director of Personnel" are hereby changed to read "County Director, Human Resources Agency." 5. Change in Eligibility Criteria. Subparagraph b. (New Title VI Eligibility Criteria) of Paragraph 5. Eligibility and Hiring of New Title VI Participants) , pages 1 and 2, of the Program Operating Plan is hereby modified to read as follows: "b. New Title VI Eligibility Criteria. Fifty percent (50x) or more of such new participants will be hired in accordance with the following new Title VI eligibility criteria: "(1) At the time of application and hiring, each such person must be both: (a) A member of a family which either receives cash welfare payments or has a current total annual income [computed in accordance with 29 CFR Subtitle A, Section 99.42 (a)(2)] which in relation to family 'size is at or below either 70 percent of the lower living standard income level established by the U. S. Department of Labor or the poverty level established by the U. S. Office of Management and Budget; and (b) From at least one of the following five additional eligible categories; i.e., must also be a person who: (i) Is unemployed at the time of application and has, during the 20 weeks immediately prior to application, received unemployment compensation for 15 or more weeks; or (ii) Is unemployed at the time of application and has been ineligible for unemployment compensation during the 20 weeks immediately prior to application and has been unemployed for 15 or more of those 20 weeks; or (iii) Is unemployed at the time of application and was unemployed for at least 15 of the 20 weeks immediately prior to application, and who, during those 15 weeks, was first ineligible for unemployment compensation and then became eligible for and received unemployment benefits; or (iv) Is unemployed at the time of application and is an exhaustee as defined in 29 CFR Subtitle A, Section 94.4; or (v) Is a member of a family receiving Aid to Families with Dependent Children (AFDC) , including AFDC-Unemployed Fathers, under Title IV of the Social Security Act. n014 i9On oals: / (�[� J Subgrantee County. Dept. -1- r - ` ti MODIFICATION SPECIFICATIONS R C C Number " _ 6 5 c - V "(2) -^A veteran who has served on active duty for a period of more than 180 days or who was discharged or released from active duty for a service- connected disability, shall be immediately eligible, upon release or discharge, for participation, Subparagraphs 5.b.(1)(a) and (b)(i) , (ii) , (iii) , and (iv) above notwithstanding, which would otherwise pertain, provided that the veteran has not obtained permanent, full-time, unsubsidized employment between the time of release and the time of application for participation in Title VI. "(3) In hiring such new participants hereunder, Subgrantee shall allocate funds and job positions equitably among the four categories of eligible persons specified in Subparagraphs 5.b.(1)(b)(i) , (ii) , (iii) , and (iv) above, as prescribed by County to the maximum extent possible given the composition of the population of unemployed eligible persons, serving no one category exclusively and excluding no category entirely." 6. Change in Special Subareas for Hiring. Paragraph 6. (Special Subareas for Hiring) , page 2, of the Program Operating Plan is hereby modified to read as follows : "6. Special Subareas for Hiring. Subgrantee will give preference in hiring under this Agreement to applicants residing within the following subareas of substantial unemployment: Antioch, Brentwood, Byron, Rnightsen, Oakley, Pittsburg, West Pittsburg, Martinez, Rodeo, San Pablo, E1 Sobrante, North Richmond (unincorporated area) , and Pinole. To the extent feasible and consistent with the intent of the Act, Subgrantee will give preference to such applicants when filling program job vacancies. Subgrantee's recruitment efforts shall be directed at these subareas of substantial unemployment." 7. Revised Program Budget. The Program Budget is hereby deleted and replaced by a new, substitute Program Budget, attached hereto and incorporated herein by reference. 8. Change in Program Specifications. Subparagraph a. of Paragraph 1. (PSE Job Positions) of the Program Specifications, as set forth in Paragraph 1. (Program) , page 1, of the Program Operating Plan, is hereby deleted and replaced by a new substitute provision, to read as follows : Total FY 77-78 Number Duration of Employ-meat of Job Employment Only "a. Job Title Positions (Man-Months) (Man-Months) Jr. Clerk Typist 1 20.75 12" Initis Subgrantee County pt. -2- PROGRAM BUDGET - 5 Number 2 `''R - 656 1. PSE Program Budget. Subgrantee shall conduct its CETA Title VI Public Service Employment PSE Program under this Agreement in accordance with the following budget of allowable program expenditures: TERM OF AGREEMENT a. Cost Categories. (Federal Funds) (1) Participant Wages $ 16,061 (2) Participant Fringe Benefits 4,522 (3) Training -0- (4) Supportive Services -0- (5) Administration 986 TOTAL (Agreement Payment Limit) $ 21,569 b. Monthly Expenditures. Expenditures under the above budget shall be subject to Subgrantee' s PSE Program Plan, which shall specify planned monthly enrollments and terminations for participants and monthly expenditures, cumulatively for the term of this Agreement, and which shall be subject to prior approval by County. Subgrantee shall maintain a current PSE Program Plan on file with County' s Manpower Project Office at all times, in the form and manner prescribed by County, and Subgrantee shall comply with said PSE Program Plan. c. End-of-Subgrant Settlement. Subject to the Payment Limit of this Agreement, County' s payments to Subgrantee pursuant to Paragraph 6. (Cost Report and Settlement) of the Payment Provisions shall not be limited by the specific line item budget amounts specified above, provided, however, that Subgrantee has obtained prior written approval from the County Manpower Project Director, or her designee, before making any expenditures under this Agreement which exceed the above line item budget amounts. 2. Program Funding. County' s payments to Subgrantee hereunder are subject to the availability of funds during the term of this Agreement, as follows : AMOUNT a. Source of Funds. (Federal Funds) (1) Reobligated Funds Transferred $ 11337 from County' s FY 76-77 Federal CETA Title II Grant (2) New Funds from County's FY 76-77 6,886 Federal CETA Title VI Grant (3) New Funds from County's FY 77-78 13,346 Federal CETA Title VI Grant TOTAL (Agreement Payment Limit) $ 21,569 Initials: /Subgr ee County pt. 00981 SUBGRANT MODIFICATION AGREEMENT (CETA Title VI Subgrants) 28 - 673 - 5 Number 6 t 3 — 5 1. Identification of Subgrant Agreement to be Modified. Number: 28-673-4 Department: Civil Service (hereinafter changed to Human Resources Agency Manpower Project) Subject: Administration and staff services to provide a CETA Title VI Public Service Employment Program for CETA-eligible participants. Effective Date of Agreement: January 1, 1977 2. Parties. The County of Contra Costa, California (County), for its Department named above, and the following named Subgrantee mutually agree and promise as follows: Subgrantee: RICHMOND UNIFIED SCHOOL DISTRICT Capacity: Public Agency Address: 1108 Bissell Avenue, Richmond, California 94802 3. Modification Date. The effective date of this Subgrant Modification Agreement is October 1, 1977 . 4. Modification Specifications. The Agreement identified above is hereby modified as set forth in the "Modification Specifications" attached hereto which are incorporated herein by reference. 5. Legal Authority. This Subgrant Modification Agreement is entered into under and subject to the following legal authorities: Title VI of the Comprehensive Employment and Training Act of 1973 (CETA), as amended (P.L. 93-2033, 87 Stat. 839; P.L. 93-567, 88 Stat. 1845); Emergency Job Programs Extension Act of 1976 (P.L. 94-444, 90 Stat. 1476); 29 USCA Section 801 ff; California Government Code Section 53703. 6. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA SUBGRANTEE By Designee Assistant Superintendent 17 Personnel Services (Designate official capacity in public Recommended by Human Resources Agency agency and attach a certified copy of the governing body resolution authoriz- ing execution of this Agreement) By Designee ATTEST: 4-7 ui,�t. (Desi.g to ffici Capacity) SEAL By ?GARS i' A. W1-1;'i= ;, (Form Approved by County Counsel) Date: 00 Microfilmed with board order ��� s 3 MODIFICATION SPECIFICATIONS Number 2 "R — 673 — D In consideration of Subgrantee' s agreement to continue operation of its CETA Title VI Public Service Employment Program for an additional twelve (12) months, through September 30, 1978, County agrees to increase the total amount payable to Subgrantee under this Subgrant Agreement by $ 224,464 County and Subgrantee agree, therefore, to modify the Subgrant Agreement identified herein, as specified below, while all other parts of said Subgrant Agreement remain unchanged and in full force and effect: 1. Extension of Term. Paragraph 3. (Term) of the Subgrant Agreement is hereby modified by extending the termination date specified therein from September 30, 1977 to September 30, 1978. 2. Payment Limit Increase. Paragraph 4. (Payment Limit) of the Subgrant Agreement is hereby modified by increasing the amount of the payment limit specified therein from $ 163,564 to a new total of $ 388,028 , 3. Amended Federal Regulations. Paragraph 1. (Compliance with Federal Require- ments) , page 1, of the Special Conditions is hereby modified by adding another reference to newly published and amended Federal Regulations (with which Subgrantee must comply) , as follows: "Federal Register, Vol. 42, No. 93, Friday May 13, 1977, as may be revised and amended; and which are incorporated herein by reference." 4. Change in County' s Representative. All references in this Agreement to the County "Civil Service Department" are hereby changed to read "Human Resources Agency Manpower Project" and all references to the "County Director of Personnel" are hereby changed to read "County Director, Human Resources Agency." 5. Change in Eligibility Criteria. Subparagraph b. (New Title VI Eligibility Criteria) of Paragraph 5. (Eligibility and Hiring of New Title VI Participants) , pages 1 and 2, of the Program Operating Plan is hereby modified to read as follows: "b. New Title VI Eligibility Criteria. Fifty percent (50%) or more of such new participants will be hired in accordance with the following new Title VI eligibility criteria: "(1) At the time of application and hiring, each such person must be both: (a) A member of a family which either receives cash welfare payments or has a current total annual income [computed in accordance with 29 CFR Subtitle A, Section 99.42 (a)(2)] which in relation to family size is at or below either 70 percent of the lower living standard income level established by the U. S. Department of Labor or the poverty level established by the U. S. Office of Management and Budget; and (b) From at least one of the following five additional eligible categories; i.e., must also be a person who: (i) Is unemployed at the time of application and has, during the 20 weeks immediately prior to application, received unemployment compensation for 15 or more weeks; or (ii) Is unemployed at the time of application and has been ineligible for unemployment compensation during the 20 weeks immediately prior to application and has been unemployed for 15 or more of those 20 weeks; or Is unemployed at the time of application and was unemployed for at least 15 of the 20 weeks immediately prior to application, and who, during those 15 weeks, was first ineligible for unemployment compensation and then became eligible for and received unemployment benefits; or (iv) Is unemployed at the time of application and is an exhaustee as defined in 29 CFR Subtitle A, Section 94.4; or (v) Is a member of a family receiving Aid to Families with Dependent Children (AFDC), including AFDC-Unemployed Fathers, under Title IV of the Social Security Act. Initials: Subgrantee County Dept, MODIFICATION SPECIFICATIONS Q Number 2 8 — 6 7 "(2) A veteran who has served on active duty for a period of more than 180 days or who was discharged or released from active duty for a service- connected disability, shall be immediately eligible, upon release or discharge, for participation, Subparagraphs 5.b.(1)(a) and (b)(i) , (ii) , (iii) , and (iv) above notwithstanding, which would otherwise pertain, provided that the veteran has not obtained permanent, full-time, unsubsidized employment between the time of release and the time of application for participation in Title VI. "(3) In hiring such new participants hereunder, Subgrantee shall allocate funds and job positions equitably among the four categories of eligible persons specified in Subparagraphs 5.b.(1)(b)(i) , (ii) , (iii) , and (iv) above, as prescribed by County to the maximum extent possible given the composition of the population of unemployed eligible persons, serving no one category exclusively and excluding no category entirely." 6. Change in Special Subareas for Hiring. Paragraph 6. (Special Subareas for Hiring) , page 2, of the Program Operating Plan is hereby modified to read as follows : "6. Special Subareas for Hiring. Subgrantee will give preference in hiring under this Agreement to applicants residing within the following subareas of substantial unemployment: Antioch, Brentwood, Byron, Knightsen, Oakley, Pittsburg, West Pittsburg, Martinez, Rodeo, San Pablo, E1 Sobrante, North Richmond (unincorporated area) , and Pinole. To the extent feasible and consistent with the intent of the Act, Subgrantee will give preference to such applicants when filling program job vacancies. Subgrantee' s recruitment efforts shall be directed at these subareas of substantial unemployment." 7. Revised Program Budget. The Program Budget is hereby deleted and replaced by a new, substitute Program Budget, attached hereto and incorporated herein by reference. 8. Change in Program Specifications. Subparagraph a. of Paragraph 1. (PSE Job Positions) of the Program Specifications, as set forth in Paragraph 1. (Program) , page 1, of the Program Operating Plan, is hereby deleted and replaced by a new substitute provision, to read as follows : Total FY 77-78 Number Duration of Employment of Job Employment Only "a. Job Title Positions (Man-Months) (Man-Months) Teacher 2 42 24 Teacher Aide 7 147 84 Press Operator 1 21 12 Typist Clerk 4 84 48 Custodian 2 42 24 Security Officer 2 ' 42 24 Site Supervisor 3 63 36". NY W84 Initials Su grantee County Dept. -2- �! PROGRAM BUDGET Number 673 - 5 1. PSE Program Budget. Subgrantee shall conduct its CETA Title VI Public Service Employment (PSE) Program under this Agreement in accordance with the following budget of allowable program expenditures: TERM OF AGREEMENT a. Cost Categories. (Federal Funds) (1) Participant Wages $ 283,561 (2) Participant Fringe Benefits... 92,102 (3) Training -0- (4) Supportive Services -0- (5) Administration 12,365 TOTAL (Agreement Payment Limit) $ 388,028 b. Monthly Expenditures. Expenditures under the above budget shall be subject to Subgrantee's PSE Program Plan, which shall specify planned monthly enrollments and terminations for participants and monthly expenditures, cumulatively for the term of this Agreement, and which shall be subject to prior approval by County. Subgrantee shall maintain a current PSE Program Plan on file with County's Manpower Project Office at all times, in the form and manner prescribed by County, and Subgrantee shall comply with said PSE Program Plan. c. End-of-Subgrant Settlement. Subject to the Payment Limit of this Agreement, County's payments to Subgrantee pursuant to Paragraph 6. (Cost Report and Settlement) of the Payment Provisions shall not be limited by the specific line item budget amounts specified above, provided, however, that Subgrantee has obtained prior written approval from the County Manpower Project Director, or her designee, before making any expenditures under this Agreement which exceed the above line item budget amounts. 2. Program Funding. County's payments to Subgrantee hereunder are subject co the availability of funds during the term of this Agreement, as follows: AMOUNT a. Source of Funds., (Federal Funds) (1) Reobligated Funds Transferred $ 8,412 from County's FY 76-77 Federal CETA Title II Grant (2) New Funds from County's FY 76-77 155,152 Federal CETA Title VI Grant (3) New Funds from County's FY 77-78 224,464 Federal CETA Title VI Grant TOTAL (Agreement Payment Limit) $ 388,028 Initials: Subgrantee County Dept. 009M f f In the Board of Supervisors or Contra Costa County. State of California SEP 2 7 1977 , 19 In the Matter of Authorizing the Director, Human Resources Agency, to Execute Subgrant Modification Agreements with Thirty CETA Title VI PSE "Sustainment Program" Subgrantees The Board having authorized, by its order dated August 16, 1977, execution of Modification x:709 to the County's CETA Title VI Grant #06-5004-60, thereby applying to the U. S. Department of Labor for new funds to be allocated among designated CETA Title VI Public Service Employment (PSE) Subgrantees, as recommended by the County Manpower Advisory Council, for operation of the County's CETA Title VI PSE programs in Federal Fiscal Year 1977-78, including operation of 30 programs known as "CETA Title VI PSE Sustainment Programs," which were initiated under Subgrant Agreements covering the period from January 1, 1977, through September 30, 1977; and The Board having considered the recommendation of the Director, Human Resources Agency, regarding the need for prompt execution of Subgrant *codification Agreements for operation of these 30 approved CETA Title VI PSE Sustainment Programs from October 1, 1977 through September 30, 1978, as specified in the attached "CETA Title VI PSE Sustainment Subgrant Modification Agreement Specifications Chart," in order to assure conformance with the plans and objectives established in the County's CETA Title VI Grant Modification #709, and in order to preclude interruptions in the operation of the County's existing PSE Sustainment Programs; IT IS BY THE BOARD ORDERED that the Director, Human Resources Agency, is AUTHORIZED to execute, on behalf of the County, standard form Subgrant Modification Agreements with the 30 current CETA Title VI PSE Subgrantees identified in the attached "CETA Title VI PSE Sustainment Subgrant Modification Agreement Specifications Chart," upon approval by the U. S. Department of Labor of Modification #709 to the County's CETA Title VI Grant 4x06-5004-60 and upon approval of the standard format for such Subgrant Modification Agreements, with said Subgrant Modification Agreements to be effective for the period from October 1, 1977, through September 30, 1978, for continued operation of each Subgrantee's respective CETA Title VI PSE Sustainment Program, as presently authorized under the Subgrant Agreement referenced by. .number and subject to the new Subgrant Agreement Payment Limits set forth in said Chart, and under terms and conditions as more particularly set forth in said standard form Subgrant Modification Agreements. PASSED BY THE BOARD on SEP 2 f 1977 1 hereby certify that the foregoing is a true and correct copy of an or&r`enN!w' on'•Jha minutes of said Board of Supervisors on the date aforesaid. ' Orifi: Human Resources Agency Nunes my hand and the :moi of the Board of Attn: Contracts & Grants Unit Supervisor cc: Count Administrator S E P,2 7 1977 County affixed thhday of �; 19 _ Countv Auditor-Controller _ County Manpower Project Director J. R. OLSSON, Clerk Subgranteesgy !✓ ,L �, t ►p�ty Clerk Robb; Gutierrez;` RJP:dg 00RIS H-243/:615m (Attach-ent to 9/27/77 )-oard Orte:r? CETA TITLE, VT. PSE SUS'TAIMMENT SURCRANT MODIFICATION ACMtM?M:AitINT SPECI.M.CATT.ONS CHART j PREVIOUS SUMMAN'T NEW ISUt't'a'.MI"l, NUMBRIt OF PUBLIC AGRILE'MENT PAYMENT PAYMENT SUM:GRANTEE SUP,MUM ACIfEEMENT i.U.•tr►rR SERVICE EMILOYMENT JOBS LIMIT (1/1/77-9/:30/77) LMIT (1/1/77-9/30/78) -652-4 3 $ 27,423 City of Antioch 28 $ 69,413 ' City of Brentwood 28-653-4 1 8,679 20,877 City of Concord 28-651-5 70 584,283 1,956,1120 City of El Cerrito 28-656-4 1 8,223 21,569 { City of Lafayette 28-657-4 4 34,847 73,000 City of Martinez 28-658-4 12 118,11.8 268,437 City of Pleaa,,nnt Hill 28-659-4 5 85,651 102,74E City of Pittsburg 28-654-4 17 165,316 432,61.1 City of Sar. Pablo 28-655-420 197,652 433,975 t City of Walnut Creek 28-660-4 8 81,528 209,243 Antioch Unifier! School District 28-661-4 17 160,497 388,784 f Brentwood Unified Schooi District. 28-664-4 4 37,764 83,699 - Myron Unified School District _ 28-665-4 3 20,470 44231 John Swett Unified School District 28-666-4 8 75,323 167,827 Knightsen School District 28-675-4 2 18,882 66,988 Lafayette School District 28-667-4 3 30,102 67,027 Liberty Union Vigh School. District 28-668-4 7 55,657 131,680 'Martinez Unifed School District 28-669-4 6 51,449 115,386 Moraga School District 28-670-4 1 9,095 20,700 tit. Diablo Unified School District 28-663-4 51 405,943 1,006,601 Oakley Unified School District 28-671-4 , b 48,205 119,685 Orinda Union School District 28-672-4 10 94,410 236,106 Pittsburg Unified School District 28-662-4 8 75,528 163,092 Richmond Unified School District 28-673-4 21 163,564 388,028 San Ramon Valley unified School District 28-674•-4 6 50,.871 114,101 Ambrose P,ecreation Fa Park District 28-679-3 3 28,323 51,863 East Contra Costa Irrigation District 28-681-4 2 18,882 42,682 Housing Authority of Contra Costa County 28-678-4 13 132,174 3099517 Pleasant Kill Recreation & Park District 28-680-4 2 16,187 39,214 State of California 28-676-5 23 175,986 423,517 1ARL-1 SUBGRANT MODIFICATION AGREEMENT (CETA Title VI Subgrants) 2 Q ��j Maj► ,�j Number "' V - 6 `� ` � " 1. Identification of Subgrant Agreement to be Modified. Number: 28-657-4 Department: Civil Service (hereinafter changed to Human Resources Agency Manpower Project) Subject: Administration and staff services to provide a CETA Title VI Public Service Employment Program for CETA-eligible participants. Effective Date of Agreement: January 1, 1977 2. Parties. The County of Contra Costa, California (County), for its Department named above, and the following named Subgrantee mutually agree and promise as follows: Subgrantee: CITY OF LAFAYETTE Capacity: Public Agency Address: 975 Oakland Street, Lafayette, California 94549 3. Modification Date. The effective date of this Subgrant Modification Agreement is October 1, 1977 4. Modification Specifications. -The Agreement identified above is hereby modified as set forth in the "Modification Specifications" attached hereto which are incorporated herein by reference. 5. Legal Authority. This Subgrant Modification Agreement is entered into under and subject to the following legal authorities: Title VI 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); Emergency Job Programs Extension Act of 1976 (P.L. 94-444, 90 Stat. 1476); 29 USCA Section 801 ff; California Government Code Section 53703. 6. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA SUBGRANTEE /01),e Q By By Designee MAYOR (Designate official capacity in public Recommended by Human Resources Agency agency and attach a certified copy of the governing body resolution authoriz- ing execution of this Agreement) By Designee ATTEST: E. C. MARRINER, City Clerk (Designate Official Capacity) (Form Approved by County Counsel) Date: January 9, 1978 00 vC,$ .T.r ' MODIFICATION SPECIFICATIONS Number 28 - 657 -- 5 In consideration of Subgrantee's agreement to continue operation of its CETA Title VI Public Service Employment Program for an additional twelve (12) months, through September 30, 1978, County agrees to increase the total amount payable to Subgrantee under this Subgrant Agreement by $ 38.153 . County and Subgrantee agree, therefore, to modify the Subgrant Agreement identified herein, as specified below, while all other parts of said Subgrant Agreement remain unchanged and in full force and effect: 1. Extension of Term. Paragraph 3. (Term) of the Subgrant Agreement is hereby modified by extending the termination date specified therein from September 30, 1977 to September 30, 1978. 2. Payment Limit Increase. Paragraph 4. (Payment Limit) of the Subgrant Agreement is hereby modified by increasing the amount of the payment limit specified therein from $ 34,847 to a new total of $ 73.000 • 3. Amended Federal Regulations. Paragraph 1. (Compliance with Federal Require- ments), page 1, of the Special Conditions is hereby modified by adding another reference to newly published and amended Federal Regulations (with which Subgrantee must comply), as follows: "Federal Register, Vol. 42, No. 93, Friday May 13, 1977, as may be revised and amended; and which are incorporated herein by reference." 4. Change in County's Representative. All references in this Agreement to the County "Civil Service Department" are hereby changed to read "Human Resources Agency Manpower Project" and all references to the "County Director of Personnel" are hereby changed to read "County Director, Human Resources Agency." 5. Change in Eligibility Criteria. Subparagraph b. (New Title VI Eligibility Criteria) of Paragraph 5. Eligibility and Hiring of New Title VI Participants), pages 1 and 2, of the Program Operating Plan is hereby modified to read as follows: "b. New Title VI Eligibility Criteria. Fifty percent (50X) or more of such new participants will be hired in accordance with the following new Title VI eligibility criteria: "(1) At the time of application and hiring, each such person must be both: (a) A member of a family which either receives cash welfare payments or has a current total annual income [computed in accordance with 29 CFR Subtitle A, Section 99.42 (a)(2)] which in relation to family size is at or below either 70 percent of the lower living standard income level established by the U. S. Department of Labor or the poverty level established by the U. S. Office of Management and Budget; and (b) From at least one of the following five additional eligible categories; i.e., must also be a person who: (i) Is unemployed at the time of application and has, during the 20 weeks immediately prior to application, received unemployment compensation for 15 or more weeks; or (ii) Is unemployed at the time of application and has been ineligible for unemployment compensation during the 20 weeks immediately prior to application and has been unemployed for 15 or more of those 20 weeks; or (iii) Is unemployed at the time of application and was unemployed for at least 15 of the 20 weeks immediately prior to application, and who, during those 15 weeks, was first ineligible for unemployment compensation and then became eligible for and received unemployment benefits; or (iv) Is unemployed at the time of application and is an exhaustee as defined in 29 CFR Subtitle A, Section 94.4; or (v) Is a member of a family receiving Aid to Families with Dependent Children (AFDC), including AFDC-Unemployed Fathers, under Title IV of the Social Security Act. Initials: 00140J89 (] Subgrantee County Dept. V-1J- e t r• MODIFICATION SPECIFICATIONS Q C Number 2 6 C V 7 — V "(2) A veteran who has served on active duty for a period of more than 180 days or who was discharged, or released from active duty for a service- connected disability, shall be immediately eligible, upon release or discharge, for participation, Subparagraphs 5.b.(1)(a) and (b)(i) , (ii) , (iii) , and (iv) above notwithstanding, which would otherwise pertain, provided that the veteran has not obtained permanent, full-time, unsubsidized employment between the time of release and the time of application for participation in Title VI. "(3) In hiring such new participants hereunder, Subgrantee shall allocate funds and job positions equitably among the four categories of eligible persons specified in Subparagraphs 5.b.(1)(b)(i) , (ii), (iii) , and (iv) above, as prescribed by County to the maximum extent possible given the composition of the population of unemployed eligible persons, serving no one category exclusively and excluding no category entirely." 6. Change in Special Subareas for Hiring. Paragraph 6. (Special Subareas for Hiring), page 2, of the Program Operating Plan is hereby modified to read as follows : "6. Special Subareas for Hiring. Subgrantee will give preference in hiring under this Agreement to applicants residing within the following subareas of substantial unemployment: Antioch, Brentwood, Byron, Raightsen, Oakley, Pittsburg, West Pittsburg, Martinez, Rodeo, San Pablo, E1 Sobrante, North Richmond (unincorporated area) , and Pinole. To the extent feasible and consistent with the intent of the Act, Subgrantee will give preference to such applicants when filling program job vacancies. Subgrantee's recruitment efforts shall be directed at these subareas of substantial unemployment." 7. Revised Program Budget. The Program Budget is hereby deleted and replaced by a new, substitute Program Budget, attached hereto and incorporated herein by reference. 8. Change in Program Specifications. Subparagraph a. of Paragraph 1. (PSE Job Positions) of the Program Specifications, as set forth in Paragraph 1. (Program) , page 1, of the Program Operating Plan, is hereby deleted and replaced by a new substitute provision, to read as follows : Total FY 77-78 Number Duration of Employment of Job Employment Only "a. Job Title Positions (Man-Months) (Man-Months) Laborer 4 76.7 48" W a?a7�J initials: /YI Subgrantee County Dept. -2- 1 i PROGRAM BUDGET pp C Number 2 8 6 57 -- 5 1. PSE Program Bud et. Subgrantee shall conduct its CETA Title VI Public Service Employment PSE Program under this Agreement in accordance with the following budget of allowable program expenditures: TERM OF AGREEMENT a. Cost Categories. (Federal Funds) (1) Participant Wages $ 56,000 (2) Participant Fringe Benefits 11,800 (3) Training 41,000 (4) Supportive Services -0- (5) Administration 1,200 TOTAL (Agreement Payment Limit) $ 73,000 b. Monthly Expenditures. Expenditures under the above budget shall be subject to Subgrantee's PSE Program Plan, which shall specify planned monthly enrollments and terminations for participants and monthly expenditures, cumulatively for the term of this Agreement, and which shall be subject to prior approval by County. Subgrantee shall maintain a current PSE Program Plan on file with County's Manpower Project Office at all times, in the form and manner prescribed by County, and Subgrantee shall comply with said PSE Program Plan. c. End-of-Subgrant Settlement. Subject to the Payment Limit of this Agreement, County's payments to Subgrantee pursuant to Paragraph 6. (Cost Report and Settlement) of the Payment Provisions shall not be limited by the specific line item budget amounts specified above, provided, however, that Subgrantee has obtained prior written approval from the County Manpower Project Director, or her designee, before making any expenditures under this Agreement which exceed the above line item budget amounts. 2. Program Funding. County's payments to Subgrantee hereunder are subject to the availability of funds during the term of this Agreement, as follows: AMOUNT a. Source of Funds. (Federal Funds) (1) Reobligated Funds Transferred $ 9,345 from County's FY 76-77 Federal CETA Title II Grant (2) New Funds from County's FY 76-77 25,502 Federal CETA Title VI Grant (3) New Funds from County's FY 77-78 38,153 Federal CETA Title VI Grant TOTAL (Agreement Payment Limit) $ 733,000 Initials: A19 bi Subgrantee County (Dept. 00991 BEFORE THE CITY COUNCIL OF THE CITY OF LAFAYETTE j rt IN THE MATTER OF: I� Approving a Subgrant Modification ) Agreement for CETA Title VI ) RES101UTION NO. 3-78 `i "Sustainment" Funds ) E{ The City Council of the Cil- of Lafayette, -California RESOLVES: 1. That this City, a Public Agency duly constituted I� and existing under the laws of the State of California, is ?s participating in the federally funded Title VI "Sustainment" Public Service Employment Program, pursuant to the Comprehensive Employment and Training Act of 1973, as subgrantee to Contra t• ! t� s !' Costa County, a prime grantee. 2. That Subgrant Modification Agreement No. 28-657-5 � } with the County of Contra Costa for Title VI "Sustainment° Comprehensive Employment and Training Act (CETA) funds, for the ! i� term from October 1,1977 through September 30, 1978, a copy of which is attached hereto, is approved. L tt 3. That the Mayor and City Clerk are hereby directed to execute said Agreement on behalf of the City; and to execute I any bonds or other documents required in connection therewith. f PASSED AND ADOPTED by the City Council of the City 4 of Lafayette on January 9, 197.8 by the following vote: } E ' AYES: Councilmen Langlois,. Roche, Tuttle and Wasson, and Mayor Robinson, ` NOES: None. fi �I ABSENT: None. i` - or ' Attest: ki ti ,t Ue copy CITY CLERK 'Certified 00 c� 92 .-..- ` ............... it .... ......fig, CgLIFORNIt tt �••••C 4ER K SUBGRANT MODIFICATION AGREEMENT CETA Title VI Subgrants Number 2 "R 660 - 5_ 1. Identification of Subgrant Agreement to be Modified. Number: 28-660-4 Department: Civil Service (hereinafter changed to Human Resources Agency Manpower Project) Subject: Administration and staff services to provide a CETA Title VL Public Service Employment Program for CETA-eligible participants. Effective Date of Agreement: January 1, 1977 2. Parties. The County of Contra Costa, California (County), for its Department named above, and the following named Subgrantee mutually agree and promise as follows: Subgrantee: CITY OF WALNUT CREEK Capacity: Public Agency Address: City Hall, 1445 Civic Drive, Walnut Creek, California 94596 3. Modification Date. The effective date of this Subgrant Modification Agreement is October 1, 1977 4. Modification Specifications. The Agreement identified above is hereby modified as set forth in the "Modification Specifications" attached hereto which are incorporated herein by reference. 5. Legal Authority. This Subgrant Modification Agreement is entered into under and subject to the following legal authorities: Title VI 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); Emergency Job Programs Extension Act of 1976 (P.L. 94-444, 90 Stat. 1476); 29 USCG Section 801 ff; California Government Code Section 53703. 6. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA CALIFORNIA SUBGRAQ L By By. Ahomas G. Dunne Designee Citv Manager Designate official capacity in public Recommended by Human Resources Agency agency and attach a certified copy of the governing body resolution authoriz- ing execution of this Agreement) By n+ -- ,-�r� � ' Designee ATTEST: `--n l x�' L Designate. Official Capacity) By. (Form Approved by County Counsel) `T Date: / ". rs Microfilmed with board older MODIFICATION SPECIFICATIONS Number 28 - 660 - 5 In consideration of Subgrantee' s agreement to continue operation of its CETA Title VI Public Service Employment Program for an additional twelve (12) months, through September 30, 1978, County agrees to increase the total amount payable to Subgrantee under this Subgrant Agreement by $ 127,715 County and Subgrantee agree, therefore, to modify the Subgrant Agreement identified herein, as specified below, while all other parts of said Subgrant Agreement remain unchanged and in full force and effect: 1. Extension of Term. Paragraph 3. (Term) of the Subgrant Agreement is hereby modified by extending the termination date specified therein from September 30, 1977 to September 30, 1978. 2. Payment Limit Increase. Paragraph 4. (Payment Limit) of the Subgrant Agreement is hereby modified by increasing the amount of the payment limit specified therein from $ 81,528 to a new total of $ 209,243 . 3. Amended Federal Regulations. Paragraph 1. (Compliance with Federal Require- ments), page 1, of the Special Conditions is hereby modified by adding another reference to newly published and amended Federal Regulations (with which Subgrantee must comply) , as follows: "Federal Register, Vol. 42, No. 93, Friday May 13, 1977, as may be revised and amended; and which are incorporated herein by reference." 4. Change in County's Representative. All references in this Agreement to the County "Civil Service Department" are hereby changed to read "Human Resources Agency Manpower Project" and all references to the "County Director of Personnel" are hereby changed to read "County Director, Human Resources Agency." 5. Change in Eligibility Criteria. Subparagraph b. (New Title VI Eligibility Criteria) of Paragraph 5. Eligibility and Hiring of New Title VI Participants), pages 1 and 2, of the Program Operating Plan is hereby modified to read as follows: "b. New Title VI Eligibility Criteria. Fifty percent (50X) or more of such new participants will be hired in accordance with the following new Title VI eligibility criteria: "(1) At the time of application and hiring, each such person must be both: (a) A member of a family which either receives cash welfare payments or has a current total annual income [computed in accordance with 29 CFR Subtitle A, Section 99.42 (a)(2)] which in relation to family size is at or below either 70 percent of the lower living standard income level established by the U. S. Department of Labor or the poverty level established by the U. S. Office of Management and Budget; and (b) From at least one of the following five additional eligible categories; i.e., must also be a person who: (i) Is unemployed at the time of application and has, during the 20 weeks immediately prior to application, received unemployment compensation for 15 or more weeks; or (ii) Is unemployed at the time of application and has been ineligible for unemployment compensation during the 20 weeks immediately prior to application and has been unemployed for 15 or more of those 20 weeks; or (iii) Is unemployed at the time of application and was unemployed for at least 15 of the 20 weeks immediately prior to application, and who, during those 15 weeks, was first ineligible for unemployment compensation and then became eligible for and received unemployment benefits; or (iv) Is unemployed at the time of application and is an exhaustee as defined in 29 CFR Subtitle A, Section 94.4; or (v) Is a member of a family receiving Aid to Families with Dependent Children (AFDC), including AFDC-Unemployed Fathers, under Title IV of the Social Security Act. 00.994 Initials: r �J 7bieantee Count Dept. -1- MODIFICATION SPECIFICATIONS Number 28 - 660 - 5 "(2)• A veteran who has served on active duty for a period of more than 180 days or who was discharged or released from active duty for a service- connected disability, shall be immediately eligible, upon release or discharge, for participation, Subparagraphs 5.b.(1)(a) and (b)(i) , (ii) , (iii) , and (iv) above notwithstanding, which would otherwise pertain, provided that the veteran has not obtained permanent, full-time, unsubsidized employment between the time of release and the time of application for participation in Title VI. "(3) In hiring such new participants hereunder, Subgrantee shalt allocate funds and job positions equitably among the four categories of eligible persons specified in Subparagraphs 5.b.(1)(b)(i) , (ii) , (iii) , and (iv) above, as prescribed by County to the maxizum extent possible given the composition of the population of unemployed eligible persons, serving no one category exclusively and excluding no category entirely." 6. Change in Special Subareas for Hiring. Paragraph 6. (Special Subareas for Hiring) , page 2, of the Program Operating Plan is hereby modified to read as follows : "6. Special Subareas for Hiring. Subgrantee will give preference in hiring under this Agreement to applicants residing within the following subareas of substantial unemployment: Antioch, Brentwood, Byron, Rnightsen, Oakley, Pittsburg, West Pittsburg, Martinez, Rodeo, San Pablo, E1 Sobrante, North Richmond (unincorporated area) , and Pinole. To the extent feasible and consistent with the intent of the Act, Subgrantee will give preference to such applicants when filling program job vacancies. Subgrantee's recruitment efforts shall be directed at these subareas of substantial unemployment." 7. Revised Program Budget. The Program Budget is hereby deleted and replaced by a new, substitute Program Budget, attached hereto and incorporated herein by reference. 8. Chane in Program Specifications. Subparagraph a. of Paragraph 1. (PSE Job Positions) of the Program Specifications, as set forth in Paragraph 1. (Program) , page 1, of the Program Operating Plan, is hereby deleted and replaced by a new substitute provision, to read as follows : Total FY 77-70 Number Duration of Employment of Job Employment Only "a. Job Title Positions (Man-Months) (Man-Months) Public Service Worker 1 21.0 12.0 Typist-Clexit 1 9.0 -0- Typist-Clerk I 21.0 12.0 Clerk 2 17.0 -0- Clerk 2 33.5 24.0 Recreation Leader I 2 17.0 -0- Programmer 1 12.5 12.0 Administrative Clerk 1 12.5 12.0 Engineering Aide 2 24.5 24.0" �•� Initials: S gfintee County Dept. -2- PROGRAM BUDGET Number 2 8 s 660 — 1. PSE Program Budget. Subgrantee shall conduct its CETA Title VI Public Service Employment PSE Program under this Agreement in accordance with the following budget of allowable program expenditures: TERM OF AGREEMENr a. Cost Categories. (Federal Funds) (1) Participant Wages $ 145,134 (2) Participant Fringe Benefits 55,058 (3) Training 1,500 (4) Supportive Services 125 (5) Administration 7,426 TOTAL (Agreement Payment Limit) $ 2091,243 b. Monthly Expenditures. Expenditures under the above budget shall be subject to Subgrantee's PSE Program Plan, which shall specify planned monthly enrollments and terminations for participants and monthly expenditures, cumulatively for the term of this Agreement, and <.fi ich shall be subject to prior approval by County. Subgrantee shall maintain a current PSE Program Plan on file with County's Manpower Project Office at all times, in the form and manner prescribed by County, and Subgrantee shall comply with said PSE Program Plan. c. End-of-Subgrant Settlement. Subject to the Payment Limit of this Agreement, County's payments to Subgrantee pursuant to Paragraph 6. (Cost Report and Settlement) of the Payment Provisions shall not be limited by the specific line item budget amounts specified above, provided, however, that Subgrantee has obtained prior written approval from the County Manpower Project Director, or her designee, before making any expenditures under this Agreement which exceed the above line item budget amounts. 2. Program Funding. County's payments to Subgrantee hereunder are subject to the availability of funds during the term of this Agreement, as follows: AMOUNT a. Source of Funds. (Federal Funds) (1) Reobligated Funds Transferred $ 10,710 from County's FY 76-77 Federal CETA Title II Grant (2) New Funds from County's FY 76-77 70,818 Federal CETA Title VI Grant (3) New Funds from County's FY 77-78 127,715 Federal CETA Title VI Grant TOTAL (Agreement Payment Limit) $ 209,243 Initials: Su47— b tee County Dept. 00C9 to the Board of Supervisor, r or LcrCrScte c" Cofiforni. C• SE? 971577 419 In the Meter of _izi s the Director, Human Resources to Execute Subgrant Modif Kation s_e`a::ts with Thirty CETA Title tri _51 "Sesta inert Program" Subgrantees The Board having authorized, by its order dated August 16, 1977, e=_ecutio-a of Modification #709 to the County's CETA Title VI Grant 006-5004-60, thereby applying to the U. S. Department of Labor for new funds to be allocated - - =ong desigmated CETA Title VI Public Service Employment (PSE) Subgrantees, as =ecot�ended by the County Manpower Advisory Council, for operation of the Ct• t� 's CZTA Title VI PSE programs in Federal Fiscal Year 1977-78, including operation of 30 programs known as "CETA Title V1 PSE Sustainment Programs," were initiated under Subgrant Agreements covering the,period from j=uary 1, 1977, through September 30, 1977; and The Board having considered the recommendation of the Director, -=?. Resources Agency, regarding the need for prompt execution of Subgrant "c';==cation Agreements for operation of these 30 approved CETA Title VI PSE Sustai ent Programs from October 1, 1977 through September 30, 1978, as s-o-acuiea in the attached "CETA Title VI PSE Sustat=ent Subgrant Modification Agre=enc- Specifications Chart," in order to assure conformance with the plans z objectives established in the County's CETA Title VI Grant Modification =709, and in order to preclude interruptions in the operation of the County's existing PSE Sustainment Programs; IT IS BY TIX BOARD ORDERED that the Director, Human Resources Agency, is AZTEORIZED to execute, on behalf of the County, standard form Subgrant :tod1fica={on Agreements with the 30 current CETA Title VT PSE Subgrantees identified in the attached "CETA Title VI PSE Sustainment Subgrant Modification A3 ee=eat Specifications Chart," upon approval by the U. S. Department of Labor of :codification 0709 to the County's CETA Title VI Grant #06-5004--60 and upon a-,,3soval of the standard format for such Subgrant Modification Agreements, with said Subgrant Modification Agreements to be effective for the period from C=tober 1, 1977, through September 30, 1978, for continued operation of each Su3grantee's respective CETA Title VI PSE Sustainment Program, as presently aumbo:ized under the Subgrant Agreement referenced by, .nu®ber and subject to z::e ne-i Subgrant Agreement Payment Limits set forth in said Chart, and under ter.-s and conditions as more particularly set forth in said standard forts SSbg_ant =codification Agreements. PASSED BY TSE BOARD on SGP ' 1977 . 1 hereby certify that the foregoing is a true and carred copy of on order entered on :io 'r rninutes of said Board of Supervisors on the date aforesaid. J- z- /v-=-,n Resources Agency Wih+en my hand oRd thf Seal of the Board of Contracts & Grants Unit sup"Visors cc: County Administrator affixed this day of S E P 2 7 1977 . 19 County Auditor-Controller .O County Manpower Project Director j J. R. OLSSON, Clark Subgrantees gr Af,/.-!.I ,� Lr .=. . Deptity Clerk Ro:b' Gutierrez; 0tv.:1011-wilt ;.o nj 7 j%7 lkiard ur�.er) CET- ATI IX. VI PSL` SUSTAIN.el;N'T SURCHART 1409'.'.V ICKrION ACRiiI:FiT:UT SPECT PI.CA`l'T.ONS CllAHT , } PREVIOUS S1,1I1CRANT Nv?) MORIt Or PUBLIC AG.EEMIENT I'AY,,lr•.-NT ACM-.i .:::i::" l'AY!1111T SUP.GMT Mfhl-:t ENT IR2.:rrtt SERVICE EMPLOY'NEN9.' JOBS WI•IT (1/1/77-9/30/17) LT.•iI'i' (1./1/7_7-9/30/7.5) Cite of Antioch 2.8-652-11 3 $ 27,423 $$ 6:,413 City of Brentwood 28-653-4 1 8,679 20,871 Cit;; of Concord 28-651-5 70 584,283 1,956,220 City of El Cerrito 28-656-4 1 8,223 21,569 City of I. r.-Iyotte 28-657-4 4 34,847 73,000 City of Martinez 28-658-4 12 118,11.8 268,437 City of flea:::nt Hill 28-659-4 5 ' 85,651 102,74e City of i'ittal,uri, 28•-654-4 17 ' 165,316 432,641 etty of Sar. Paulo 28-655-4 20 197,652 x:33,9.5 City of Valxwt. Creel: 28-660-4 8 81,528 209,243 Antioch n s!c School boo strict 28-661-4 17 160,497 380,78/j Brertvood Unities: School District 28-664=4 4_• 37,764 83,699 Byron Unified School District 28-665-4 3 20,470 44,231 John Swatt Un:,fied School District 28-666-4 8 75,323 167,827 Knizlitsen School District 28-675-4 2 18,882 66,988 Lafalctte School Ui.ntri.ct 28-667-4 3 30,102 67,027 Liberty Union Nrh School District 28-668-4. 7 55,657 131,660 Martinez Unifed School District 28-669-4 6 51,449 115,386 Moral-a School District 28-670-4 1 9,095 20,700 Pit. Diablo Unified School District 28-663-:4 51 405,943 1.,006,601 Oakley Unified School District28-671-4 6 48, 205 119,685 Orinda Union School District 28-672-4 • 10 94,410 236,106 Pittsburg Unified School District 28-662-4 8 75,528 163,092 Richtiond Unified School District 28-673-4 21 163,564 388,028 San Itamon Valley. 11nified School District 28-674••4 6 509.871 114,101 Ambrose Recreation G Park District 28-679-3 3 • 28,323 51,E63 East Contra Costa Irrigation District 28-681-4 2' 1$,682 4 ,&82 Housing Authority of Contra Costa County 28-67$-4 13 132,174 309,517 Pleasant Hill Recreation 6 Park District 2$-660-4 2 1b,187, 39,226 S ato of California 28-676-5 .23 175,986 423,517 . e • ,.� it CITY OF WALNUT CREEK 1445 Civic Drive Walnut Creek , California MINUTE ORDER - OFFICE OF 711E CITY CLERK Data Jan. 25, 1978 Attention: Contra Costa County Civil Service Division In the flatter of: PARTICIPATION IN FEDERAL PUBLIC SERVICE EMPLOYMENT PROGRAMS At a meetin , of the City Council uI' the CI'T'Y OF WALNUT CREEK on _January 13, 175 at -which wereP resent Counci amen Kovar, Schroder, Hazard, Mayor Skaggs on motion of Councilman Schroder seconded by Councilman Kovar- duly ovar duly carried and entered in the minutes, it was ordered: - "Mr. Gallaher reviewed this program, explaining that through EEA, CETA Title II and CETA Title VI , some $75 ,968 is available for Federally funded employment, and that it has been clarified with the County that these funds can be used to hire Walnut Creek residents. After discussion regarding control over these funds , type of employ- ment opportunity available under the funds and what benefit is to be derived from such employment , motion by Schroder, second by Kovar and unanimously carried to approve the City' s participation in these programs and' tti authorize the City Manager to execute the necessary agreements, . 1 hereby certify that the foregoing it a true and correctjcopy of a Portion of the minutes or the city crmuncil mecti, far Adele C. Laine. Clly ('URK 1 .....�.r■ rrr r r ■■ ■ ■■d or rr■ ■ �■ ■ ■ ■.. ■ r r .r -�► ut.• SUBGRANT MODIFICATION AGREEMENT CETA Title VI .Subgrants) R C Number 2 " _ 6 V V ,-5 1. Identification of Subgrant Agreement to be Modified. Number: 28-666-4 Department: Civil Service (hereinafter changed to Human Resources Agency Manpower Project) Subject: Administration and staff services to provide a CETA Title VI Public Service Employment Program for CETA-eligible participants. Effective Date of Agreement: January 1, 1977 2. Parties. The County of Contra Costa, California (County) , for its Department named above, and the following named Subgrantee mutually agree and promise as follows: Subgrantee: JOHN SWETT UNIFIED SCHOOL DISTRICT Capacity: Public Agency Address: P.O. Box 847, Crockett, California 94525 3. Modification Date. the effective date of this Subgrant Modification Agreement is October 1, 1977 4. Modification Specifications. The Agreement identified above is hereby modified as set forth in the "Modification Specifications" attached hereto which are incorporated herein by reference. 5. Legal Authority. This Subgrant Modification Agreement is entered into under and subject to the following legal authorities: Title VI 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); Emergency Job Programs Extension Act of 1976 (P.L. 94-444, 90 Stat. 1476); 29 USCA Section 801 ff; California Government Code Section 53703. 6. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA CALIFORNIA SUBGRANTEE By By Designee Business ager Designate official capacity in public Recommended by Human Resources Agency agency and attach a certifiedopy the governing b resoluti 7au ri - (` ing execut' this Agr end By Designee ATTEST- Designate 0 fic ' Capacity) By Superintendent (Form Approved by County Counsel) Date: 010UV t.. a MODIFICATION SPECIFICATIONS Number Q 17 6 6 6 -- 5 In consideration of Subgrantee' s agreement to continue operation of its CETA Title VI Public Service Employment Program for an additional twelve (12) months, through September 30, 1978, County agrees to increase the total amount payable to Subgrantee under this Subgrant Agreement by $ 92,504 . County and Subgrantee agree, therefore, to modify the Subgrant Agreement identified herein, as specified below, while all other parts of said Subgrant Agreement remain unchanged and in full force and effect: 1. Extension of Term. Paragraph 3. (Term) of the Subgrant Agreement is hereby modified by extending the termination date specified therein from September 30, 1977 to September 30, 1978. 2. Payment Limit Increase. Paragraph 4. (Payment Limit) of the Subgrant Agreement is hereby modified by increasing the amount of the payment limit specified therein from $ 75,323 to a new total of $ 167,827 3. Amended Federal Regulations. Paragraph 1. (Compliance with Federal Require- ments) , page 1, of the Special Conditions is hereby modified by adding another reference to newly published and amended Federal Regulations (with which Subgrantee must comply) , as follows: "Federal Register, Vol. 42, No. 93, Friday May 13, 1977, as may be revised and amended; and which are incorporated herein by reference." 4. Change in County' s Representative. All references in this Agreement to the County "Civil Service Department" are hereby changed to read "Human Resources Agency Manpower Project" and all references to the "County Director of Personnel" are hereby changed to read "County Director, Human Resources Agency." 5. Change in Eligibility Criteria. Subparagraph b. (New Title VI Eligibility Criteria) of Paragraph 5. (Eligibility and Hiring of New Title VI Participants) , pages 1 and 2, of the Program Operating Plan is hereby modified to read as follows: "b. New Title VI Eligibility Criteria. Fifty percent (50X) or more of such new participants will be -hired in accordance with the following new Title VI eligibility criteria: "(1) At the time of application and hiring, each such person must be both: (a) A member of a family which either receives cash welfare payments or has a current total annual income [computed in accordance with 29 CFR Subtitle A, Section 99.42 (a)(2)] which in relation to family size is at or below either 70 percent of the lower living standard income level established by the U. S. Department of Labor or the poverty level established by the U. S. Office of Management and Budget; and (b) From at least one of the following five additional eligible categories; i.e., must also be a person who: (i) Is unemployed at the time of application and has, during the 20 weeks immediately prior to application, received unemployment compensation for 15 or more weeks; or (ii) Is unemployed at the time of application and has been ineligible for unemployment compensation during the 20 weeks immediately prior to application and has been unemployed for 15 or more of those 20 weeks; or (iii) Is unemployed at the time of application and was unemployed for at least 15 of the 20 weeks immediately prior to application, and who, during those 15 weeks , was first ineligible for unemployment compensation and then became eligible for and received unemployment benefits; or (iv) Is unemployed at the time of application and is an exhaustee as defined in 29 CFR Subtitle A, Section 94.4; or (v) Is a member of a family receiving Aid to Families with Dependent Children (AFDC), including AFDC-Unemployed Fathers, under Title IV of 4OW the So ecuritkA 01001u ntee Coun -1- I MODIFICATION SPECIFICATIONS + C C Number 2 " 6 6 6 — 5 "(2) ' A veteran who has served on active duty for a period of more than 180 days or who was discharged or released from active duty for a service- connected disability, shall be immediately eligible, upon release or discharge, for participation, Subparagraphs 5.b.(1)(a) and (b)(i) , (ii) , (iii) , and (iv) above notwithstanding, which would otherwise pertain, Provided that the veteran has not obtained permanent, full-time, unsubsidized employment between the time of release and the time of application for participation in Title VI. "(3) In hiring such new participants hereunder, Subgrantee shall allocate funds and job positions equitably among the four categories of eligible persons specified in Subparagraphs 5.b.(1)(b)(i) , (ii) , (iii) , and (iv) above, as prescribed by County to the maximum extent possible given the composition of the population of unemployed eligible persons, serving no one category exclusively and excluding no category entirely." 6. Change in Special Subareas for Hiring. Paragraph 6. (Special Subareas for Hiring) , page 2, of the Program Operating Plan is hereby modified to read as follows : "6. Special Subareas for Hiring. Subgrantee will give preference in hiring under this Agreement to applicants residing within the following subarea of substantial unemployment: Antioch, Brentwood, Byron, Rnightsen, Oakley, Pittsburg, West Pittsburg, Martinez, Rodeo, San Pablo, E1 Sobrante, North Richmond (unincorporated area) , and Pinole. To the extent feasible and consistent with the intent of the Act, Subgrantee will give preference to such applicants when filling program job vacancies. Subgrantee's recruitment efforts shall be directed at these subareas of substantial unemployment." 7. Revised Program Budget. The Program Budget is hereby deleted and replaced by a new, substitute Program Budget, attached hereto and incorporated herein by reference. 8. Change in Program Specifications. Subparagraph a. of Paragraph 1. (PSE Job Positions) of the Program Specifications, as set forth in Paragraph 1. (Program) , page 1, of the Program Operating Plan, is hereby deleted and replaced by a new substitute provision, to read as follows : Total FY 77-78 Number Duration of Employment of Job Employment Only "a. Job Title ' Positions (Man-Months) (Man-Months) Custodian 4 84 48 Painter 4 84 48" Initials: 41- Slibgrddtee County t ftopt. -2- 4M 0100 e PROGRAM BUDGET R c c Number 2 " 6 6 6 — 1. PSE Program Budget. Subgrantee shall conduct its CETA Title VI Public Service Employment (PSE) Program under this Agreement in accordance with the following budget of allowable program expenditures: TERM OF AGREEMENT a. Cost Categories. (Federal Funds) (1) Participant Wages $ 123,160 (2) Participant Fringe Benefits . 38,685 (3) Training -0- (4) Supportive Services -0- (5) Administration 5,982 TOTAL (Agreement Payment Limit) $ 167,827 b. Monthly Expenditures. Expenditures under the above budget shall be subject to Subgrantee's PSE Program Plan, which shall specify planned monthly enrollments and terminations for participants and monthly expenditures, cumulatively for the term of this Agreement, and which shall be subject to prior approval by County. Subgrantee shall maintain a current PSE Program Plan on file with County's Manpower Project Office at all times, in the form and manner prescribed by County, and Subgrantee shall comply with said PSE Program Plan. c. End-of-Subgrant Settlement. Subject to the Payment Limit of this Agreement, County's payments to Subgrantee pursuant to Paragraph 6. (Cost Report and Settlement) of the Payment Provisions shall not be limited by the specific line item budget amounts specified above, provided, however, that Subgrantee has obtained prior written approval from the County Manpower Project Director, or her designee, before making any expenditures under this Agreement which exceed the above line item budget amounts. 2. Program Funding. County's payments to Subgrantee hereunder are subject to the availability of funds during the term of this Agreement, as follows: AMOUNT a. Source of Funds. (Federal Funds) (1) Reobligated Funds Transferred $ 16,722 from County's FY 76-77 Federal CETA Title II Grant (2) New Funds from County's FY 76-77 58,601 Federal CETA Title VI Grant (3) New Funds from County's FY 77-78 92,504 Federal CETA Title VI Grant TOTAL (Agreement Payment Limit) $ 167,827 Initials: S,1b8v&mee County pt. 01003 4 `JaauarY 17 1978 Board of Trustees of the John Swett Unified School District, at its The 16 1978, approved the following motion, which regular meeting of January ' io and aecoaded by member Charles J. was made by member Edward L. Brogl Bohlig: "The John Swett Unified School District hereby authorizes the er to prepare the necessary contracts and Business ManeB public Service Employment VI specifications to extend C.E.T.A. 8--6b6-5 with Contra Costa County Program as per contract 2 through September 30, 1978• 11 Glenn our, Jr , Superintendent Secretary to th Governing Board ELT:ec 0101M SUBGRANT MODIFICATION AGREEMENT CETA Title II Subgrants 28 - 607 . 6 n _ 6O7 _ Number 1. Identification of Subgrant Agreement to be Modified. Number : 28-607-4 Department: Civil Service/Human Resources Agency Subject: Administration and staff services to provide a CETA_Title II Public Service Employment Program for CETA-eligible participants. Effective Date of Agreement: October 1, 1976 Effective Date of Subgrant Modification Agreement #28-607-5: June 15, 1977 2. Parties. The County of Contra Costa, California (County) , for its Department named above, and the following named Subgrantee mutually agree and promise as follows: Subgrantee : CITY OF LAFAYETTE Capacity: Public Agency Address : 975 Oakland, Street, Lafayette, California 94549 3. Modification Date. The effective date of this Subgrant Modification Agreement is November 13, 1977 4. Modification Specifications. The Agreement identified above is hereby modified as set forth in the "Modification Specifications"attached hereto which are incorporated herein by reference. 5. Legal Authority. This Subgrant Modification Agreement is entered into under and subject to the following legal authorities : Title II 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); 29 USCA ' Sec. 801 ff; California Government Code Section 53703. 6. Signatures. 'These signatures attest the parties' agreement hereto : COUNTY OF CONTRA COSTA, CALIFORNIA SUBG EE ISBy &ja yvz 0 C.."/ By Designee MAYOR Designate official capacity in public Recommended by Human Resources Agency agency and attach a certified copy of the governing body resolution authoriz- ing execution of this Agreement) By Designee ATTEST: E. C. MARRINER, City Clerk Designate Official Capacity) w By Date : January 23, 1978 (Form approved by HRA Contracts Administrator) r 0100 �. . Akcrofiimed with board cwde.r MODIFICATION SPECIFICATIONS 607 —Number 2 "R e In consideration of Subgrantee' s agreement to continue employment for CETA Title II participants under its CETA Title II Public Service Employment Program Subgrant Agreement for an additional ten and one-half months, through September 30, 1978, County agrees to increase the total amount payable to Subgrantee under this Subgrant Agreement. County and Subgrantee agree, therefore, to further modify the Subgrant Agreement identified herein, as specified below, while all other parts of said Subgrant Agreement remain unchanged and in full force and effect: 1. Extension of Term. Paragraph 3. (Term) of the Subgrant Agreement is hereby further modified by extending the termination date specified therein from November 12, 1977 to September 30, 1978. 2. Payment Limit Increase. Paragraph 4. (Payment Limit) of the Subgrant Agreement is hereby further modified by increasing the amount of the payment limit specified therein from $ 24,230 to a new total of $ 44,837 3. Change in County' s Representative. All references in this Agreement to the County "Civil Service Department" are hereby changed to read "Human Resources Agency Manpower Project" and all references to the "County Director of Personnel" are hereby changed to read "County Director, Human Resources Agency." 4. Change in Selection and Hiring. Paragraph 5. (Selection and Hiring) , page 1, of the Program Operating Plan is hereby modified to read as follows : if Selection and Hiring. Subgrantee will give preference in hiring under this Agreement to applicants residing within the following subareas of substantial unemployment: Antioch, Brentwood, Byron, Knightsen, Oakley, Pittsburg, West Pittsburg, Martinez, Rodeo, San Pablo, E1 Sobrante, North Richmond (unincorporated area) , and Pinole. To the extent feasible and consistent with the intent of the Act, Subgrantee will give preference to such applicants when filling program job vacancies. Subgrantee' s recruit- ment efforts shall be directed at these subareas of substantial unemployment. Subgrantee shall establish and maintain adequate documentation of each applicant' s eligibility, retain the information on which this documentation is based in a participant' s record file, and retain the applications of persons not selected for participation and the reasons for their nonselection, pursuant to 29 CFR Subtitle A, Sections 96.25 and 98.18(b) ." 5. Revised Program Bud�et. The Program Budget, as modified, is hereby deleted and replaced by a new, substitute Program Budget, which is attached hereto and incorporated herein by reference. 6. Change in Program Specifications. Paragraph l.a. of the Program Specifi- cations, as modified and set forth in Paragraph 1. (Program) , page 1, of the Program Operating Plan, is hereby deleted and replaced by a new, substitute provision, showing the cumulative listing of Job Titles for the entire extended term of this Subgrant Agreement (from October 1, 1976, through September 30, 1978), to read as follows: Total FY 77-78 Number Duration of Employment of Job Employment Only "a. Job Titles. Positions (Man-Months) (Man-Months) Administrative Aide- Recreation 1 23.0 12.0 Typist-Clerk 1 18.0 12.0 Laborer 4 7.8 -0- " Initials: 01006Subgrantee County Dept. PROGRAM BUDGET ".qnr 28 - 607 - 6 1. PSE Program Budget. Subgrantee shall conduct its CETA Title II Public Service Employment Program under this Agreement in accordance with the following budget of allowable program expenditures: AGREErU?NT TERM 10/1/76-9/30/78 a. Cost Category. (Federal Funds) (1) Participant Wages $ 34,986 (2) Participant Fringe Benefits 7,451 (3) Training 200 (4) Supportive Services 1,000 (5) Administration 1,200 TOTAL (Agreement Payment Limit) $ 44,837 b. End-of-Subgrant Settlement. Subject to the Payment Limit of this Agreement, County's payments to Subgrantee pursuant to Paragraph 6. (Cost Report and Settlement) of the Payment Provisions shall not be limited by the specific line item budget amounts specified above, provided, however, that Subgrantee has obtained written approval from the County Manpower Director, or his designee, prior to making any expenditures under this Agreement which exceed the above line item budget amounts. 2. Program Funding. County's payments to Subgrantee under this Agreement are subject to the availability of funds during the term of this Agreement, as follows: AMOUNT a. Source of Funds. (Federal Funds) (1) Carry-Over Funds from Subgrantee's* FY 75-76 CETA Title II Subgrant Agreement $ 1,772 (2) New Funds from County's FY 76-77 28,250 Federal. CETA Title II Grant (Mod. 701) (3) New Funds from County's FY 76-77 -0- Federal CETA Title II Grant (Mod. 702) Initial Title II SUBTOTAL $ 30,022 (4) Deobligation of Title II Funds For Transfer to Title VI* -($ 9,345 ) FY 76-77 Title II SUBTOTAL , $ '20,677 (5) Initial 6-month Economic Stimulus Allocation $ 3,553 (6) FY 77-78 1011 month Sustainment Allocation 20,607 . TOTAL (Agreement Payment Limit) $ 44.837 *This deobligated amount will be allocated by County for inclusion in a CETA Title VI Subgrant Agreement between County and Subgrantee to be executed after January 1, 1977, for use by Subgrantee in conducting a new CETA Title VI Public Service Employment Program. 3. Monthly Expenditures. Expenditures under the above budget shall be subject to Subgrantee's PSE Program Plan, which shall specify planned monthly enrollments and terminations for participants and monthly expenditures, cumulatively for the term of this Agreement, and which shall. be subject to prior approval by County. Subgrantee shall- maintain a current PSE Program Plan on file with County's Manpower Project Office at all times, in the form and manner prescribed by County, and Subgrantee shall comply with said PSE Program Plan. Initials: r. Subgrantee County Dept. o1oa � In the Bowti of Supervisors of Contra Ccsta. County, State of Califomic December 20 , 19 In the MoMw of ` Authorizing the Director, Human Resources Agency, To Execute Subgrant Modification Agreements with 29 cETA Title II Public Service Eaploymant Program Subgrantoes The- Board having authorised, b7 its Order dated August 16, 1977, execution of Modification #706 (renumbered by DOL as #806) to the County's CETT Title II Graft #06-700b-21, thereby applying to the U. S. DepartmA t of Labor for $2,056,570 in now funds to be allocated amoss designated CETA Title II PSE Subgrantee• as reeotmeeded by the County Manpower Advisory Council, for - continued operation of the County's Cm Title .II Public Service Exployment (PSE) Programs in Federal Fiscal Year 1977-78, including operation of 30 programs known, as "CETA Title II P3Z Programs," which are currently authorized under Subgrant, Ag& eats covering the period from October/.1, 1976 through Hove■ber 12, 1977; and The Board having authorized, by its Order dated November 22, 1977, - execution of a Subgrant Modification Agreamest with the City of Pleasant Bill, one of the thirty aforementioned progrms, for continued operation of its CETA Title II PSE Program through September 309 1978; and The Board having considered the recommendation of the Director, Eumaa Resources Agency, regarding the need for prompt execution of ,Subgrant - Modification Agreements with the remaining 29 Subgrantees, for continued operation of their respective. approved CETA Title II PSE Programs for the extended period from November 13, 1977 through September 30, 1978, as speci- fied in the attached "CEL Title II PSE Subgrant Modification Agreement Specifications Chart," in order to assure conformance with the plans and objectives established in the County' s CETA Title II Grant Modification #806, and in order to assure continuity of operation of the .County's existing CEL Title II PSE Program; IT IS BY TIM rr0AXD 0I that the Director, Huai Resources AZezcy, is ALR8fl1IZl.D to execute, on behalf of the Cocnty, standard fors Subsrmt Ytodificatiom Agrasmaats with the 29 currest CEL Title II PSE Subsrantees ideatified in the attacbed "CETA Title Il PSB Subgrant Modifi- cation A;rtement Specifications Chant," with said Subsrmt Modification Ag_weeents to estamd the 8sigreat Agreements for the period from Novambee 13, 1977 through Septamiee .30, 1975, for coatiserd opetatios of each Subsrmtee's respective CLrTA -Title 11 PSL Program, as preaeatly authorised ander the Subgrant Agr e�meat referenced by number and subject to thr New Subgrant Agraouent Payment Limits set forth in said Chart, and under teras and conditions as more particularly set forth in said. standard form Subgrant Modification Agreements. PASSED BY THE BOARD on December 20, 19770 1 hereby camifq that the fare*eiws is a true coW ce med co" of an order er:twed on the minutes of said Bond of SupeMm an the deft oforweiJ. Or ig: Human Rt sourc e s Ag enc y Witrmam my hand and the Seel of the sea a of Attn: Contracts S Grants Unit S++p«+*�v cc: County Administrator cfxgd thh20thda, of December 19 77 County Auditor-Controller —' County manpower Project Director /jJ J. R. 0LSSOM, Clark Subgraatees !sy (/ Deputy C.lak eanFe=gli 41008 P..n:dX 1, %17 1- v%ttacnment to icy cu/ i i ssoara urger) CL+TA TITLE II PSE SUDG, E�ANT MODIFICATION AGREEMENT SPECIFICATIONS CHART , 1 SUBGRANT PREVIOUS SUBGRANT NEW SUBGRANT AGREEMENT AGREEMENT PAYMENT AGREEMENT PAYMENT SUBGRANTEE � ` NUMB DER LIMIT (10/2/76-11/12/71). LIMIT_ (10/I/76-9130rJ8) 1. City of Antioch 28-602-4 $ 250889 $ 46,953 2. City of Brentwood 28-603-3 140353 23;246 ' 3. City of Concord 28-601-4 534,577 989,650 4. City of El Cerrito 28-606-4 11,797 29,050 S. City of Lafayette 28-607-4 24,230 44,837 be City of t rtinez 28-608-4 54,081 769186 7. City of Pittsburg 28-604-4 121,518 207,007 Be City of San Pablo 28-605-4 145,151 - 2449047 9. City of Walnut Creek 28-610-4 57,451 104,667 10. Antioch Unified School District 28-611-4 121,417 1999691 11. Brentwood Unified School District 28-614-4- 279274 469688 12. Syron Unified School District 28-615-4 20,172 539034 13. John Swett Unified School District 28-616-4 56,882 100,205 14. Knightsen School District 28-625-4 21,070 421,424 15. Lafayette School District 28-617-5 ," 27,032 449286 16. Liberty Union High School District 28-618-4 37,690 57,864 ; 17. Martinez Unified School District 28-619-4 . 32,546 68,401 IS. Moraga School District 28-620-4 ' 150800 359395 19. Mt. Diablo Unified School District 28-613-4 281,085 540,291 20. Oakley Unified School District 28-621-4 27,131 32,961 O 21. Orinda Union School District 28-622-4 64,1917 1209378 C22. Pittsburg Unified School'Distriet 28-612-4 .-56,742 74,863 23. Richmond Unified School District 28-623-4 152,444 248,554 24. San Ramon Valley Unified School District 28-624-4 34,419 - 65022 25. Ambrose Recreation 6 Park District 28-629-3 200981 369470 •' 26. East Contra Costa Irrigation District 28-631-3 209270 319982 27. Pleasant Hill Recreation i Park District 28-630-4 18,500 41,333 28. Houoing Authority of Contra Costa County 28-628-4 124,565 201,718 29. State of California 28-628-4 98,759 1349833 , i; �i BEFORE THE CITY COUNCIL OF THE CITY OF LAFAYETTE ' IN THE MATTER OF f Approving a Subgrant Modification ) Agreement for CETA Title II Funds ) RESOLUTION NO. 6-78 i f The City Council of the 'City of Lafayette, California RESOLVES: 1. That this City, a Public Agency duly constituted 1! 11 and existing under the laws of the State of California, is f participating in the federally funded Title II Public Service Employment Program, pursuant to the Comprehensive Employment 1 and Training Act of 1973, as subgrantee to Contra Costa County, I !1 a prime grantee. }! 2. That Subgrant Modification Agreement No. 28-607-6 I with the County of Contra Costa for Title II Comprehensive Employment and Training Act (CETA) funds, for the term from } November ].3,1977through September 30, 1978, a copy of which is attached hereto, is approved. j3. That the Mayor and City Clerk are hereby directed to execute said Agreement on behalf of the City, and to execute 1 any bonds or other documents required in connection therewith. .PASSED AND ADOPTED by the City Council of the City of � Lafayette on January 23, 1978 by the following vote: AYES: Councilmen , �Langlois, ?oche Tuttle and Wasson . g and mayor Robinson, l NOES: j} ABSENT: None. i 1 f t s' MAYOR ?' Attest-- CITY ttest.CITY CLERK - Certified as a.True Copy AP AYETTE. CAL FORNIA..U1O10COF C]TY 0 SUBGRANT MODIFICATION AGREEMENT CETA Title VI Subgrants Q C Q C Number 2 y — (�v tl V 00 V 1. Identification of Subgrant Agreement to be Modified. Number: 28-658-4 Department: Civil Service (hereinafter changed to Human Resources Agency Manpower Project) Subject: Administration and staff services to provide a CETA Title VI Public Service Employment Program for CETA-eligible participants. Effective Date of Agreement: January 1, 1977 2. Parties. The County of Contra Costa, California (County) , for its Department named above, and the following named Subgrantee mutually agree and promise as follows: Subgrantee: CITY OF MARTINEZ Capacity: Public Agency Address: 525 Henrietta Street, Martinez, California 94553 3. Modification Date. The effective date of this Subgrant Modification, Agreement is October 1, 1977 4. Modification Specifications. The Agreement identified above is hereby modified as set forth in the Modification Specifications" attached hereto which are incorporated herein by reference. 5. Legal Authority. This Subgrant Modification Agreement is entered into under and subject to the following legal authorities: Title VI 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); Emergency Job Programs Extension Act of 1976 (P.L. 94-444, 90 Stat. 1476); 29 USCA Section 801 ff; California Government Code Section 53703. 6. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA SUBGRANTEE By By Designee City Manager Designate official capacity in public Recommended by Human Resources Agency agency and attach a certified copy of the governing body resolution authoriz- ing execution of this Agreement) By Designee ATTEST: Designate cial Capacity) By Lawrence J. Kowalski (Form Approved by County Counsel) December 27, 1977 Date 01011 y` .• MODIFICATION SPECIFICATIONS Number 28 - 658 - 5 In consideration of Subgrantee' s agreement to continue operation of its CETA Title VI Public Service Employment Program for an additional twelve (12) months, through September 30, 1978, County agrees to increase the total amount payable to Subgrantee under this Subgrant Agreement by $ 150,319 . County and Subgrantee agree, therefore, to modify the Subgrant Agreement identified herein, as specified below, while all other parts of said Subgrant Agreement remain unchanged and in full force and effect: 1. Extension of Term. Paragraph 3. (Term) of the Subgrant Agreement is hereby modified by extending the termination date specified therein from September 30, 1977 to September 30, 1978. 2. Payment Limit Increase. Paragraph 4. (Payment Limit) of the Subgrant Agreement is hereby modified by increasing the amount of the payment limit specified therein from $ 118,118 to a new total of $ 268,437 • 3. Amended Federal Regulations. Paragraph 1. (Compliance with Federal Require- ments) , page 1, of the Special Conditions is hereby modified by adding another reference to newly published and amended Federal Regulations (with which Subgrantee must comply) , as follows : "Federal Register, Vol. 42, No. 93, Friday May 13, 1977, as may be revised and amended; and which are incorporated herein by reference." 4. Change in County' s Representative. All references in this Agreement to the County "Civil Service Department are hereby changed to read "Human Resources Agency Manpower Project" and all references to the "County Director of Personnel" are hereby changed to read "County Director, Human Resources Agency." 5. Change in Eligibility Criteria. Subparagraph b. (New Title VI Eligibility Criteria) of Paragraph 5. Eligibility and Hiring of New Title VI Participants) , pages 1 and 2, of the Program Operating Plan is hereby modified to read as follows: "b. New Title VI Eligibility Criteria. Fifty percent (50x) or more of such new participants will be hired in accordance with the following new Title VI eligibility criteria: "(1) At the time of application and hiring, each such person must be both: (a) A member of a family which either receives cash welfare payments or has a current total annual income [computed in accordance with 29 CFR Subtitle A, Section 99.42 (a)(2)] which in relation to family size is at or below either 70 percent of the lower living standard income level established by the U. S. Department of Labor or the poverty level established by the U. S. Office of Management and Budget; and (b) From at least one of the following five additional eligible categories; i.e., must also be a person who: (i) Is unemployed at the time of application and has, during the 20 weeks immediately prior to application, received unemployment compensation for 15 or more weeks; or (ii) Is unemployed at the time of application and has been ineligible for unemployment compensation during the 20 weeks immediately prior to application and has been unemployed for 15 or more of those 20 weeks; or (iii) Is unemployed at the time of application and was unemployed for at least 15 of the 20 weeks immediately prior to application, and who, during those 15 weeks, was first ineligible for unemployment compensation and then became eligible for and received unemployment benefits; or (iv) Is unemployed at the time of application and is an exhaustee as defined in 29 CFR Subtitle A, Section 94.4; or (v) Is a member of a family receiving Aid to Families with Dependent Children (AFDC) , including AFDC-Unemployed Fathers, under Title IV of the Social Security Act. Initials: S rantee County Dept. -1- 01012 MODIFICATION SPECIFICATIONS CT 8 Q Number 2 "Q — 6 5 — 5 11(2) A veteran who has served on active duty for a period of more than 180 days or who was discharged or released from active duty for a service- connected disability, shall be immediately eligible, upon release or discharge, for participation, Subparagraphs 5.b.(1)(a) and (b)(i) , (iii) , and (iv) above notwithstanding, which would otherwise pertain, provided that the veteran has not obtained permanent, full-time, unsubsidized employment between the time of release and the time of application for participation in Title VI. "(3) In hiring such new participants hereunder, Subgrantee shall allocate funds and job positions equitably among the four categories of eligible persons specified in Subparagraphs 5.b.(1)(b)(i) , (ii) , (iii) , and (iv) above, as prescribed by County to the maximum extent possible given the composition of the population of unemployed eligible persons, serving no one category exclusively and excluding no category entirely." 6. Change in Special Subareas for Hiring. Paragraph 6. (Special Subareas for Hiring) , page 2, of the Program Operating Plan is hereby modified to read as follows : "6. Special Subareas for Hiring. Subgrantee will give preference in hiring under this Agreement to applicants residing within the following subareas of substantial unemployment: Antioch, Brentwood, Byron, Rnightsen, Oakley, Pittsburg, West Pittsburg, Martinez, Rodeo, San Pablo, E1 Sobrante, North Richmond (unincorporated area) , and Pinole. To the extent feasible and consistent with the intent of the Act, Subgrantee will give preference to such applicants when filling program job vacancies. Subgrantee's recruitment efforts shall be directed at these subareas of substantial unemployment." 7. Revised Program Budget. The Program Budget is hereby deleted and replaced by a new, substitute Program Budget, attached hereto and incorporated herein by reference. 8. Change in Program Specifications. Subparagraph a. of Paragraph 1. (PSE Job Positions of the Program Specifications, as set forth in Paragraph 1. (Program), page 1, of the Program Operating Plan, is hereby deleted and replaced by a new substitute provision, to read as follows : Total FY 77-78 Number Duration of Employment of Job Employment Only "a. Job Title Positions (Man-Months) (Man-Months) Typist-Clerk 1 21 12 Park Caretaker 1 21 12 Public Service Worker 5 105 . 60 Meter Service Man ;1 . 21 12 General Laborer 4 78 4811 b. Initials• Su gra¢tee County pt. -2- 01013 PROGRAM BUDGET Number 28 - 658- m- 5 1. PSE Pro ram Budget. Subgrantee shall conduct its CETA Title VI Public Service Employment PSE Program under this Agreement in accordance with the following budget of allowable program expenditures: TERM OF AGREEMENT a. Cost Categories. (Federal Funds) (1) Participant Wages $ 195,000 (2) Participant Fringe Benefits 65,359 (3) Training -0- (4) Supportive Services -G- (5) Administration 8,078 TOTAL (Agreement Payment Limit) $ 268,437 b. Monthly Expenditures. Expenditures under the above budget shall be subject to Subgrantee' s PSE Program Plan, which shall specify planned monthly enrollments and terminations for participants and monthly expenditures, cumulatively for the term of this Agreement, and which shall be subject to prior approval by County. Subgrantee shall maintain a current PSE Program Plan on file with County's Manpower Project Office at all times, in the form and manner prescribed by County, and Subgrantee shall comply with said PSE Program Plan. c. End-of-Subgrant Settlement. Subject to the Payment Limit of this Agreement, County s payments to Subgrantee pursuant to Paragraph 6. (Cost Report and Settlement) of the Payment Provisions shall not be limited by the specific line item budget amounts specified above, provided, however, that Subgrantee has obtained prior written approval from the County Manpower Project Director, or her designee, before making any expenditures under this Agreement which exceed the above line item budget amounts. 2. Program Funding. County' s payments to Subgrantee hereunder are subject to the availability of funds during the term of this Agreement, as follows : AMOUNT a. Source of Funds. (Federal Funds) (1) Reobligated Funds Transferred $ 65,989 from County' s FY 76-77 Federal CETA Title II Grant (2) New Funds from County' s FY 76-77 52,129 Federal CETA Title VI Grant (3) New Funds from County's FY 77-78 150,319 Federal CETA Title VI Grant TOTAL (Agreement Payment Limit) $ 2681,437 Initials: C-0 Subgrantee County pt. 01014 SUBGRANT MODIFICATION AGREEMENT CETA Title VI Subgrants) Q C -h- 5 Number 40 01 66J 1. Identification of Subgrant Agreement to be Modified. Number: 28-665-4 Department: Civil Service (hereinafter changed to Human Resources Agency Manpower Project) Subject: Administration and staff services to provide a CETA Title VI Public Service Employment Program for CETA-eligible participants. Effective Date of Agreement: January 1, 1977 2. Parties. The County of Contra Costa, California (County) , for its Department named above, and the following named Subgrantee mutually agree and promise as follows: Subgrantee: BYRON UNION SCHOOL DISTRICT Capacity: Public Agency Address: Rt. 1, Box 48, Byron, California 94514 3. Modification Date. The effective date of this Subgrant Modification Agreement is October 1, 1977 4. Modification Specifications. The Agreement identified above is hereby modified as set forth in the "Modification Specifications" attached hereto which are incorporated herein by reference. 5. Legal Authority. This Subgrant Modification Agreement is entered into under and subject to the following legal authorities: Title VI 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); Emergency Job Programs Extension Act of 1976 (P.L. 94-444, 90 Stat. 1476); 29 USCG Section 801 ff; California Government Code Section 53703. 6. Signatures. These signatures attest the parties` agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA SUBGRANTEE By By / J- te ` Designee � Design to official capacity in public Recommended by Human Resources Agency agency and attach a certified copy of the governing body resolution authoriz- ing execution of this Agreement) By Designee ATTEST: _ ` o , (Designate 0 ficial Capacity) (Form Approved by County Counsel) By Date: 3 a 0101.5 MODIFICATION SPECIFICATIONS R Number 2 " 665 c7 In consideration of Subgraatee' s agreement to continue operation of its CETA Title VI Public Service Employment Program for an additional twelve (12) months, through September 30, 1978, County agrees to increase the total amount-,payable to Subgrantee under this Subgrant Agreement by '$ 23,761 County and Subgrantee agree, therefore, to modify the Subgrant Agreement identified herein, as specified below, while all other parts of said Subgrant Agreement remain unchanged and in full force and effect: 1. Extension of Term. Paragraph 3. (Term) of the Subgrant Agreement is hereby modified by extending the termination date specified therein from September 30, 1977 to September 30, 1978. 2. Payment Limit Increase. Paragraph '4. (Payment Limit) of the Subgrant Agreement is hereby modified by increasing the amount of the payment limit specified therein from $ 20.470 to a new total of $ 44,231 3. Amended Federal Regulations. Paragraph 1. (Compliance with Federal Require- ments), page 1, of the Special Conditions is hereby modified by adding another reference to newly published and amended Federal Regulations (with which Subgrantee must comply) , as follows: "Federal Register, Vol. 42, No. 93, Friday May 13, 1977, as may be revised and amended; and which are incorporated herein by reference." 4. Change in County's Representative. All references in this Agreement to the County "Civil Service Department" are hereby changed to read "Human Resources Agency Manpower Project" and all references to the "County Director of Personnel" are hereby changed to read "County Director, Human Resources Agency." 5. Change in Eligibility Criteria. Subparagraph b. (New Title VI Eligibility Criteria) of Paragraph 5. (Eligibility and Hiring of New Title VI Participants) , pages 1 and 2, of the Program Operating Plan is hereby modified to read as follows: "b. New Title VI Eligibility Criteria. Fifty percent (50x) or more of such new participants will be ,hired in accordance with the following new Title VI eligibility criteria: "(1) At the time of application and hiring, each such person must be both: (a) A member of a family which either receives cash welfare payments or has a current total annual income [computed in accordance with 29 CFR Subtitle A, Section 99.42 (a)(2)j which in relation to family size is at or below either 70 percent of the lover living standard income level established by the U. S. Department of Labor or the poverty level established by the U. S. Office of Management and Budget; and (b) From at least one of the following five additional eligible categories; i.e., must also be a person who: (i) Is unemployed at the time of application and has, during the 20 weeks immediately prior to application, received unemployment compensation for 15 or more weeks; or (ii) Is unemployed at the time of application and has been ineligible for unemployment compensation during the 20 weeks immediately prior to application and has been unemployed for 15 or more of those 20 weeks; or (iii) Is unemployed at the time of application and was unemployed for at least 15 of the 20 weeks immediately prior to application, and who, during those 15 weeks, was first ineligible for unemployment compensation and then became eligible for and received unemployment benefits; or (iv) Is unemployed at the time of application and is an exhaustee as defined in 29 CFR Subtitle A, Section 94.4; or (v) Is a member of a family receiving Aid to Families with Dependent Children (AFDC), including AFDC-Unemployed Fathers, under Title IV of the Social Security Act. AN*. ala: 1. u grantee County Dept. -1- , 0101 1 MODIFICATION SPECIFICATIONS Number 28 - 665 A veteran who has served on active duty for a period of more than 180 daysorwho was discharged or released from active duty for a service- connected disability, shall be immediately eligible, upon release or discharge, for participation, Subparagraphs 5.b.(1)(a) and (b)(i) , (ii) , (iii) , and (iv) above notwithstanding, which would otherwise pertain, provided that the veteran has not obtained permanent, full-time, unsubsidized employment between the time of release and the time of application for participation in Title VI. "(3) In hiring such new participants hereunder, Subgrantee shall allocate funds and job positions equitably among the four categories of eligible persons specified in Subparagraphs 5.b.(1)(b)(i) , (ii) , (iii) , and (iv) above, as prescribed by County to the maximum extent possible given the composition of the population of unemployed eligible persons, serving no one category exclusively and excluding no category entirely." 6. Change in Special Subareas for Hiring. Paragraph 6. (Special Subareas for Hiring) , page 2, of the Program Operating Plan is hereby modified to read as follows: "6. Special Subareas for Hiring. Subgrantee will give preference in hiring under this Agreement to applicants residing within the following subareas of substantial unemployment: Antioch, Brentwood, Byron, Rnightsen, Oakley, Pittsburg, West Pittsburg, Martinez, Rodeo, San Pablo, E1 Sobrante, North Richmond (unincorporated area) , and Pinole. To the extent feasible and consistent with the intent of the Act, Subgrantee will give preference to such applicants when filling program job vacancies. Subgrantee' s recruitment efforts shall be directed at these subareas of substantial unemployment." 7. Revised Program Budget. The Program Budget is hereby deleted and replaced by a new, substitute Program Budget, attached hereto and incorporated herein by reference. 8. Change in Program Specifications. Subparagraph a. of Paragraph 1. (PSE Job Positions) of the Program Specifications, as set forth in Paragraph 1. (Program) , page 1, of the Program Operating Plan, is hereby deleted and replaced by a new substitute provision, to read as follows : Total FY 77-78 Number Duration of Employment of Job Employment Only "a. Job Title Positions (Man-Months) (Man-months) School Nurse 1 19.4 12.0 Teacher Aide 1 19.2 12.0 Teacher-Recreation Director 1 19.0 12.0" . Initials: Subgrantee Count Dept. -2- 0101}1 PROGRAM BUDGET C Number 2 "fi� 6 6 5 " 5 1. PSE Program Budget. Subgrantee shall conduct its CETA Title VI Public Service Employment PSE Program under this Agreement in accordance with the following budget of allowable program expenditures: TERM OF AGREEMENT a. Cost Categories. (Federal Funds) (1) Participant Wages $ 32,284 (2) Participant Fringe Benefits 7,355 (3) Training -O— (4) Supportive Services -0- (5) Administration 4,592 TOTAL (Agreement Payment Limit) $ 44,231 b. Monthly Expenditures. Expenditures under the above budget shall be subject to Subgrantee's PSE Program Plan, which shall specify planned monthly enrollments and terminations for participants and monthly expenditures, cumulatively for the term of this Agreement, and which shall be subject to prior approval by County. Subgrantee shall maintain a current PSE Program Plan on file with County's Manpower Project Office at all times, in the form and manner prescribed by County, and Subgrantee shall comply with said PSE Program Plan. c. End-of-Subgrant Settlement. Subject to the Payment Limit of this Agreement, County's payments to Subgrantee pursuant to Paragraph 6. (Cost Report and Settlement) of the Payment Provisions shall not be limited by the specific line item budget amounts specified above, provided, however, that Subgrantee has obtained prior written approval from the County Manpower Project Director, or her designee, before making any expenditures under, this Agreement which exceed the above line item budget amounts. 2. Program Funding. County's payments to Subgrantee hereunder are subject to the availability of funds during the term of this Agreement, as follows: AMOUNT a. Source of Funds. (Federal Funds) (1) Reobligated Funds Transferred $ -0- from County's FY 76-77 Federal CETA Title II Grant (2) New Funds from County's FY 76-77 20,470 Federal CETA Title VI Grant (3) New Funds from County's FY 77-78 23,761 Federal CETA Title VI Grant TOTAL (Agreement Payment Limit) $ 44,231 Initials: ubgrantee Count Dept. 01018 t_ Byron Union School CONTRA .COSTA COUNTY ROUTE 1_ HOX49.-:BYRON, CALIF: 94514 TELEPHONE A151 634-2128 Be 'Lt Reso l ve'd: Byron Union SchoolDistrict :wishes to participate: in the Contra 'Costa County CETA V1 PSE Subgrant Modification Agreement, and hereby I ) authorizes the District :Superintendent, TedR. Hanberg, to execute all Agreements pertaining to the Title VI PSE Sustainment Program. Certified by: Off Tcial Cait P Y Dare 019• ...a w �1■1�■ ■ 8i�� Y/ir ■ iL ►iii ■ .. ra: SUBGRANT MODIFICATION AGREEMENT (CETA Title VI Subgrants) 28 - 655 - 5 J c Number 2 Q t7 - V 5 5 i 5 1. Identification of Subgrant Agreement to be Modified. Number: 28-655-4 Department: Civil Service (hereinafter changed to Human Resources Agency Manpower Project) Subject: Administration and staff services to provide a CETA Title VI Public Service Employment Program for CETA-eligible participants. Effective Date of Agreement: January 1, 1977 2. Parties. The County of Contra Costa, California (County), for its Department named above, and the following named Subgrantee mutually agree and promise as follows: Subgrantee: CITY OF SAN PABLO Capacity: Public Agency Address: 2021 Market Avenue, San Pablo, California 94806 3. Modification Date. The effective date of this Subgrant Modification Agreement is October 1, 1977 4. Modification Specifications. The Agreement identified above is hereby modified as set forth in the "Modification Specifications" attached hereto which are incorporated herein by reference. 5. Legal Authority. This Subgrant Modification Agreement is entered into under and subject to the following legal authorities: Title VI 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); Emergency Job Programs Extension Act of 1976 (P.L. 94-444, 90 Stat. 1476); 29 USCA Section 801 ff; California Government Code Section 53703. 6. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA SUBGRANTEE By ;WjW� B Designee Designate of icial capacity in public Recommended by Human Resources Agency agency and attach a certified copy of the governing body resolution authoriz- ing execution of this Agreement) By Designee ATTEST: City Clerk Designate Official Capacity) By '� a (Form Approved by County Counsel) Date: nocember 28, 1977 ism 0102(; r MODIFICATION SPECIFICATIONS �j Number "-2 8 — " 5 In consideration of Subgrantee's agreement to continue operation of its CETA Title VI Public Service Employment Program for an additional twelve (12) months, through September 30, 1978, County agrees to increase the total amount payable to Subgrantee under this Subgrant Agreement by $ 236,323 County and Subgrantee agree, therefore, to modify the Subgrant Agreement identified herein, as specified below, while all other parts of said Subgrant Agreement remain unchanged and in full force and effect: 1. Extension of Term. Paragraph 3. (Term) of the Subgrant Agreement is hereby modified by extending the termination date specified therein from September 30, 1977 to September 30, 1978. 2. Payment Limit Increase. Paragraph 4. (Payment Limit) of the Subgrant Agreement is hereby modified by increasing the amount of the payment limit specified therein from $ 197,652 to a new total of $ 433,975 3. Amended Federal Regulations. Paragraph 1. (Compliance with Federal Require- ments), page 1, of the Special Conditions is hereby modified by adding another reference to newly published and amended Federal Regulations (with which Subgrantee must comply) , as follows: "Federal Register, Vol. 42, No. 93, Friday May 13, 1977, as may be revised and amended; and which are incorporated herein by reference." 4. Change in County's Representative. All references in this Agreement to the County "Civil Service Department are hereby changed to read "Human Resources Agency Manpower Project" and all references to the "County Director of Personnel" are hereby changed to read "County Director, Human Resources Agency." 5. Change in Eligibility Criteria. Subparagraph b. (New Title VI Eligibility Criteria) of Paragraph 5. Eligibility and Hiring of New Title VI Participants), pages 1 and 2, of the Program Operating Plan is hereby modified to read as follows: "b. New Title VI Eligibility Criteria. Fifty percent (50x) or more of such new participants will be hired in accordance with the following new Title VI eligibility criteria: "(1) At the time of application and hiring, each such person must be both: (a) A member of a family which either receives cash welfare payments or has a current total annual income [computed in accordance with 29 CFR Subtitle A, Section 99.42 (a)(2)) which in relation to family size is at or below either 70 percent of the lower living standard income level established by the U. S. Department of Labor or the poverty level established by the U. S. Office of Management and Budget; and (b) From at least one of the following five additional eligible categories; i.e., must also be a person who: (i) Is unemployed at the time of application and has, during the 20 weeks immediately prior to application, received unemployment compensation for 15 or more weeks; or (ii) Is unemployed at the time of application and has been ineligible for unemployment compensation during the 20 weeks immediately prior to application and has been unemployed for 15 or more of those 20 weeks; or (iii) Is unemployed at the time of application and was unemployed for at least 15 of the 20 weeks immediately prior to application, and who, during those 15 weeks, was first ineligible for unemployment compensation and then became eligible for and received unemployment benefits; or (iv) Is unemployed at the time of application and is an exhaustee as defined in 29 CFR Subtitle A, Section 94.4; or (v) Is a member of a family receiving Aid to Families with Dependent Children (AFDC), including AFDC-Unemployed Fathers, under Title IV of the Social Security Act. �itials: 010217 bgrantee County pt. -1- _r sant ■ ■ � � � �-� - .— _ _— ____— .-.Mar 4M' .....M.."'.'.Q � MODIFICATION SPECIFICATIONS Number 28 - 655 - 5 "(2) A veteran who -has served on active duty for a period of more than 180 days or who was discharged or released- from active duty for a service- connected disability, shall be immediately eligible, upon release or discharge, for participation, Subparagraphs 5.b.(1)(a) and (b)(i), (ii) , (iii) , and (iv) above notwithstanding, which would otherwise pertain, provided that the veteran has not obtained permanent, full-time, unsubsidized employment between the time of release and the time of application for participation in Title VI. "(3) In hiring such new participants hereunder, Subgrantee shall allocate funds and job positions equitably among the four categories of eligible persons specified in Subparagraphs 5.b.(1)(b)(i), (ii) , (iii) , and (iv) above, as prescribed by County to the maximum extent possible given the composition of the population of unemployed eligible persons, serving no one category exclusively and excluding no category entirely." 6. Change in Special Subareas for Hiring. Paragraph 6. (Special Subareas for Hiring) , page 2, of the Program Operating Dian is hereby modified to read as follows : "6. Special Subareas for Hiring. Subgrantee will give preference in hiring under this Agreement to applicants residing within the following subareas of substantial unemployment: Antioch, Brentwood, Byron, Rnightsen, Oakley, Pittsburg, West Pittsburg, Martinez, Rodeo, San Pablo, E1 Sobrante, North Richmond (unincorporated area) , and Pinole. To the extent feasible and consistent with the intent of the Act, Subgrantee will give preference to such applicants when filling program job vacancies. Subgrantee's recruitment efforts shall be directed at these subareas of substantial unemployment." 7. Revised Program Budget. The Program Budget is hereby deleted and replaced by a new, substitute Program Budget, attached hereto and incorporated herein by reference. 8. Change in Program Specifications. Subparagraph a. of Paragraph 1. (PSE Job Positions) of the Program Specifications, as set forth in Paragraph 1. (Program) , page 1, of the Program Operating Plan, is hereby deleted and replaced by a new substitute provision, to read as follows : Total FY 77-78 Number Duration of Employment of Job Employment Only "a. Job Title Positions (Man-Months) (Man-Months) Recreation Aide 1 .7 -0- Recreation Aide 1 21.0 12.0 Street Maintenance - Trainee 7 147.0 84.0 Gardener Trainee 8163.6 96.0. Intermediate Typist- Clerk 2 42.0 24.0 Intermediate Typist- Clerk Trainee 21 42.0 24.0" 40MInitials: - UJ Subgrantee County Dept. -2- 01 non PROGRAM BUDGET 2 Q c Number "' v 6 55 -w5 1. PSE Program Budget. Subgrantee shall conduct its CETA Title VI Public Service Employment PSE Program under this Agreement in accordance with the following budget of allowable program expenditures: TERM OF AGREEMENT a. Cost Categories. (Federal Funds) (1) Participant Wages $ 346,871 (2) Participant Fringe Benefits 841,849 (3) Training 1,165 (4) Supportive Services 586 (5) Administration 504 TOTAL (Agreement Payment Limit) $ 433,975 b. Monthly Expenditures. Expenditures under the above budget shall be subject to Subgrantee's PSE Program Plan, which shall specify planned monthly enrollments and terminations for participants and monthly expenditures, cumulatively for the term of this Agreement, and which shall be subject to prior approval by County. Subgrantee shall maintain a current PSE Program Plan on file with County's Manpower Project Office at all times, in the form and manner prescribed by County, and Subgrantee shall comply with said PSE Program Plan. c. End-of-Subgrant Settlement. Subject to the Payment Limit of this Agreement, County's payments to Subgrantee pursuant to Paragraph 6. (Cost Report and Settlement) of the Payment Provisions shall not be limited by the specific line item budget amounts specified above, provided, however, that Subgrantee has obtained prior written approval from the County Manpower Project Director, or her designee, before making any expenditures under this Agreement which exceed the above line item budget amounts. 2. Program Funding. County's payments to Subgrantee hereunder are subject to the availability of funds during the term of this Agreement, as follows: AMOUNT a. Source of Funds. (Federal Funds) (1) Reobligated Funds Transferred $ -0- from County's FY 76--77 Federal CETA Title II Grant (2) New Funds from County's FY 76-77 197,652 Federal CETA Title VI Grant 236,323 (3) New Funds from County's FY 77-78 Federal CETA Title VI Grant TOTAL (Agreement Payment Limit) $ 433,975 Initials: Subgrantee County Dept. 0M2 SUBGRANT MODIFICATION AGREEMENT (CETA Title VI Subgrants) t+ � Number = 6 ` 8 5 1. Identification of Subgrant Agreement to be Modified. Number: 28-678-4 Department: Civil Service (hereinafter changed to Human Resources Agency Manpower Project) Subject: Administration and staff services to provide a CETA Title VI Public Service Employment Program for CETA-eligible participants. Effective Date of Agreement: January 1, 1977 2. Parties. The County of Contra Costa, California (County) , for its Department named above, and the following named Subgrantee mutually agree and promise as follows Subgrantee: HOUSING AUTHORITY OF THE COUNTY OF CONTRA COSTA Capacity: Public Agency Address: P.O. Box 2396, Martinez, California 94553 3. Modification Date. The effective date of this Subgrant Modification Agreement is October 1, 1977 4. Modification Specifications. The Agreement identified above is hereby modified as set forth in the "Modification Specifications" attached hereto which are incorporated herein by reference. 5. Legal Authority. This Subgrant Modification Agreement is entered into under and - subject to the following legal authorities: Title VI 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); Emergency Job Programs Extension Act of 1976 (P.L. 94-444, 90 Stat. 1476); 29 USCA Section 801 ff; California Government Code Section 53703. 6. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA SUBGRANTEE 641By By, Designee EXE UTIVE OIRECA. (Designate official pacity in public Recommended by Human Resources Agency agency and attach a certified copy of the governing body resolution authoriz- ing execution of this Agreement) By Designee ATTEST: Fiscal Director (Designate Official Capacity) By (Form Approved by County Counsel) Date: C;0 os. 2 MODIFICATION SPECIFICATIONS Number 2 8 = 6 7 8 — In consideration of Subgrantee' s agreement to continue operation of its CETA Title VI Public Service Employment Program for an additional twelve (12) months, through September 30, 1978, County agrees to increase the total amount payable to Subgrantee under this Subgrant Agreement by $ 177,343 . County and Subgrantee agree, therefore, to modify the Subgrant Agreement identified herein, as specified below, while all other parts of said Subgrant Agreement remain unchanged and in full force and effect: 1. Extension of Term. Paragraph 3. (Term) of the Subgrant Agreement is hereby modified by .extending the termination date specified therein from September 30, 1977 to September 30, 1978. 2. Payment Limit Increase. Paragraph 4. (Payment Limit) of the Subgrant Agreement is hereby modified by increasing the amount of the payment limit specified therein from $ 132.174 to a new total of $ 309,517 . 3. Amended Federal Regulations. Paragraph 1. (Compliance with Federal Require- ments) , page 1, of the Special Conditions is hereby modified by adding another reference to newly published and amended Federal Regulations (with which Subgrantee must comply) , as follows: "Federal Register, Vol. 42, No. 93, Friday May 13, 1977, as may be re,rised and amended; and which are incorporated herein by reference." i 4. Change in County' s Representative. All references in this Agreement to the County "Civil Service Department" are hereby changed to read "Human Resources Agency Manpower Project" and all references to the "County Director of Personnel" are hereby changed to read "County Director, Human Resources Agency." 5. Change 'in Eligibility Criteria. Subparagraph b. (New Title VI Eligibility Criteria) of Paragraph 5. (Eligibility and Hiring of New Title VI Participants) , pages 1 and 2, of the Program Operating Plan is hereby modified to read as follows : "b. New Title VI Eligibility Criteria. Fifty percent (50x) or more of such new participants will be hired in accordance with the following new Title VI eligibility criteria: "(1) At the time of application and hiring, each such person must be both: (a) A member of a family which either receives cash welfare payments or has a current total annual income [computed in accordance with 29 CFR Subtitle A, Section 99.42 (a) (2)] which in relation to family size is at or below either 70 percent of the lower living standard income level established by the U. S. Department of Labor or the poverty level established by the U. S. Office of Management and Budget; and (b) From at least one of the following five additional eligible categories; i.e., must also be a person who : (i) Is unemployed at the time of application and has, during the 20 weeks immediately prior to application, received unemployment compensation for 15 or more weeks; or Is unemployed at the time of application and has been ineligible for unemployment compensation during the 20 weeks immediately prior to application and has been unemployed for 15 or more of those 20 weeks; or Is unemployed at the time of application and was unemployed for at least 15 of the 20 weeks immediately prior to application, and who, during those 15 weeks, was first ineligible for unemployment compensation and then became eligible for and received unemployment benefits; or (iv) Is unemployed at the time of application and is an exhaustee as defined in 29 CFR Subtitle A, Section 94.4; or (v) Is a member of a family receiving Aid to Families with Dependent Children (AFDC) , including AFDC-Unemployed Fathers, under Title IV of the Social Security Act. Initials: _5ubfrantee County Dept. -1- 01Q2 MODIFICATION SPECIFICATIONS Q Q Number 2 8 ,- 6 7 8 ` 5 11(2) A veteran who has served on active duty for a period of more than 180 days or who was discharged or released from active duty for a service- connected disability, shall be immediately eligible, upon release or discharge, for participation, Subparagraphs 5.b.(1)(a) and (b)(i) , (ii) , (iii) , and (iv) above notwithstanding, which would otherwise pertain, provided that the veteran has not obtained permanent, full-time, unsubsidized employment between the time of release and the time of application for participation in Title VI. "(3) In hiring such new participants hereunder, Subgrantee shall allocate funds and job positions equitably among the four categories of eligible persons specified in Subparagraphs 5.b.(1)(b)(i) , (ii) , (iii) , and (iv) above, as prescribed by County to the maximum extent possible given the composition of the population of unemployed eligible persons, serving no one category exclusively and excluding no category entirely." 6. Change in Special Subareas for Hiring. Paragraph 6. (Special Subareas for Hiring) , page 2, of the Program Operating Plan is hereby, modified to read as follows : "6. Special Subareas for Hiring. Subgrantee will give preference in hiring under this Agreement to applicants residing within the following subareas of substantial unemployment: Antioch, Brentwood, Byron, Knightsen, Oakley, Pittsburg, West Pittsburg, Martinez, Rodeo, San Pablo, El Sobrante, North Richmond (unincorporated area) , and Pinole. To the extent feasible and consistent with the intent of the Act, Subgrantee will give preference to such applicants when filling program job vacancies. Subgrantee' s recruitment efforts shall be directed at these subareas of substantial unemployment." 7. Revised Program Budget. The Program Budget is hereby deleted and replaced by a new, substitute Program Budget, attached hereto and incorporated herein by reference. 8. Change in Program Specifications. Subparagraph a. of Paragraph 1. (PSE Job Positions of the Program Specifications, as set forth in Paragraph 1. (Program) , page 1, of the Program Operating Plan, is hereby deleted and replaced by a new substitute provision, to read as follows : Total FY 77-78 Number Duration of Employment of Job Employment Only "a. Job Title Positions (Man-Months) (Man-Months) Security Officer 3 27 -0- Maintenance Aide 8 141 96 Building Inspector/ Maintenance Aide 1 21 12 Management/Maintenance Aide 1 21 12 Clerk 3 63 361" Initials : Subgrantee County Dept. -2- Uld7 PROGRAM BUDGET Number 2 8 m 6 7Q y - y 1. PSE Program Budget. Subgrantee shall conduct its CETA Title VI Public Service Employment PSE Program under this Agreement in accordance with the following budget of allowable program expenditures: TERM OF AGREEMENT a. Cost Categories. (Federal, Funds) (1) Participant Wages $ 211,006 (2) Participant Fringe Benefits 63,826 (3) Training -0- (4) Supportive Services -0- (5) Administration 34,685 TOTAL (Agreement Payment Limit) $ 309,517 b. Monthly Expenditures. Expenditures under the above budget shall be subject to Subgrantee' s PSE Program Plan, which shall specify planned monthly enrollments and terminations for participants and monthly expenditures, cumulatively for the term of this Agreement, and which shall be subject to prior approval by County. Subgrantee shall maintain a current PSE Program Plan on file with County's Manpower Project Office at all times, in the form and manner prescribed by County, and Subgrantee shall comply with said PSE Program Plan. c. End-of-Subgrant Settlement. Subject to the Payment Limit of this Agreement, County' s payments to Subgrantee pursuant to Paragraph 6. (Cost Report and Settlement) of the Payment Provisions shall not be limited by the specific line item budget amounts specified above, provided, however, that Subgrantee has obtained prior written approval from the County Manpower Project Director, or her designee, before making any expenditures under this Agreement which exceed the above line item budget amounts. 2. Program Funding. County's payments to Subgrantee hereunder are subject to the availability of funds during the term of this Agreement, as follows : AMOUNT a. Source of Funds. (Federal Funds) (1) Reobligated Funds Transferred $ -0- from County' s FY 76-77 Federal CETA Title II Grant (2) New Funds from County' s FY 76-77 132,174 Federal CETA Title VI Grant (3) New Funds from County' s FY 77-78 177,343 Federal CETA Title VI Grant TOTAL (Agreement Payment Limit) $ 309,517 Initials: Subgrantee County Dept. 1 In of � Supervisors of Contra Costo Courr�V. Stole a► Ca�tfG�C'r►o Septe .i-)er 27 ;:IF ?7 In the Matter of Cometion of Yri rate ?nrrovements in 1.3a--or S::cdi',-Ision 4927, Ala.-- o Area_ The Director of Building ding Inspection having notiN ed this Board of the completion of private improvemonts in Major S,zbdi rea — Vision 1927, Alamo a , as provided in the agreement c:T.th :r. George MRa Linovich, c% Founders Title Co,:±pany, lfi?2 Galindo Street, Cor_cord, Ca 955207 approved by this Board on Jure 21, 1977; IT IS BY THIS BOARD OPM •�, that the private i.,mprove;�,Enzs ir: said major subdivision are hereby hCCE 7-LD as complete. IT IS issuedBy THE BOARD FURTER ORDERED that Surety Bond i o. 5989303,-. by Fidelity and Deposit Company of Eanjland in the amount of S16:500 and Payment Bond in the arr=o'Mt of 591250 issued as security for ,.he above agreement, is hereby EXGI;'EpATZ-D. PASSED by the Board on September 27, 1-077.. 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: G. l•artir.ovich Witness my hand and the Seal of the Board of Budding Inspection (2) Supervisors affixed this 27tjdoy of 19 J. R. OLSSON, Clerk By` Deputy Clerk Patricia A. bell 2-13i76 15m 012 In the Board of Supervisor of Contra Costa County, State of California September 27 . 19 77 In the Matter of 1977-78 Overall Economic Development Program Progress Report and Authori- zation for Chairman to Submit the Report to the U.S. Economic Development Administration The Board having been informed by the Director of Planning that the Initial Overall Economic Development Program (OEDP) for 1976-77 as approved for submission by the Board on June 15, 1976 has been accepted by the U.S. Economic Development Administration (EDA); and The Board having been informed that it is a requirement established by EDA Guidelines that an OEDP Progress Report must be submitted each year in order to maintain the eligibility of the county and the various cities to participate in programs funded by the Public Works and Economic Development Act of 1965; and The Board having been informed that the Contra Costa County OEDP Committee, with assistance of staff of the Planning Department, have prepared the 1977-78 OEDP Progress Report; and The Board having been informed that at its regularly called meeting of September 15, 1977, the Contra Costa County OEDP Committee, by unanimous vote, did resolve that: 1. The 1977-78 Overall Economic Development Program Progress Report is approved; and 2. Staff is directed to submit the 1977-78 Overall Economic Progress Report to the Contra Costa County Board of Supervisors for review and approval prior to submission to Regional Office of Economic Development Administration prior to October 1, 1977; IT IS BY THE BOARD ORDERED that receipt of the 197T-T8 Overall Economic Development Program Progress Report is acknowledged as presentdd, and that the Chairman of the Board is authorized to submit the 1977-78 Overall Economic. Development Program Progress-Report to the U.S. Economic Development Administration. 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: Planning Department Witness my hand and the Seal of the Board of cc: Economic Opportunity Comm. Supervisors Economic Development Advisor c`Sx-- this 27thday of September 19 77 County Administrator Coun-1-v Auditor J. R. oLSSON, Cleric Deputy Clerk Deanne 0. 'faglio H -24 3/76 15m sm ! a m 3 RECEIVED CONTRA COSTA COUNTY PLANNING DEPARTMENT S EP-1 G 1977 J. R. OLSSON CLERK BOARD OF SUPERVISORS NTRA COSTA CO. Dewtv u TO: Arthur G. Will DATE: September 19, 1977 County Administrator FROM: Anthony A. Dehaesu SUBJECT: 1977-78 OEDP Progress Report Director of Plann* In early 1976, the Cou ty Board of Supervisors authorized the preparation of the Initial Overall Econom c Development Program (OEDP) Report. Ti: : action of the Board was based in part, on two factors: (1) the high and persistent level of unemployment existing in the county, and (2) the urgent and persistent demand made by the various cities of the county, particularly the Cities of Antioch, Brentwood, Pittsburg and San Pablo. The attached memo dated February 24, 1976, provides information regarding the design and processes required by EDA for preparation of the OEDP. On June 15, 1976, the Board of Supervisors approved the 1976-77 Initial OEDP Report. The attached "Swnmary of the Contra Costa County Overall Economic Development Program for 1976-77" provides highlights of the adopted plan. This program was accepted by the Federal Economic Development Administration (EDA) and subsequently proposals were submitted by six cities and the county for funding under provisions of the Public Works and Economic Development Act of 1965. To date, none of their proposals have been funded. Under provisions of guidelines established by EDA, it is necessary that an - annual OEDP Program Report be prepared by the local OEDP Committee to obtain recertification of the OEDP. With help of staff of the Planning Department, the attached 1977-78 OEDP Progress Report has been prepared and adopted by the Contra Costa County OEDP Committee. By resolution of the Committee, this report is forwarded to the Board of Supervisors for review and approval prior to sub- mittal to the Regional Office of EDA. Submittal is due before .October 1, 1977. The Progress Report indicates that the Strategies for Economic Development remain the same as adopted for 1976-77 program year. The Committee Work Program consists of the limited number of meetings necessary to develop the 1978-79 Progress Report due to EUA by June 30, 1978. Please include an item on your agenda for the Board meeting of September 27, 1977 to accomplish the following: 1. Board of Supervisors to be notified of the receipt of the approved 1977-78 OEDP Progress Report from the Contra Costa County OEDP Committee, and 2. Board of Supervisors to review and approve the Progress Report and authorize submittal of the 1977-78 OEDP Progre.— Report to Regional EDA Office prior to October 1, 1977. x103 *icrofilmed with board orV V w . . CONTRA CO WA COUNTY PLANNING= 111TARTMENT - .. ... :. ..: 976 TO. - D ATEs; County Administrator. FROM: Antltolty A. 1)c�li:rc��;iis .SUBJECT... . Ow;.i•:r 1 1 I:t:c ttolcli.c Director of 1'l.rltlti 1 , 1level"ogill►e1tt Plan Pursuant to your mclnor indtim rF February 20, 1976, which reclucs,t:ed me to make arr: ngenicnts for :hip.. prelinration o.f an. 01:111) For the County; we have developed a pycl imbla ry wn rk program .for this undert 0k i ng;. 'Tei assist: in . . implculcnting this work .pt•nl,ram, Twou.ld I i.kc you to incicidc .in ybltr agenda for, the next board mceti.ng; an. i..tcm designed to acconcpl.ish tlic foll.owiaig: 1. Authorize the Planrti.ng; Depitrtnicitt to prepare the OHDl'. 2. Establish an 01:1111 Committee (area development group) pursuant tothe Federal requirements. for the OL•UP. 3. - Authorize the Director of Pl.uining" to nominate ccr•tatn re lire sell ta1:ities of till C01,1111tmity to membeI-sid1) on .-the 01:111' Comm It.tee 17nr.. of the Board, tvi.t.h .appointments to lye. macic .by the Bo:ird at: a subsequent., '.. trlectilig. 1: Background a. Coultty. 1:1ig.i.bi.l.i ty .In Atrgi.rst ].974. 1:cintr�c: costa Ccii:�nty vas dccl ircd. lid• :t:lte'U. ,5: : f.•con.oinic. :. Development.AJill.i.itistil:ra.ti-on . (I:U/1) 'Is :.clii;isl,l.c. t:n :irl�li;Iy. For. desigllatio.n ;. as a Ti.tl c 1.N Redevelolmtent. Are t 'inider. t:he,1131l)i is .Works and Ec, onontic.. ". Ucvcloliment Act 0.1` l.96s .qhs alncltdr..d. I'Ilis clr.c•l;it•�it iott. .)Ir�rl.i.ed to :1.11 . ..Five Day Area colcitti.cs; based. upnit a high unrnyrloyntctlt factor. 'I'li.is .ict .lirovidcs federal .acsi.stancc . to states and loca1 it.ies,: toenable rircas and regions sc.ifreri.ng economic. distress and labor surplus to help thencselve. develop lank-last;.irrg; c.cnnomic i.niprovclncttt acid crCatiott of permanent: ,jobs. The Act c.mph;isizes .long;-r•:rnge pl.:nui-ing; for eco :namic growth and prov.i.des opporLult i ty to re(plest: tc.lchnIca i ;iss.Lstance.. publ ic. fn.r..i Li ty g;r.cnt.S. acrd 10.111::, btrszincs:; In;ins and gttiilr.nitoes. and _0t•her ass:isl.nnco a:, tools to supplcnlrnt. thusr. 11.111::. Pedcr.11 J`unds. itv.d lable are v9r)• 1 im.i.ted at this g ime. In order for t.hc county, the various cit.i.cs niid/err private ind1vi- duals and nrg;arti.zat.i.cros tc►. ba clil;.i.hle t0 .apply For assistance; it i s necessa n. ro r i he coup t:y to s:rbnl i.t .;111 •0vera l 1' Economic 1)eve 1011- : I11cnL Plan (61:1)11) 1.011 i ell can be cert.i f i.ccl ;1s aclrclu.Q Uy 1:DA. 01031 ArLlmr. G. Wi 1. 1 • I't•Ilru;lr.y 24 , 1976 The accepLance iwr the Ilan I'• 'gAIA deux. 1141t . .in. i L vI C. :Ill-ovi(IV funds fol- ass i stlince. l t d4w howcvcrt•. Prov ictc the opport:un i tf for ptiblic and .private: .inters:t.s j.c) sullnlit:: ahpH Ca t j011s for. )p=ants;;; and loans . to. FAM to seek:support .Cor .ind:ividu:ll. projects. s - 1). City 111 Le rest The Ci l:i cs of AliL i nett Ilrcntwood, P i tt,hill.g. and Sall- Pnli:l(t hays.. urged the Cbll11t}• to 1)reIiar6 ;I n: 01:1)1' 1n order Ch:iV pro u Cts wi-t11111:. their lire; coald in turn be mclde cl :.gills for stlhm.iss.ion. c. Feder, ltccitJ i.rclllclt is Uecler.;t.l re 11i lirovi.cle. 111:11 Llte oll)I' ccinlaiiil ::LliG fol:lot�ilig • ., . .. inCormat•ii,n: 1: 01.11;11 i 7.-1t:.ioil I1. The Arcn olid i U; I:conoilly .lI:l.. . Potentials for HCOnnmic: Devc.top'lliettt.. .. IV. Development Strategy V.. Commi.ttce Work Plan �. Cate regulations aIso rcciui.re csta.hl ishinent .o.C. Iii 01:011 Gotimia:ted 111,1th. tlt•.i many rexpons i b i l i.ty Cc;r..t:hc preparation p:l ra t:i cin o f tale 01 10'..`. The Conutri ttcc, n►ust. bc r.cprecentatii�e� of "tile: tcit:cll Count y, .so thcI.t: .il .I'. vicwpaints..: arc cons i tiered mild all :Iva i l ah l c local s;k i.t Is .4t re .rnt;at;ed ill OI:I)I' PIT arat.ioil. Tina) adopti.oit of the 01:1)1' must be by the hoard of Supervisors. The region:i I office of IIDA has; .i n rorllled. tato County. that tits (Itst)t'.mast` = .:b.e rcce i.vcd b)' ,lune. ( , 1 J.7G '�ti o -civ i- to.-he re cwccl and: approved, by.. . .lilnc. 3t), i.f an)• appl iCntions fc,r grants or loans arc. :to;be funded iii the fisca L year starting October 1 , 1976. .. 2. Proposes) I'roccss I'll order to comply with .talc federal rcgo1:1L•ioll and Suillidt..tile OUP to-:. ` IZCt;i0111.1 EUA oil P1;ly: 31, 1976, .tate fn 11 otv.ittg process i s proJto.scd l.. Aut.hori.ze t�rel,arat.i.on of 01:111) and csta1)1 ish OHM, Committee. 2. Nontimate. and appoint. C:ommi.ttce (Including mi:nori.ty rcpresantat:ion per stat:ut.c•) , and ol.icitt Comm.i ttee. 3. Col ICC) :11111 atinIy7.c r,Ln ll.lta. 4. 1cleiltii'y pntunti:tl ccottnnlk clevicelolnnant prol,r:lm aCons. S. hr.velnli rival ist.ic e7c.olio1111C devOilllnlent. prol"raid activities. 6. Prepare 01.14' dciculucnt . review, olluli.n aJill rovaIs' and stlbntiL• to 1:DA.:' 3. 0011 Cotiuni ttcc .Cclnl ms.i t i.att Ilie 01:1)1' Committee must lie representative of tile: a:Ffected pSlpulat.ion of the County, and -should include representatives fromthe following groups: and organizations: 1. Board of Supervisors 01032 ,;.: 1 . . • • . . • �2: (.c t.i v s (a I I #:\( VIII It i c•hnnmlt I. wil i v It- ha:; i t : cnln itrograu,) • , • Y , . 3: Itn::inc�ss incl I'inancc� ((:C(: 14 lul»nc:n(- A:aociat.iou, I•i,i:Inc.i:�l i,,5ti. . Ltit i olus) . 4. Organ is ed L:Ilicrl• (Centra I L:cl,::'i 'Cnttnci I , Itui lcl.inl; 'I'I•:ult�s: (:ounc:.i:l', .: . .I,c::itn.t c•rsl . . 5; : .::Al;ri.cul turc: (I�a •l;c' (�ra��4c�.�, .l,:iI'd.; II1,.st I-ic;t, �Al„.ricttl.tIIv Ili As�c�c .; .I�arm:....: . .: . ... Atli,ism-) . . &. . llt;i:l i.t,i c:: :Incl t r:m�l�cirt at.ion (.1'Gf,l:, Ii1;P1U1), .r:i.i.l rnad.. :: ..7. I'tclttc:,t i ot, ..(Il�)iI rt:men.t :o f' Iidttc a t..1pn) . . . _ . 8 Uthcr:t;roul, : (I.c:,y;uc• c�f tVrniicn .�►cit.c�r, , Yotlth, Sell f or G:i,;t.,i ZII I'I►y.. . cal .ly'll:it)cl.iCaIIl�i•ct., 'I'lic ()ts:Id��:i,It -il;c:ct,) . J. Itacinl Minori,tles .(in 'proportion to their number in co ,,Ity-populatj,oii). . Upon - or1.iat_ian. 1 sha11 ..cont:IcG the .l;roups c ut l i.nccl fc r sti l;estCd :. . ; `: . '` . . nutni na tions, said nljr s t.:i rr win nic i l.i to tc' t,ht,` redo i red mi ni�rtay caucus` . . tti select minority representatives. A . 1 ist.ing nf.n:ImC, no1,i.ina.t:C(I w.i•11 ' ; fio furnished far c•onsidCrat.ioti of the Board. I'hc• I�ciard ccltllil then . . ah�u,in t members a s. i t sees H.t, .r xcclit that: t:hr nlnnluzr o l' in i nor i ty: tncnt ...-: , .. . .. . ' . . . . Imrs :<<i l 1. be (ICt.Crmi.nral hy' .thc tn-ul I .s i ar of the,. (:nnnni AV.e..:,_-and the. I 1. mi n�r.i t�f. mctnhcrs shi,irlcl .ltc 5CLCCtCCI .f t.0111 :11110111;::naulcs, pr..iw.icicd .hy. ate .. '.'` :- :' minor it �loli ,c. .. . . y::groups.. - :; - , . ;:. . . . .. . . .. .. . . I. - . ,. - -- .. . . . ... .. - - .. ... :... ...--.. -: . .. ..::i:.�:::..,.. ..... ..:.:....r.. . .. .. a ... ..::... ..- '.:•.. .. _ ... ....-� .. .. - - ... .. .. _ .. .. .. .. ... - :. .. - - .. .... .. .. - - :. - - - 1. - r .. .....::• .`.. .. .:u.. - - AA 1 .1.41 1.. ..........:. . :. "_ ... %. ,_ . . , ............r . . - r . ... . :•-.;.il::. .. . _, ......... ........:. , . . .,,,, :..: . ..:. .,,�,�.: ,. .: _ .. . .. . .. .. ............. ... - - .. .., .. .....-.,.... - _ :. ....:...... .:. - - vit .. .. _ __ _ - ...; . .. ..-..-.- - - mi - - - r.' �1 .. .... _ . .. i� - :: .. .., ... ...... .. ....... .. .. .. ....... ..:...:. :... . .. ..... .. :'.... - .:'�",..:�';' is,'_�'. :;, :,... ,. :: ...... -;.. ... a., l- ......... ... :•-: .:.:`:� - .. ..r......_. .. ...: 4. is %y.r:. . .. .. .,. -. _. . .. ... ,. ....-:_.,.. _ ........:.:::..:..; - - - - _ .. _ .. - . . ... .:. ..,.. .._,.. .. _ .. .. ..-... _. .. ........'. - y.�};, . .. . . :-... -.:... .._.- _ .. _ - ... .. .. -.... ... ... ..a ,...: :'.. . ........._.. .. ...._.,..._ .... .. _ _ - - ,.:....:..1:.:::: ;'":::. ::::.' ;r. . - . ,..::.. 1.. ............. ...... . .:- .-_.... .. . .... :il' ?i�:..' .r>......... ....... : .. > , .. .. ........... ..•. .r;.;' . .. ....:..,. - - - i r:;z . ::::.. • . cj'. . ... . . .. - �1:..-. ;:. ... . .. . :. :, _. "�R: ... . . . .:..;.. . �R .:........ .::;: f ., : .. �R: . .� --I.--..- --_--.1-1 - ... .”� 4 . - � , - :..... . �R: J. . . �R . �R: . . . .. . . . . �R: . ;.. . . -... .... :: :. r.. ..... .... ..... ... _.. ... . . ,.. .. . all o::::;. :::: t... :': :. ...,. :.; _ — ;.::.' — _ - �. 0 1 . .. :,�: :. Q3 :. f.:: : . . .-. .. ...- ..� ; ,�,", "" " .. ._ -�_., � . , :.%.;.... .. .am . ..- ---I.11 ... I- ; ... : ...�.: :. m,,, . . . . . .. .. f .... .. I . . . : . . .. ..... . ____:__._.... ....___ ......___ .. . , C FRA FA (.01 UNTY i)t''1ii:ALL 1:011-110,41C. iN:b't:t;t'•1'•)I:h'T 7'ItUiiI..1I�! {:(�lG!!.'tT1,;ls:: .z : -PURPOSE 01:. (Il.11l .(.{?.t•G!-I.! !l,,l... . M. ill )ul o%c. of ,Lc aI11.1, Intl iri.ti:iitt.i'i.ninl, ,t11 =.tic.. Uvci;.t'l.l:�:lica:rt.ti{1c;[}c.vc3cip,= 1 1 I I 1 .I.. _ then t. 1'7•o ;.t•ctitt is. to t:ll:lii,i t: tc t:otili tl`} :4'J.t 'I t:'"+, i r1tlu t_!'}'. ;t{lil I?t!°,]i14+; t a app I y:ftli fliiiilitti; llilcic�i {he 11111 IL 1 Wor k. ;ttttt"iicoiltni� 11c�ti`cla_j}niril.0 Aft 65 sl:; atiicildcil.;' This. is 'a 11 i mi tat! fc,cl/�r:i l Y},,.#'t3iltied jirog-6,111 ro (i i)ance.Cel to t.it'ac;t.ions to .create _.`• .:'- jobs by Ilell):ilig busiitcss .or :i11:zpti. iis,:to mo c:.i.rrto; the -Cotttity. or to--lie 11) those .tlxaad� :ut thr. Count;'' t.► cixl)anci, i MEMBERSHIP n The 01i11P Gonttltittec is. rcpreS:Gilt:rt .t=G: of ttic� c'{tintilun.l t.-v find liaS.1116A6el'St17:I1 rAm. ;:a- . '... bide range of public and twivate orretuanti:s:.z,!.tiols .1 S._t�L.i l- :1. yl. )ra 7rt'L611a•Irb re. ... sentation selected 'iroi:ililiil()ri.ci• } it The l.lic�: (•,r►ti:11;y.;` The Bo:ird of Superv.i.sors. 1111s: iluthoriac'd: lit 01:1)i1 Ct?imtl.i,tWe o!' dot OcIllicrs to: b..G..: representative of: , C:it:iC. 14, (mie fl�oiii each city` e edt �l it,icl�utt�nd: wl i.ch t3 lta� ;t'1i :program) Count), ; fun:lttcorl?orZted, .1 ren Rusines,s• I', t i nanca, -a Organized .Labor Apr!culture t. .. .. . t .1 t_dt.. L]on ' 1:t G lit i.t. i :. lroadS :..., ... Conservation Groa I V `i 3} I Phys, - son ior cit.1.71CIIS .. , , .•.. ,• , : :- ''1:�','; '�;%''`' Pallpower COP I K t _ CltlC Gaal ,. .• • Minority' {.110 li)ST. - l AND t'l� S l.I�tv.• nt. BY- Oeclat ' at1 } iat . c}r o icr.tti ti ]iti- t:icts: iitcE':;:t.3i ct:istsyi`:. c;.t':`.of'fiscc°i'�.'shti.t.l':i i1,cicc::at The oI t 1 1 I, : . . . 1.. ihd' . h : Goniti_te : .. ! iStiCstd -byl «sillaihthe second aci tftoxitl .tdolitLd .Uj' t:ha t:c)itnL'}' for :Ilse' I,�r' (;oiiritX Sc vice r'�1 cFi: .�;i G ixc'1t� 'ililv..sar}r Comitf .ttees, but -as tnodii'1cd to:meet tllc..:rcgiIir.amclltis:of the: Utit)I' I)1.11ilitng .1}rocess..` bMUTI NG SCI It.1)U1:IiS '!'lir. ttcatitittc' for ;tliil;tii:i:inic thi' 01-.011 to (:tic: I't�.lc'ral li4i)tiuutic, Ue�rc'.lopin itt Atl*11LIIIS- t'.ycit.ic)u i.s t1:ly 31 . 1tr:o. fn order to .lnvet .t,his c1.0milinc:; 011 OEDP must .lie Colll litetetl and stl)wiL.ted. .t= the IoaI'd Of Stipp—Vi%or:w {'lir. re-view. .and' :} :tion prior to . Clay 18. 'l'hc tet DP Covin L1:ce w.i.I.l be lnectitlg weckly during tile' nionfll of Apr!I and Into the first weeLs of Kly. to ttevr-lo1) tier• prt+;;t•';itn, After that.. it is illost . Likely tlutt the CommItt.ec will. me'ct no .more: than once every two or: three moilths. The First two, mect:i,ngs of, th4:•, t;ci11311 LItce haft,' .lx-cif chudirled by st;trr. The Com- mittee wil I schcs.Iula tile. .slicc,l.fic.-.t1ntcs;' :Xzmc!ante .locations rox meetings after that. • . . . . .. . . . .. . .. .... � . . . . � ! . 1. r.' . _ 0 ,+ 11 '1 tltll' .. .1,, .I+1'i t+ •_._._: . I lt. , _���tl._ _, 1. _ -''. . . 0ital,r'•111t: , n,[:-R tSiC1 1'S . N:i G:.1 .t Il'.:;:111: .. ,:1113-s::1.T;. .".. .. .. t.l►c. (.OltiSf. LC.0 ... lt,l 1.1.11 , t ,c . 1 1 s t 1 Ew. - The 1 4. t. i; 1.. :........ :;. lu. . . 1.Itc . l�.Ll � ���:;. ,..: . .. .. . . . . .11. I' ,1 ,' . . . . tit.. . .. :`. L1Cr 1.1)11 .n, = .: . ..; 1111 1•ocl .. , . -:..:`::::. -' �. '!::.:. :' ' r...';;. :i;::;'.: ': ,':: :.:::. . ' OI:USi.LL'l. C:: 11141111.... . . .. ..,.....:. ::�:.1. .:.... . .. - Iltt.rOCLu(.L.I c111 of. C • ; l).i.5t:ribllt.:iOil Of d7-clft U; L;li ti t'.uttti•��' mrd r. n): tl,LLc., t 11nC ...-, .: :.l t l ltft ,ln(i= tl,.q o lit ..11::` ::`.,;;.':. . ._" 1' S .l1SS:lllll..0f ;:..' Si' i1 �:.:'L{1C..'1,.01101141:.L'.�c., :'.. ..:::<.;:.:::::;,:... . .1 . . t:1lL:.'ttl:ltl. , tlltc.. .t.o........ . :.., ..:.-I-." . ,... 1 4cu ��l.atl c I. . 1 cl. - t,l . i. CC . . . Iul.c . . . I , . s clic l • l:l a1)ri:a:: S 1�'f 7 i, `-7:30 1. _ • d O �._--- ... . . .... .:...:.:. ..... t. tic c..t itl±, t ..:. , : 111L 3. a cl" :iri l l `: ;-- -. : . . 'l'hc 5cconil, nit:cting nE tlt.c L.QLIIIl,1.L� 1 .. i s .. .: .,.:.;... .. ;::':•:. ;.. :,. incl ttcic:: V. 1. -. . .. . . .. , .. . ..... ..... ........ :::. .. Li i)tl c,f ��Y-1(ltus- : . .. - 6�ns;Ldcr.ati•on and- . .. . . .. - . .. {'.t i:ecl's . ' = .l:l cctii:oll o t:.l.ontllll,. t:t'c,c..o i : t ltir:.�;T�1.1. cla tical S:;; tli0'.,0 I',;; ... ... % - l,{t.. I.1• ]_c+l•., :I LIA:..:I'�I.l�l'�:., :.,..".......1.. .. :''.;.it .Asti.:'O ..:..1:965 . ::,_:.%':- :.' -. Llttrocluctl.oll c)i IIt. t0.I, a11C1 'llrot•i::.i.utls o1' . i'ill)1_.. ..itni,llttl�:;l:IlCtlt It.01ItIlI J''Aidlbilillcilll OE.. .- oli� cl-d' -C.L 1)ox 1)resell of. tear}; {1111:, ...•. . : , ..... . ,' ti 1' Sl't:liliiirr:u.). ;md j�a.t;ta_:rL:`il1-al't o _ a.ti;.aoc ...-. .-. f Present, Oil 1 . Cll:l)l'. .. . t1on .01: tllc: :. :. . .. . . . . ... .. . . . . _. . :. ..... . - . . . .:.1... , ... . '- .. . _....:.. : .:: .... , isG;'....;i� .....::. :::::. . : I. . . •:Q17. .Il,l..�: .11t(.It.. :... ,. . .... ;• .101111... _...:... .... .... tit t . . . C L t, „ . . C t. . ....-.. % = ill _.:. �: ..,... ... ...:�.... :.=.:: ::. 'i :;':::::::::.:;: :=:;;:;:` 1 c, 7c s lonti . 1 . .' . . ..-. ' - .. :...: .. t,lt.c:.. . . ,... .17,11 .. ., .:..:. .. .:. ..... .111 ....:-.::...., t l+ :, . .+;, .. .. .... ...... t :..,.:........: ::.. ,.._::..: ,., E - : t s'..o... . .. . t c :..:. ......- . 11.111 :::,- .., : t 11 r. :::.. NO.tI ) . b . ..-... + t ... .......:.:... Lilt + Prep 1 l• •; - ,. . i•C. .:. ,•:.: . t + 117 nl L l 1 C{):l,r int,:. - I'.rc}rlrini, the U1.1 _ 11. + i of I t Liilent, 1 Ull7. .. . I 1 11111.171 Il), I "ti :tit:e:il:iuit::Biii;. 1.11 g, .t.L I'�ti� •�i�cl 1 s... . .l i, Gcorbc •)olulson i.s ]uc;Ltc:Cl. 1.11 L. .. G.. . . . 'Cust:1 (.:nim ) ��;� :::i.S..I'.::_,:T). BOX ..51: 1.1'. ., >c.z, 'C,A J: 553'.... =. 1�:!ocr, Nortli '.lt':lnb clf.tlic Cc)iiitt:y Aclnti.. i 3.72 2035)':.,: :. •i, I�l:.11't:].i1Cs..' L'I1C .11111:.l,':l:].Il,�;ill. e....•.•.:•: �.�.:�a1.C(lLll + JI1.1r O..I'.:.I:l1C:;C,.1n�1ttCT.5.::. _ . St7c.�tti 7tt Please •contat t lti.m ::i t 4uu ila��c quc5tlons l c.l, b . . ...'. . ... . . :: :: :•. : . ......... .... .. :..•. .. . . . ..... . ..:: _ _ .... -_ -: .•. , ... .. :.... ........•...... . . ;: - . ..: .. . . . : . . . . . . .. . . .. ...:. . . . 1 ... ... . :. -. . . :.. _ .. -. ...• :. . . � - . ... . . . . T3f'Sl .. ... .. _ _ - ey;" .w. 1■ . 3' . . - , 0 1 . . . : , I - 1 ` . .. , 'tel - .. . . x CONTRA COSTA COUNTY OVERALL ECONOMIC DEVELOPMENT PROGRAM COMMITTEE September 19, 1977 _ . Warren B. Boggess Contra Costa County Board of Supervisors 2700 Concord Avenue Concord, California 94520 47 Dear Supervisor Boggess: The Overall Economic Development Program Committee hereby submits its, recommended 1977-1978 Overall Economic Development Program .Progress Report for Contra Costa County. This Program has been developed with the active assistance of ,represen- 4atives from the cities, minority groups, and a wide range of persons and organizations interested in the economic development of the. County. Upon Board review and approval, the Program should be submitted to the Regional Office of the Economic Development Administration (EDA) . EDA approval of the Program is necessary before the cities, county, and private organizations can submit proposals for funding to EDA under the Public Works and Economic Development Act of 1965. The OEDP Committee urges approval of this program by the Board of„Super-, visors. Sincerely yours, Jayne Ruiz ` Chairperson JR:JyI enclosure 0103S • CONTRA COSTA COUNTY OVERALL ECONOMIC DEVELOPMENT PROGRAM COMMITTEE September 15, 1977 In the -Matter of ) Adoption of the 1977-78 Overall ) Economic Development Program ) Progress Report. ) The Committee having been informed that it is necessary to submit the 1977-78- Overall Economic Development Program (OEDP) Progress Report to the Economic Development Administration (EDA) Regional Office prior to October 1, 1977, and This Committee having been informed that it is necessary for the Contra Costa County Board of Supervisors to approve the Progress Report prior to submittal to EDA, and This Committee having reviewed and made changes as .necessary in the draft 1977-78 OEDP Progress Reports; IT IS BY THIS COMMITTEE resolved that: 1. The 1977-78 Overall Economic Development Program Progress Report is approved, and 2. Staff is directed to submit the 1977-78 Overall Economic Development Program Progress Report to the Contra Costa County Board of Super- visors for review and approval prior to submission to Regional Office_ of Economic Development Administration prior to October 1, 1977•. PASSED by the Contra Costa County Overall Economic Development Committee on .September 15, 1977. r ayne uiz, Chairper on toward Abelson, Vice-Chairperson 01037 1% r ; s. _,.v ,' r OVERALL.-:ECONOMIC. DEVELOPMENT.PROGRAM 4 ANNUAL PROGRESS REPORT - . 2 - 1 s:'- • r .-> ;:. -.. ". ., -.,. _ , , _. - :i .. _.,:: _. _. .; I- .'�, - - � ,:; -,�-,�-,,�,.-� -,.' - 7,�=� ,- I :�� , -�: ,:�" � i,- - � � -, "'- ,�,,��.,�::', - , , 1977-78 CONTRA. COSTA COUNTY BOA[tD OF SUPERVISORS: CONTRA'COSTA COUNTY OVERALL ECONOMIC DEVELOPMENT PROGRAM COMMITTEE � l�t ` TABLE OF CONTENTS* PAGE Part I "Any changes in the OEDP Committe, or a statement, if appro 1 priate, that there have been none. A new roster of OEDP Committee members should be submitted, with indication of their professional status or affiliation, and minority status` where applicable.' Part II "The activity or nonactivity of the OEDP Committee expressed 3 in such terms as number of meetings held and matters discussed. A brief report on each meeting is required--the submittal of the actual minutes of meetings is a satisfactory way of showing this activity. Indication should be made whether minority group representatives have participated in Committee work, including its planning and programing activity. " Part III 'Summary of program activities for the preceding calendar year, 15 including a description of projects planned, started and completed and Federal and other assistance received. " Part IV "Major changes in the area economy, or a statement that there 18 ` ' have been none." Part V "Major changes in community facilities and services, or a state- 25 ment that there have been none." Part VI "Major changes in the financial status of the area and its munici- 25 pal governments, or a statement that there have been none." Part VII "Changes in regional relationships, such as becoming part of. a 25 multi-county planning district." - Part VIII "Updating of the area's development strategy described in the 25_' original OEDP and earlier progress reports, including a project priority list. " Part IX "Updating of the Committee work plan for the next year, including 50 a list of the activities to be carried out, names of who will assume responsibility, the time schedule, and assistance that will be needed. " *Parts I to IX are the requirements of "The Annual OEDP Progress Report" as listed by EDA in its Guide For Area Overall Economic Development Programs (Revised Nov. 1972) . 01.0 5 S PART Requirement . Any -changes in the OEDP Committee, or a statement-, if appropriate, that there have been none. A new roster of OEDP Committee mem bers should be submitted, with indication of their professional . status or affiliation, and minority status where applicable: Response Current Roster; of memebers .of the OEDP Committee is listed on Page 2. vo r _ _ r f 4 f _ L _ f :0140 CONTRA COSTA COUNTY 0EDP C%LMITTEE tMEMBERSHIP ROSTER NAME REPRESENTING MAILING ADDRESS CONTACT TELEPHONE Abelson, Howard City of El Cerrito 7 Pomona Ave. , El Cerrito 94530 234-4212 Adams, Amos Black Minority Caucus 1734 Truman St. , Richmond 94801 234-1314 & 466-583- Aoki. Yas Japanese-American 2701 Sonoma St. , El Cerrito 94530 235-6292 Appleby, Bill (alt.) State Employment Development Dept. P. 0. Box 4018, Richmond 94804 237-9250 Berkhout, Willem City of San Pablo 5589 Morrow Drive, San Pablo 94806 223-0408 Braud, Bernadine State Employment Development Dept. 2100 Nevin, Richmond 94808 234-1694 Carreon, Julian Spanish Minority Caucus 875 Estates Dr. , Brentwood 94513 754-3161 Chatman, Arthur Black Minority Caucus 138 W. Leland Rd. , Pittsburg 94565 432-4290 Crockett, Kenneth L. Contra Costa County Farm Bureau R. 1, Box 215,' Oakley 94561 625-2527 Cunningham, Joseph City of Brentwood (Mayor) 708 Third St. , Brentwood 94513 625-2211 DeFalco, Ernestine City of Moraga 117 Natalie Dr. , Moraga 94556 376-4640 Donato, S. Anthony City of Pittsburg (City Manager) P. 0. Box 1518, Pittsburg 94565 439-8242 Dorsey, Willie Black Minority Caucus 513 Grove Ave. , Richmond 94808 232-5221 & 23*063 Foreman, Roy A. Contra Costa Adv. Council on Aging 1231 Stafford Ave. , Concord 94521 682-8027 Gillett, Tom Western Pacific Railroad 526 Mission St. , San Francisco 94105 982-2100 X427 Greer, Larry Supenrisnr. District 1 4720 Overend Ave. , Richmond 94804 235-6877 Hamilton, Lynn R. Contra Costa Taxpayers Association '0 U. S. Steel Co. , P. 0. Box 471, Pitts. 432-6411 Harr, H. H. "Bud" Central Labor Council of CCC 1978 Lucille Lane, Pleasant Hill 94523 689-1414 Heinitz, Dave Bank of America 25 N. Lake Circle, Antioch 94509 757-9183 Hewett, Phyllis (alt. ) League of Women Voters 11275 San Pablo Ave. , El Cerrito 94530 Hill, Ray (alt.) Black Minority Caucus 263 California Ave. , Pittsburg 94565 432-3129 Hughey, Paul F. CCC Development Association 838 Escobar St. , Martinez 94553 228-08100 King, Marvin Diablo Chapter, Calif. Assoc. of the Physically Handicapped, Inc. 4230 S. Castro St. , Martinez 94553 228-5996 Larson, David City of Pinole 2861 Wright Ave. , Pinole 94564 232-5253 Loehr, Ann City of Lafayette 3623 Mt. Diablo Blvd. , Lafayette 94549 284-7404 937-4100 Marchus, Dr. Floyd Superintendent of Schools 75 Santa Barbara Road, Pleasant Hill 94523 - Medeiras, William Spanish Minority. Caucus 3963 San Juan, Pittsburg 94565 439-5146 Pierce, Walter City of Antioch 5113 Belle Dr. , Antioch 94509 757-5613 0 Phillips, Edward City of Concord 1950 Parkside Dr. , Concord 94519 671-3152 Porter, Linda League of Women Voters 3497 School Street, Lafayette 94549 283-0199 Pratt, Amanda (alt. ) Black Minority Caucus 124 Odessa Ave. , Pittsburg 94565 439-9467 Rieger Albert City of Martinez P. 0. Box 427, Martinez. 94553 228-1950 Ruiz, Jayne Spanish Minority Caucus 1444 Elm St. , Martinez 94553 228-6968 Smith, Wallace F. City of Walnut Creek 140 Los Altos Ave. , Walnut Creek 94598 642-3442 & 642-2491 Steiner, Seth J. Pacific Gas & Electric Co. 910 Main St. , Martinez 94553 686-5440 Thomas, L. H. CC Bldg. & Construction Trade Council 2727 Alhambra Ave. , Suite 2, Martinez 94553 228-0900 Tumbaga, Rose Mary Fil-American P. 0. Box 1397, Pittsburg 94565 439-1056 Underwood, Jerry CCC Community College Dist. 500 Court St, , Martinez 94553. 229-1000 Ureta, Inda Spanish Minority Caucus 2406 Merritt St, , San Pablo 94806 236-8280 Washington, Lula Black Minority Caucus 812 El Pueblo Ave. , Pittsburg 94565 432-2015 Yeager, Carol Supervisor Distrl_ct 2 1109 Rolling Hill Way, Martinez. 9455 8311 (Bus.) 01.041 9/15/77 } a., ;:PART II x> : ,.Requirement The activity or nonactivity of the OEDP' Committee expresse& in .,such terms as number of meetings held and matters' discussed A brief report on each meeting is required--the submittal of the' actual minutes of meetings is a satisfactory way of showing this activity. Indication should be made whether minority group representatives have participated in Committee work, including its planning and programing activity. Response ' The OEDP Committee held meetings during the 1976-77 program year on the following dates: October.21 December 16 August11 '. September 1 September` 15 Minutes of the various meetings are included in this Part II. Minority and cultural minority members are indicated by an asterisk (*) next to their name (Note the asterisks have been added for this report and do not appear in minutes as approved and distributed by the Committee) _ 0102 -3- CONTRA COSTA COUNTY OVERALL ECONOMIC DEVELOPMENT PROGRAM COMMITTEE Minutes of Meeting of October 21, 1976 Room B-11, County Adm. Bldg. , Martinez, CA The- meeting was called to order at 7:40 pm by chairperson Jayne Ruiz. Roll call was taken; 15 members were in attendance and a quorum was declared. The minutes of July 15 were reviewed, and it was moved by Foreman, seconded by Adams to accept minutes of July 15, 1976, as mailed (M/S/U) . Staff person to the committee, George Johnson, reported on the current status of the OEDP. In summary, he indicated: 1. The OEDP report, as submitted to EDA, has been approved. 2. EDA, (Hugh Taylor) requested projects for consideration for possible funding in 1976-77 fiscal year. 3. Projects from six cities and county were submitted to EDA by deadline date (Sept. 1,- 1976). 4. Hugh Taylor notified George Johnson that none of proposals have been accepted for funding in the 1976-77 fiscal year. At conclusion of staff's report, Mr. Mike Warren (City of San Pablo) outlined the project submitted by the City of San Pablo. The chair requested that staff request EDA to inform the OEDP Committee in writing of the decision not to fund the projects from this county. After discussion regarding the limited amount of EDA funds available to urban areas in California for funding projects such as submitted by agencies in Contra Costa County it was moved by Berkhout, second by Abelson to Authorize chairperson Ruiz to send letter to appropriate federal congressmen and senators and to the Secretary of Commerce urging that additional funds under the Public Works Acto of 1965 be allocated for projects in urban areas. M/S/u Chairperson Jayne Ruiz opened a discussion of the future meetings of the committee. It was the general feeling of the members of the committee that it was necessary to inform the private sector (banks, press, chamber of commerces, businesses, etc.) of the availability of EDA loans and guarantee loans. 01043 -4 In addition, it was felt that there was no outstanding need for the committee to meet to handle OEDP needs in November. It was then moved by Be Falco and seconded by Washington to: To cancel the regular scheduled meetings in November and December and to schedule a special call meeting in November (Preferably a Thursday) to view Paul Hughey's slide presentation on economic development history of Contra Costa County and to invite' represen- tatives of the Chamber of Commerce so to inform them of the benefit of the OEDP and EDA programs M/.;/Carried. (1 no, 1 abstain) In support of the above motion, it was moved by Reiger and seconded by Cummingham: To direct staff to prepare press release to alert private business people of the fact that the OEDP has been approved and to inform them of the process necessary to -be followed in order to qualify for benefits under the program M/S/U It was then moved by Be Falco and seconded by Dorsy to: Postpone until the January meeting of the OEDP committee the discussion of the work program and schedule of the committee for the remainder of the year M/S/U Mr. Burkhout then discussed a recent workshop he attended when he learned of a proposal for the development of a National Development Bank to make law inherent loans for local community development activities. He indicated such a bank has not yet been funded and urged support of such an iaea. There being no further business the meeting adjourned at 9:30. MEMBERS IN ATTENDANCE 10-21 Abelson Johnson Adams* Phillips Aoki* Rieger Berkhoult Ruiz* Cunningham Smith Be Falco Washington* Dorsey* Larson Foreman Minutes prepared by George Johnson 01044 -S- CONTRA cap' ' } COUNTY OVERALL ECONOMIC Dl'VIii.01-; ':I' PROGRAM COMMITITI: MINums Of MEETING OF DECUMBER 16, 1976 GEORGE GORDON CENTER, MARTINEZ, CALIFORNIA The meeting was called to order by Chairperson Jayne Ruiz at 8:00 p.m. Roll call was taken, and eleven members were in attendance. Lacking a quorum, the meeting was conducted as a committee of the whole. No formal actions to be taken but due to presence of two speakers, the agenda would be followed. Mr. Paul Hughey, Contra Costa County Development Association, presented a slide show highlighting the economic development of the County shoreline from Richmond to Antioch and eastward. Considerable interest was shown by members In the potential uses of the undeveloped land along the shore and the possible effects of the Dow Chemical situation, the Baldwin Ship Channel, and the Peripheral Canal upon economic development and the creation of new jobs for low .incomes living in the area. Mr. Robert A. Switzer, of the Economic Development Section, State of California Department of Ilousing and Community Development (2115 '.1 Street, Suite 16; Sacramento, CA 95316; (916) 44S-3338) , then spoke on the programs sponsored by . the State related to Economic Development. Among those programs, he was particularly interested in describing the Economic Development Technical Assistant Program for cities between 5,000 and 25,000 population. After some discussion with members of the OEDP Committee, Mr. Switzer agreed that there was a similar need for such technical assistance for smaller unincorporated communities. lie urged the County to submit an application if there was an area that could benefit from long-term technical assistance of this sort. There being no further business, the meeting was adjourned at 10:30 p.m. In Attendance Members: Visitors: Abelson 'Barbachnno (E1 Cerrito Chamber of Commerce) Abraham Bomben (Brentwood Planning Commission) Uel AlcoKenticdy (Contra Costa County PlanningUr.partment) Dorsey* Purvis (Rncic>o-Crockett• Chamber of Commerce) Foreman 1V:t 1 -11 (Concord Chamber of Commerce) iloinitzWarren (City of San Pablo) Hughey - Johnson I'hi l lips Rieger Ruiz* -6- CONTRA COSTA COUNTY OVERALL ECONOMIC DEVELOPMENT.PROGRAM COMMITTEE Minutes of Meeting of August 11, 1977 George Gordon Center, Martinez, California The meeting was called to order by Vice Chairperson Howard Abelson„in absence of Jayne Ruiz, Chairperson. Roll was taken; 14 members, and 3 alternates were in attendance, and a quorum was . declared. The minutes of December 16, 1976 were reviewed, and it was moved by Hughey, seconded by Rieger to approve minutes of December 16, 1976 as presented at this meeting. The Chair requested staff to present Item III (Status Report of OEDP Review Process) and Item IV (Planning Schedule for Development of Revised OEDP) . Mr. Johnson Indicated that it had been necessary to submit an annual OEDP Progress Report by March 31, but that due to a number of circumstances this date could not be met and that EDA will approve a submission date of September 30. Staff then presented a planning schedule and an excerpt from EDA's Guide to Preparing the OEDP describing the procedures for developing the Annual OEDP Progress Report. After some discussion regarding the schedule and procedures the following two motions were made: 1. Moved (Tumbaga), Seconded (Greer) "To authorize staff to prepare annual progress report." m/s/u [In response to question from Mr. Greer, staff indicated that, to the extent possible, the preparation of the progress report will be done as expeditiously as possible and that minor revisions to the 1976 OEDP Report will be considered as a possible alternative to drafting an extensive progress report. ] 2. Moved (Hughey) , Seconded (Dorsey) "To accept the planning schedule as presented by staff; including meetings of the OEDP Committee scheduled for September 1 and September 15." m/s/u Upon request from the Chair, representatives from the Contra Costa County Development Association, City of San Pablo, City of Pittsburg, and City of El Cerrito made short presentations regarding industrial development in their areas. Members of the OEDP Committee discussed the election of officers and it was the general consensus that the committee officers should be elected at the meeting at which the OEDP Progress Report is approved for presentation to the Board of Supervisors. It was also agreed that staff should prepare a draft planning schedule for the 1977-78 program year. This schedule to be distributed prior to the September I meeting. There being no further business, the Chair adjourned the meeting at 9:00 p.m. 0104 L- - • • - y Alembers in Attendance Abelson '{ Adams* k warren (alternate fOorBDonat)t) - Abraham (alternate f t Dorsey* Caltcaut alternate for Foreman) , Greer* j Harr "Ili Hughey , Larson - Loehr Phillips Rieger - ' Smith i� Thomas �; Tumbaga* Yeager Y -11' -. _ . ,W _ 1. �` :: .: o - a: _R ..4 s i — F I � - -.'- 1. .,� "I -I I I-i,.. -, , ,, ,�:,�:� - .,�. . 'r- , ,- ,-I,, - I I I � � I I � � I -I , � S is i h.. _�_ A CONTRA COSTA COUNTY OVERALL ECONOMIC DEVELOPMENT PROGRAM COM14ITTEE MINUTES OF SEPTEMBER 1 , 1977 MEETING George Gordon Center, Martinez, California The meeting was called to order by Amos Adams in absence of the Chairperson, Jayne Ruiz, and the Vice-Chairperson Howard Abelson, at 8:00 p.m. Roll was taken; 8 members and two unofficial alternates answered. It was determined that a quorum was not in attendance. It was agreed that those in attendance would meet as a committee-of-the- whole in order to assist staff by reviewing the draft Bylaws and Progress Report. It was agreed that staff would mail out draft copies of Bylaws and OEDP Progress Report along with comments of this committee to all members of the OEDP Committee. BYLAWS Mr. Johnson read a letter from Geraldine Russell , Chief Clerk of the Board of Supervisors, regarding membership and bylaws policy of Board of Supervisors. He then read the preliminary draft of the proposed Bylaws. Among concerns expressed by members were: 1 . The need to improve attendance at meetings through notifying organiza- tions that their representatives have had an abnormally high number of absences. 2. The need to consider the organization of an Executive Committee to handle problems during the year and have the full committee assemble only at the annual meeting and the meeting called to approve the OEDP Progress Report. 3. The need to consider the organization of a Proposal Review Committee responsible for reviewing proposals that would be submitted to EDA for funding under the Public Works and Economic Development Act of 1967. 4. The need to consider the appropriateness of individuals working in the county (but not living in county) to be eligible for appointment to membership. 5. The need to consider the establishment of another meeting besides the annual meeting (January) to hold election of officers. 6. The need to consider the establishment of another way in which to select members for the one and two year term of office. Mr. Adams indicated that members should review the draft and be prepared to discuss, modify and then to vote upon adoption of Bylaws at the next meeting. 01048 1976-1977 OEDP PROGRESS REPORTS Mr. Johnson reviewed the draft 1976-1977 OEDP Progress Report. He indicated that the Table of Contents indicated the items that must be covered in the report. Parts VIII and IX were identified as being of most importance because they related to the strategies for economic development and to the activities of the committee during the next year. Among concerns expressed by members were: 1 . The need to assure that the numbers and participation of committee members would be appropriate to meet Federal guidelines and effective operations. 2. The fact that no proposals to EDA were selected for funding. 3. The seeming lack of involvement of the OEDP Committee in the broader economic development activities affecting poor and unemployed in the county. 4. The lack of clear directions of OEDP Committee members as to their duties and responsibilities for development of OEDP plan and reports. 5. The lack of a single or limited number of projects that the committee could support. Mr. Johnson urged members to review Development Strategies and criteria for Review of Proposals for EDA Funding and to be prepared at meeting of September 15, 1977 to discuss the matters in some detail . He also requested review of the Committee work plan for 1977-1978 (he indicated that the 1976- 1977 committee work plan was included for reference purposes only). Mr. Adams spoke to need of members to review the 1976-1977 OEDP Progress Report and be prepared to discuss, modify and then to vote upon the approval of the plan for presentation to the Board of Supervisors and EDA at the September 15, 1977 meeting. The members directed staff to prepare minutes of this meeting and mail , along with draft Bylaws and draft Progress Report to all members prior to next meeting. Mr. Johnson indicated that he would, and that he would telephone all members and that letters would go to all absent members and their organizations urging their attendance at the September 15 meeting. Meeting was adjourned at 10:00 p.m. Members in Attendance: Adams, Amos* Larson, David Aoki , Yas* Phillips, Edward Dorsey, Willie* Rieger, Albert Foreman, Roy Warren, Michael (unofficial alternate for Berkhoult) Guise, Barbara (unofficial alternate for Cunningham) Porter, Linda (unofficial alternate for A. Johnson) Staff: George Johnson 0104 Contra Costa County Overall Economic Development Program Committee Minutes of September 15, 1977 Meeting George Gordon Center, Martinez, California The meeting was called to order by Vice-Chairperson Howard Abelson, at 7:45 p.m. Poll was taken, 19 members answered, and a quorum was declared. The minutes of the meeting of August 11, 1977 were reviewed and the following motion made: Moved (Hughey) , Seconded (Tumbaga) "To accept the minutes of August 11, 1977." M/S/U The chair introduced two visitors, Mr. Heinz Fenichel, Assistant Director Advance Planning, and Mr. Harlan Menkin, Chief of Research and Program Development Unit of the County Planning Department. Mr. Fenichel then announced that Mr. Johnson, current staff member to the OEDP Committee, was being transferred to the County Administrator's Office and that Mr. Menkin would be assigned to staff the committee. Mr. Johnson will be responsible for processing the OEDP Progress Report under consideration through the Board of Supervisors. He also indicated that the Planning Department will continue to support the goals and operations of the Committee. The Chair then requested that Mr. Johnson review the draft OEDP Operating Rules of the OEDP Committee. Staff then summarized the correspondence from Geraldine Russell, Chief Clerk to Board of Supervisors, Resolution #77/273 of the County Board of Supervisors in the matter of Adopting Policy Governing Appointments to Boards and Commissions, and the draft OEDP Operating Rules of the OEDP. There was discussion among members regarding: 1) the benefits of two or three year term of office for members; 2) the assurance that minority memberships will be continued; 3) the re- quirement that members and alternates must reside within Contra Costa County; and 4) the possibility of identifying organizations who would be authorized to make nominations for Board of Supervisors' action. During the discussion regarding the composition of the Committee, the following motion was made: Moved (Harr) , Seconded (Steiner) "To approve Section 4.2 of the Draft Rules." M/S/U During the discussion of the term of office of members of the Committee, the following motion was made: Moved (Harr) , Seconded (Dorsey) "To revise Section 4.4 to establish terms of office''fbr three years and that one-third of membership be appointed each year." MjS/F � ��� f (Yes: 5; No: 12) -11- , Overall Economic Development Program Committee Minutes of September 15, 1977 Meeting Page. 2 Upon conclusion of the discussion, the following motion was made: Moved (Foreman), Seconded (King) "To adopt Operating Rules of Overall Economic -Development Program Committee as presented." M/S/U Following the adoption of the Operating Rules, Mr. Johnson reviewed the need to recommend a procedure for use by the Board of Supervisors to appoint member to the committee. One suggestion offered by staff was to recommend that current members of the Committee be appointed to one and two-year terms based upon past attendance. After discussion of this recommendation, the members considered other methods, particularly those involving the organization instead of individual members. Two motions were made: No. 1 Moved (Steiner) , Seconded (none) "To select existing organization for one and two-year terms based upon attendance of the representatives from those organizations." M/Failed for lack of second, motion withdrawn. No. 2 Moved (Heinitz) , Seconded (Adams) "To select existing organization by lot to fill one and two-year terms; one-half of each major category (County, City, Organization, and Minority) to fill the one and two-year terms. The drawing of names of organization to be made by the Chair and recorded by. staff." M/S/U Upon completion of action on Operating Rules, Mr. Johnson then reviewed the draft of the 1977-78 OEDP Progress Report. During the discussion of Part IV, Development Strategies, staff indicated that it was appropriate for the Committee to adopt the strategies developed in the 1976-77 Initial Report for use during 1977-78. He also stated that none of the cities had indicated a desire to change their proposals as submitted during 1976-77 program year. The members of the Committee then indicated that they would retain the 76-77 Development Strategies for 1977-78. During the discussion of Part IX, Committee Work Plan, it was learned that there would be a major conference on economic state of the County to be sponsored by the Contra Costa County Development Administrator and the various Chambers of Commerce on January 18, 1978 (one day prior to the pro- posed January 19, 1978 annual meeting of the OEDP Committee) . Based upon this information, it was moved: Moved (Harr) , Seconded (Greer) "To schedule the January annual meeting on January 18, 1978 in 41x51 place of the proposed January 19, 1978 date." M/S/U -12- Overall Economic Development Program Committee Minutes of September 15, 1977 Meeting Page 3 In connection with the January 18, 1978 conference, it was learned that there would be a charge (no more than $10.00) to attend the conference and to have lunch. After some discussion regarding the need to have as many OEDP committee members attend and that some members would have their tickets purchased by their employers or organizations, it was moved: Moved (Harr) , Seconded (Greer) "To request that the County Board of Supervisors authorize the purchase of tickets to the January 18, 1978 conference sponsored by the Contra Costa County Development Association for those mem- bens who could not attend otherwise." M/S/U . The members of the Committee concluded their discussion of the work plan for the upcoming year and the following motion was made: Moved (Harr) , Seconded (Thomas) "To adopt resolution as submitted by staff which resolved that: (1) The 1977-78 Overall Economic Development Program Progress Report is approved; and (2) Staff is directed to submit the 1977-78 Economic Development Program Progress Report to the Contra Costa County Board of Supervisors for review and approval prior to submission to Regional Office of Economic Development Administration prior to October 1, 1977." M/S/U After action to approve the submission of the 1977-78 OEDP Progress Report, the Chair indicated his appreciation of the support supplied by Mr. George Johnson to the membership of the OEDP Committee since it was established by the Board of Supervisors in 1976. Mr. Johnson thanked the Committee membership for their continued involvement and effort in the development of the plan, especially during the early months of the project when the Committee had to meet weekly. A number of members also indicated their appreciation of staff support and the following motion was made: Moved (Larson), Seconded (King) "To direct the Vice-Chair to address a letter to Mr. Arthur Will, County Administrator, indicating the appreciation of the membership of the OEDP Committee for the support furnished by Mr. George Johnson to the Committee, and requesting that a copy of this letter be placed in his personnel file." M/SIU 0102 -13- is Development ment Program Committee Page 4 • Overall Econom :. Minutes of September 15, 1977. Meeting Following a number of announcements by members, the meeting waseadjourned at 10:00 P.m- in attendance: MEMBERS Abelson Adams* - Aoki* S Berkhoult 1 Cunningham - De Fallen Dorsey* { Foreman Greer* HarrY Heinitz Hughey King Larson Porter Steiner Thomas - Tumbaga Washington VISITORS R. S. Radford (Taxpay ers' Association) Ray Vignola (City, of Antloch) STAFF Heinz Fenichel Harlan Menkin George Johnson " X1053 14 " PART III Requirement Summary of program activities for the preceding calendar year, including a description of_projects planned, started and completed, and Federal and other assistance received. Response Activites of the OEDP Committee and staff during the preceding calendar year (July 15, 1976 to August 30, 1977) were in three primary areas: (1) Review and comment on applications submitted by County and cities for grants under provisions of the Public Works and Economic Development. Act of 1965, as amended, (see Page 16); (2) Coordination and support to County, cities and special districts preparing grant applications under Round I and Round II of the local Public Works Act of 1976; and (3)' Liaision and assistance to public water agencies preparing draft assistance requests to EDA and the Farm Home Administration (see table below) . Grants Applications Grants Funded to Date Program No. Amount No. Amount 1) P.W.A. & EDA 1965 7 $8,318,576 0 $ -0- . 2) Local Public Works 70+ $83,500,000+ 13 $18,860,000 Act 1976 -Round I Projects Public Estimated and II Agencies 3) Community Emer- 3 $7,800,000+* 2 •$7,2001'000+* gency Drought Relief Action ,*Includes one grant and loan package to EBMUD for $7;500,000 and which will provide aide in part to Contra Costa County. -15- • 01051 ~ SUMMARY OF OEDP PROPOSALS (1976-77 FY) Grant Local Jobs OEDP OEDP Criteria Agency, Pro_j ect Request' Share (Estimate) Priority L 2 3 4 5 6 7 City of Regional $3f750,000 $4,250,000 900+ Reg. & Sub-Reg. X X X X X X San Pablo Shopping Shopping Centers Center City of Marina $275,000 $275,000 100 Tourism X X X X X X X Martinez Development Project City of Industrial $454,000 $454,000 1000 Industrial X X X ' Concord Park Park rn "• City of biaxina $2,107,576 $2,800,000 '300 Tourism X , X X X X ' X X Pittsburg Expansion d tom• City of Miscei- $265,000 $480,000 300 Agri-Bus. X� X` X., ( Brentwood laneous x:11 Projects Contra North $792,000 $581,760 640 industrial, X X X X ; X X X Caste Richmond Park County . By-Pass City of "A„ Street $675,000 $675,000 N.A: , N.A: X X X Antioch Extension $8,318,576 *Refer to listed criteria next page J CRITERIA FOR REVIEW OF PROPOSALS FOR EDA FUNDING` The OEDP Committee will review each proposal to be submitted to EDA for funding of public works or economic development pro- jects. A priority rating shall be given as a result of the re— view and this priority shall be based upon the following cri- feria 1. The degree to which the project is located in or 'near com- munities of high and persistent unemployment . 2. . The degree to which the project shows a high cost-benefit ratio between number of jobs created and/or saved and amount of public funds to be expended. 3. The degree to which the project create or save a large num- ber of jobs. 4. The degree to which the -project creates jobs which will be available and meaningful to the unemployed (entrance require- ments, earnings, upward mobility, permanency, long range stability, etc. ) . 5. The degree to which the project shows a high level of demon- strated commitment of financial and programmatic support by government and business. 6. The degree to which an EIR and economic study and analysis have been completed which support the initiation and opera- tion of the project. 7. The degree to which the project is able to be initiated immediately upon authorization of EDA support. -17- p105 PART IV Requirement Major changes in the area" economy, ,or a statement that there have been none. Response - During the last twelve months there have been no major changes in the area's economy but for a gradual decrease of less -than l% in the reported level of unemployment within the County. The State's Employment Development Department published an annual planning report for the Balance of Contra Costa County (being the same area as the OEDP area) which includes a section on Industrial Trends and outlook. Selections from that publication is made part of this OEDP Annual Report (Pages 19 tc 24) i i<- - S-, i o1�•� ` -18- ' 6. INDUSTRY TRENDS AND OUTLOOK' AEriculture: Agricultural. employmr•;' in Contra Costa County is distributed among horticultural establishments a wide variety of farms and orchards. Employment during 1977 is forecast to remain at the 1976 level because the drought and water rationing, while not affecting crop acreage, may result in a shorter harvest season and lower crop productivity. By 1978, farm employment will resume the gradual uptrend of recent years, provided that weather patterns are normal in the winter of 1977. Mineral Extraction: Mining employers in Contra Costa County operate sand and gravel pits and oil and gas field properties. Payrolls are expected to remain stable in 1977, but by the following year increased construction activity and natural-gas exploration in the San Joaquin/Sacramento River Delta will cause mineral extraction employment to rise slightly. Wage and Salary Employment Contra Costa County 1975-1978 Annual Averages (in thousands) Forecast 1975 1976 1977 1978 Agricultural employment 2.7 2.8 2.8 2.9 Nonagricultural employment 152.6 158.3 163.0 168.3 Mineral extraction .3 .3 .3 .4 Construction 10.0 9.7 10.3 11.1 Manufacturing 26.0 26.7 26.9 27.7 Durable goods 10.9 11.3 11.6 12.1. Fabricated metals 2.1 2.2 2.1 2.1 Nonelectrical machinery 2.1 2.1 2.1 2.1 Electrical machinery 1.0 1.0 1.0 1.0 Other durable goods 5.7 6.0 6.4 6.9 . Nondurable goods 15.1 15.4 15.3 15.6 Food and kindred products 2.7 2.7 2.4 2.4 Printing 1.4 1.4 1.4 1.4 Other nondurable goods 11.0 11.3 11..5 11.8 Transportation & public utilities 9.4 9.1 9.2 9.2 Wholesale trade 6.3 6.6 6.8 7.0 Retail trade 31.3 33.6 34.9 36.0 Finance, insurance, & real estate 6.3 6.8 7.1 7.6 Services 26.9 28.5 29.7 30.8 Government 36.1 37.0 37.8 38.5 Federal 4.2 h.2 4.4 4.5 State & local 31.9 32.8 33.4 34.0 o11IR -J•t- Construction: PayrulJ n cluri1rg the ne.- A wo years will increase as new . housIng and other corn-trite tion. benefi'. • -'nim economic expansion and a building boom in Contra Costa County.. Buildini• • -tivity showed rapid growth in 1976 when total bui Idingrperniit value+.:�.r; peaked at $670 million-=e 60 perces •increase from the 1915116ur6. - The tr n'ri 'is. expected to continue' over the : . . next feii years.' Conc tr ue'lUot"of single�.family homes has surged in the eastern county becau.e oi'.•the availability of less-expensive land. The large number of permits issued. thus.far in .1977 indicates that payrolls iii. residential constriia boil will,advance through 1978. 'At the•same time•, commercial building rctivity will rise in the next two years to expand nonresidential construction lxsyrolls. Some projects expected to be in full wing over tbo forecast period are the development 'of a nein shopping center in eastern Centra Costi; County, peripheral development of businesses around the Hilltop M11,, the.nev county.jail complex, and an applied-arts. building at Contra Coate. College. In addition, ongoing work on the Antioch Bridge and on Winer treatment facilities throughout the county rill bolster payrolls 'tbr-.%u�hh 19'(7. - Manufacturing: Munuracl:ui•irir, employment will register modest gains in 1977, : then augment thun.q v=th larder additions in 1978. Modermte'payroll expansion In the durable Sooda 3cctor,vill reflect increases in a number of durable = goods industries. metals employment will rise..fi= the recession t slump of the lama tvo years as. the result;of increased business. orders. . The revival of the utin::truebion industry vill stimulate small job incrbases In stone,'clay, &1a. , urns lumber manufacturing. • Af the some time, trans- portaticn equipment firms vial experience small job. gains while most other - durable goods 3nd;;•;i.l•i:as ;rssintain current employment levels. The only . durable goods catenoi y vipected to decline 'over talc -forecast period is - fabricated metals pr•nduction which Will reduce payrolls slightly in 1977.. - In the nondurable` g-odQ s outu ,oe, declining. food processing payrolls in 1977 will reflect the cloning. of a r4nior.Antioch cannery in 1976. ' The food processing payroll downtrend rill level off in 1978, when the 1977 Job figure will be maintnined. l�iFloyment in paper products and chemicals manufacturing will brit nfedprate increases.over the. next -two.years. Petroleum refining M ralle will recede- slightly in 1977, .despite increased production 'capaclty, heca:sse of the usigoing introduction of automated • refining processen:. By.•1978', .hiring to meet increased production will- offset illoffset the slight doirntretsd, and payrolls will remain the same. Transportation and iublic Utilities:. Tratispor6ation payrolls will register . wall incri:asca in 1977 and maintain the-increased level in 1978. The . •reproving econosry and eyl nner-d orders will at trucking and ilwehoueing employment over Un s rs:xt Ury y�:are. However, in 19789 continued expansion of motor freight zaawl sr.,rehuuntnr: employment will be counterbalanced by reduced railroad Paid txouur+loortation service payrolls. Contrary to the gradual downtrend or. o6her r rr es, communication and utilities employmont .In central Contra Costa Coduty will maintain current levels through 19Te, to meet strong demand. - Wholesale Trade: I-Muleurle trade payrolls will rise over the next two years an -economic expnns;ion, increased sales volume, and the influx of businesses to the area spur job growth. 7n 1978, enlargement of port facilities in Richmond will act so an additional stimulus to hiring in wholesale trade.- 01.M9 Retail Trade: Retail trade emplaylw-W. in 1976 rose rupi.dl.y as the combined result of economic recovery and the - i -ning of antop gall. Although ,job growth during the forecast perled x.11 be more moderate than in 1976, employment expansion is .anticipated in most categories. Employment in general merchandise and apparel stores will increase in 1.977 with the opening of two small shopping centers and the ongoing development of Hilltop hull. Payrolls in eating and drinking establishments will also rise through 1978, maintaining their long-term trend. At the same time,. both food stores and furniture stores will expand .employment tosmeet the needs of a growing population. Finance, Insurance, and Real Estate: Finance employment will continue to advance during the forecast period at the rapid rate of the last decade. . The opening of new branches of banks and other credit agencies will remain the primary source of new ,jobs. Insurance payrolls will benefit from the expansion of insurance agencies as well as the opening of a billing center for a major insurance company in 1977. Real estate employment will expand . over the next two years, in line with its gradual growth trend.' Services: During 1977 and 1978, employment in services will increase at the rapid rate which has characterized that industry group in recent years. Medical and health services will register substantial payroll gains over the forecast period, as hospital expansions over the next two years reinforce long-term growth. Business services payrolls will advance through 1978, reflecting an improved economy and the rapid development of the county. Social service agencies and miscellaneous services will also make payroll additions over the next two years. Educational services and hotel employ- ment will rise slightly, while personal services will continue the long-term employment decline. Government: In the upcoming two years, government employment will show moderate growth. Gains in federal government payiolls .will be relatively small compared to what they have been in recent years, when employment expanded rapidly with the opening of the Social Security Payments Center and the Postal Service Bulk Mail Center. During the forecast period, nondefense payrolls will register modest gains while defense employment maintains its current level. Local government jobs will increase as a result of continued federal funding of public-service employment programs. The BaZance of Contra Costa County: Since most of the county is included in this area, industry changes will follow countywide trends. . Construction in the area remained vigorous in 1976 as a boom in residential building offset the sluggish performance of commercial activity. During the forecast period, employment in residential construction. will expand further as the demand for housing continues to be high. Continuing improve- ment of the economy and population growth in the Balance of County area should stimulate commercial development. In manufacturing, payrolls are concentrated in the nondurable goods sector, with food processors, paper products manufacturers, chemical manufacturers, and oil refineries employing substantial numbers of workers. Employment will remain fairly stable in most of these industries over the next two years. However, food processing payrolls will drop in 1977 as the result of a cannery's closing in eastern Contra Costa County, while paper -21- �� . _i;• . . . .1 . .. . . . � . . . - . � , . .. . . I . . . . . � I I 9 . . . • affected by water manufai:turing employment in 197'f maY i:�• �,r_gatively in 1977 rationing. Chemical industry unployr+• �:f. will expand moderately and 1978. In the durable Soods sectc� . +•lie malority of andsstone, clay, and fabricated metals, nonele�=�'�ical:mschine X'nnsion will cause -.-.,';:.- . :;.•; ..' Primary ru economic .e p and glass firms. Over the next.two. Ye.' roducts, resulting. in'' gradual ':: :' . an increase in demand for durable goods. p employment growth in most durable goods industries. de and services will. follow their long-term uptrend, since the : , Retail tra will remain the fastest-growing area in Balance of.Contra Costa County . . . cisco-Oakland S1�ISA. ' Local .government payrolls will also. the San Fran o ulaion. se over the next two years, in response to the increasing p P ri - . .: - . . .. . . . ....... . . . .. . .: ., .,,... ,.. .. . . .... .. ..... .... . . .. ,. _ - - .. _ - :. . . . .. .. :,. . ;- :. .,-. :' .. .:... ...- _ - - - . . .. ...•-.:.. : - ::.'. ... - ... .. .,...:..: _ - . ..... .�..1, ,.. - - .. _ _. '... ...........: . ...4. .:.:.,.- - ::: .. .-:; . ... .. .. .. ,... .:. .. ....... .. ,. .:.5 - J-. . ,. .. ....{ _:.. .::: .. ... .........,....1.... .. t,, . .t _.. . ,::.,.:'.' _ ':<--moi +::' '::.': .. .. �... ... - :i.: - .. ,... .:.......-... .. .. v.r .. _ .... . ..�.. ...... . .. .... .-... ,. .. .. - - .. .. .. ... ..:. .r a ..r .� :'..,. ..'.• - .. .,. .. .. ...: .... o. o ... _. .. v .. :... ._{.. .. ',:lit ... ... ._ ._„ t: -... v:.,.: - .. ].. .. ,. .: .. .. .. .. .. .:;i's :.t:: ._. _ ....., .. _ ...r - .. .. _ ... _, r .... .. .. . . ....•... ... , ..i. .. ... .. - ... .... ....-. : . •:i .. ,-.., l. - ._ .-:: .. 1 .. . ............. - . . .. .::....... - - - - - .. .-.. - - - - :: - .. .. .. _ . . -.., .. ..% .. .... .,, .. r,...: ... .:. ..,,:'.. •:ice: .:....... . .. �... .. .. , .. a..- ..... ._ - r.. .. ,...... .t. - - - - :. .. .•.. .. .... ......ry . .. ... ., - - _ . . .. _.., - _ _ - . .. . . .. .. ........:...:. . , .... .. .. ,...-. ....:.,. ..-. - - - - .. .'.;.: -, µms. :::j :`.y;: Vii'::;;-.:kyr.:<i�'• '::^; .. .:...,:.. _ ter:::' .- a ... .r:..:•-�- .t:..:...:_..._....1,...... :.. .. .. . _ .. _ .. _. .:v... J.:...- .. ... r. .. ... .... ... .. n ,.. ... ... _ .- .. .. ... .. 'ti`s:•-:_:;':: .... .. I.V. .. .. z..... ..Y...... ..-.... .�. :1.: .h: �,;:,: .,,. .. -, .. ......%,. ::.. ,,.�.,., - - ...41-4, 1. �"!};.[�:,:�'�'}.4�:,::"':'^''•,:�A.��•-ti's^ .:...:-: - - - - . ::: :..•:v........ .. _ _ - ` - ,..- . .. .. .�.. :::::;:f: 1;1 ,. ... .. .........:.. .-..... .,...: - % . ._ ,. - - .. .. .. rr .. .. :-.:. - - - = ......_..-..�'.. ... ..... ...._' _ - .::. .. .. .._....,., ... .. .. .:.............. .,...,. ,.. ,...; ....;:.. .....,,4 21: ;.:,.::;:� . .... -::.l..::-ter_':;+. :,•..::.i::: ( . ......... .. . •r:. .,.:.• - - - ....:5.is -= ... .. - ::;. ,•v ... - - .. . : - ..._ r'. .. ... -_ __ . ......... .. '-..'.':. ......, . .. ...:: - 'i ... ..:...y':... , , .. - .: : ..:". , . -•Y . :. :. .. _ : • .. . .:- . . ti . - . ... .. .. : .. _ - . . ::_..- ...... . : ... . . . : .. . . : ': - . .. . ... .. . ...... ... . . .. . -.:.. :... . . . .a . v ..... .. . .. .. ....... .... ... ...- ......-....., .. _....... .. , 4.. ..1-1I. . . . . . " . . . , ....,. v. ._ ... - . .- - _ '" L . = : ::: .«. - 5 . . { .- __ . .. "I':... . .,;,;.":..- .. ..�., .... .. ..,�. . . . —i - _ .. : ._ .. ,_.::,.: . - - ow. . .. .. . . . . :: .;a ....: - ;: .. .. .. . . .. ... :: ' .. .. ....�_..�_�..._.. -. . . i 7. OCCUPATIONAL `l'ItI ID'S ADD OUTLOOK- An UTLOOKAn Overview The occupational mix of an area is determined by the kind of products and services produced by the local economy. Different industries demand dif- ferent groups of occupations. This occupational outlook attempts mainly to forecast changes in demand based on the relative growth rates of various industries. The workers living in an area constitute the supply to meet this demand. The supply of workers responds eventually to changes in demand, but supply is also affected by many other factors, such as the amount of time required to attain necessary shill levels and the willingness of employers to lower hiring requirements. however, in general, the supply of skilled workers stays fairly constant over a two-year forecast period due to the time it takes for a worker to develop skills. On the other hand, the supply of workers for entry-level jobs will usually rise quickly to meet demand- unless other factors, such as low wages or poor working conditions, exist. In Contra Costa County, a further condition affecting supply exists. Of the five Bay Area counties, Contra Costa has the largest number of residents commuting to jobs outside the county, according to the latest available figures (1970). There is, then, a large potential supply of workers who would take jobs closer to home if the jobs were available. Competition for most openings is and will continue to be keen. ` White-collar workers are found in high concentration in the trade, govern- ment, and services industry groups. These groups are currently the prin- cipal components of nonagricultural wage and salary employment in Contra Costa County and are projected to be the leaders in employment growth over the next two years. For these reasons, there is and will continue to be a strong demand for white-collar workers--those in professional, technical, managerial, clerical, and sales positions. Specific business developments which will boost employment in these occupations include the scheduled opening of two new shopping centers, the expansion of several hospitals, and the relocation to the county of the administrative or regional offices of several corporations. Within the white-collar group, there will be a particular increase in demand for managerial, technical, and particularly, clerical workers to serve in the administrative and regional offices. The offices will have computer departments staffed by programers, computer . operators, and data-entry personnel. The clerical workers will be con- centrated in the accounting area, in occupations such as account clerk and billing clerk, and there will be some need for general clerical occupa- tions such as clerk-typist. Blue-collar workers are found to a great extent in the manufacturing and contract-construction industry groups. Manufacturing, currently the fourth- largest industry group in the county, is expected to experience slow growth for the forecast period. Contract construction, although a smaller com- ponent of total employment tllan manufacturing„ is expected to show rapid payroll expansion. The number of blue-collar workers--craftsworkers, operatives, and laborers--will increase, but at a slower rate than that of white-collar employment. The service worker category includes occupations concerned with performing tasks in and around homes, serving individuals in institutions and commer- cial establishments, and protecting the public and businesses against crime and various types of accidents. Zriplopment growth is expected in -23- 01mg M M _.t 1_ c,r'!;cr•vice workers, such as catin�, industries which employ large numbers therefore, he numb(• , 1' service workers, and drinking establishments- ual that of jrhite - although not n . rate to eq is expected to increase, tion . t;he long—term decline of:the collar workers. One notable excep personal services industry, which presages fewer workers in such occupy tions as shoe repairer. 1 and-demand ,si. for The following section assesses the current supe Y of the . select ed occupations. Predicted changes inbriefly discussed supply of workers to respond to the changes . 1 . „ - i- `F . _ 1 i . - � - --.... .. _.. .. .: - i { . t .' - j - _ - . _ ,. t ._ __,. ,z- ,,_ : , .- ' _ _ .. 11 - - -am !* U1QV3 . -za- industries which employ large numbers .,I '.(-rvice workers, such as eating and drinking establishments. The numbr, f' service workers, therefore, is expected to increase, although not rate to equal that of white- collar workers. One notable exception ;:. the long-term decline of the personal services industry; which presages fewer workers in such occupa- tions as shoe repairer. The following section assesses the current supply-and-demand situation for selected occupation.s. Predicted changes in demand and the ability' of the supply of workers to respond to the changes are briefly discussed.: i t � _ a i, , i r� 01003 -24- r Y ~� K ti • T t L � 1 1 Yly i f PART V Requirement Major changes in community facilities. and services, or a statement: that there have been none. { Response During the 1976-77 program year there have been no major changes :in number, kind or capacity of community facilities and services within. the area: PART VI Requirement _ Major changes in the financial status of the area and its municipal governments, ora statement that there have been none. ` Response During the 1976-77 program year there have been no major changes in the financial status of the areaandits local public agencies. PART VII Requirement Changes in regional relationships, such as becoming 'part of�a multi- county planning district. ,' Response During the 1976-77 program year there have been no changes in regional relationships. PART VIII Requirement Updating of the area's development strategy described in the original OEDP and earlier progress reports, including a project priority lista Response The Development Strategies and Criteria for Review of Proposals for EDA Funding as submitted in the 1976-77 Initial OEDP Plan are again .adopted for the 1977-78 program year (see Pages 26 to 28) . tic -25 :,.low - • f, PART VIII DEVELOPMENT STRATEGIES. -i' A. Introduction B. Criteria for Review of Proposals for EDA Funding C. Strategies # _ Administrative Offices-Data Processing, Center 1 (Example: Walnut Creek) 2, Agri-Business Center Commercial Center/Area 3. BART-related. (Example: E1 Cerrito) i 4. EPA and Energy Suppressed Industries ` 5: Industrial Parks (Example: Concord) 6. New Types of Businesses (Example: Committeemember Adams) 7. Regional and Sub-regional Shopping Centers ` (Example: San Pablo) t g, Services (Example: Pittsburg) g, Small Industrial Plants in Existing Zoned Areas (Example: Pittsburg) 10. Tourism (Example: Martinez) 11. Water and Waste Material Complex Waterfront and Maritime Industries -26- y i STRATEGIES FOR DEVELOPMENT OF ECONOMIC POTENTIAL The OEDP Committee determined that the goal of the Economic Development Administration supported programs is the creation of jobs for residents of areas of high unemployment. During the preparation of the OEDP it became evident that the strategy for maximizing the number of new job opportunities in Contra Costa County is a strategy of flexibility and accommodation. This strategy provides the opportunity for the individual cities and communities of the County to design projects to take advantage, of the unique resources available to that community in a manner in keeping with its plans, goals, and life style. Based on this approach, a statement of general strategy has been developed for each of the twelve potentials. This statement is a` guide which can be modified and adjusted as necessary. [In the following section of this Program each general statement is listed, and an example of how a local city could implement it is given for most.] While the strategy for developing the potential is flexibility, the goal of the programs is jobs for the unemployed. The committee developed criteria to evaluate proposals in light of this goal. The criteria will reward projects which provide a maximum number of jobs in a minimum amount of time and at the least cost to the economic and environmental life of the community. 0106 -27- CRITEit FOR REVIEW OF PROPOSAL„i FOR EDA FUNDING The OEDP Committee will review each proposalto be submitted 'to EDA for funding of public works or economic development pro- jects. A priority rating shall be given as a result of the re- view and this priority shall be based upon the following cri- teria: 1. The degree to which the project is located in or near com- munities of high and persistent unemployment . 2. The degree to which the project shows a high cost-benefit - ratio between number of jobs created and/or saved and amount of public funds to be expended. 3. The degree to which the project create or save a large num- ber of jobs. 4. The degree to which the project creates jobs which will be available and meaningful to the unemployed {entrance require- ments , equire-menu , earnings, upward mobility, permanency, long range stability, etc. } . 5. The degree to which the project shows a high level of demon- strated commitment of financial and programmatic support by government and business. 6. The degree to which an EIR and economic study and analysis have been completed which support the initiation and opera- tion of the project . 7. The degree to which the project is able to be initiated immediately upon authorization of EDA support . _2g- ! 01m, CONTRA CO-S r;1 COUNTY OVOIJ, FCONOMLC Di:`:JJDPMENT PROGRAO STRATEGIES FOR DEVIiL01';!:NT 01: POTENTIAL POLI ECONOMIC DEVELOPMENT Potential (As identified by OEDP Committee) I, Administrative offices - Data Processing Centers J Geographic Area: Countywide with highest priority to those areas of high persistent unemployment Type of Fiscal Assistance: Public Works Grants /X/; Business Loans /X/. Employment Potential: Good to excellent Activities Necessary to be Implemented in Order to Realize Potential: 1 . Identify, describe, and analyze locations near existing commercial, retail, large industrial, or major transportation facilities suitable for location of administrative office or data processing facilities. 2. Identify, describe, and analyze public works improvements necessary to make locations acceptable for development of such facilities. 3. Seek out and attract regional and nation-wide business with other operations in the County or Bay Area so as to establish their administrative offices and/or data processing centers on such sites. 4. Seek out and attract building developers who would establish facilities that would be available to house such offices and centers. t S. Provide local assistance and advocacy for the establishment of such facilities and operations. 6. Provide public works facilities (roads, utilities, off-street parking, etc.) as necessary. 7. Develop sources of funding for public works and business development. 8. Develop and implement procedures to ensure unemployed persons in the County are identified, recruited, trained (as necessary), and employed by such businesses. Major Hindrance: Competition .from other communities, lack of developmental :Funds, lack of local public transportation. Submitted by: Date: 5/6/76 Name: George Johnson Telephone No: Representing: OEDP Committee ,address: 0106 Statements to be submitted to George Johnson,' Contra y Planning Department, P. 0. Box 9S1, Martinez, CA 94S53 (372-2035) by S:00 p.m. , April 30, 1976. -29- CON',f ltA'CM"I COI IN I1' 'EXAMPLE' , OV14J. ECONOMIC III PROGRAN STIZATH;I ES H)R I)HIA.01'';1.-NT 01: l'OTI:NTIAL VOR FCONONIC rtt. ia.Ul'blt:N'1' Potential (As identified by OEDP Committee) Tnd„ctrin1 Park DeVPlotim n /Coma it r n e C. t-ers/Admi_nistrative Offices' Geographic Are: : Administrative, Professional, and Research Area, City of Walnut Creek. 150 acres remain to be developed northwest of intersection of Ygnacio Valley Road and Oak Grove Road. Type of Fiscal Assistance: Public Works, Grants /X/; Business Loans/X/. Employment Potential: Based on past employment in the area, 6,000 additional clerical, technical,' and professional jobs could be created in the area. In 1975 12 percent of workers lived in the Antioch-Pittsburg area; 82 percent in the Central County; 6 percent in west county and Martinez. Activities Necessary (etc.) : To date, this area has attracted several administrative offices; research centers; and computer centers. It is properly zoned and current development' is'well designed and landscaped. Other activities necessary for this area to realize its potential include the following: Completion of drainage improvements on the site and downstream on Pine Creek. --Construction of roads on the site. --Improvements to crucial intersections on Ygnacio Valley Road. . .Z, --Provision of public transit to the Pleasant (till BART Station. --Development of a list of potential candidates for the site 'and contacts with K prime prospects.` --Preparation of a promotional brochure outlining the attractions of the site. Major Hindrance: --Only fair access to the site; no public transit; and congested streets. --Periodic flooding on portions of the .site. M w d�, L C� Submitted hr: "ate: April 30, 1976 Name: Barbara E. Kautz Telephone No: 935-3300, Ext. 231 Representing: City of Walnut Creek Address: 1445 Civic Dri'v'e- Walnut riveWalnut Creek, CA 94596 Statements to he Submitted to John:-.mi, Coiitra Co,ta COLM y Planning Department, P 0. Box 951 , Rirtiitcz, CA 945S3 (372 -2055) by Si:00 p.m. , Api-11 30, 1070. i CONTRIk CO.': I \ COUNTY ovf om, 1i(:0NOMIC 1)1: 1i1.O1W1:NT PROGRAO S'TRATEGI ES FOR DEVEL( X11 NT 01' POTENTIAL VOR ECONOMIC PiAt iLOPMEN'I' Potential (As identified by OEDP Committee)2. Agri-Business (Park, Sales, Distribution, Development) Geographic Area: Brentwood, and adjacent unincorporated areas i 'Type of Fiscal Assistance: Public (Yorks Grants Business Loans /'X/. Employment Potential: Good Activities Necessary to be Implemented in Order to Realize Potential: 1. Obtain interest and/or commitment. from developers to construct commercial facilities in designated zoned area in Brentwood. 2. Identify, describe, and analyze public works improvements necessary to make locations acceptable for development of such facilities. 3. Identify, describe, and analyze industries appropriate for such location. 4. Seek out and attract businesses within identified industries to located in such locations. S. Provide local assistance and advocacy for establishment of such businesses. 6. Provide public works facilities, as necessary. 7. Construct commercial facilities as necessary. 8. Develop sources of funding for public works and business development. 9. Develop and implement procedures to ensure unemployed persons in the County are identified, recruited, trained (as necessary), and employed by such businesses. Major Hindrance: Lack of financing. t Submitted by: Date: 5/6/76 Name: GeorPe Johnson .Telephone No: Representing: OEDP Committee Address: Statements to he submitted to George Johnson, Contra Costa County Planning Department, P. 0. Box 951, Martinez, CA 94553 (372-2035) by 5:00 p.m. , April 30, 1976. 01069 -3'- t CON'T'RA COS IN COUNTY (0tALL 'FCONOMIC DFVELOPMENT 14MG* STRATI 'S FOR DEVELOPMENT 01: POTENTIAL FOR ECONOMIC DEVliLOPi`tl:\'I' Potential (As identified by OEDP Committee) 3. BART-Related Commercial Centers/Areas Geographic; Area: E1 Cerrito, Concord, Pleasant Hill, Walnut Creek, Lafayette Type of Fiscal Assistance: Public Works Grants /x/ ; Business Loans Employment Potential: Good Activities Necessary to be Implemented in Order to Realize Potential : 1. Identify, describe, and analyze locations adjacent to BART stations in E1 Cerrito, Concord, Pleasant Hill, Walnut Creek, and Lafayette suitable for commercial development. 2. Identify, describe, and analyze public works improvements necessary to make locations acceptable for such development. 3. Identify, describe, and analyze industries appropriate for such locations. 4. Seek out and attract businesses within identified industries to locate in such locations. 5. Provide local assistance and advocacy for establishment of such businesses. 6. Provide public works facilities, as necessary. 7. Develop sources of funding for public works and business development. 8. Develop and implement procedures to ensure unemployed persons in the County are identified, recruited, trained (as necessary) , and employed by such businesses. Major Hindrance: Competition, lack of financing, lack of access by motor vehicles, lack of parking, lack of feeder bus/local public transportation, and lack of large building sites. Submitted by: Date: 5/6/76 Name: George Johnson 'Telephone No: Representing: OEDP CommitAddress: Statements to be submitted to George Johnson, Contra Costa County Planning Department, P. 0. Box 951 , Martinez, CA 94553 (S7.-!-2035) by 5:00 p.m., April 30, 1976. 010'70 -32- EXAMI'L1i • CONTRA COSTA COUNTY OVERALL ECONOMIC DEVELOPMENT PROGRAM STRATEGIES FOR DEVELOPMENT OF POTENTIAL FORrn ECONOMIC DEVELOPMENT s POTENTIAL: 7 :r Regional and sub-regional shopping center/areas. (D. BART related commercial centers/areas. -. . Small industrial plants in existing areas. . Administrative offices and data processing. . Revitalization. GEOGRAPHICAL AREA: The City of E1 Cerrito and west Contra Costa County EMPLOYMENT POTENTIAL Retail sales and services in new businesses as well as expanded activities of existing businesses. Possibility for small industrial uses compatible with existing commercial uses. ACTIVITIES NECESSARY TO BE IMPLEMENTED IN ORDER TO REALIZE POTENTIAL: • Implementation of San Pablo Avenue Urban Design Plan including the following recommendations: . Development of a safe, convenient and pleasant total environment that will appeal to shoppers and merchants. . Development of pedestrian and shopper amenities reinforced by the convenience of transit facilities. . Development of an expanded civic/governmental/professional center. . Simplification of complex traffic patterns along San Pablo Avenue. Construction of a median strip on San Pablo Avenue in order to improve traffic flow and safety and to encourage pedestrian activity. , Development of a program to solicit new b usinesses to come into the City, particularly into the existing commercial areas. • Encouragement of utilization of vacant parcels and under-utilized parcels through assistance to potential developers and businesses in such ways as im- proving access and parking. • Provide more direct access between El Cerrito Plaza BART station and E1 Cerrito Plaza shopping center. MAJOR HINDRANCE: Effect of increased competition from new shopping centers. . Limited access to several businesses and commercial areas. . Traffic flow characteristics and lack of appeal for potential shoppers. Existence of small parcels of land with multiple ownerships. . Funding for improvements to public property and financial support to businesses. : Submitted by: 01070 Date: April 29, 1976 Name: HOWARD ABELSON Telephone No: (415)-234-5664 Representing: CITY OF EL CERRITO 10890 San Pablo Avenue -33- ti Cerrito, CA 94530 (:ONTRA, l:U� 1.1 C01INTY UVIo.I, Ii(:0N'0M1 : I)'I ''I.1.U1'(`11iN'I' PROGRAre STRA'I'I:GII S I-'UIi 1)I:Vlil,OI',iiii%'I' 01: POTENTIAL FOR ECONOMIC VIYELOPMEN'I' Potential (As identified by OE,DP Committee) 4• EPA and Energy Suppressed Industries Geographic Area: Countywide with highest priority to those areas of high and persistent unemployment. _ Type of Fiscal Assistance: Public Works Grants 97; Business Loans /X./ . t Employment Potential: Very good to excellent Activities Necessary to be Implemented in Order to Realize Potential : 1. Identify critical industries affected by EPA standards and/or energy controls. 2. Identify local business within these industries. 3. Survey local business and identify those located in high unemployment areas which are threatened by closure or major reduction in employemnt because of ' their inability to meet EPA standards and/or convert to approved energy sources. 4. Identify, describe, and analyze public works improvements necessary for use- by business to meet .EPA standards or to utilize available sources of approved energy. 5. Identify, 'describe, and analyze various resources available to those businesses to meet EPA and energy requirements. 6. Provide local assistance and advocacy for utilization of such resources. 7. Provide public works facilities, as necessary. 8. Develop sources of funding for public works and business improvements, including State Pollution Bond issue monies. 9. Develop procedures to ensure that local employees or local unemployed will benefit from installation of such EPA and energy devices. Major Hindrance: : Technology, initial cost of installation, continuing cost of maintenance and repair, extensive review process, red tape, and inconsistency of standards. Submitted by: Date: S/6/76 Name: George Johnson Telephone No: Representing: OFDP Committee Address: Statements to he submitted to George Johnson, Contra C Planni ment, P. 0. Box 951, Martinez, CA 94553 (372-2035) by 5:00 30, 197Zi. _zn 1 CONTRA (:0.': I 1 COI INTY OVI-je,I. ECONOMIC U1 '1:1.O1'MI:N'1' PROGRAfle STRATFGH-S 1:01: DFVH,(W%11'.NT OF POTENTIAL FOR ECONOMIC DIA'FLOPMENT Potential (As identified by. OEDP Committee) s. Industrial Parks (Existing and New) Geographic Area: Countywide with highest priority to those areas' of high and persistent unemployment. Type of Fiscal Assistance: Public Works Grants Business Loans F Employment Potential: Fair to Good Activities Necessary to be Implemented in Order to Realize Potential: 1. Identify, describe, and analyze existing industrial parks. 2. Identify, describe, and analyze areas of County lacking industrial parks. 3. Identify, describe, and analyze industries that would appropriately be located in new or existing industrial parks. 4. Identify, describe, and analyze businesses within selected industries for possible location in specific industrial parks. S. Identify, describe, and analyze public works improvements necessary to make locations acceptable for location of such businesses. 6. Obtain interest and/or commitment from developers to construct commercial facilities in industrial parks. 7. Seek out and attract businesses to locate in parks. 8. Provide local assistance and advocacy for establishment of such businesses. 9. Provide public works facilities, as necessary. 10. Construct Commercial facilities, as necessary. 11. Develop sources offunding for public works and business development. 12. Develop and implement procedures to ensure unemployed persons in the County are identified, recruited, trained (as necessary) , and employed by such businesses. Major Hindrance: : Competition from other communities, lack of development funds, lack of local public transportation Submitted by: Date: 5/6/76 Name: George Johnson Telephone No: Representing: OEDP Committee Address: 01071 Statements to be submitted to George Johnson, Contra Costa County Plartment, P. 0. Box 9S] , Martinez, CA 91553 (372-2035) by 5;00 p.m. , April 30 , EXAMPLEt;t)N;i RA CO'11� = `, COWMITY STRA•1'1:t fUS FOR DEVIA,01"• :NIT OF POTENTIAL FOR ECONOMICI;f.ti`f'LOP fEN vd Potent i.da l (As i denti.fi cd by OED1' Cbminittee) industrial Park Development (and In Services), i Geographic Area: Suitable sites along Freeway 4 paralleling northern waterfront (1)lus smaller area elsewhere in county) . _ Type of Fiscal Ass_i.stunce...., 1'ublic Works Grcuits /X/; Business Lotinti IimlaloymcilL P6tertt.i:i1: Considerable potential for jobs in manufacturing, shipping, �.; warehous rig; services. ' Activities Necessary to f)c: lmplemente& in Ordcr to- Realize Potc!iti;al : I. install storm sewers or other drainage facilities, lack :of`which precludes fulls°'development of sites which havd, good freeway access plus visibility. 2. Provide adequate internal circulation and connections to freeway. 3. Assist 'in providing water service where lacking. 1, 4. Provide public transit extensions and connections where required to get people to jabs'. s ;s, S ' a i# ,fR 4 Mit' Ma Major Hindrance: Poor drainage, `lack of adequate supply, lack of interaril circulation. system, .lack of transportation connections to high unemployment areas. Saibua.i t.ted by: Date Mame: E. H. Phillips 1'elefilaoate No: 671-3152 Repl•csenti.alg: City of Concord Address: 1950 Parkside Dr. Concord, CA 94519 Statements to he Si1},uiittcd to Gccarzic Johi,:-,mi, Cant.ra Costa County Ph • _ artment, 11. D. t,ox Jrl , M.irtinc . , CA 015SS (372-2035) 13}' S:00 a.m. 'April io, 9 CON't RA COSI.1 C01INTY OV*.1, licONOMIC DI '- H.011MENT PROGRA9 STRATEGIES FOR DFULt)PMI NT 01 POTENTIAL FOR ECONOMIC PI.F1,0111HEN'1' Potential (As identified by OEDP Committee) `6. New Types of Business, Industries, Services Geographic Area: Countywide with highest priority to those areas of high and persistent unemployment. Type of Fiscal Assistance: Public Works Grants / j; Business Loans /?-j. t — Employment Potential fair Activities Necessary to be Implemented in Order to Realize Potential: 1. Identify sources of information regarding (a) new advances in technology; (2) new requirements established by State and Federal legislation; (3) unique or underserved areas of need; and (4) potential trends in consumer needs. 2. Identify resources available to assist in the development of businesses to take advantage of such opportunities. ' 3. Identify, describe, and analyze methods available to distribute such information to organizations and individuals with interest and skills necessary to develop and operate such businesses. 4. Seek out and attract those who wish to develop the new business. 5. Provide local assistance and advocacy for establishment of such business. 6. Develop sources of funding for business development for specific projects. 7. Develop and implement procedures to ensure unemployed persons in the County are identified, recruited, trained (as necessary), and employed by such businesses. Major Hindrance.- High indrance:High costs, lack of venture capital, lack of skill in identifying opportunities, :. competition with other counties; lack of specialized skills, tools, etc. Submitted by: Date: 5/6/76 Name: George Johnson Telephone No: r Representing: DEDP Committee vkddress: 010' 2 Statements to be submitted to George .Johnson, Contra Costa County Plartment, 11. 0. Box 951, Martinez, CA 94553 (372-203S) by 5:00 p.m. , /April 30 -37- CONTRA COS 1*A COUN'T'Y EXAMPLE OVIOL ECONOMIC DW1 I;LOPMENT P12OGRAto STRATFGH.'S 1:012 DEVE'L011I it;NT OF POTENTIAL FOR ECONOMIC 1)1 L.LOPMEN'f Potential (As identified by OEDP Committee) New Business Power Company Geographic Area: Countywide Type of Fiscal Assistance: Public Works Grants /X/; Business Loans Employment Potential: Fair to Good ; Activities Necessary to be Implemented in..Ordex to Realize Potential: Purpose: This company will be. a pilot project and a model for the nation. Objective: To harness the power of the wind and generate electricity for commercial . usage. We have an almost steady wind draft around here, and most of the state That is a tremendous amount of natural power slipping through our fingers -fir : Sonoma County is after the geysers. Other parts of the nation are trying to conquer solar. It would be wise for Contra Costa County to tackle the wind. .4 Major-Hindrance: " Submitted by; Date: 4J23/7�_ Name: Amos Adams, Jr. Telephone No 234-1314 Representing: Black Caucus - Address: 1734 Truman St. Richmond, CA .94801 Statements to be submitted to George .Johnson, Contra my Plan tment,_ P. 0. Box 951, Martinez, CA 94553 (372--2035) by 5:00 p.m. , Aril 30, •.EXAMPLE, CONTRA.COS!A COUNTY OV1OIL 1iCONUT`IIG 1))i,vr1.0PM11N1' !'12OGRAP> s,ritAn.iGulis FOR D1:VH1,01'%11:NT OF POTE-NIJAL 1012 ECONOMIC D1:T'':LOPMENT Potential (As identified by ` OEDP Committee) New Business - Textile Industries; Geographic Area: Western Portion of Contra Costa County Type of Fiscal Assistance: Public Works Grants J�j; Business Loans Employment Potential:. Good ' Activities Necessary to be Implemented in Order to Realize Potential: Purpose: This will be a pilot project and a model for the nation: Function: ,. It will be a starting point for the young.people getting out of high school and college. They will graduate through this system into other systems of employment. Nobody will be permitted to get stuck into the system. After making a contribution of thirty years of work to society, they must retire from this industrial system. Major Hindrance:, Submitted by Date: 4j23j75 Name: Amos Adams, Jr. I Telephone No: 234-1314 Representing: Black Caucus Address: 1734 Truman St. Richmond, CA 94801 Statements to be submitted to Gcorge Johnson, Contraounty Pla �tment, P. 0. Box 951, Martinez, CA 94553 (372-2035) by 5:0MVril 30, -39 OVOCONTRA-C().';I 1 COUNTY IL, FCONOMIC IPIi';IiL01'MliN'1' PROGRA S'1RXI'EGIUS FOR D1:VEL01`1!J l' OF P0TENTIAL FOR E'CON'OMIC 1,1:1 ELOPMENT Potential (As identified by OEDP Committee) 7. Regional and Sub-regional Shopping Centers Geographic Area: Countywide with highest priority to those areas of high and persistent unemployment. Type of Fiscal Assistance: Public Works Grants /X/; Business Loans Employment Potential: Good to Excellent Activities Necessary to be Implemented in Order to Realize Potential: 1. Identify, describe, and analyze existing shopping areas: 2. Identify, describe, and analyze areas of County lacking shopping areas. 3. Identify, describe, and analyze businesses that would appropriately,be located in new or existing regional and sub-regional shopping areas: 4. Identify, describe, and analyze public works improvements necessary 'to make locations acceptable for location of such businesses. 5. Obtain interest and/or commitment from developers to construct commercial facililies in shopping areas. 6. Seek out and attract businesses to locate in shopping areas. 7. Provide local assistance and advocacy for establishment of such businesses 8. Provide public works facilities, as necessary. 9. Construct commercial facilities, as necessary.' 10. Develop sources of -funding for public works and business development. 11. Develop and implement procedures to ensure unemployed persons in the County are identified, recruited, trained (as necessary) , and employed by such businesses. Major hindrance: Competition, lack of development funds, lack of access for motor vehicles, lack of parking, lack of large building sites. Submitted by: Dater 5/6/76 Name: George Johnson Telephone No: Representing: OEDP Committee Address: 010'75 Statements to be submitted to George Jolinson, Contra Costa County Department, P. 0. Box 951, Martinez, CA 91553 (372-2035) by 5:00 p.m. , April -40- ' CUNI'ItA COS I A COUNTY EXAMPLE1.1, ICUNUb31C`Df:� if,Ut'DSI:N'1' f'ft0t;lr� STRATEGIES FOR DEVELOPMENT 01: POTENTIAL FOR ECONOMIC DEVELOPMENT Potential (As identified by OEDP Committee) REGIONAL SHOPPING CENTER Geographic Area: Good to excellent , in San Pablo adjacent to Interstate 80 Type of Fiscal Assistance: Public Storks Grants /XV; Business Loans /XX. t Employment Potential: Potential for 750 to 1,000 new permanent jobs and in excess of 400-man,years in construction work Activities Necessary to be Implemented in Order- to Realize Potential: 1. Obtain interest and/or commitment from developers to ,construct commercial facilities -in area (several firms have indicated interest under condition of frontage road) 2. Purchase approximately 55 individual parcels comprising approximately 35 acres for purpose of sale to developers 3. Demolish structures , clear area, major grading and storm drainage work throughout area 4 . Construct a frontage road along the westerly side of Interstate 80 between El Portal -Drive and San Pablo Dam Road and construct changes in freeway ramps 5 Construct new streets -in the area s� rTJ LAMr ' r _ Y r cJ Major Hindrance: Need substantial government assistance, need adequate street system. Submitted by: CITY OF SAN PABLO Date: April 28, .1976 Name: LOUIS SHEPARD Telephone No: (415) 234-6440 Representing: City of San Pa} to Address: 2021 Market Avenue an a o, a 94806 01f Statements tu- be Submitted t.0 Gcorl}c JoI111e:o1l, Contra Costa Coin il' Department, art: 11: 0. Box 951, 1J .incz, CA 94553 L3/.'--2035) by 5:00 p.m. , Ap -41- CONTRA COQ t.\ COUNTY OOALL ECONOMIC 'D1 '1131,011M1iN'1' I'ItOwt� STRATEGIES 1,01Z DEVELOPMENT OF POTENTIAL FOR ECONOMIC1)I:VLiL01'I+UiN'1' Potential (As identified by OEDP Comnitt'ee) Services Geographic Area: Countywide with highest priority to those areas of high and persistent unemployment. Type of Fiscal Assistance: Public Works Grants / /; Business Loans EmpIoyment.Pot ettia1: Good to excellent Activities Necessary to be Implemented in Order to Realize Potential: 1. Identify sources of information regarding current and future potentials for growth in service industries. 2. Describe and analyze service-,industries identified in having high potential for growth. 3. Identify geographic areas for growth for specific service industries. 4. Identify resources available to assist in the development and operation of service businesses organized to take advantage of growth potential. S. Identify, describe, and analyze methods available to distribute such information to organizations and individuals with interest and skills necessary to operate such businesses. 6. Seek out and attract those who wish to develop the new business. 7. Provide local assistance and advocacy for establishing such business. 8. Develop sources of funding for development of specific projects. 9. Develop and implement procedures to ensure unemployed persons -in the County,' . are identified, recruited, trained (as necessary) , and employed by such businesses. Major Hindrance: Competition, luck of current data, lack of dovelopmont capital Submitted by: Date: 5/6/76 Name: George Johnson Telephone No: Representing: OEDP Committee Address: Statements to be submitted to George Johnson, Contra Costa ni.ng Department, P. 0. Bax 951, Martinez, CA 9,1553 (372-2035) by 5:00 p.m. , 1976. -42- t,, 11;1► I. ► f �t�•tl'•i►1' it► ' i.It)I�:►►.:�1 ►•►itl(:It.�i► C XAMP LL PAI Ll".1 FS FOR ITA ► ►.))► .ti .:'1' O I�trl 1.A I. l (11t Ia a)::U'i►t: I)).1'1:1.1)1;•11:i:'I' Potential (As i deii1 i fi cd by . (11:U1' Comini ttce) Services._ Gco,nrahhic Area: City of Pittsburg = •fyhc of Fiscal Assistance: Public {Ct-trks Gr:mts /�/; Rlisi.ncss i.o;tns JA 1:)lhlON'llient Potential : 300 Activities Ncccssary to be Implemented in Order to Realize Pot'ejytia] 1. Conduct input-output study to determine demand in the area for both the industrial and 'consumer markets. 2. Describe and analyze service industries identified in having .high potential for growth. 3. Identify geograrhic areas for growth for specific service industries, such as. . waterfront, industrial park, etc. 4. Evaluate existing public and private facilities necessary for operation of service industries. S. Determine what additional facilities could be necessary, such as; grade separation for access to waterfront, railroad spurs, specialized building, and cater. 6. Identify resources available to asSi.st in the development and operation of service businesses organized to take ativanta,c..e of growth potential. 7. Identify, describe-. and analyze riethods availn hle to distribute such inform- ation to organizat 'cns and individuals with interest and skills necessary to operate such busing_--sses. S. Seek out and attract those who wish to develop the new business. 9. Provide local assistance and -,,dvrc1c•y for c-t-nblishing such business. 10. Develop sources of funding for dl-" >lcjnt.t. lit of �;pec.If.ic projects. 11 . I`r vvl.cp --id to c• ;Irc-ln-� •p1.c_rc:ci r i>;_ i is to .Lite Ci Ly "of 1''LL1 ;2'.tltj; tilt' tdcuf:Ified, r+et-L:ui -r•d, Linin,:d s n• j°) , :.t.nd ei-plJoyt-•d` by such L•usint'-ses. Competition, lack of current data, Jack of dcvc-lopment capital: rill-.lirl1rod by: ►�:Itl : /�• lg7e V i RLl�rr,-cn� i,i,, off,`' ��=<�c'u�..�.. �.��r�-�' , - -`•t�s)r-ss � `/1-�-�- ,U1-�,�� p 01071� i ` CONTRA COI I NTY OVI&,I, FCONUMIC UI � iil.OPMIXI' 11IZUGRA10 STRATH.G.I1:S FOIZ DEVELOPMLNT OF POTENTIAL I.OIZ ECONOMIC I)IXELOPMEN'1' Potential (As 'i.dcntified by OEDP Committee) 9. Small Industrial Plants_ in Existing Zoned Areas Geographic Area: Countywide with highest priority to those areas of high and persistent, unemployment. Type of Fiscal Assistance: Public {Yorks Grants /X /; Business Loans Employment Potential: Poor to Fair Activities Necessary to be Implemented in Order to Realize Potential: 1. Identify areas zoned for light industries and inventory existing facilities: 2. Identify those areas with high vacancy factors. 3. Analyze reasons for vacancy rate. 4. Identify, describe and analyze types,of new and expanding industries needed in the- specific area. S. Identify, describe and analyze types of industrial facilities needed in the specific area. 6. Identify, describe, and analyze public works improvements necessary to make location acceptable for identified plants. 7. Provide local assistance and advocacy for establishment of: such plants. 8. seek out and attract businesses to locate in area. 9. Provide public works facilities, as necessary. 10. Develop sources of funding for public works and business development for specific projects. 11. Develop and implement procedures to ensure that local unemployed persons are identified, recruited, trained (as necessary) and employed by such businesses. Major hindrance: Competition, obsoletion of existing buildings, lack of specialized skilled workers. Submitted by: Date: ' S/6/76 Name: George Johnson Telephone hb: Representing: OEDP Committee Address: 010 Statements to be submitted to George .Johnson, Contra Costa County Planning Department, P. 0. Box 951, Martinez,- CA 94553 (372--2035) by 5:00 p.m. , April 30 19' -44- , . EXM'f1�i.E � - • '�{i- 1 +`1 1.': I t=:: ;'!:`;�.I.= �`:'! :•:I cai� 1'c t'11�,�1•. 1 �,I{ N.t_'t_tit_i�;1l (As '..i c;c:iii i N c ,i:by Small Industrial Plants in Existing Zoned'Areas' Gc'cit iap),ic .Area Area.. of City of Pittsburg bounded by Highway: 4, Harbor: Blvd:, Leland Road, and Loveridge Road. V. of ri.-(:a.) Assistance: 1'1111) iC. It,,H,s f;, :+n15 /X/; P„.-ilit•5:s 1.0;tris F — 1'n",I u =:t.s�t. ('c,t cci.t i;,l : 600. permenant employment opportunities! plus conatr.Ct!on.: opportunities Ac:t. is=iti,:r '.Nt C. :;::ary to be .in nr'c14r to Ri.;aI i zc1401 n..t,l i.1 1 .. 1. Evaluate existing public and private facilities. 2. Conduct Input-Output study to determine type of activities khich would: be-. ; compatible with existing business in the area: 3. Develop land use and public facilities plan which would 31.0F7- highest .end.. best use .of the land ,given results of input--output study. 4. Identify .sources of funding for development, both public'and'private 5. Given available resources, evaluate feasibility-of continuing activity. 6. Assuming dec.islon is made to continue: a. Prepare complete engineering plans and specifications for public ircprovetiants which might include str::ets, gutters, drainage, util'itie's, • i:ater, and railroad spur.. b. Prepare cc:mplete pl.,-,us ;arid speciflcat•ians for c':^velcor^;ent of industrial ... building necessary. to rttract .new busiiiess rrjd/ar expmid.: i-xis.ting business... 7. Seek out and attract thbue uffio uish :to`.develop nr�ta bet�:i.ttc.s�s -or c:-.pend existing business. 8. Develop and implement proce.dur.e's::to unr mploye_d persons' in :the City . of Pittsburg. ... ...:. ': ' Fui�iii.ng .for cle�� l:ari;ent.-Of.::lub.71c: grid pr.t +ste:'£3cilifie8: _AtZ_ ,c. CON'T'RA COSTA COUNTY OWLL ECONOMIC UI Vfi1.01'D1I:N't' PROGIO - STRATEGIL•S FOR DEVELOPMENT OF POTENTIAL FOR ECONOMIC DEVELOPMENT Potential (As ifintified by OEDP Coimnittee)Tourism (Recreation, Historic, and Scenic Areas) Geographic Area: Countywide with highest priority to those areas of high and persistent unemployment. Type of Fiscal Assistance: Public (Yorks Grants /X/; Business Loans Employment Potential: Good to excellent Activities Necessary to be Implemented in Order to Realize Potential: 1, Identify, describe, and analyze recreational, historical and scenic areas; in/near area of high. unemployment. 2. Identify, describe, and analyze convention and conference facilities available in County. 3. Identify;and.recruit historical societies to .assist in the preparation of criteria and standards for economic development of area adjacent to historical sites. 4. Identify; describe, and analyze industries appropriate for all areas 5. Identify, describe, and analyze public works improvement necessary to make locations acceptable for development of identified industries. 6. Seek out and attract businesses within identified industries to locate in such locations. 7. Provide local assistance and advocacy for establishment of such businesses. 8. Provide public works facilities, as necessary. 9. Develop sources of funding for public works and business development for. specific projects. 10. Develop and implement procedures to ensure nemployed persons in the County are identified, recruited, trained (as necessary) , and-employed by such businesses. Major Hindrance: Lack of public knowledge of such sites; lack of major physical evidence of historical sites, conservation and protection ofnatural resources, lack of public access to some areas, seasonal nature of recreation industry, Submitted by: Date: 5/6/76 Name: George Jo4gson Telephone No: Representing: OEDP Committee Address: 01080 Statements to be submitted to George .Juluison, Contra Costa ing Department, P. 0. Boa 951, Martinez, CA 94553 (372-2035) by 5:00 p.m, , 1976. A � � L•Xnhtl�i,li CONTRA CO.: ,� (:( 1MTY OV10.1. LCONO1 11(: DI ',-1i1,011-11:NT PIZOGIZA* STIZA•1 ECI F.S relit 111-XIA, )11.11 N' OF POTENTIAL FOR ECONOMIC Of VELOPMEN'1' Potential (As identified by OEDP Committee) Water Recreation, Tourism Geographic Area: MARTINEZ i Type of f=iscal Assistance: Public Works Grants Business Loans Employment Potential: 70-80 full-time Activities Necessary to be Implemented in Order to Realize Potential: The City of Martinez is moving toward development and expansion of the Martinez Marina in accordance with a recently adopted master plan (the adjoining pro- posed regional waterfront park is also proceeding toward becoming a reality). The City's concept to promote water-related commercial development of the Marina area is to attract prospective commercial entrepreneurs by offering a Marina complex with all the necessary modern public improvements installed or in the process of being installed. The basic public improvements that the City plans to provide are two attractive landscaped access roads through the Marina (one of these would be an extension of the proposed main road through the waterfront park),improved parking facilities and all utilities. The City hopes to begin soliciting bids in April 1977 for a new major restaurant and chandlery (6000-10,000 sq.ft. , 60-70 employees), and a boat repair enter- prise (6 employees). Among other private commercial enterprises to be sought are a boat sales concern and a cluster of small commercial shops. Clearly the attractiveness to commercial entrepreneurs of the City's solicitation will depend heavily on the City's ability to offer an attractive Marina complex, one with landscaped streets, ample parking and all utilities. Public improvements to the Marina area are already underway but the City is seeking outside funding sources in order to implement the Marina master plan as successfully as possible. $50,000 is sought for Marina public improvements under the Public Works and Economic Development Act of 1965, as amended. Major Hindrance; Financing of implementation of the Marina development plan must come from Marina revenues and outside grants. Marina revenues alone are not sufficient to allow development as quickly as is desired. Thus, outside grants will be necessary to achieve the City's goals for economic development of the Marina. . Submitted by: Date: 4130176 Name: Henry R. Boucher Telephone No: 228-4400 Ext. 51 Representing: City of Martinez Address: 525 Henrietta St. 01081 Martinez, CA 94553 Statements to he submitted to George .Johnson, Cont runty Planning Department, P. 0. Box 951 , Martinez, CA .91553 (372-2035) by 5: Aril 30, 1976. -47- , CONTRA COS 1.1 COUNTY ( �►.►, IiCONOMIC .I)I '.'L'I,Uh�11i1J'1' PROGI0 , STRATEGIES FOR UEVE'LU►'MENT 01: 110TENTfAl. FOR ECONOMIC DEXE1.0PMEN7' Potential (As i4ptified by OEDP Committee) Nater and Waste Material Complex (Treatment, supplies, storage, reclamation and utilization) Geographic Area: Concord and surrounding area Type of Fiscal Assistance: Public Works Grants Business Loans Employment Potential: Good (60-100 Activities Necessary to be Implemented in Order to Realize Potential: 1. Conclude development- and design of energy-recovery systems utilizing- . recovery and processing of refuse and waste material to provide rieeded fuel for Central Sanitary District's new water reclamation facility. 2. Conclude site design for specific location of refuse processing facility. 3. Conclude road and street design to provide refuse truck and commercial vehicle access to the refuse processing facility as well as the adjacent regional refuse dump, and the only hazardous waste disposal facility available to central and east county. 4. Develop multi-funding package to fund.project from a variety of private and public sources. S. Develop and implement procedures to ensure unemployed persons in the County are identified, recruited, trained (as necessary) , and employed by such businesses. Major Hindrance: Initial financing, cost-benefit ratios, technology, numbor of public jurisdictions involved. Submitted by: Date: 5%6/76 Name: George Johnson Telephone No: t Representing: OEDP romm;tt6e Address.: 01082 Statements to bu stibmit:ted Lo Georlle 'Johnson, Contra Costa CokiA 'DeII)artment, P. U. 11ox 951 , h1:mt inez, CA 91553 (372-2035) by 5.00 ])-M. , April 0, 1970. * t18- CONTRA CO l COUNT OVIO.I. I:CONOMIC 111 1:1,0VM1'sN'I' PROGRAi STRATEG[ES FOR D1`.VI:I,0VN1;N'1' OF POTENTIAL FOlt :CONOMIC Pi ELOPMEN'1' Potential (As identified by OEDP Committee) 12. Waterfront and Maritime .Industries Geograpliie Area: From Richmond to San Joaquin County line•. Type of Discal Assistance: Public Works Grants X /; Business Loans t Employment Potential: Fair to good Activities Necessary to be Implemented in Order to Realize Potential.: 1 . Identify, describe, and analyze locations along waterfront 'suitable for employment generating economic development. 2. Identify, describe, and analyze industries appropriate for such locations. 3. Identify, describe, and analyze public works improvements necessary to make locations acceptable for development of identified industries: 4. Seek out and attract businesses within identified industries to locate in such locations. 5. Provide local assistance and advocacy for establishment of such businesses. 6. Provide public works facilities (roads, utilities, waste disposal , docks, breakwaters, dredging, etc.) as necessary to support establishment of new or expansion of existing businesses. 7. Develop sources of funding for public works and business developments for specific projects. $, ' Develop and implement procedures to ensure unemployed persons in the County are identified, recruited, trained (as necessary) , and employed by such businesses . Major Hindrance: Environmental conservation regulations, cost of providing public works and business improvements, inter-agency cooperation. Submitted by: Date: 5/6/76 Name: George Johnson Telephone No: - Representing: OEDP Committee Address: Statements to be submitted to George Johnson, Contra Costa CountDepartment, 11. 0. Box 951, Martinez, CA 94553 (372 -2035) by 5.00 h.m. , Apr%. -49- F a PART :IX , 1. Requirement i Updating ,of the Committee work plan for ,the 'next year, including a list of the activities--to- be carried' out, .names of who will:: assume responsibility, the time schedule, and assistance that will be needed. Res onse The Committee's Work Plan for the=1977-78 program;year'is listed on 1 -Pages 51> to •52. i 1 ! k , s s 'p _ P . r ,i l y . t t ' fti 3 , 5 , 01083 -so OVERALL ECONOMIC DEVELOPMENT PROGRAM COMMITTEE PLANNING SCHEDULE 1917-1978 Date Action August 11 , 1977 OEDP Committee start preparation .of 1976-1977 OEDP. Progress Report September 1 , 1977 OEDP Committee reviews and makes changes in draft portion of 1976-1977 OEDP Progress Report September 15, 1977 OEDP Committee reviews and takes action to submitted completed 1976-1977 OEDP Progress Report*to (1 ) Board of Supervisors and (2) Economic Development Administration (EDA) September 20, 1977 OEDP Progress Report submitted to Board of Supervisors for review September 27, 1977 Board of Supervisors takes action to approve OEDP Progress Report and its submission to EDA September 28, 1977 OEDP Progress Report mailed to EDA Month of October OEDP Committee secretary starts process for Board of 1977 Supervisors to appoint members and alternates to one and two year terms beginning January 1 , 1978 Month of December Board of Supervisors approve appointments of members 1977 and alternates to OEDP Committee Januaryl , 1978 Start of term of members and alternates January 19, 1978 Annual meeting of OEDP Committee Seating of all members and alternates Election of Chairperson and Vice-Chairperson Orientation of members Review of Work Program for year Month of April ; OEDP Committee meeting, start of preparation of the 1978 1977-1978 OEDP Progress Report Month of April and OEDP Committee meetings as necessary to develop 1977 May, 1978 1978 OEDP Progress Report June 8, 1978 OEDP Committee approves 1977-1978 OEDP Progress Report for submission .to Board of Supervisors and EDA June 20, 1978 1977-1978 OEDP Progress Report submitted to Board of Supervisors for review oluo -51- w v • - r OEDP Planning Schedule 1977-1978 (Continued) Actio Date - June 27, 1978 Board ofSupervisors takes action to approve 1977-1978 OEDP .Progress Report and its submission to EDA June 30, 1978 Deadline for submission of 1977-1978 OEDP Progress Report to EDA k F MAT 4 W otot;7 soon Wyk Ojos 3 :.500351b Adw } r - L _ — a i r 4 - : r 0108 �- s In the Board of Supervisors of Contra Costa County, State of California SEP 27 1977 , 19 In the Matter of Comments on Report of the 1976-1977 Grand Jury On September 13, 1977 the County Administrator having submitted a letter to the Board indicating that a report with suggested responses to the recommendations of the 1976-1977 Grand Jury would be filed on September 27 for review and consideration at the Board determined time of 2 p.m. on October 4; and The County Administrator having this day submitted to the Board "Comments on the Report of the 1976-1977 Grand Jury" ; IT IS BY THE BOARD ORDERED that receipt of aforesaid comments is hereby ACKNOWLEDGED. Passed by the Board on SEP 2 7/ 197, 71. hereby certify that the foregoing is a true and correct copy of on order entered on the minutes of said Board of Supervisors on the date aforesaid. Orig• Administrator Witness my hand and the seal of the Board of cc: Presiding Judge for Supervisors SEP 2 7 1977 FY 1976-77 affixed this day of 19 1977-78 Grand Jury J. R. OLSSON, Clerk By ._. :,../`/i: \ �i fi,� :� Deputy Clerk 0108 ) H-24 4/77 15m V 0 u my Administrator Contra Board of Supervisors Contra Jamas P.Kamw County Administration Building �/1C} 1st District Martinez, Califomia 94553 �\..JJ�VJ�sta Nwwy Q Fandan (415)372.4080 �fy � ) 2nd District Arthur G.WiN pmt t'ScModw County Administrator 3rd District Warren N.Bogna 4th District Erie N.HaMaMins 5th District September 26F 1977 Board of Supervisors Administration Building, Room 103 Martinez, CA 94553 Dear Board r4 embers Re: Comments on the Report of the 1976-1977 Grand Jury On September 13, 1977 I filed with your Board a letter indicating that a report with suggested responses to the recom- mendations of the 1976-1977 Grand Jury would be filed with your Board on September 27, 1977. This report is attached for your review and consideration at 2 p.m. on October 4, 1977, the time determined upon by your Board. Under Penal Code, Section 933, elective officials and boards of supervisors must comment on the Grand Jury' s report within 60 days from the date of filing -- a time period which has now been extended to 90 days under legislation enacted by the 1977 Session of the California State Legislature. In- conformance with this provision, County elective officers have filed their responses with your Board, and with the Presiding Judge for the 1976-1977 fiscal year, during the past several weeks. Additional copies of these responses will be available for reference during your dis- cussion on October 4. RqavLpc #lly' ARTHUR G. > LL County Administrator CAH:es Attachment cc: Presiding Judge for Fiscal Year 1976-77 1977-78 Grand Jury 010 / Microfilmed With board order 1976-77 GRAND JURY RECOMMENDATIONS AND COMMENTS 1. The Grand Jury recommends expansion of the storm water detention basin program, as a sound way to solve flood problems, with a positive environmental impact. COMMENT: County staff concurs and on September 6, 19770, the Board of Supervisors, after a public hearing, incor- porated this concept into an amendment to the plan for Flood Control District Zone 3B. 2 . The City-County thoroughfare program should be dropped from the budget. In today' s construction market, $500,000 does little else than allow City and County officials to meet and lay the base for a unified appeal for State and Federal funding. Although this spirit of cooperation and organization is worthwhile, the voters have spoken and the funds must be obtained from a different source. COMMENT: The annual $500,000 appropriation for the City- County Thoroughfare Program was again considered by the Board of Supervisors as a policy item during review of the Budget for the 1977-78 fiscal year. After weighing all facets of the matter, the Board, on recommendation of its Finance Committee, determined to continue the appropriation because it helps finance roads which are an integral part of the countywide transportation system. 3 . The Contra Costa County Water Agency should continue to provide our legislators in Sacramento and Washington with support and technical assistance regarding the maintenance of our water quality. COMMENT: County staff is pleased to have this Grand Jury's support for continuation of the water agency efforts for continued provision of support to the County' s State legis- lative and congressional delegation for efforts to maintain Delta water quality. . ososs. 2. 4. It is recommended that the Board of Supervisors become totally involved in bringing the Affirmative Action Program of the County into full compliance of the law. It is felt that our County Supervisors are negating their responsibilities to the public by not fulfilling the obligation. COMMENT: The objective and actions of the Board of Super- visors has been to bring the County Affirmative Action Program into full compliance with the spirit and intent of the law. The County is operating under a Consent Decree entered into in federal court and has cleared complaints from the Office of Revenue Sharing Law Enforcement Adminis- tration and others and is subject to continuing monitoring by the State Fair Employment Practices Commission. Steady growth in minorities in the work force is occurring. 5. The next Grand Jury should cause to be made a Personnel Profile comparative analysis from July 1, 1972 to June 30, 1977 in order to determine the degree of progress. COMMENT: The June 30, 1977 Personnel Profile comparative analysis will be furnished to the 1977-78 Grand Jury as soon as it is completed. Similar reports are available for the past several years for the Grand Jury' s review. 6. Follow through with S.B. 94 introduced by Senator Nejedly. COMMENT: S.B. 94 which would have provided expanded powers of the Grand Jury to include jurisdiction to investigate multi-county agencies failed passage in the Senate Committee on Judiciary. Similar legislation (A.B. 26) was introduced by Assemblyman Boatwright in the Assembly where it was held under submission in the Assembly Criminal Justice Committee. Although technically still "active" , A.B. 26 could not become law until January 1, 1979, if inactive. The County will follow progress of A.B. 26. 7. Future Grand Juries should keep themselves apprised of BARTD management activities. COMMENT: Item directed to 1977-78 Grand Jury. 8. Consolidate the following Fire Districts: A. San Ramon with Danville; B. All of West County into one district. low 01089 3. COMMENTS: A. As these two districts are autonomous, any action for consolidation must be initiated by the districts' Board of Directors and/or residents of those districts. B. As the Board of Supervisors control only a portion of the fire protection districts in West County, no action for consolidation will be successful until the other fire protection districts are willing to support that action. 9. Every oil refinery in the County should be included in a Fire District similar to Standard Oil Co. in Richmond. COMMENT: Current law is such that the refineries (three) in question cannot be annexed to a district unless willing because their protests to such annexation will terminate the annexation procedure. There is no presently known simple way to accomplish such annexations. 10. Contra Costa Consolidated Fire District needs to improve its public relations effort. A step in this direction would be a re-evaluation of their weed abatement operations, with special attention given to the weed abatement notices mailed to the public. COMMENT: Chief Streuli of the Contra Costa County Fire Protection District has advised that for the year prior to the Grand Jury Committee investigation the district issued approximately 18,000 abatement notices. Only about twenty complaints were received from citizens required to abate weeds, or for whom the work was performed and an assessment lien placed on the property. This is not a high level of complaints considering the nature of this program. Action has been taken to divide the abatement notice into separate categories - discing, spraying and mowing - and follow-up procedural changes have been instituted which should further improve abatement operations and reduce complaints. 11. Continue effort to merge the two Mosquito Abatement Districts. It is also recommended that the succeeding Grand Juries investigate this matter further. 01090 4. COMMENT: As these two districts are autononomous, any action for consolidation must be initiated by the districts' Board of Directors and/or the residents of the area. Although the city mayors voted 10 - 4 in opposition of this consolidation, the Contra Costa County Mosquito Abatement District still has the matter under consideration. 12. All five Assessment Appeals Board members be hearing officers and not two as alternates. 13. Rotate hearing officers at every meeting whenever possible. 14. Have a new panel of hearing officers if a second appeal is made covering the same property. COMMENT: The following covers recommendation Numbers 12, 13- anc714 of the 1976-77 Grand Jury Report: The narrative on which these recommendations are based indicates that the intent of the Grand Jury is that the Assessment Appeals Board consist of five rather than three members, although only three members would hear a specific request; the principal objective is to assure that any possible conflict of interest situation be avoided. The three-man composition of Assessment Appeals Boards is specified in the California State Statutes; a change in the law would, therefore, be required to implement this proposal. It does not seem necessary to go as far as the Grand Jury suggests to assure equity and to avoid conflicts of interest in assessment appeal proceedings. The Internal Operations Committee of the Board of Supervisors reviewed organization and composition of the -Assessment Appeals Board earlier this year and concluded that the present plan of organization with three Appeals Board members, and two Alternates who also serve as Hearing Officers, is satisfactory. 15. Revise the form "findings of fact" , so that reasons for the value found can be used as a guideline for similar future evaluations. 16. When the Board Decision differs from the Assessor' s valua- tion by 25% , establish a procedure so that the Board of Equalization can compare Assessor's value with the Tax Assessment Board' s decisions. This should improve the assessor's work and evaluate the reasonability of the assessment board' s decision. 010914M COMMENT: The following covers recommendations Numbers 15 and 16 of the 1976-77 Grand Jury Report: The purpose of these recommendations appears to be to assure that an adequate factual record is established from the proceedings of the Assessment Appeals Board. The suggestions have been referred to the Assessment Appeals Board and to the County Counsel for consideration for inclusion in the rules of the Assessment Appeals Board. 17. Set time limit for the case to be heard, and give the board's valuation decision immediately following the hearing. - COMMENT: This is also a rules and procedural matter within the province of the Assessment Appeals Board. It should be noted, however, that taking matters under advisement before a decision is rendered is standard practice in court and other quasi judicial proceedings. 18. No Board members or alternate be permitted to serve more than two full terms. 19. Have a weeks training program for new board members and compulsory seminars for the older members. COMMENT: The following covers recommendations Numbers 18 and 19 of the 1976-77 Grand Jury Report: It is doubtful that an absolute two-term limit on appointments is advisable, and that such fixed rules on training are required. 20. A nominal returnable filing fee be required from appellant to guarantee appearance before the Board. Much preparation time by the Assessor' s Office could be averted by this procedure. COMMENT: If a filing fee is to be required, it probably should be high enough to cover the administrative cost of the appeal. However, state law does not presently contemplate a filing fee for processing an assessment appeal. 21. Increase the appraisal staff to prevent further work overload`. jag 01OZ54 6. COMMENT: Personnel allocations for appraisal and other purposes were thoroughly reviewed by the Board in conjunction with adoption of the Final Budget for the 1977-78 fiscal year. 22. Encourage members to become members of professional appraisal organizations. 23. Continue to upgrade qualified personnel by attending seminars whenever available. COMMENT: The following covers recommendations Numbers 22 and 23 of the 1976-77 Grand Jury Report: Concur within established policy and budget limitations. 24. Employees of the Assessor' s Office who appear before the Assessment Board should be given specialized training, at county time and expense. COMMENT: Department administration should confer with Director of Personnel if such training is considered necessary to ascer- , tain if the training resources of the Personnel Department can be of assistance. 25. Install uniform accounting procedures in all School Districts. COMMENT: This would require cooperation of the various school districts. The Superintendent of Schools concurs with the recommendation but feels that it will be necessary for the County to provide resources to develop and implement such a uniform system. 26. Endeavor to assign projects to local school districts, wherever possible. COMMENT: The Superintendent of Schools while concurring with h the recommendation, indicates that the first priority is to assure that necessary and legislated services are provided to the children of the County. 27. Justify all programs by the test "If it were not now in existence,, would a determined effort be made to provide it. " COMMENT: The Superintendent of Schools advises that periodic surveys are made of district needs and that many programs are terminated (and initiated) on the basis of these assessments. a1o93 7. 28. Full time Supervisors "are recommended the salary to be such as will attract qualified personnel. COMMENT: The Board of Supervisors has matter under consider- ate—on.- The present compensation for the office is low in relation to that of Board members in other comparable urban California counties. 29. Two new judicial positions should be authorized for the Superior Court. COMMENT: After thorough review and in conjunction with the _ budget process, the Board approved and requested the legis- lature to establish one additional position of Superior Court judge. The enabling legislation was approved and is awaiting the Governor' s signature. 30. Permanent quarters for the Grand Jury should be made immediately available. COMMENT: Quarters have been provided for the permanent use of the Grand Jury. 31. Reimbursement for Grand Jurors should be increased. COMMENT: Fees and reimbursement rates for Grand Jury members are set by State legislation and any increase would require appropriate action at that level. 32. The County Administrator, when preparing information for consideration by the Board of Supervisors, should list costs, advantages and disadvantages of. each possible alternative. COMMENT: The County Administrator' s Office has always provided the Board of Supervisors with alternatives on any major decision. Likewise, County departments have provided this information. The Board' s committee system provides the framework within which major program decisions are considered and investigation and discussions by these committees normally generate any alternatives which are practical for its consideration. For obvious reasons, the inclusion of "each possible alternative" in each report or recommendation from this office on minor or routine matters is not included. In addition, State or Federal law will severely limit the number of alternatives the County may consider in many program areas. Therefore, the inclusion of alternatives is normally restricted to major policy matters only. 01094 8. 33. Fees paid to Election Officers should be increased. COMMENT: The County Clerk-Recorder advises that the recommended increases would bring official' s fees to FLSA minimum wage standards. The cost of such an increase would be approximately $30,800, with some offset from increased charges to districts consolidating with county elections. The increase was informally considered during the budget review for the 1977-78 fiscal year and will be subject to future review during the compilation of the budget for the 1978-79 fiscal year. 34. Adopt a zero based budget plan requiring that every program receiving county funds be periodically rejustified as if it were a brand new program. COMMENT: This office has worked for several months on the development of a program budget and this is supported actively by the Board of Supervisors. Since zero based budgeting is an outgrowth of program budgeting, this first step is required. The whole matter of budget planning and budget format will be discussed in a workshop session with the Board of Supervisors in early November and members of the Grand Jury should plan to attend this session. 35. Devise a comprehensive, procedural manual for the payroll department. COMMENT: The Auditor-Controller advises that a new payroll system, including a procedural manual, is currently being installed. 36 . The disbursements supervisor should review all warrants to make sure (s)he has approved and signed all disbursements over $100. 00. COMMENT: The Auditor-Controller advises that all warrants are being screened independently to verify that all $100. 00 items are approved. 37. Devise a manual for county departments outlining suggested minimum, internal practices for control of cash receipts, cash disbursements, and payroll including small staff situations. 01095 9. COMMENT: The Auditor-Controller advises that the Internal Audit Division has developed instructional material on internal controls which will be distributed to all offices. 38. Develop a standardized fines receivable system for use throughout the entire municipal court system. - COMMENT: A proposed uniform system for payment of all deferred Court fines through the Central Collections Division of the Auditor's Office is currently in the development stage. This computer assisted system would provide a standardized procedure for all Municipal Courts. 39. Restrictively endorse all checks upon receipt, rather than at the end of the day. COMMENT: The County Clerk-Recorder is adjusting procedure to recommendation. 40. The recommendations in the Review of the Child Support Collection Program should be followed. COMMENT: The District Attorney advises that the report has been reviewed and, in general, the comments and recommendations are of assistance in the administration of the program. A summary report of actions taken and contemplated by the depart- ment is attached. 41. Plea bargains should be a matter of public record and included in the body of every presentence report prepared by probation officers. COMMENT: The District Attorney advises that all plea bargains essentially are a matter of public record as the judge recites for the record the District Attorney's position, the defense lawyer' s position and the court's position. This information is taken down by the court recorder. The transcribing and reducing to writting of reasons for sentencing could prove to be most expensive and the courts and District Attorney are reviewing the matter. 42. That the District Attorney augment his statistical data to include a section which defines the original offense, a section describing the reduced charge or charges and the Nk. provision of a written explanation if the offense reduction was the result of plea negotiations. 01095 10. COMMENT: The District Attorney advises that a study is being conducted to review all departmental forms and internal reporting procedures in order to develop comprehensive reporting require- ments for his department. 43. That judges be required to provide written explanation out- lining their reasons for acceptance of plea bargains. COMMENT: See comment under Recommendation No. 41. 44. That at least one-half the staff at the branch jail be comprised of officers with three or more years experience. _ COMMENT: The Sheriff-Coroner advises that state legislation mandates collective bargaining with peace officer groups in matters dealing with working conditions including the assign- ment of senior officers. The department does not have complete flexibility in this matter. 45. Increased efforts be directed toward the recruitment of qualified minority staff. COMMENT: The Sheriff-Coroner advises that the department has an active and effective Minority Recruitment Program. 46 . That continued efforts be made to improve security and surveillance at the branch jail. COMMENT: Several projects requested by the Sheriff-Coroner were approved by the Board of Supervisors in the budget for 1977-78 fiscal year. 47. That any deputy assigned to the detention division be required to participate in an ongoing program of educa- tional and professional growth designed by the sheriffs training officer in conjunction with representatives from the field of corrections. COMMENT: The Sheriff-Coroner advises that the department is in compliance with minimum training standards for local deten- tion facilities established by the State Board of Corrections at this time. 48. That a plan be implemented which would assure that the inmate library be well stocked and provide interesting and diverse reading materials. 01097 - 4W 11. COMMENT: The Sheriff-Coroner advises that discussions will be held with the County Librarian concerning possible improvements in the inmate library. 49. That the 1977-78 Grand Jury consider investigating the feasibility of a Department of Corrections for Contra Costa County. COMMENT: This is an item for consideration by the 1977-78 Grand Jury. 50. That one additional probation officer position be assigned to Byron Boys Ranch to assist released youngsters in their transition from institutional to community life. COMMENT: The Assistant County Probation Officer advises that minors released from the Ranch need intensive supervision, especially immediately upon release, and that that supervision can best be provided by the deputies assigned to the office responsible for that geographical area. 51. That a system of accountability and statistical data mainte- nance be formulated and implemented by the volunteer program. COMMENT: The Assistant County Probation Officer concurs and advises that since January, 1977 the Volunteer Program statistical report provides the requested information. 52. That the O.R. Unit immediately design and implement a system whereby it can provide documentation regarding the number of persons who commit new crimes while on O.R. and other pertinent data. COMMENT: This specific statistical data is not tabulated as routine, but the Assistant County Probation Officer advises that a special project could be designed for this purpose. 53. We recommend to the Board of Supervisors the need for two new probation officer positions to be assigned to the special services units for the purpose of initiating a supervised release program. COMMENT: The Assistant County Probation Officer advises that thedepartment would be able to implement such a program if directed by the Board of Supervisors and the courts but that such programs in other counties have not appeared to be cost-effective. 0105 12. 54. The polygraph examination should be regulated and validated by the state every year just as the written exam is. COMMENT: The Sheriff-Coroner advises that the State does not ick ense polygraph examiners and that the Sheriff-Coroner's department supports the efforts of the California Association . of Polygraph Examiners to establish licensing procedures. 55. A P.O.S.T. employee or an independent polygraph examiner should administer the tests. COMMENT: The Sheriff-Coroner advises that, due to the _ shortages of resources and personnel, it is unlikely that P.O.S.T. could take over this responsibility. 56. The Board of Supervisors initiate legislation to change the state law to return a percentage of fines levied on Animal Control violations to the Animal Control Department. COMMENT: The Agriculture Commissioner advises that such a change in state legislation would have little or no effect on overall county finances as any increases in revenue to the Animal Control Department from this source would result in an offsetting decrease in revenue available for P.O.S.T. training as both would receive monies from the same state fund. 57. That sheep, goats and hogs be added to the county ordinance that allows for unclaimed horses, mules and burros to be sold at auction to the highest bidder. COMMENT: The Agriculture Commissioner concurs and proposal will be further considered by Internal Operations Committee which is reviewing Animal Control matters. 58. A general over-all tightening of Animal Control rules and regulations covering paper work and phone calls, from and to the public. COMMENT: The Agricultural Commissioner advises that a senior administrative staff person has been added recently to staff and will be working to improve the efficiency of Animal Control Division. 01099 13 59. An in-depth study should be made by an outside management consultant to determine how Social Services, medical Services, Public Health and other related departments can be operated in a more efficient manner. COMMENT: A meaningful study of such depth would be extremely costly and time consuming as the Social Services, Medical Services, Public Health and other related departments constitute over one-half of county operations as based upon personnel allocations. The Board of Supervisors recently approved a goals statement for the Human Resources Agency for the 1977-78 fiscal year, and establishment of a Human Services Advisory Commission, to help assure costs effectiveness in provision of human services. The impact of these actions should be ascertained prior to consider- ation of outside consulting services. 60. Follow all recommendations in the Ernst & Ernst Special Report on the Contra Costa County Hospital. COMMENT: Several recommendations of the Special Report on the Contra Costa County Hospital prepared by Ernst & Ernst have been implemented. A separate report on this matter will be presented to the Board of Supervisors in the near future and this will detail the results of our study of the consultants efforts. 61. Compile accurate, factual information and analyze data submitted in disclosure reports to California Health Facilities Commission. COMMENT: Medical Services advises that this was an early —California Health Facilities Commission report. It is known that certain information in this report was inaccurate because the department did not have a data base in such a form that it could reply accurately. A request to leave blank those sections to which an accurate response could not be given was denied. Staff concurs on compilation of accurate and factual information and analysis thereof prior to submis- sion for future disclosure reports and will do so if allowed to leave out those items for which the data base is not satisfactory. 62. The Human Resources Agency Director should obtain and make use of the Annual Inventory of Financial and Statistical Information for California Hospitals for the period ending June 30, 1976 as soon as it is published. 01100 14. COMMENT: A better approach is for comparison of information provided for under SCR 117 which requires the tabulation of information related solely to county hospital operations. Direct comparison of data as between county hospitals and private hospitals can easily lead to erroneous conclusions. 63. Begin discharge planning as soon as a patient is admitted to County Hospital. COMMENT: Medical Services states that the length of stay at the County Hospital is shorter than any other acute care county hospital and is quite competitive with any other acute care private hospital. 64. Admit patients to the hospital early in the week whenever possible. COMMENT: Recommendation is apparently directed mainly at elective surgey and is being referred to the Medical Director for his consideration. 65. Designate some beds at County Hospital for extended care only. COMMENT: Consideration is being given to changes in the status of designation of some beds at County Hospital in order to better utilize the facility. 66. Close the Richmond Health Center on Sundays. COMMENT: Keeping the Richmond Health Center open on Sundays was a specific requirement for continuing approval of the Prepaid Health Plan. 67. Require that non-indigent patients requesting care for non- emergent conditions pay for services in advance. COMMENT: This issue will require further investigation as to s-feasibility. It should be noted, however, there is presently legislation pending in the State Legislature which would preclude implementation of this recommendation. 68. Follow all the recommendations in the Report on Review of Hospital Patient Billing Systems. COMMENT: The report referred to in this recommendation is a March 31, 1977 report prepared by the County Auditor- Controller on the hospital patient billing system. Each 01101 15. recommendation set forth in this report has been reviewed by HRA/Medical Services staff and a response made directly to the Auditor-Controller. Several recommendations have been implemented and others are continuing under review by HRA/Medical Services personnel in conjunction with the staff of the Auditor-Controller' s office. 69. • Do not open the Prepaid Health Plan to non Medi-Cal recipients. COMMENT: It is both a state and federal requirement that the County' s Prepaid Health Plan be opened to non Medi-Cal recipients. Therefore, this proposal cannot practically be implemented without terminating participation in the Prepaid Health Plan Program. 70. Assure that the premium paid for Prepaid Health Plan covers the full cost of the program. COMMENT: Concur. Human Resources Director advises that at the present time the premium being paid to the County by the State for most Prepaid Health Plan recipients is believed to cover the full cost of the program. The County recently received an average 15% increase in premium for most categories effective July 1, 1977. A new financial analysis of Prepaid Health Plan costs and revenues is being prepared. 71. Contract with a Hospital Management Service to implement an integrated management program. 72. Invite National Medical Enterprises, Inc. to Contra Costa County to conduct an analysis of County Hospital operations. COMMENT: The following covers recommendations Numbers 71 ani-of the 1976-77 Grand Jury Report: The Human Resources Agency and the Medical Director are completing the reorganization of the Medical Services Department. This reorganization will include the consider- ation of filling the Hospital Administrator position and the decision will have to be made as to what management improvements will be accomplished in-house with county administrative personnel or by acquiring the services of consultants in specified areas. This office has compiled a considerable amount of information on the availability of hospital management consultants, and is prepared to initiate the process for selection of a consultant if, in fact, that is determined to be the best solution. All qualified consultants should have the full opportunity to make proposals to the Board of Supervisors and the County should follow its traditional process for selection rather than to carry on discussions withnon O2s�ingle firm. d ATTACHMENT (Item No. 40) - Board of Supervisors -2 August 29, 1977 Recommendation *JO in the 1976-77 Grand Jury report declares that ten specific recommendations contained in the report dated November 19 , 1976 by Arthur Young and Company be followed. We have reviewed the report and, in general, we find the comments and recommendations to be of assistance in the adminis- tration of this program. We considered each of the recommendations .. submitted. In some instances we had already instituted the suggestions made while in others it was determined to be impractical to adopt them as presented. A summary report of action taken and contemplated follows below. The ten recom- mendations .are discussed in the same sequence presented in the report by Arthur Young and Company. No. l: The Family Support Legal Division, the administrative office of the Collections Division and the paternity unit - should be located within the same facility. Comment: We agree that co-location of these units is desirable. At the present time, however, it is not economically feasible to house them in the same facility. Early in September we will be consolidating the collections unit administrative staff. and the paternity unit in a .single building located in the City of Pleasant Hill. At approximately the same time, the legal unit will be moving from Concord to the Courthouse in Martinez. While it was not practical to house the legal unit with the collections unit administrative staff, we believe that the cost savings resulting from vacating the present rented space in Concord and the advantage of having the attorneys close to the courtroom of the Domestic Relations Commissioner to be significant. No. 2: Appoint an overall head of. the legal and collec- tions units. Comment: Serious consideration has been given to this proposal both in the past and recently. However, the constraints of the Civil Service system and other staf- fing considerations have dictated that this action be deferred. We recognize the proposal to be valid and will implement it whenever practicable. No. 3 : Increase the clerical staff of both the legal and collections unit and assign another collections officer to the paternity section. Comment: Eleven new positions for family support were authorized by the Board of Supervisors during fiscal year 1976-77 . These positions have all been filled. In addition, a collections assistant was added to the paternity staff. 01103 Board of Supervisors -3 August 29, 1977 No. 4 A formal written education plan for para-legals should be developed and emphasis should be placed on on-the-job training; the Collections Division Policy and Procedure Manual should be updated. Comment: A formal written educational plan for the collections staff is being developed. This has been coordinated with the legal staff who have also been participating in training sessions. The Policy and Procedure Manual is routinely reviewed and up-dated. At present, the manual is current and in conformity with federal and state regulations. No. 5: Authorize Collections Officers to deviate from the payment schedule found in the Policy and Procedure Manual. Comment: As the Arthur Young and Company report notes, this change had already been implemented at the time the report was published. No. 6 : Confer with representatives of the Marshal's Office to improve the service of legal papers in child support cases; hire a fulltime process server to supple- ment the service provided by the Marshal' s Office. Comment: Meetings were held with the various Marshal' s Offices and improvement has been noted. Additionally, funds were provided under the CETA employment program to hire a fulltime• process server for family support cases. No. 7 : Work closely with the Family Law Commissioner to establish procedures for hearings on child support cases. Comment: Close liaison has been maintained with the Presiding Judge .and the Family Law Commissioner to assure that Family Support cases are calendared in a manner to assure the most effective use of attorney time. No. 8 : Emphasize the development of methods and procedures for effective processing of cases taken over from the Probation Department at the end of June, 1976. Comment: The cases taken over from the Probation Depart- ment principally involve probationers who were convicted of criminal non-support and were to make child support payments through the Probation Officer. Additionally, cases involving delinquent children who are placed in foster homes or other institutions but whose parents 4SW 0110 Board of Supervisors -4- August 29, 1977. are now responsible for support are now handled by the Collections staff. Guidelines for the handling of these cases have been orally promulgated and will be published in the Policv and Procedure. Manual in the near future. No. 9: Compile SEIF reimbursement data earlier so that reports can be filed with the state on a current basis; consider use of data processing to collect the essential information automatically rather than manually. Comment: During 1976-77, all required reports were sub- mitted to the Department of- Benefit Payments in a timely manner. While the use of data processing to prepare the claims has merit, there is still a need for human judg.- ment which cannot be provided by computer services without extensive and costly programming. Thus, at present we do not consider modification of the data processing program -for this purpose to be feasible. The Department of Benefit Payments has been pleased with the accuracy and timeliness of our reports. No. 10: Improve the usefulness by collections staff of data processing reports by combining certain runs and modifying the form of others . Comment: Conferences have. been held with data processing personnel to work out improvements. Specific requests for changes have been submitted and others are currently being discussed. Requests for revision and modification were submitted in June 1977 in order that costs will fall within the 1977-78 budget year. WAO:bl cc: Arthur G. Will County Administrator' - Aw- 01105 In the Board of Supervisors -of .,Contra Costa County, State of California September 27, ..:19 77 In the Matter of Proposed Segregation of Assessment No. 15-A-7 Assessment District 1969-1 Alamo Area. The Public Works Director has reported that he has been notified by the County Auditor-Controller that the parcel of land shown as Assessor's Parcel Nos. 193-482-011 & 012 on previous tax rolls upon which there are unpaid assessments on bonds issued under the Improvement Bond Act of 1915, Assessment District 1969-1,has been subdivided; In conformance with Sections 8730 to 8734 of the Streets and Highways Code, IT IS BY THE BOARD ORDERED that the Public Works Director, ex officio Street Superintendent, is AUTHORIZED to file with the Clerk of the Board amended assessments for Assessment Nos. 15-A-7 and 15-A-8 segregating and apportioning the unpaid installments of the original assessment in accordance with the benefits to the several parts of the original parcel. IT IS FURTHER ORDERED that, pursuant to Resolution No. 69/567 adopted by the Board on August 26, 1969, a fee of $160.00 shall be applied to each segregation to cover County costs. PASSED BY THE BOARD on September 27, 19771 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Originating Department: PW-LD Supervisors cc: Public Works-LD affixed this 27 day of Senremher 19 77 Public Works - B&S County Auditor J. R. OLSSON, Clerk County Counsel By. ZAjtd� �� C Deputy Clerk County Administrator 01106 H 24 3/76 15ro In the Board of Supervisors Of Contra Costa County, State of California SEP 27 1977 , 19 In the Matter of Authorizing Execution of Lease with Joseph F. Buhlman and Joan M. Buhlman for 816 Main Street, Martinez, CA. IT IS BY THE BOARD ORDERED that the Chairman is AUTHORIZED to execute a five (5) year lease and a Memorandum of Lease for recording with Joseph F. Buhlman and Joan M. Buhlman for use of premises at 816 Main Street, Martinez by the Social Service Department. PASSED by the Board on SEP 2 7 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 Originator: Public Works Department Supervisors Building and Grounds SEP 2 7 1977 cc: County Administrator affixed this day of 19 r _ Auditor-Controller Social Service Deparment 7 J. OLSSON, Clerk Lessor (via Lease Management) f --- r Deputy Cleric btie G ie z 4110 11-24 3/76 15m MEMORANDUM OF 'LEASE This MEMORANDUM OF LEASE is made and entered into on S EP 2 7,1877 by and between Joseph F. Buhlman and Joan M. Buhlman, hereinafter called "LESSOR" and CONTRA COSTA COUNTY, .a political. subdivision of the State of California, hereinafter called "LESSEE". LESSOR for a valuable consideration, the receipt and sufficiency of which are hereby acknowledged, and in consideration of the terms and conditions of that certain lease dated S EP 2 711977 does hereby lease,. let and demise unto LESSEE the real property hereinafter described for the purpose of conducting various functions of LESSEE. All of those certain premises consisting of approximately 3,500 square feet of office space commonly known and designated at 816 Main Street, Martinez, California. The demised premises are described in the deed to Joseph F. Buhlman et ux recorded on June 1 , 1971 in Book 6394 of official records at page 496, Records of Contra Costa County, California. The term of this lease is Five (5) years commencing_January 1, 1978 and ending December 31 , 1982. This MEMORANDUM OF LEASE is made upon the terms, covenants, and conditions of that certain lease dated SEP 2 71977 described hereinabove, which lease is..by reference incorporated herein and made a part hereof .and which is on file with the Clerk of the Board of Supervisors, Contra Costa County, California. The provisions hereof are binding upon and shall inure to the benefit of the parties hereto and their respective heirs, executors., administrators, successors and assigns. low- 0103 Mi"fi med with board order IN WITNESS WHEREOF, the parties hereto have executed this MEMORANDUM OF LEASE as of the day and year first hereinabove written. LESSEE: LESSOR: CONTRA COSTA COUNTY, a p -l-iti cal subdivision of?the Sha a of Cal , rnia - - , , 01 ✓' N. Bogge Chairman, Board of Supervisors �:!' Joseph F. Buhlman . ATTEST: . BY .RiVI --LAU J. R. OLSSON, Clerk Joan M. Buhlman n By Deputy Rga6 _ Gutierrez RECOMMENDED FOR APPROVAL: STAii OF CALIFORNIA ACKNOWLEDGEMENT CONTRA COSTA COU.`1IY ss BY PUBLIC AGENCY (C.C. 1191, 1181, 1180 By P lce()V County Administrator W N. Boggy .............. .1..................................................................... who signal this document.pentorally kro+n to no, and kna" to me to be atone-!�,t�d afrc:r of vis ibevo named ru_i'c cor;arst;on, agency or polit=l iu.divisical of the stela of California on behalf of said j public holy, aid he/sho personally appearad before me today and me. Btjy / �i`�L�� knowledged to mo that saki aobl;e body executed thi current. J 'County Real Pr y A - J. R. OLSSOiir C;7;1erk L Ewti' -o Clark Board of Supervisors Dated: 6y '-- APPROVED AS TO FORM: JOHN B. CLAUSEN, County Counsel BY— Deputy, Courtly Counsel STATE OF CALIFORNIA l COUNTY OF--&O, SS. a O SE -� '- f S '7 before tile, SAFECO rn, thr;undersigned, a Notary Public in and for said County and State, J c r FOR NOTARY SEAL OR STAMP personally appeared —.—v P 7n A n known to file ' - Duh vibrd to theOFFICIAL v_ U, hn the prr�un.i._..,_w•hu-r nrrnc.5-�:-1_.. OFF 1 C 1 4 l S b A t within instrument and acknowledged char �_r.crcttted the -rs E. NANL1TANO '�a J RY vU3t.ir GtiFnRf:ls �f Mme• '' '` COU-3TY OF CONTRA COSTA ''— lay Ca.�i=ca Fs.ires FaS.27. 1979NITS E Vi u � - r r. a low 01� t LEASE 816 Main Street Martinez, California SOCIAL SERVICE DEPARTMENT SEP 2 7 1977 1 . PARTIES: Effective on 1977, JOSEPH F. BUHLMAN AND JOAN M. BUHLMAN, hereafter called "LESSOR" and the COUNTY OF CONTRA COSTA, a political subdivision of the State of California, hereinafter called "COUNTY", mutually agree and promise as follows: 2. LEASE OF PREMISES: LESSOR, for and in consideration of the rents, hereby leases to COUNTY, and COUNTY accepts and takes those certain premises situated on the .south line of Main Street between Los Juntas and Ferry Streets, City of Martinez consisting of approximately 3,500 square feet of office and mezzanine space in that certain building commonly known and designated as! 816 Main Street and more particularly described in Exhibit "B" attached hereto and made a part hereof. 3. TERM: The term of this lease shall be five (5) years commencing January 1 , 1978 and ending December 31 , 1982. 4. RENTAL: COUNTY shall pay to LESSOR as rent for said premises, a monthly rental of Two Thousand and No/100 Dollars ($2,000.00) i.n advance by the 10th of each month during the term of this lease. Rental shall be mailed to LESSOR at P.O. Box 4903, Walnut Creek, CA 94596. 5. EXTENSION: This lease may, at the option of the COUNTY, be extended for five (5) years commencing on January 1 , 1983 and ending December 31 , 1987 upon the same terms and conditions, except the rental shall be adjusted as follows at the beginning of each lease year: Lease Year Rental Per Month 6 January 1 , 1983 to December 31 , 1983 1260.00 per month 7 " 1984 to 11 1984 1325.00 per month 8 1985 to it1985 1385.00 per month 9 1986 to 1986 1450.00 per. month 10 It 1987 to 1987 1510.00 per month It is understood and agreed County shall give LESSOR 90 days prior written notice of its intention to exercise any option to extend this lease. However in the event COUNTY does not give such written notice, its right to exercise any option before termination of the lease shall not expire until 10 working days after receipt of LESSORS written demand to exercise or forfeit said option. 6. HOLDING OVER: Any holding over after the term of this lease as provided herein- above shall be construed to be a tenancy from month to month subject to the terms of this lease so far as applicable. 7. USE OF PREMISES: The premises shall be used during the term and extension hereof for purposes of conducting various office functions of COUNTY. 0 110 - l - 40"Crolme8 yr th board or8af 8. MAINTENANCE AND REPAIRS: a. LESSOR shall keep the roof and exterior of .the building in good order, condition and repair except for exterior doors and their fixtures, closures, and hinges, which shall be maintained by the COUNTY. COUNTY shall maintain all locks and key systems used in the demised premises. b. COUNTY will maintain any and all interior electrical , interior water and interior plumbing systems, except COUNTY shall not be responsible for major repair or replacement of said systems. COUNTY will replace any and all electrical lamps and ballasts in the lighting system after total original- lamping by LESSOR. c. COUNTY shall maintain and repair the heating, ventilating, and air conditioning systems. d. COUNTY shall keep and maintain the interior of the premises in good order, condition and repair, ordinary wear and tear excepted, but LESSOR shall repair damage to the interior caused by failure to maintain the exterior in good repair including damage to the interior caused by roof leaks and/or interior and exterior wall leaks. e. COUNTY shall replace any glass windows broken in the demised premises. f. LESSOR shall provide and install at the direction of the Fire Marshal the necessary number and type of A-B-C fire extinguishers for the premises at no cost to COUNTY. COUNTY shall thereafter maintain, repair, and replace said extinguishers. g. COUNTY shall not suffer any waste on or to the demised premises. Ii. COUNTY shall not be held liable or responsible for any repair and/or replace- ment of any part of any system or improvement under warranty. LESSOR shall furnish COUNTY with three (3) copies of warranties, parts lists, and operat- ing instructions for all mechanical systems maintained by COUNTY prior to occupancy. i. LESSOR shall be responsible for the correction of any city building, and/or Fire Code Violations: provided that LESSOR shall not be liable for correction of said Code Violations which arise out of and are directly related to a change in the COUNTY'S occupancy or use of said premises. LESSOR shall be responsible for correction of any CAL/OSHA Violations for a period of one year after completion and acceptance of the premises by the COUNTY. - 2 - 01111 9. UTILITIES AND JANITORIAL: COUNTY shall pay for all water, gas, sewer, electric and refuse collection services provided to the demised premises and shall provide its own janitorial service. LESSOR shall provide separate utility meters for the demised premises. 10. ACCOMPLISHMENT OF IMPROVEMENTS: a. LESSOR shall construct improvements per plans and specifications labeled Exhibits "A" and "B" which are attached hereto and made a part hereof. Final plans and two (2) copies of specifications of materials and equip- ment to be installed, will be submitted to COUNTY and shall be approved by COUNTY before any construction work is commenced. After approval by COUNTY, LESSOR shall not make or cause to be made any changes in plans or specifications without the prior written consent of COUNTY. LESSOR shall make changes, additions or deletions upon written change order from COUNTY. COUNTY shall receive full credit for any deletions. Changes and additions shall be charged at a rate not to exceed direct cost plus 15%. COUNTY hereby reserves the right to inspect during construction of improvements as specified herein but will not interfere with LESSOR'S work and will notify LESSOR in writing of any requests, recommendations or discrepancies. LESSOR shall commence remodeling within thirty days (30) of the effective date of this lease and said improvements shall be complete, including final inspections and issuance of a Certificate of Occupancy, by .January 1 , 1978. If actual remodeling has not commenced within sixty (60) days of the effective date of this lease, COUNTY may, upon written notice to LESSOR, cancel this lease without cost or obligation to COUNTY. b. In the event LESSOR cannot deliver premises on January 1 , 1978, as provided hereinabove, rent shall be pro rated from the date premises are completed and accepted by the COUNTY. However, if the premises are not completed by April 1 , 1978, COUNTY may, at its sole option, terminate the lease by giving LESSOR written notice, .with• no -further cost or obligation on the part of COUNTY. Anything contained herein to the contrary notwithstanding, the dates in this paragraph shall be extended by the time lost as a result of work stoppages of material or Acts of God; provided that such time lost is beyond LESSOR's control . 3 - 011 ,2 11 . COMPLETION AND OCCUPANCY: a. Upon LESSOR's completion of said remodeling and written notice thereof to County Real Property Agent for occupancy, COUNTY shall inspect within., three (3) work days after receiving said notice of completion and shall approve or disapprove said building improvements and leased premises within six (6) work days of receipt of such written notice of completion. b. The sole basis for disapproval of the premises shall be non-conformity with plans and specifications or applicable laws or ordinances. In the event COUNTY disapproves of the premises, it shall provide LESSOR with a reasonable detailed list of the deficient portions or details of the premises. C. COUNTY shall accept the premises for occupancy and rental shall be prorated as of the first workday following said approval of premises. 12. PRIOR POSSESSION: Commencing on December 1 , 1977, COUNTY shall have the right to install fixtures, telephones, and other items required to prepare space for COUNTY' s occupancy and to store furnisture, supe lies and equipment where such work or storage can be effected without unduly interfering with LESSOR's completion of the building and improvements. 13. ALTERATIONS, FIXTURES AND SIGNS: COUNTY may make any lawful and proper minor alterations and attach fixtures and signs in or upon the premises. Said fixtures and signs shall remain COUNTY property and may be removed therefrom by COUNTY prior to the termination of this lease. All signs shall meet existing Code requirements and LESSOR's approval . Any such alterations, signs, or fixtures shall be at COUNTY's sole cost and expense. 14. HOLD HARMLESS: It is understood and agreed that LESSOR shall not in any way be responsible for damages to persons or property in and upon said premises and shall not be held liable for any liability, claim or suit for damages to the person or property of anyone whomsoever while in or upon said leased premises during said term and COUNTY hereby agrees to defend, indemnify, and hold harmless LESSOR from any liability or charges of any kind or character by reason of such injury or damage claim or suit for liability arising therefrom in, around, or upon said leased premises, except in the case of any structural , or other failure of the building owned by LESSOR which results in damage to any person or property LESSOR will be held liable. - 4 01113 14. HOLD HARMLESS: (Continued) LESSOR agrees to defend, indemnify and hold COUNTY completely harmless from damages to persons or property and COUNTY shall not be held liable for any liability, claim, or suit for damages to the persons or property when and if said persons or property are invited or brought into the demised premises by LESSOR. 15. DESTRUCTION: a. In the event of damage causing a partial destruction of the premises - during the term of this lease from any cause, and repairs can be made within (60) sixty days from the date of the date of the damage under the applicable laws and regulations of governmental authorities, LESSOR shall repair said damage promptly and within a reasonable time, but such partial destruction shall in nowise void this lease except that COUNTY shall be entitled to a proportionate reduction of rent while such repairs are being made, such proportionate reduction to be based upon the extent to which the portion of the premises unable by COUNTY bears to the total area of the premises. .b. If such repairs cannot be made in sixty (60) days, LESSOR may, at his option, make the same within a reasonable time, this lease continuing in full force and effect and the rent to be proportionately rebated as provided in the previous paragraph. In the event LESSOR does not so elect to make such repairs which cannot be made in sixty (60) days, or such repairs cannot be made under such laws and regulations, this lease may be terminated at the option of either party. c. A total destruction of the premises or the building in which the premises are located shall terminate this lease. 16. QUIET ENJOYMENT: LESSOR covenants that COUNTY shall at all times during the said term peaceably and quietly have, hold, and enjoy the demised premises without suit, trouble, or hindrance from or on account of LESSOR as long as COUNTY fully. performs hereunder. 17. DEFAULTS: In the event of COUNTY breach of any of the covenants or conditions herein, including rent payment, LESSOR may re-enter and repossess the premises and remove all persons and property therefrom. In the event of such a breach by LESSOR, COUNTY may quit the premises without further cost or obligation or may proceed to repair the building or correct the problem resulting from the breach and deduct the 5 _ 17. DEFAULTS: (Continued) cost thereof from rental payments due to LESSOR, provided that COUNTY has given LESSOR written notice of said breach and provided that LESSOR has not made a substantive effort to correct said breach. 18. SURRENDER OF PREMISES: On the last day of the said term, or sooner termination of the lease, COUNTY will peaceably and quietly, leave and surrender to LESSOR these premises with their appurtenances and fixtures (except signs and fixtures referred to. hereinabove) in good order, condition and repair, reasonable use and wear thereof and damage by earthquake, fire, public calamity, by the elements, by Act of God, or by circumstances over which COUNTY has no control excepted. COUNTY shall not be liable for painting the interior of the demised premises upon termination of this lease. 19. TAXES: COUNTY shall pay to LESSOR within thirty (30) days after being requested to do so by said LESSOR as additional rental, a sum equal to the amount of City and/or COUNTY taxes or general assessment levied against the demised premises (Assessor's Parcel 373-162-03) that exceeds Twelve Hundred and No/100 Dollars ($1200.00) in any tax year during the term of this lease. It is understood and agreed during the last year of occupancy said taxes shall be prorated between LESSOR and COUNTY according to the number of months the COUNTY shall have possession of the demised premises. 20. INSPECTION: LESSOR may enter the premises between the hours of 9:00 a.m. and 5:00 p.m., Monday through Friday, holidays excepted, or at any time in an emergency, and may employ proper representatives to insure that the property is being- properly cared for, that no waste is being made, and that all things are done in the manner best calculated to preserve the property and in full compliance with the terms and conditions hereof. 21 . RIGHT OF FIRST REFUSAL_ Should the. LESSOR or his successor in interest during the lease terms, or any extension thereof, elect. to sell the demised premises, LESSOR shall give COUNTY prompt notice of such intention and the-terms and conditions of any offer. COUNTY shall have 120 days to meet the terms and conditions of such offer If COUNTY does not act within said 120 day period LESSOR shall be free -to sell the premises in accordance with the terms and conditions of said offer. 22. SUCCESSORS: The terms and provisions of this lease shall extend to and inure to the benefit of the heirs, executors, administrators, successors, and assigns of the respective parties hereto, jointly and severally. - 6 - - 01115 23. RECORDING: A Memorandum of Lease shall be executed and recorded by the parties hereto. This will be in lieu of recording the entire instrument. 24. TIME IS THE ESSENCE of each and all of the terms and provisions of this. lease. COUNTY LESSOR COUNTY OF CONTRA COSTA, a political subdivision of the State of California / 2Jo h F. Kuhlman B W g� L4U Chairman, Board of Supervisor an M. Buhl man ATTEST: J. R. OLSSON, Clerk B Deputy Robbie ierrez RECOMMENDED FOR APPROVAL: B ' County Adminrator B Deputy Public Wo Director Buildings and Grounds B Real roperty gent APPROVED AS TO FORM: JOHN B. CLAUSEN, County Counsel B \J y . Deputy 7 _ 01116 816 Main Street EXHIBIT "A.. CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT BUILDINGS AND GROUNDS COUNTY REQUIREMENTS FOR LEASED SPACE A. PLANS, SPECIFICATIONS AND. RELATED DOCUMENTS 1 . For Existing Buildings: LESSOR shall furnish two (2) copies of existing floor plan, minimum scale 1/8" = 1 '0". All rooms, corridors and doors shall be numbered on plans and an interior finish schedule included. 2. For Both New and Existing Facilities:' LESSOR shall furnish, upon ,, completion of all leasehold improvements included in the lease provisions: two (2) copies of complete as-built plans plus one (1 ) reproducible set, including notes indicating revisions to original construction plans. LESSOR shall also furnish three (3) copies each of all maintenance manuals, parts lists, operating instructions and warranties or guarantees for all new mechanical equipment installed pursuant to lease provisions. 3. LESSOR shall not proceed with any work involving modifications or improvements or initial construction of facilities for COUNTY'S occupancy, when such work is directly related to or will affect COUNTY'S occupancy, without prior written approval or applicable plans, specifications, and related documents by authorized representative of COUNTY. LESSOR shall allow COUNTY at least ten (10) working days for review of documents prior to requesting written approval . 4. Plans and specifications shall be submitted to an an appropriate permit obtained from the local Building Official of the jurisdiction in which the facilities are located. 5. All utility services to COUNTY-occupied area shall be provided with separate meters. LESSOR shall have all utilities in service or turned on at least ten (10) days prior to COUNTY occupancy. COUNTY will transfer all services to COUNTY'S accounts upon commencement of occupancy or upon receipt of Certificate of Occupancy if such pre-dates occupancy by COUNTY. B. CODE REQUIREMENTS 1 . Building and its components shall meet all applicable local codes and ordinances. LESSOR shall furnish to COUNTY a copy of a duly executed "Certificate of Occupancy" from appropriate agency of local .jurisdiction prior to .acceptance�of improvements as complete by COUNTY. 011-117 2. Building and its components shall comply with requirements of Cal/OSHA (Title 8, CAC) and LESSOR shall correct all discrepancies noted during pre-occupancy inspection at no additional cost to COUNTY. 3. Facilities for handicapped persons shall be provided in accordance with the current edition of the Uniform Building Code (1973) and applicable State statutes. 41: Exit signs shall be installed per code and shall be reviewed and approved by Fire Marshal of local jurisdiction. 5. Fire extinguishers and associated identification/direction signing shall be provided by LESSOR. Fire extinguishers shall be commercial grade ABC dry powder, rechargeable with hose, commercial or general brand with current charge tax. 6. All material shall be new and unused unless written permission granted by County for specific items. C. INTERIOR FINISHES 1 Cabinetry and Casework a. General (1 ) Grading Rules: Millwork, shall be graded and manufactured in accordance with the standards established in the Manual of Millwork of the Woodwork Institute of California, latest edition. (2) Shop Drawings: Required for all manufactured items. Furnish to County Building Maintenance Department for their approval . Do no manufacturing until receipt of approved drawings. (3) Verify all dimensions at the building. b. Lumber and Wood Products (1 ) Conform to standards established for the grade. (2) All lumber and plywood shall be Custom Grade, no particle board, exceptions noted. (3) Miscellaneous millwork - Douglas Fir Shelves - Douglas Fir, plywood edgebanded w/birch a. Surfaces to receive plastic laminate; waterproof particle board. b- All other areas - Douglas Fir (4) Casework, Cabinet Doors and Drawer Fronts a. Ed4e banding: Birch b. Faceframes: Birch C. Doors/Drawers: Birch plywood d tow . -2- r (5) Plastic Laminate: Custom Grade, color and pattern as selected by County c Manufacturing and Installation Standards (1 ) Manufacture millwork and casework to W.I.C. Custom Grade Standards as minimum. (2) ' All cabinet work shall be securely anchored and accurately aligned. All drawers and doors shall operate freely, provide glides for all drawers; all shelves shall be adjustable. (3) All cabinet interiors to have_one coat of white shellac. 2. Ceilings a. General standard shall be acoustical tile with T-bar suspension system. b. Tile shall be Armstrong "Minaboard" mineral fiber panels with fissured design, size 24"x48"x5/8", flame spread class ' 25, Federal Specifications No. SS-S-118a, NRC of 0.60-0.70, light reflectance of 75% minimum, or approved equal . C. T-bar suspension system shall be exposed grid with .white finish, Donnor equal . If recessed fixtures are used provide additional hanger wires at each corner of each fixture. Hanger wires shall be minimum 12 ga. at maximum 48" o.c. in each direction for grid. d. Fire rating of ceiling assembly shall comply with local building code requirements. e. Attic Ceiling - to be insulated R-19 factor, with additional insulation as specified i'n plans. 3. Doors and Windows a. All doors opening into general office spaces and high traffic areas which are not designed to stand open during normal office hours shall be half-lite with wire glass. b. Aluminum entry doors shall be medium or wide stile type. C. All wood doors shall be solid core, 1-3/4" thick, or or as required by code. d. Exterior pairs of doors with panic hardware shall have a removable mullion. 4. Window Treatment a. Adequate consideration shall be given to solar heat load on and security of exterior building glass areas and some means of minimizing solar load as well as providing adequate security shall be included. X�(xxxxx►X�x�c�(ac►xx�cic►X�ac�cxx�ta(��,xa►XxXx�(a�xucacx,xa��cx���(Xxaa�cxxx�caxxxxx Deleted )(M%KIX XIX (44XuX XrMa(4(li(i(a()(X X{Xa(IUM X XUUX XU XU X-m II9 -3- 5. Floor Covering a. Carpet in areas as indicated on plan by. 000NTY, shall be Burke Sierra: _ Antron III Nylon, 22-oz. minimum face weight, direct glue-down per manufacturer's instructions. No pad. Carpet to have antistatic semi-conductor back, man-made fabric, pattern and color to be selected by COUNTY. Rubber topset cove base to be installed over carpet. Pile Yarn: 100% Antron III Continuous Filament Nylon (2450 Denier, 2-ply rated) with Burke Static Control System with Brunslon. Face Weight: 22 oz.. Number Series: 32100 Style: 5/64 Stitches per Inch: 11 Pile Height: 1/8 Primary Back: Polypropylene Weight Density Factor: 139,392 Density: 6336 Secondary Back-Loktuft. 5.3 oz. . b., Smooth Floor: In areas as indicated on plan by COUNTY; LESSOR shall install 1/8" minimum thickness, 12"x12 vinyl asbestos tile with 4" topset rubber cove base or sheet vinyl .090" minimum thickness, Armstrong Vi.nyl Corlon, or approved equal , with base at COUNTY'S option. Contra Costa County Building Maintenance Department approval required for pattern and quality and color. c. All toilet rooms to have ceramic t le floors, mortar set. Marlite or equal wainscote on walls of toilet rooms up four feet from floor and to code. Pattern and color selection.by COUNTY. d Extra Materials: (1 ) Carpeting: Provide one piece, 6 feet x 9 feet, of carpet material for each pattern and/or color installed, for patching and repairing use. (2) Vinyl Asbestos Tile: Provide twenty-four (24) whole tiles for each pattern and/or .color installed. Deleted ���xx�wXXxxxxx�rxxxxxx�a�rx�xx�X►>�xa�xxXxxx�X����X �xX�� �xxR� �E�iXXXX�rx?dJyxXx�i�l�kX)f�X�IOX'X)FIQJ��X]Q1��7��XX�X�Xr��1��XTF��� x�G�X�xxx�z 6. Painting and Vinyl Wall Covering a Interior office walls to be vinyl covered, white ceilings (if not T-bar system), both flat latex; trim 'to be semi-gloss enamel . --4- 01120 b. All colors shall be approved by COUNTY from color schedule submitted by LESSOR. Coverage shall be complete, without holidays, hot spots, runs, etc. , to the .satisfaction of COUNTY. Prepare and sand all surfaces for proper condition and appearance. Minimum coverage shall be as follows: Other Than Office Areas: Two coats latex. Toilet Room Areas: One coat primer-sealer and one coat stipple enamel . Doors: Wood - natural finish with one coat sealer Metal - factory prime and one coat enamel Frames: two coats enamel trim. All above are minimum standards and additional coats shall be applied where necessary to obtain complete coverage. c. ' Prior to the start of any interior finish work, LESSOR shall submit an interior finish schedule and shall allow COUNTY at least ten (10) working days to review, select and approve colors. 7` Partitions a. Floor to Ceiling: Wood or metal studs with 5/8° nypboard. Finish: Tape, testure and paint or vinyl fabric as shown on plans and as directed by COUNTY. NOTE: This type of interior partition construction is not preferred and shall be utilized only when prior approval is granted for specific areas in writing by County. b. XXdfi(xYeGlH&M��ct?GNo�4XiXk' �4�XiXX1X; FX`XKi Delete * Wr. �,4( ?6X1(J�iX44XXi ( " ( XXXs� � C. Free standing acoustical landscape panel furnished and installed by County. d. Vinyl wall covering, fabric, pattern and color as selected. by COUNTY, minimum weight - 12 oz./53/54-inch width. 8. Acoustical Treatment/Insulation a. LESSOR shall give due consideration to and make appropriate provision for minimizing sound transmission between office spaces and from high noise level areas (Xerox rooms, toilet rooms, equipment rooms, etc. ). OiU b. All new full-height walls shall be rated as minimum STC of 43. c.. Excessive noise areas or other problem locations will be noted by COUNTY on plans. submitted by LESSOR for approval of space lay-out and arrangement. Deleted XKXXXM9 i4WWH5XMH(XJi N6XXW)WXWM"WWWMM D. SPECIAL USE AREAS 1 . Janitors' Rooms a. Minimum requirements include space for supplies storage, actual square footage required is a function of building size and will be determined by COUNTY. b. LESSOR shall provide and install service sink, and/or floor sink, with hot and cold water supply, adequate lighting including shield or cage protection from breakage,. floor drain, and adequate ventilation. c: No electrical or telephone equipment panels .shall be located in janitors' rooms. 2. Toilet Rooms a. Separate facilities for men and women, number of fixtures be in accordance with code requirements for occupancy levels as projected by COUNTY. b. Adequate lighting (fluorescent fixtures) shall be provided in order to aid sanitary maintenance. C. Toilet partitions shall be standard metal units, either ceiling hung or floor mounted, with one unit sized for handicapped persons. d. Install ceramic tile wainscoat and comply with local code requirements. e. LESSOR shall provide and install all door hardware, plumbing and lighting fixtures, and toilet partitions including coat hooks and handicapped grab-bars. All other accessories (towel dispensers, mirrors, etc. ) will be supplied by COUNTY and installed by Contractor. f. Ventilation, wall and floor construction shall be in accordance with local codes. g. Lavatory counters shall be provided be LESSOR. See Cabinetry and Casework, Section C-1 , for. standards. h. A floor drain shall be installed where two or more water, closets or one or more wall-hung urinals are installed. Floor drain to be two inch with approved type strainer, suitably flanged to provide a watertight joint at the floor and trapped to code. Provide trap primer. -6- 0112 -3. Staff Rooms a. Provide room exhaust fan (ILG or Greenheck) with two-speed motor, ducted to exterior of building, controlled by wall switch with indicator light, sized to exhaust at least thirty percent (30%) of supply air to room. b. Provide wall-hung storage cabinet and base cabinet with sink, hot and cold water supply, and duplex convenience outlet near counter. See Cabinetry and Casework, Section C- 1 , for standards.. 4. Xerox Rooms a. Provide room exhaust fan (ILG or Greenheck) with two-speed motor, ducted to exterior of building, controller by wall switch with indicator light, sized to exhaust at least 400 CFM. b. Xerox unit (or other duplicating equipment) shall be served by separate circuit. Wire to outlet location as designated by COUNTY, outlet receptacle will be provided by equipment supplier. E. HARDWARE 1 . LESSOR shall provide COUNTY with complete hardware schedule for review and approval within sixty (60) days of execution of LEASE..' Schedule shall include cross-match coding of lock sets to door numbers on plans, and three .(3) copies shall be provided to and fifteen (15) working days allowed for COUNTY review. Schedule shall show manufacturer' s name and catalog number for each item. This schedule shall be considered the Preliminary Scheduie. NOTE: All hardware to be commercial quality. LESSOR'S Hardware vendor shall prepare a revised/corrected schedule based upon COUNTY'S review comments on Preliminary Schedule, and the revised document shall be considered the Final Hardware Schedule and three (3) copies shall be forwarded to the Building Maintenance Shop. This will enable the -COUNTY to prepare a keying schedule which will be forwarded through channels to the hardware supplier prior to ordering hardware. 2. Door locksets shall be Sargent-Series Magna 8 line with FED 161 cutout. Keyways and pinning schedules shall be determined by COUNTY to coordinate with master keying schedule. No substitution in lieu of Sargent locks will be considered. 3. KEYING a. All keyed locks shall be passed by the existing County Great Grand Master Key. All lock cylinders are to be Grand Mastered, Sub-Mastered, Building-Mastered, and set keyed. 0123 b. Keys: Stamp all keys "DO NOT DUPLICATE." (1 ) Furnish three keys per lock with an additional three keys for each set three keys for each Sub-Master; three keys for each Building Master; and .15 stamped key, blanks in the Job Keyway. (2) All keys are to be tagged with the hardware item number, ; door number, and room number from plans and delivered directly to the County Building Maintenance Department by hardware supplier. (3) - Upon receipt of the locksets and cylinders from the factory, the hardware supplier shall notify the County Building Maintenance Department that the keyed locks and .cylinders are ready to be checked for the keying requirements set forth in the keying schedule. After the keyed locks and cylinders have been checked against the keying schedule and corrections made, the County will accept the keys for the job, and the keyed locks will be delivered to the job. 4. Panic hardware and door closers shall be installed per the requirements of the local fire marshal. S. All exposed hinges on exterior doors shall be non-removable pin (NRP) type. 6. Door closers shall be Sargent-1230 Series. 7. Door bumpers shall be Sargent 2400 Series installed in gypboard w/toggle bolts. 8. Drawer slides. - knape - Vogt - 1280P. 9. Butt Hinges - McKinney TA 271.4 10. Cabinet Hinges - 300 Reverse bevel doors - National Lock. Co. Cabinet Hinges - Flush doors McKinney 2743 F. MECHANICAL AND PLUMBING SYSTEMS 1 . Heating, Ventilating and Air Conditioning a. All equipment shall be conmiercial 'grade, adequately sized for the following design criteria: (1 ) Heating Design temperature indoor: 72° F. at five-foot level above floor. Design temperature outdoor: 35° F. ambient (2) Cooling Design temperature indoor: 75° F.-DB at five-foot level above floor. Design temperature outdoor: 95° F-DB and 67° F.-EJB ambient. 01)24 (3) Ventilation Air supply shall be a minimum of one and one-quarter (1-1/4) CFM per square foot of floor area. b. Both heating and cooling equipment may be either roof- mounted or conventional central system. Cooling equipment ' shall have refrigerated, air cooled condensing units or central "wet" cooling tower. Heating equipment shall have gas-fired furnaces with circulating blower, NO HEAT PUMPS OR ELECTRIC HEAT. C. Air handling units shall be provided with an "economizer" feature, with an auto-adjustable damper sized to- provide a minimum of thirty percent (30%) of rated AFM of unit. Minimum thirty percent (300%) fresh air make-up with a separate thermostats or at each supply air handler unit. d. Blower operation shall be continuous and scheduled by time clock (seven day) with carry-over and skip-a-day features, electric spring-wound, with by-pass timers. Time clock to be located inside building, by-pass timers to be located as indicated on plan by COUNTY. By-pass timers shall be Mark- Time, Model #90-007, 6-hour without hold feature. e. Thermostats shall be ductstats in return air ducts and readily accessible. f. Freezestats shall be installed in conjunction with high and low pressure switches at each unit. A.C. Compressors to have crankcase heater. g. Zone areas with separate furnaces and/or re-heat coils in ducts with separate ductstats or thermostats and controls. h. Install extractors for all branch ducts and turning vanes at all bends. i . Balancing: (1 ) Upon completion of all interior improvements balance all supply, return and exhaust registers and submit written report to COUNTY. Balancing report shall be submitted prior to acceptance for occupancy. (2) After two months of occupancy, system shall be final balanced and a report submitted to COUNTY. (3} If building is a multi-occupancy, LESSOR shall rebalance at no cost to COUNTY area occupied by COUNTY after each succeeding change of occupancy in areas not occupied by- COUNTY. yCOUNTY. A written report shall be submitted to COUNTY on each re-balance. J . Noise emission from blowers, ducts, registers or other mechanical equipment to any occupied area shall be below r rte? NC35. 0112 -9 k. Distribution of supply air shall be through quality (Krueger MFG. - or equal ) adjustable registers with opposed blade/dampers located to deliver quiet, draft-free air movements, also to affect cold air currents from exterior walls. All totally enclosed offices to have supply and return registers. 1 . All conference rooms, and other assembly areas for concentrated use, shall be provided with room exhaust fan(s) (ILG or Greenheck) with two-speed motor, ducted to exterior of buildings, controlled wall switch with indicator light, and sized to exhaust at least thirty percent (30t) of supply air to room. MI.. Attic space exhaust - Provide powered exhaust fans (blowers) w/automatic dampers, thermostat controlled, to provide three changes per hours. Provide a means of supply air to area with automatic dampers on openings. n.: All rooftop heating furnaces or heat-cool, furnace packages shall not have blower/s for removal of combustion products from the firebox. Gas furnaces shall perform with natural draft. _ o. Provide- and install warmup stats on economizers 2. Plumbing Fixtures a. Water closets: Only Flushometer units will be installed for new construction. Tank-type units may be used in existing structures with.. prior written approval of COUNTY. (1 ) Flushometer - F2222.016 (less seat) Madera, with Church seat 5320. 114; Sloan Royal 1126V Flushometer. (2) Tank Type - American Standard F2109.056, (less seat) "Cadet" toilet combination. (a) American Standard Church 5320.114, elongated bowl; open front, no cover, white. b. Lavatory: (1 ) Wall-hung American Standard P-4869.020, 20"xl8 "Regalyn" C. I. white enameled lavatory with (a) 4" center set Delta 11500 and perforated P/0 plug (b) 1-1/2 x 1-1/4 C/P P trap (c) C/P Speedway stop and supplies (2) Countertop - Circlyn 3201 .035, same fittings as above, - and with SS Hudee rim. C. Sink American Standard IP-7013.014, 24"x21 C. I. white enamel A.R. "Custom Line" sink with (1 ) R-4505 perforated grid strainer. (No removable strainer._). (2) 1-1/2 x 1-1/2 C/P P trap (3) Speedway stops and supplies (4) N-100 Delta deck type with swing spout,. less aerator d. Service Sink American Standard 24"x20" Akron service sinks X7695.018 with rim guard and trap stand 2" or 3" size, and with double faucet with vacuum breaker and bucket hook, -with stops. in shanks, #8341 .075. e. Urinal (1 ) American Standard Wallbrook 6540.017 with Sloan "Royal " 180YV c/P Flushometer. (2) Install floor drains 2" minimum size directly under urinal or urinals, J.R. Smith Mfg. Co. 42051 , 2" or 3 for vinyl floors. f. Drinking Fountain (1 ) Electric refrigerated, NAW's model HSR -6, wall mounted. (2) Comply with handicapped.,access requirements. g. Where wall-hung fixtures .are installed, seal with white silicone caulking material . G. ELECTRICAL .1 . Lighting a. Interior fixtures shall be fluorescent, 2'x4' , surface or recessed (no pendant or chain-hung) with two, three or four' tubes to meet required performance criteria, similar to Wellmade 102 HFA, with acrylic lens. Contractor to provide submittals for County approval . b. Lighting shall be adequate to deliver 80-100 foot candles at desk-top level in all areas except stairwells, corridors and storage and storage areas where a minimum of. 50 footcandles at floor level is required. C. Provide security lighting at all exterior doors. d. Night and exit lights to code, rechargeable dry cell battery emergency lights as required by fire marshal , local agencies, or as shown on plans. e. Ballast shall be "A" rated, Class P-CBH Certified and free from any objectionable hum or vibration at time of acceptance for occupancy. DRI-LOK ballasts not acceptable. 0 lop Ta!r IVIS . 7 .. :. . S.� .H. ..� x•,r • .y a{•�. (� .✓- 1. .rq. at i .4 FCAM'G oa. J� E oa. r • I 1 ; I -%2'PLYWD PHLS{DR$ 1 '+"+ MfWD %2'PLYWD ,NL. / i ' . 1 EKIJTYI OpH'G•1b t. 1 t . R Wks.- � � ".� I 6t:c1ASED#Ru-ED Z.2 cow. 1.,L a F MA TO MATCH EYt151b. i �4"PLYWD.COUNTER 11 Ek1a1iG.FlGl4 J j, / W+.LL. �• KP 11.01 xw,x L:�i-an. :I • •. ti14N �L•�.r>�_ ,j EHIST♦•.CEILING.,',. -` 1 -� _ - 'I t• I NEW RUS7tG WD• •T .._ iZFL WV. , !•1�'fk� I' IOP_4 ONF SIDE rI 5 _{__ L-( SlDlrr. . �j -,IS r i II 13 fi :Xirp i .FACIA GtJ- "ky ao 2. euee.(eort.) E1bwT�29Cfl5. �� 171ALL SPAN EoPAVJ.e.eL)esv "� i' s► k I _ Eat15TC1•�RlCK WALL. 1 t4l Ca,t. - - j 2r4 a END(SUPp?RT� 10'-101 -, h i r is SECTIOf'1 @ P,EGE .COUNTER ELEV. N i ,--GI17S - - COUNTER SCALE r211.I'o" i `t0 i=• p �' ^6ri.^Pb 6NDOW 6xI5TG.2.4 joz5T NEW art.wD. J v i - •.i� LfACY-rcR Wy2°J -- - ---- -- oc I)•t%M:•rACTURE•R7 FURN.5ttCP DWCoS. •� 2rbEW'C _�2s4 Zx4`iIUD 6Fi1.Wt R->C.'f rb'ST W1LL FCR AFpR_^VAL. - - .._____._-.. _• - Z)MILL :+( StIPL 65 GRADcD4 AN IFACTJRcCJ -'�j ,5Ti1DSO _- 11 ACC-CA=A1CZ W/Tttc 5TANDARD5 ESTAgL15HtD _ -�f-�- INTttH•i iANU4L OF MILLWC;ZK'G=1H_"WOODWORA j}}.77,��� BUSED BR�ic t ?NST(TLitEOF'CALIrOf'INIA",LATc51 D1110H. � Zj/ 51U'JWALL�j Y /`S10w►LL �Z�WD SI.L FRONT ELEVATION WAITING 2M. y'� 'I�• �L FLLtx./' FL•1timr." �LETc-- -�a' \' �i t NS'A.-L G:r•tG.=_z:;--b �i1•LE %.}fir 1'•O�. � �.��r�'.. ..11-1 I j�.,-,-,_l-z�,r � .14='!'2..'}BEJ.�.1vG...'a•.:. O A �L 2r L6<--L,G2 TO hE..;CEa TILE E,': 1 EY19T'G.4'CGtaL.'JAAb1::r DLACKG. 2.�L�[vEQ7 F1'►L: OViat Pi?fi SPRGiw WALL SECT WALL cw 2 3 I n } SCALE 3/4P=II•o' -_lir a l ----�- �'� �} 9-oil /•OoUL'l.E 2rb FL..J�%'ST 'wD ' I a-� / W/2.LetE✓caw YL'HctT$GL F- I '.•CL•WJ�U2L• yM(+_dV JO1tTT MA'1G RSCS=c SECT OCT. �t I s1 - P"SSG F'.e:.E OF WALL--' 1 ,i 94STG Z.3"LL I 1JJ �I ;km 12 Y AlR c£r:owl (+gin SRyII.W i! 0 �°s= li��x�� _~ 1 r. '� 0 r4 cEsa�N s WALL- GU•Cp,.t I Q =`,i, � pGWfa+ LALL (n r-Aaout 1 ty t --7�•'----- �tfZA 1 L'G. 1 /., A it 31.•, .. I L 1. u� ,._ u.Lov •►.;ALLrpRT,TOLIs 0 GSN.OrFICEAREA } t c f 1 L I fT .. ',d _- 6-DR. �t a• 1�. r 1 '�. D.=h:o. .•• - .. 1 - ] i J ,'� 1 r•rS .. s••- �t t'[li�" LV5TG 2,4 cc j i O f ln.v Y.'a'2L°c,^ S• II -} -- 1 i4- lR r l'.W-\ (ALL. - - - 2 I 4. e,- it `± 4 Trl -F ' 1 -1- ZNViE 1, ?Ai.'TiT10Nb � i =- v = �. i+===- j _~.".. Ln 1. 11 I; If LlILDtI1:L �Jr- (La.Oc�tN W L`;;u 5a..x 1 t _ i _-,r II I mt•t- EcSTo xT-`' WG"E ,.r_tik. 1 t �r�� I I � F�c15T�, L.OLJ•L.IALL Pta{�71'{IOnS - I :'••I --- r _ L L�j(or 10:40 i^STS �!C ' j i II (I I '``{. 'ES IN ZI.Tn S 1 ceR T'.i ;r Z t - _ '•� LTTT / ,;:PA F_j1'ti?) .�' .1 'i..• I l.C.::R .J 5,S' w.:A•rGCT !.I,L:., J ... 1 (A� II I; I� I IYTTE'42` !, Jcrb --1 r -J 5;aa cv .c�n_iz.pLLavu. p LGG=_ND I � ' I'. i ';y; _•. .. _. ._ -- -� - - -- -- -- -- -- -- -- - - - - - ---- _-- FC,W.•� _ - yE�12+.STi;L'Y .LS Lr 121-10` IOL_O' .- .. � � �� r I RG-T FLOOR PLAN I: X H I I� I ------ -o _5: scA_E Y4"=tom' P9' _=- {; STr ALL EY..ST'G•FL.7ILEV.S ,F / �'• r Rti' 2A L '� �_ -L E-FC n C_cS. N T P CPOSED Q�Fr'J_ r47EL' c =C� • OF ALL •c1 WALE, a LUr! Pa gMILL IN ALL VOIDS (^+STALL'$� Fr GLf= SLJ3-FL. - -z GF. 51;LL1a-c�{; �Jv- --:4.+ 8 -r P ' Lo:• P P GKTENWA.LLSASLRC.C;:0. FuRP, W/1Y6IZAV0•G. �• CGNrERENGcFrJ�i +i�o Vit:-f(. 'U`ojTIL.EO.'RC.'TP.:,p.CEIL'G. .PO.� %40.-.,.+.-.°Let:riGcnr.,� cs.-i4 t Flt-i. W[% Ii f1lYP.q••aRC. v1►(Yb W.P. POOR � 10 GE'LE^ rrr -rc .t•, � ,1.a! -1 ?1-n �^ "....r. �- r MCZ.Z 4NINc i-L.TO SU�f ?'T 1CLa/[(pAO.t-'1G2Z.GEI:'G.:.�MIN.7�f Y!u7. 'r%G%M F6. AG:- 1G 1 rg 1/Z'Gva I�r r�•� 1-6 `• �S'�G'i Ci - �' CU? ISrt II•I�T6,.L LAD - G Ru[:F HATCtt TGCAL•GS.tA G:,:..._ II). L.1_L. W;.LL•� -10 1'G vS .' ♦ n'r..j c�-7-/ :l &y. FLr.C;;kS; FOCL•!y " 1-CARPETING li'J ,t.F;Cr FLA 14 AR,E T _r ++•L` J ItN£G,r'•IG4�t�.ht Q r. -- Z7LM5!r '�I(otZ-Vl.^.•1L A$(?.E•3TGS 71 L�(VAT) •.. .1 ::Yr-:a:J�. r - •_ _ o G•^� c.,_-A �. RvDwis u �4 1(�i�'�MT.vINY•L i-1.nrl, -r r CG:r,7( 1'v''_tG l-r :. _•� 1:T r11.'i Jle vl-.i e aJ��v5 +G: L A'Y' sl r C e 1c_I 1 � =Ua`''ctt J5G^MehLCUR. x PFCEF'TPG E54 fELE.F'_::TLS F� !' DC, ♦-r' ar +'K �l i ' A'; r i; r GI •- HL,L6EL t'" ,GN[::.i:iLc.�+i'S. FJ;w.;•rt LJN17 P:.,.._C;; n.•a'.ia..n. •. / f"w,.n L.L.r,,. - 1 ..., - I l .:fti .w:� .I•r-..s•i.WwS.+itYiJ.+w.,.+�L•:r.wt9.'�.'a.w+Jil�vl:Qiliraaa,u.xrY.F.srt/' •L:+rP.i-bt..:iryiw. �......�.,r.n..N Lr�3r{•,-Ji-+.•'Y/•..�r.-.w-.......m.. :.1.r:+h.a.` -, .••r.rla.. .-.,.✓.M-.r .�7..,.....r..+Jr�yh..,t�uC:_...s��1.wL...,i �'-s• •urtidL+:J •tii+'aa�'u1['..w :.:��'..aLiwi:l.a..sYw.N.a.4' .�`.K+tJ '^t� '!4 f-_ ..a:c ...., ,. v Kr{.. K r'.ti-0' lat-r,-.3n •d„N..Itw� Lk :..1.: } «d .. ... ... .. .r .. I. e.,t.V-. N. >.. .- .. a_ _... '. .. +, a ,.: ,lr.-. , _ - ✓.-�. :F .. 'r.. , .. .,. ,. .: .... � � 1, 4 4•{ .. u'•�, 14 ..� , i:^ . > Y �. ,rx.,, , Y a.,v. r, c,r r.�. _: .... ... .... . ...,., :. .,.,..-. . ._. :._: , a -. .+ ,s ..4t.. -1 .... _. .,.1R t'. t, �! .� "5.- ,u$, .•5- 4 ..E 1., Ma1.. - , t4,4 ... .. .. ?.\N:'•'T '1r ^N..?%:.- t::. . 5:y', ,• .i;i x.':=5•p +•�',::.:'r s.. M<.:..✓.T ih• 'W+'� "1 t t ) i�d�. ., . - �'L ... t A ..., nh :..:-.... •. art,,, sMa ., ri �.• 1'ix 4 int y tl. a,r YR , 1 e. .f47”! res kt t'" ,. :'� a ., . • ,. , ... ;! ., .I�_" r: n. ,. ,... .,. ,. . _ � a t, , _. Ic.r:e 30xtoo t ' , _ M '_ ... -.. ,,.• - .r .. ....., �.. .: Uri ! fj t. •. .: `' � ' YEiC?S7: 5tG`fLtGH7S S=:Ic$ 11 t w dtooF &ModN •t, x ,r I , • I . —��'rut vrNga vtrr �' - _ t 4 { Gs+s7t7tj $cobs 44c0 WIVLno+.o ✓:lOtt!lOb4 �. - �r; ,. ..: ,' '- .. ." ;: . ' '."•, .. f _ •_.yU ukt6 �atrftTftttt 1 L-rysTs bene Mkt `twe- �... .c.r_....�. tj VtI YaG 4ls l oJw r rlt�c, - Perla.. � ", � ' IOOTLAt f:rc GsFafL-tti� MSIa!'('J t c• 3.a6. S1 6 .7W.G• Poalkr• Poems Yo it in LocA14P }� Ufa 20 eo AL b'.o,b A. a •At gEcaISA 'A.Y MEtC`N Y a•�4HfSr ,( _ 42 r •l —LA �y tiiiCc 70�-(r�.i.}' .f.da,vJ.) QY - _ ,flirxr. t.4 u, •ty ca+lr a e ra+YEct - _,r_.. C- � .f trux r ufltTb r vru � P._,.. t 1= X 1-11131 T 13 i { J i IN u�Mttoy Af10+t GiItA. } t -�cotlnafr Fes:�ia�1��4�".t,1�-ti'• ` .r ___ �`\ r, �i r fsuttet CTYP4Y•_tRtOttrNr.my}t3' _ f.. _rcn r. .r_ ✓ . V •�A�,'id0 .....m fz...+r•r -.+.off::. �.Ra_—,_.._.. i w:.d •sem(' �TL' -i.. tt�t aaan. wwHMfr..fwnn uawr.. .f .• - _ ,' � ... R ! ✓,. l („rf •tMY. f, �+VYa♦ ✓rr •Yf .t f ..•+a Vn. f v.e..«a Y...a-•w. „ a•AtA... , w•-•`� . ., _ _ _-rt.,v .+...w...t ro+s w..a• _..t,r, ...r..:..r1.fCsl....A. ..,.....«v s...., r.... . .. ._ • - •' ,:.al' .« a. ..<y..'fi. ,yJ.1..�cat rL...:+'ni:tn�As-fwd r.M �f.... r 1++••�- •..,,.«1+'1...✓•c.'.._•.. . s•.rw. s.as is.., .•,. u-rW.a.s-:t :11.F'a .n ,,,x ..... 4�'•^'_'•1 5 w� .. In the Board of Supervisors of Contra Costa County, State of .California. S-EP 27 1977 t9 in the Matter of Authorizing Execution of an Amendment to Lease with Luella B. idyckoff for the premises at 24 Goree Court, Martinez IT IS BY THE BOARD ORDERED that the Chairman of Supervisors is AUTHORIZED to execute on behalf of the Board of Amendment to Lease commencing September 15, 197 the County wBan . for the premises at 24 Goree Court, Martinez, for Luella B. W continued occupancy by the Health Department. onyff PASSED BY THIS BOARD on SEP 2 7 1 a I hereby certify that the foregoing is a true and correct co of a minutes of said Board of Supervisors on the dote aforesaid. Py n order entered on the Originator: Public Works Department Witness my hand and the Seo) of the Board of Real Property Division Supe cc: County Auditor-Controller affixed this day of Srf) '; 1�J7T Public 14orks 19 Lessor (via R/P) Buildings & Grounds Hearth Department j� �' R. OLSSON, Clerk County Administrator By Ile�` , _ - G Deputy Cferk RoSgf-, Gu:ier:��/ 4 3/76 15m 1 AMENDMENT TO LEASE ' ' 24 Goree Court Martinez, California Health Department 1 PARTIES: Effective on SEP 2 7 1977 the COUNTY OF CONTRA COSTA, a political subdivision of the State of California, hereinafter called COUNTY, and LUELLA B. WYCKOFF, hereinafter called LESSOR, mutually agree as follows: 2. RURPOSE: The parties desire to amend that lease entered into between Earl D. Dunivan and Joanne Dunivan and COUNTY, dated May 19, 1970, which was subsequently assigned to Luella B. Wyckoff, for 3,200 square feet of warehouse space, commonly known as 24 Goree Court, Martinez. Said lease has been on a month-to-month holdover since May 14, 1975, and a rental adjustment is appropriate. 3. AMENDMENT: Paragraph 3, TERM,RENTAL, shall be deleted in its entirety and shall be replaced by the following: 3. TERM, RENTAL: The term of this lease shall be month-to-month commencing on September 15, 1977 COUNTY agrees to pay to LESSOR, as rent, the monthly rental sum of Three Hundred Twenty and No/100 Dollars ($320,00) on the first day of each month. The rental rate is to be effective as of September 15, 1977, with first payment on October 1 , 1977. Payments are to be sent to LESSOR at 2712 Sycamore Street, Martinez, CA 94553. 4. EFFECT: Except for the Amendment agreed to herein, the lease of May 19, 1970. remains in full force and effect. hwofilmed with board. order 01132 t f ■ In witness whereof, the parties have executed the Amendment to Lease- as,. of ;the day and year first written hereinabove. . LESSEE: .LESSOR: COUNTY OF CONTRA COSTA, a polit' su ivision of the , St e of 1 for By Luella B. Wyckoff By Boggess Chairman, Board of Supervis s ATTEST: APPROVED AS TO FORM: J.R. OLSSON; County Clerk JOHN B. CLAUSEN, County Counsel By A Deputy Coun Counsel 6 DepUty Robb* utierrez RECOMMENDED FOR APPROVAL: By County Admi istra or By Real Property Agen -2- 01133 `� In the Board of Supervisors of Contra Costa County, State of California September 27 01977 In the Matter of - Report of Plarming Commission on Request of Nathan Hart, Applicant and Owner, (213 5-RZ) to Rezone land in Danville Area. The Director of Planning having notified this Board that the Planning Commission recommends approval of the request of Nathan Hart, applicant and owner, (2135-RZ) to rezone land fronting approximately 543 feet on the east side of E1 Alamo, approximately -�'F mile north of the intersection of El Alamo and El Pintado Danville area, from General Agricultural District (A-2� to Single Family Residential District-65 (R-65) , in lieu of Single Family Residential District-40 (R-40) as originally requested; IT IS BY THE BOARD ORDERED that a hearing be held on Tuesday, October 18, 1977 at 11: 05 a.m. in the Board Chambers, Room 107, Administration Building, Pine and Escobar Streets, Martinez, California. I^ IS " RTHy11 ORDERED that the Clerk, pursuant to code rea-;ire-_.e ts, publish notice of same in THE VALLEY PIONEER 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 September 27, 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: Natkian Hart Witness my hand and the Seal of the Board of Director of Planning Supervisors List of Names Provided affixed this 27thday of September, 1977 by Planning J. R. OLSSON, Cleric By Deputy Clerk Ro b b Gutierrez' 0113- H-24 4177 15m i tai RECEIVED CONTRA COSTA COUNTY S E P w 1977 PLANNING DEPARTMENT J. R. OLSSON CLERK BOARD OE SUPZRVlSORS /} O T TO: Board of Supervisors DATE: 14 September 1977 J f Attn: Clerk of the Boa d FROM: Anthony A. Dehaesusj ; SUBJECT: REZONING: Nathan Hart (Appl is/Owner) Director of Planni2135-RZ - 4.71 Acres from A-2 to R-40 in the I? J Danville Area. (S.D. .V) Attached is Planning Co mission Resolution No. 75-1977, adopted by the Planning Commission on Tuesday, 13 September 1977, by a vote of 5 AYES - 2 ABSENT (Compaglia & Stoddard). This rezoning application was reviewed by the Planning Commission on Tuesday, 6 Sept. , 1977, and was approved for change from General Agricultural District (A-2) to Single Family Residential District (R-40), by a vote of 5 AYES - 2 ABSENT (Compaglia & Stoddard). The property is described as fronting approximately 543-ft. , on the east side of -El Alamo, approximately 1/2 mile north of the intersection of E1 Alamo and E1 Pintado, in the Danville area. The following people should be notified of your Board's hearing date and time: Mr. Nathan Hart (Applic/Owner) Alamo Improvement Association 480 El Alamo Post Office Box 271 Danville, Calif. 94526 Alamo, California 94507 Mary A. Dunn San Ramon Valley Chamber of Commerce 7871 Peppertree Road Post Office Box 98 Dublin, California 94566 Danville, California 94526 Mr. & Mrs. John P. Zopf San Ramon Valley Planning Committee 223 Weymouth Court Post Office Box 902 San Ramon, Calif. 94583 Danville, California 94526 AAD/v Attachments: Resolution, Findings Map, Area Map, Neg.EIR, Staff Report, Minutes. cc: File 2135-RZ Mr. Nathan Hart Supervisors, District: I , II, III, IV, V. 0113 Wicro'libed ,vto bora order I RESOLUTION NO. 75-1977 RESOLUTION OF THE PLANNING COMMISSION OF THE COUNTY OF CONTRA COSTA, STATE OF CALIFORNIA, INCORPORATING FINDINGS AND RECOMMENDATIONS ON THE REQUESTED CHANGE BY NATHAN HART (APPLICANT AND OWNER) (2135-RZ) , IN THE ORDINANCE CODE SECTION PERTAINING TO THE PRECISE ZONING FOR THE DANVILLE AREA OF SAID COUNTY. WHEREAS, a request by NATHAN HART (Applicant and Owner) (2135-RZ), to rezone land in the Danville Area from General Agricultural District A-2 to Single Family Residential District R-40, -was received by the Planning Department Office on May 20, 1977; and WHEREAS, a Negative Declaration of Environmental Significance was posted on this application on June 29, 1977; and WHEREAS, after notice thereof was lawfully given, a public hearing was held by the Planning Commission on Tuesday, September 6, 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, State of California, that the rezoning request of NATHAN HART (Applicant and Owner), (2135-RZ), be APPROVED for change from General Agricultural District A-2 to Single Family Residential District R-65, in lieu of the requested Single Family Residential District R-40, and that this zoning change be made as is indicated on the findings map entitled: A Portion of Concord Division, Sector 6, Contra Costa County, California. BE IT FURTHER RESOLVED that the reason for this recommendation is as follows: (1) The proposed rezoning would be consistent with surrounding property and development constraints. 01135 RESOLUTION NO. 75-1977 BE IT FURTHER RESOLVED that the Chairman and Secretary of this Commission shall sign and attest the certified copy of this resolution .and 'deliver that 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, September 6, 1977, by the following vote AYES: Commissioners - Young, Anderson, Phillips, Walton, Milano. NOES: Commissioners - NONE. ABSENT: Commissioners - Compaglia, Stoddard. ABSTAIN: Commissioners - NONE. I, William 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, September 13, 1977, and that this resolution was duly and regularly passed and adopted by the following vote of the Commission: AYES: Commissioners - Anderson, Phillips, Walton, Milano. NOES: Commissioners - None. ABSENT: Commissioners - Compaglia, Stoddard. ABSTAIN: Commissioners - None. r Chairman of the PYanning Commission of the County of Contra Costa, State of California ATTEST: Secretary ofl the Planning Commission of the ; County 'of Contra Costa, State 'of California 01731,� -2- s x/l f / / r R•20 -41 Rezone From AZ To R165 f H.41 II 11 . 11 fI / f/ I .Imo, ,%� ✓�/ //.� .•j/ �'` / / // •�. •• S / i� , 1" ,.800' T / I► M. L. M1LAMO , Chairman of the Contra Costa County Planning Commission, State of California, do hereby certify that this is a true and correct copy of A Pe0.T1ON 8F_r6li cpiLn �1V�Si�N Sr<cTn� 6 _ C.oNTRA Cossw Co�N�r�r_C�ureA,y�p►. indicating thereon the decision of the Contra Costa County Planning Commission in the matter ofTH�.N ART 213_S R Z s Chaitman of the Contra a County�� ;{ Planning Commission, State of Calif. ATTE�T: 01138 JSec(etary of the Contra Costa County Planning Commission, State of Calif. Finding. Man h� . CONTRA COSTA COUNTY PLANNING DEPARTMENT NOTICE OF Completion of Environmental Impact Report XX Negative Declaration of Environmental Significance Lead Agency Other Responsible Agency Contra Costa County c/o Planning Department P.O. Box 951 Martinez, Califoznia 94553 Phone (415) 372-2031 Phone EIR Contact Person Magiig Coulter Contact Person PROJECT DESCRIPTION: NATHAN HART (Applicant & Owner), County File #2135-RZ: The applicant requests to rezone approximately 4.71 acres from General Agricultural District A-2 to Single Family Residential District R-40. Subject property fronts approximately 543 feet on the east side of El Alamo and approximately a half mile north of the intersection of El Alamo and El Pintado, in the Danville area. The project will not have a significant effect on the environment because the proposed rezoning is consistent with the General Plan. Subdivision of the property will be limited until sewers are available but no other significant impacts are associated. �---�It is determined from initial study by Maggie Coulter of the LTJ Planning Department that this project does not have a significant 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 & Escobar Streets Martinez, California Dat Posted ��- �� t� Final date for review/appeal +.k;�s� 2� ok)m - B y 01139 Planning Departm t Representative Microfilm �rd order In the Board of Supervisors of Contra Costa County, State of California September 27 In the Matter of Report of Planning Commission on Request of Ruben Reimche, Applicant, (2139-RZ) to Rezone Land in Oakley Area. Enrico Cinquini, et al, Ormers The Director of Planning having notified this Board that the Planning Commission recommends approval of the request of Ruben Reimche, applicant, (2139-RZ) to rezone approximately 4 acres fronting 330 feet on the east side of State Highway 4, approximately 280 feet south of Lone Tree Way, Oakley area, from General Agricultural District (A-2) to Retail Business R-B, in lieu of General Commercial District C as originally requested; IT IS BY THE BOARD ORDERED that a hearing be held on October 25, 1977 at 10: 50 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 recuirements, -Dobbs: 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 September 27, 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. cc: Ruben Reimche Witness my hand and the Seal of the Board of Enrico Cinquini, et al Supervisors Director of Planning affixed this 27th day of Se�� .Prnh r 19_x, List of names Provided by Planning J. R. OLSSON, Clerk icyr - Deputy Clerk R 0114.0 H-24 4/77 15m L, 1 q i RECEIVED I CONTRA COSTA COUNTY PLANNING DEPARTMENT � ` J. R. OLSSON CLERK BOARD OF SUPEWISORS t 'CONTRA CQSTA CO. TO: Board of Supervisors DATE: 14 September 1977 Attn: Clerk of the Board FROM: Anthony A. Dehaesusr SUBJECT: REZONING: Ruben Reimche (Applic) Director of Planning . Enrico Cinquini (Owner) - 2139-RZ - 4 acres .� ! A-2 to R-B - Oakley Area (S.D. V) Attached is Planning Com"ission Resolution No. 76-1977, adopted by the Planning Comm- fission on Tuesday, September 13, 1977, by a vote of 5 AYES - 2 ABSENT (Compaglia and Stoddard). This application was reviewed by the Planning Commission on Tuesday, September 6, 1977, and was approved for a change from General Agricultural District (A-2) to Retail Business District (R-B), by a vote of 5 AYES - 2 ABSENT (Compaglia & Stoddard) . The applicant had requested a change from A-2 to General Commercial (C) . The property is described as being approximately 4 acres fronting 330-ft. , on the east side of State Highway 7#4, approximately 280-ft. , south of Lone Tree Way, in the Oakley Area. The following people should be notified of your Board's hearing date and time: Mr. Ruben Reimche (Applicant) 10th & A Streets Antioch, California 94509 Enrico E. Cinquini , et al (Owners) Post Office Box 823 Brentwood, California 94513 Brentwood City Planning Department c/o Ken Cory, City Planner 708 Third Street Brentwood, California 94513 AAD/v Attachments: Resolution, Findings Nap, Area Map, Neg.EIR, Staff Report, Minutes. cc: File 2139-RZ Ruben Reimche E. Cinquini, et al Supervisors, District: I, II, III, IY, V. Microfilmed vvi-n board order 01141 RESOLUTION NO. 76-1977 REPORT OF THE COUNTY PLANNING COMMISSION OF THE COUNTY OF CONTRA COSTA, STATE OF CALIFORNIA, TO THE BOARD OF SUPERVISORS OF SAID COUNTY, ON THE REQUEST OF RUBEN REIMCHE (APPLICANT) ENRICO CINQUINI (OWNER) (2139-RZ) , IN THE ORDINANCE CODE SECTION PERTAINING TO THE PRECISE ZONING FOR THE OAKLEY AREA OF SAID COUNTY. WHEREAS, a request by RUBEN REIMCHE (Applicant), ENRICO CINQUINI (Owner) (2139-RZ) to rezone land in the Oakley Area from General Agricultural District A-2 to General Commercial District C, was received by the Planning Department Office on May 26, 1977; and WHEREAS, a Negative Declaration of Environmental Significance was posted on this application on June 29, 1977; and WHEREAS, after notice thereof was lawfully given, a public hearing was held by the Planning Commission on Tuesday, September 6, 1977, whereat all - persons interested therein might appear and be heard; and WHEREAS, the Planning Commission having fully reviewed, considered and evaluated all the tes�imony 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, State of California, that the rezoning request of RUBEN REIMCHE (Applicant) , ENRICO CINQUINI (Owner)(2139-RZ), be APPROVED for change from General Agricultural District A-2 to Retail Business R-B, in lieu of the requested General Commercial District C, and that this zoning change be made as is indicated on the findings map entitled: A Portion of the District Map for the Oakley-Brentwood HIghway Area, Insert Map No. 45, Contra Costa County, California. BE IT FURTHER RESOLVED that the reason for this recommendation is as follows: (1) The proposed rezoning is conforriance ►•pith the County's General Plan and its various elements. (2) Would allow some flexibility to consider for,neavier uses on the location. 01142 RESOLUTION NO. 76-1977 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, September 6, 1977, by the- following vote AYES: Commissioners - Young, Anderson, Phillips, Walton, Milano. NOES: Commissioners - NONE. ABSENT: Commissioners - Compaglia, Stoddard. ABSTAIN: Commissioners - NONE. I, William 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, September 13, 1977, and that this resolution was duly and regularly passed and adopted by the following vote of the Commission: AYES: Commissioners - Anderson, Phillips, 11alton, Milano. NOES: Commissioners - None. ABSENT: Commissioners - Compaglia, Stoddard. ABSTAIN: Commissioners - None. Chairman of P4anning Commission of the County of Contra Costa, State of California ATTEST: Secretary of the Planning -E;_oE ssion of the _ 'C-ounty of Contra Cosa, State of California 01143 1110 -2- CONTRA. COSTA COUNTY PLANNING DEPARTMENT NOTICE OF Completion of Environmental Impact Report XXX 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 Margaret Coulter Contact Person PROJECT DESCRIPTION: RUBEN REIMCHE (Applicant) - ENRICO CINQUINI et al (Owners), County File 2139-RZ: The applicant requests to rezone approx. 4.acres from General Agricutural District A-2 to General Commercial District C. Subject Property fronts approx. 330' on the east side of State Highway 4, approx. 280' south of Lone Tree Way in the Oakley area. The Project Will Not Have A Significant Effect On The Environment The proposed rezoning is consistent with the General Plan. There may be negative impacts from increased cross traffic - this issue might more appropriately be addressed in an overall development plan for the area. The existing business area is somewhat divided into retail uses and heavier commercial uses; continuation of this division may act to enhance the business area - this should be addressed in the staff report. It is determined from initial study by Margaret Coulter of the L--X—X--Xl Planning Department that this project does not have a significant 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 f, Escobar Streets Martinez, California c� Dae 2JQQ ed �U��- �LJ i t Final date for review/appeal By Planning Depar m t Representative 01144 MOL - Microfilmod moth board order APQ 1/74 rf /f /ZX r f/`/� , rRi / _-�. , •� r , �/A- R•B i � i ' f,/ �f f R-6 .f. `f: : Rezone .'l:. From 2 To R.16 r' A•21',, / �� fA-3 ' f / 1, WM, L. Mtt-.Ata , Chairman of the Contra Costa County Planning Commission, State of California, do hereby certify that this is a true and correct copy of AQQA.'L1QSt-OrTmr. bis itlt BAP FSOL MiL OAVELLY-NILENtwIAU VAiwkwmt Am,& TKs. WI MAP Ra. AS COM-T L& Costs C_eutz-tY C.kUy&tt4%JL indicating thereon the decision of the Contra Costa County Planning Commission in the matter of1dEN R,gtMYQ 2.i3'f •RZ t Chairman of the Co i ra Costa County Planning Commission, State of Calif. ATTEST- !' __/SEG taryr of the Contra Costa County 0214. Planning Commission, State of Calif. Findings Map In the Board of Supervisors of Contra Costa County, State of California September 27, , 19 77 In the Matter of - Approving Right-of-Way Contract with United States Postal Service, County Civic Center, Detention Facility Site, -Martinez Area. W.O. 5323-658 IT IS BY THE BOARD ORDERED that the Right-of-Way Contract, dated August 5, 1977, with the United States Postal Service for the Civic Center Detention Facility Site, Martinez Area, is APPROVED and the Public Works. Director is ALUHORIZED to sign the contract on behalf of the County. The contract calls for the United States Postal Service to deed to the City of Martinez a small amount of right-of-dray along Court Street, Martinez, in exchange for the County replacing and relocating miscellaneous yard improvements in connection with the Detention Facility project. PASSED by the Board on September 27, 1977. hereby. certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Boars! of Originator. Public ctiorks Department Supervisors Real Property Division affixed this 27t4lay of September 1977 cc: County Administrator J. R. OLSSON, Clerk 1, By �GuQ Deputy Clerk ��.G- �✓..�- kJ�^ . ��M N. Pous 0114 H -2•1,/7615ni In the Board of Supervisors of Contra Costa County, State of California September 27 14of 77 In the Matter of Approving Deferred Improvement Agreement for Subdivision MS 2--76 Knightsen area. The Public Norks Director is AUTHpRIZED to execute a Deferred Improvement Agreement with GERALD W. MARSHALL, eVal. , permitting the deferment of construction of permanent improvements required as a condition of approval for Subdivision MS 2-76, Knightsen area. PASSED by the Board on September 27, 1977. r` cZ- ' cr= x U_ S] CL R> O U _ LL I hereby certify that the,foregoing is o true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seat of the Board of Originating Department: Ptd (LD) Supervisors . cc: Recorder (via P.W.) affixed this 27 day of September 19 77 Public Works Director Director of Planning �1 J. R. OLSSON, Clerk Count Y Assessor B}� ! s> i ; - �l: c 1, Deputy Clerk Gerald Marshall Rt. 1, Box 131-D Patricia A. Bell Brentwood, CA 94513 01147 )i •2.1 i,'" 0 15m I i In the Board of Supervisors of Contra Costa County, State of California September 27 , 19 77 In the Matter of Contract Amendment Agreement X628-402-9 with the Contra Costa County Superintendent of Schools (CETA Title I) The Board having authorized, by its order dated August 23, 1977, negotiations for a CETA Title I contract amendment with the below-named contractor, IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute Contract Amendment Agreement #28-402-9 with the Contra Costa County Superintendent of Schools, effective June 14, 1977, for the provision of paid summer work experience for youth, with an increase in the contract payment limit to a new total of $620,622, and under terms and conditions as more particularly set forth in said agreement. PASSED BY THE BOARD on September 27, 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. Oric,: Human Resources Agency Witness my hand and the Seal of the Board of Attn: Contracts & Grants Unit Supervisors cc: County Administrator affixed this27th day of September 1977 County Auditor-Controller County Manpower Project Director � l _ J. R. OLSSON, Clerk Contractor Deputy Clerk Maxine M. Neufefld RJP:dg H 24 3/76 15m d01148- r CONTRACT AMENDMENT AGREEMENT (Contra Costa County Human Resources Agency) Number 2 8 — 4 0 N — 9 1. Identification of Contract to be Amended. Number: 28-402-8 Department: Human Resources Agency Manpower Project Subject: Provision of administration and staff services for Youth Work Experience and Adult Work Experience Programs 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: CONTRA COSTA COUNTY SUPERINTENDENT OF SCHOOLS Capacity: Public Agency Address: 75 Santa Barbara Road, Pleasant Hill, California 94523 3. Amendment Date. The effective date of this Contract Amendment Agreement is June 14, 1977 4. Amendment Specifications. The Contract identified above is hereby amended as set forth in the "Amendment Specifications" 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) ; 29 USCA §801ff; California Government Code Sections 26227 and 53703. 6. Signatures. These signatures attest the parties' agreement hereto. C N OF COSTA, C RNIA CONTRACTOR oggess By Chairman, Board of Su sons Designate official capacity in business Attest: J. R. Olsson, County 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 he/ BY they signed it and that tyre corporation Designee or partnership named above executed the within instrument pursuant to its bylaws HRA Contracts Administrator or a resolution of its board of directors. Form Approved: X Dated: /?77 D ignee $, _ K &�_4 4 �- -1tD+li County Clerk Microfilmed with board order 91149 i .�ti'r'Ar �>�f i+ L'1. -- ... �J• � ,r� 4 _ ... �.i�i: ���.1�1�•:.. '. - .,i �. . - 4�.fi�.� �.?�,.,;,. ..�'`''a"� t.., #;'t. T~ AMENDMENT SPECIFICATIONS Number2 8 —4 0 2 — a7 In consideration of Contractor's agreement to provide work experience positions for at least 107 youth enrollees for an additional 10 weeks during the period from June 14, 1977, through September 30, 1977, under this Contract, County agrees to increase the total amount payable to Contractor under the Contract - Payment Limit by an additional $76,080 . County and Contractor agree therefore to amend the Contract identified herein, as specified below, while all other parts of said Contract remain unchanged and in full force and effect: 1. Payment Limit Increase. Paragraph 4. (Payment Limit) of said Contract is hereby amended, effective June 14, 1977, by increasing the amount of the Contract Payment Limit specified therein from $544,542 to a new total of $620,622 . 2. Additional Youth Work Experience. Whereas the original Detailed Expendi- ture Schedule for Contract #28-402-8, as specified in Paragraph b., Part 5. (Budget of Estimated Program Expenditure.;), page 7, of the Service Plan did not permit Contractor to continue the 107 work experience positions for eligible youth enrollees [specified in Paragraph 3.a. (Youth Work Experience Program), page 4, of the Service Plan] throughout the summer period from June 14, 1977 through September 30, 1977, and whereas this Contract Amendment Agreement revises the Contract budget hereunder to provide funding for the continuation of said work experience positions, Contractor shall continue and maintain the provision of at least 107 work experience positions for eligible youth enrollees under this Contract from June 14, 1977, through September 30, 1977, in conjunction with the County's established CETA Title III 1977 Summer Program for Disadvantaged Youth. 3. Revised Budget. Paragraph a., Part 5. (Budget of Estimated Program Expenditures), page 7, of the Service Plan is hereby amended, effective . June 14, 1977, by revising the budget specified therein to read as follows: "Cost Categories Contract Term (1) Administration $ 79,817 (2) Enrollee Training -0- (3) Manpower Services (includ. $3,000 for 97,330 Emergency Supportive Services Payments) (4) Enrollee Wages/Youth Work Exp. Prog. 175,356 (5) Enrollee Wages/Adult Work Exp. Prog. 260,415 (6) Enrollee Fringe Benefits 7,704 TOTAL (Contract Payment Limit) $ 620,622" Initials: Af ontractor County. Dept. 01150 - 3..•Lw..+.r..:•aeiwr.Li'.,N.v.:.a.:�.w::..�......•..w.._+w,.hw.wad,.:...�.v.r..••r.vni4.rwM.r.+�..VeM.f.a.G++ww....rw•w....+f........Nr-...: 46 > 1 IN THE-COUNTY BOARD OF EDUCATION OF ' CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Flatter of Resolution Authorizing Signatures in ) Absence of County Superintendent) Resolution No. 1 - 17-'78' WHEREAS, governmental agencies need assurance that properly authorized signatures appear on project agreements and other :`required contracts, and WHEREAS, Floyd I. Marchus, County Superintendent of Schools, may not always be available to sign documents within the designated time; NOW, THEREFORE, BE IT RESOLVED that these agencies be informed that the following individuals have been duly authorized to sign all legal documents for the Contra Costa County Superintendent of Schnols Office: Robert Fifield, Associate Superintendent, Administrative Services Richard Keefe, Associate Superintendent, Special Education Robert Hughes Accountant Edith Cotler, Administrative Assistant PASSED AND ADOPTED THIS 13th day of July, .1977 by the following vote of the Board: AYES: (7) Arteaga, Martin, Mauzy, Dowling, Hruska, Spears, Ruiz NOES: (0) ABSENT: (0) I HEREBY CERTIFY that the foregoing is .a true and correct copy of the resolution approved by said Contra Costa County Board of. Education on July 13, 1977 /President, Contra Cgstaj.County Board of'Education FM:RF:1 s - ' x4••tra= N j - " '.'_ In the Board of Supervisors of Contra Costa County, State of California .1,PrntPmhP_r 27 , 19 In the Matter of Approval of Nutrition Project Consultation Services Contract IT IS BY THE 'BOARD ORDERED that its Chairman is AUTHORIZED to execute Contract #22-084 with John H. Owen to provide fiscal and statistical consultation services for the County Nutrition Project during the period September 1, 1977 to June 30, 1978 at a cost of $7,500 in Title VII federal funds. PASSED BY THE BOARD on September 27, 1977. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the data aforesaid. Arig: Human Resources Agency Witness my hand and the Seal of the Board of Attn: Contracts & Grants unit Supervisors cc: County Administrator offiixed this'7thday of September 19 77 County Auditor-Controller County Health Dept. J. R. OLSSON, Clerk Contractor Deputy Clerk Maxine M. fleu1'eld HH 2,1 76 15m 01152 C.ontri Costa County Standard Form STANDARD CONTFZACT (Purchase of Services) 1. Contract Identification. Number2 — 0 "R Department: Health Department Subject: Consultation services- County Nutrition Project 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: John Owen Capacity: An Individual Address: 110 Westfield Circle, Danville, California 94526 3. Tera. The effective date of this Contract is September 1, 1977 and ,it terminates June 30. 1978 unless sooner terminated as provided herein.. 4. Pacment Limit. County's total payments to Contractor under this Contract shall not exceed $ 7"gon 5. County's Obligations. County shall make to the Contractor those payments described in the Payment Provisions attached hereto which are incorporated herein by reference, subject to all the terms and conditions contained or incorporated herein. 6. Contractor's Obligations. Contractor shall provide those services and carry out that wor': described in the Service Plan attached hereto which is incorporated herein by reference, subject to all the terms and conditions contained or incorporated herein. 7. General and Special Conditions. This Contract is subject to the General Conditions and Special Conditions (if any) attached hereto, which are incorporated herein by reference. 8. Project. This Contract implements in whole or in part the following described Project, the application and approval documents of which are incorporated herein by reference: Contra Costa Nutrition Project for the Elderly under Title VII of the Older Americans Act. 9. Legal authority. This Contract is entered into under and subject to the following legal authorities: 42 USC Sections 3045 ff California Government Codes 31000 and 53703 10. Signatures. These signatures attest the parties' agreement hereto: r COli ON TA CALIF ZA CONTRACTOR N. gess t�- C By Chairman, Baard of Supe -4iors (DesignatW official capacity in business Attest: J. R. Olsson, County Clerk and affix corporation seal) State of California ) Byv � County of Contra Costa ) ss. Deputy ACKNOWLEDGEMENT (CC 1190.1) The person signing above for Contractor Recommended by Department known to me in those individual and business capacities, personally appeared / before me today and acknowledged that he/ nY 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 Approved: County Counsel Dated: /9 77 Deputy Deputy County Clerk (A-4617 REV 6/76) 01153 Microfilmed with board order • Contra Costa County Standard. Form Pt'MENT PROVISIONS (Fee Basis Contracts) - Number 08 4 1. Payment Amounts. Subject to` the Payment Limit of this Contract and subject to the following Payment Provisions, County will pay Contractor the following fee: [Check one alternative only.] a. $ 750 monthly, or [ ] b. $ per unit, as defined in the Service Plan, or [ ] c. $ after completion of all obligations and conditions herein and as full compensation for all services, work, and expenses provided or incurred by Contractor hereunder. 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. f. -T. 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 Lull a-mount 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. 01154 (A--4619 REV 6/76) ..LS`:.:J•.. .►.:.�=ami—.a:C.it.G...i..i:1M�/.tl�M+��1.Y :.Sld ..,=.s.•.... r�:'- .< ,%z. 1',� ...�. —..�, ..11+L,Nn�c� a.. ., .... i SERVICE PLAN Number 22 - 084 Contractor will provide Fiscal Systems and Statistical Consultation Services for the County Nutrition Project during the term of this Contract. Contractor will develop a timetable relating to his delivery of the specific services listed below by November 1, 1977; subject timetable, and any changes thereto, to be approved by the Nutrition Project Director. Contractor will provide the following specific consultation services listed by type below: 1. Fiscal. a. Establish and maintain an accounting system for the Nutrition Project compatible with the County Uniform Accounting System. b. Establish and maintain an accounting system, by line item, compatible With each Nutrition Project's subcontractor's budget. - c.. Provide a continuous running balance, by line item, for each Nutrition Project subcontractor. d. Work closely with the bookkeeping or accounting departments of each Nutrition Project subcontractor to assure accurate expenditure and income reporting. e. Prepare periodic current balance ledgers, by budget line item for the Nutrition Project Director and each Nutrition Project subcontractor. f. Assist in the Nutrition Project budget preparation and or revisions. 2. Systems. a. Review present data-gathering system and forms related to the Nutrition Project and evaluate-for necessity and effectiveness. b. Redesign data-gathering system and forms if necessary to simplify and expedite the gathering of data. 3. Statistical. a. Gather information from Nutrition Project subcontractors and consolidate into required reports to the State Department of Aging. b. Update current Nutrition Project equipment inventories and construct periodic equipment inventory reports as required by the State Department of Aging. c. Maintain a perpetual inventory of USDA commodities :available for Nutrition Project use. d. Maintain cost controls on Nutrition Project dinnerware goods and commodities. 4. Procurement. a. Receive and process requests for supplies from Nutrition Project subcontractors. b. Prepare requisitions for purchase of equipment, dining supplies, and office supplies for use at Nutrition Project sites. 5. Other. Provide training to Nutrition Project subcontractor staff on fiscal matters, data gathering, and reporting, and perform periodic follow-up of training effectiveness. Initials: Qi ev C n ractor County Dept. Ctl 01155 SPECIAL: CONDITIONS Number 22 - 084 Paragraph 19, Insurance, of the General Conditions is hereby amended by substitution of the following paragraph: "19. Insurance. During the entire term of this Contract and any extension or modification thereof, the Contractor shall keep in %ffect insurance policies meeting the following insurance requirements: a. Liability Insurance. The Contractor shall provide a policy or policies of comprehensive liability insurance for owned and non-owned 'auto- mobiles, naming the County and its officers and employees as additional insureds, with the following limits: (1) $100,000 for each person and $300,000 for each accident or occurrence for all damages arising out of death, bodily injury, sickness or disease from any one accident or occurrence, and (2) $25,000 for all damages arising out of injury to or destruction of property for each accident or occurrence. b. Workers' Compensation. In the event that Contractor has employees during the term of this Contract, 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." V v ? Initials: C- ntractor County Dept.. 01153 -4• . . .r� .�. rt, .. .. -. ....;,.d�-sem ��.3';. ,.�.:f,_ 6 F Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 1. Compliance with Law. Contractor shall be subjectto 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- Oil �� C ontra 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 & 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. 4W (A-4616 REV 6/76) -3- 01 1,59 � r In the Board of Supervisors of Contra Costa County, State of California September 27 , 19U In the Matter of Appointments of Trustees of Reclamation Districts No. 2025 (Holland Tract) and No. 2059 (Bradford Island) . The Board having received letters dated September 19, 1977 from Mr. Richard Rockwell, Secretary, Reclamation Districts No. 2025 (Holland Tract) and No. - 2059 (Bradford Island) , advis- ing that the terms of Mr. Dante J . Nomellini, P .O. Box 1528, Stockton, and Mr. Marvin W. Davis, Bradford Island Camp, via Stockton, California, as members of the Board of Trustees of said Districts, respectively, will expire on November 8, 1977; that qualifying nomination petitions have been filed; and requesting reappointment of said. persons; Pursuant to Section 50741 of the California Water Code IT IS BY THE BOARD ORDERED that Mr. Nomellini is APPOINTED as Trustee of Reclamation District No. 2025 and Mr . Davis is APPOINTED as Trustee of Reclamation District No. 2059 , for terms of four years ending on the first Tuesday after the first Monday in November, 1981 . PASSED by the Board on September 27, 1977. I hereby certify that the foregoing is a true and correct copy of cn order entered on the minutes of said Board of Supervisors on the dote aforesaid. cc : Districts Witness my hand and the Seal of the Board of Mr. Rockwell Supervisors P.O. Box 129 affixed this27thday of ryF.nt-Pmh or 19 7 _ Antioch 94509 County Auditor-Controller J. R. OLSSON, Clerk Registrar of Voters / ,; ? , ,, County Administrator By_/ 'y?sr/� %�'`LL' =� , Deputy Clerk Helen C. I►tarshall H-24 3/76 15m 01160 F 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- ll151 Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 9. Disputes. Disagreements between the County and Contractor concerning the meaning, requirements, or performance of this Contract shall be subject to final determination' in writing by the head of the County Department for 'which' this `Contract is made or his designee or in accordance with the applicable procedures (if any) required by the State or Federal Government. 10. Choice of Law and Personal Jurisdiction. a. This Contract is made in Contra Costa County and shall be governed and construed in accordance with the laws of the State of California: b. Any action relating to this Contract shall be instituted and prosecuted . in the courts of Contra Costa County. 11. Conformance with FederalandState 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 CountyAdministrator or his designee, subject to any required State or Federal approval. 14. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture or association. 15. Conflicts of Interest.' Contractor promises and attests that the Contractor. and any members of its governing body shall avoid any actual or potential conflicts of interest. If Contractor is a corporation, Contractor agrees to furnish to the County upon demand a valid copy of its most recently adopted bylaws and also a complete and accurate list of its governing body (Board of Directors or Trustees) :and to timely update said bylaws or the list of its governing body as changes in such governance occur. 16. Confidentiality. Contractor agrees to comply and to require its employees to comply with all applicable State or Federal statutes or regulations respecting confi- dentiality, including but not limited to, the identity of persons served under this Contract, their records, or services provided them, and assures that: a. All applications and records concerning any individual made or kept by Contractor or any public officer or agency in connection with the administration of or relating to services` provided under this Contract will be confidential, and will not be open to examination for any purpose not directly connected with the administration of such service. b. No person will publish or disclose or .permit .or cause to be published or disclosed, any list of persons receiving services, except as may be required in the administration of such service. Contractor agrees to inform all employees, agents and partners of the above provisions, and that any person knowingly and intentionally disclosing such information other than as authorized by law may be guilty of a misdemeanor. 17. Nondiscriminatory Services. Contractor agrees that all goods and services under this Contract shall be available to all qualified persons regardless of age, sex, race, religion, color, national origin, or ethnic background, and that none shall be used, in whole or in part, for religious worship or instruction. (A-4.616 RE -2- On 'J + s :ontra 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 & 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 01159 In the Board of Supervisors Of Contra Costa County, State of California September 27 , 19 LZ— In the Matter of Appointments of Trustees of Reclamation Districts No. 2025 (Holland Tract) and No. 2059 (Bradford Island) . The Board having received letters dated September 19, 1977 from Mr. Richard Rockwell, Secretary, Reclamation Districts No. 2025 (Holland Tract) and No. ' 2059 (Bradford Island) , advis- ing that the terms of Mr. Dante J . Nomellini, P .O . Box 1528, Stockton, and Mr. Marvin W. Davis, Bradford Island Camp, via Stockton, California, as members of the Board of Trustees of said Districts, respectively, will expire on November 8, 1977; that qualifying nomination petitions have been filed; and requesting reappointment of said. persons; Pursuant to Section 50741 of the California Water Code ` IT IS BY THE BOARD ORDERED that Mr. Nomellini is APPOINTED as Trustee of Reclamation District No. 2025 and Mr. Davis is APPOINTED as Trustee of Reclamation District No. 2059, for terms' of four years ending on the first Tuesday after the first Monday in November, 1981. PASSED by the Board on September 27, 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 : Districts Supervisors Mr. Rockwell P.O. Box 129 affixed this_2 thday of SPpt-Pmhpr 1972 Antioch 94509 County Auditor—Controller J. R. OLSSON, Clerk Registrar of Voters � ��� County Administrator By IS :r/L IiLt���t / Deputy Clerk Helen C. Marshall H-24 3/7615m 01160 z Ll THE BOARD OF SUPERVISORS OF CONT2:i COSTA COUNTY, STATS OF CALIFOFHSIA In the Matter of ) - Implementation of ) September 27, 1977 Senate Bill 201 ) Supervisor E. H. Hasseltine having advised the Board that Senate Bill 201, recently signed by Governor E. G. Brown,_ Jr. , authorizes a city or county to require a dedication of land or fees or both for school classrooms and related facilities where a finding has been made by a school district that conditions of over—crowding exist; and Supervisor Hasseltine having commented that this was of particular interest to him in view of the overcrowding of schools in the San Ramon Valley, and having moved that the County Counsel and the Director of Planning be requested to prepare for the Board's consideration an ordinance implementing the provisions as set forth in SB 201; and Supervisor R. I. Schroder having expressed concern about the additional burden this might place on the cost of housing and having suggested that representatives of the school districts and the homebuilding industry be invited to review the proposed draft ordinance; and having thereupon seconded the motion; and Supervisor N.C. Fanden having commented that she would like to have more information concerning the proposal before requesting that an ordinance be drafted; and Supervisor W. N. Boggess having concurred with Supervisor Fanden, and having commented that he was of the opinion that when the Board requests that an ordinance be drafted, it implies approval of the proposal, and having suggested that the ;natter 'first b-e scheduled for a public hearing; The vote on the motion was as follows: AYES: Supervisors R. I. Schroder and E. H. Hasseltine NOES: Supervisors N. C. Fanden and 11. N. Boggess ABSENT: Supervisor J. P. Kenney Thereupon, Supervisor Boggess having called for a motion that a hearing be scheduled on implementation of SB 201; On motion of Supervisor Fanden, seconded by Supervisor Schroder, IT IS BY THE BOARD ORDE ED that October 182 1977 at 2 p.m. is fisted for the aforesaid hearing, the Director of Planning in conjunction with County Counsel is requested to prepare a report thereon and the Clerk is directed to give notice to the school districts and the Associated Building Industry of Northern California. PASSED by the Board on September 27, 1977. cc: Director of Planning County Counsel CERTIFIED COPY Count Administrator t certify that this Is a hull, true .f correct copy of County the original document which is on file in my office. School Districts and that It %ras passe l & adopted by the Board of Associated Building IndustrySupervisors of Comma Cmta county. California, aH tho date shorn. ATTT ST: J. I:. O SSON. County of Northern California — Clerk &ex-officio Clerk of said Board of Supervisors, Eastern Division by Deputy Clerk. 3462 Mt. Diablo Boulevard � �Y ��ztr�c on SEP u 7 1977 Lafayette, California 94549 Sandra L. Nielson 01161 t IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFOM IA In the Matter of Membership ) on the Manpower Advisory ) September 27, 1977. Council. _ . ) The Board on September 20, . 1977 having referred to its Internal Operations Committee (Supervisors E. H. Hasseltire and N. C. Fanden) a letter from Mr. C. L. Van Marter, Director, Human Resources Agency, regarding the teras of -ten members of the Manpower Advisory Council expiring September 30, 1977 ; and The Internal Operations Committee having recommended that the Board approve the following: 1. For the four vacancies in the categories of community organization and community/client, authorize the Public Information Officer to advertise said vacancies so that individuals in the community wishing to be considered for membership can apply. 2. For the two seats representing community organizations' no designation of a specific organization will be made but candidates must be able to demonstrate that they can effectively represent a legitimate community organiza-ion. 3. For the two vacancies occurring in the community/client category, no designation of organization or other factors will be made but candidates will be expected to demonstrate that they are legitimate representatives of the community. 4. For the two seats representing education and training, the Board of Supervisors should indicate that one of these seats will continue to represent the County Superintendent of Schools and that the other seat will continue to represent the Mt. Diablo Unified School District, and those offices should be asked to nominate a representative. 5. For the seat representing business, the Committee has been advised that the U. S. Steel Company no longer wishes to be represented. The Internal Operations Committee will make a recommendation on a replacement for this seat. For the seat representing business which is presently vacant with the term expiring September 30, 1979, the Committee recommends that Robert Olson be appointed. Mr. Olson resides at 9416 Cherry Hills Lane, San Ramon and is employed by Bankers Life Company. It is the opinion of the Committee that these Wo seats representing business should not be allocated to specific corporations but that individuals who are employed in a management capacity in the private sector should in the future be encouraged to apply for these seats, with a selection being made after considering all applicants. 6. For the vacancy in one of the two seats representing labor unions, the Committee recommends that the seat continue to be designated for the Contra Costa Central Labor Council . The Central Labor Council should be asked to nominate an individual Z or appointment by the Board. 7. For the two seats representing cities, the Committee believes That the cities of Concord and San Pablo should continue to be r= resented and .~'t hese cit'las should be asked to nominate individuals for appointment by the Board. 01162 The Committee having further recommended that the seat presently occupied by the City of Pittsburg remain designated for the City of Pittsburg, and that the fourth seat presently occupied by the City of Martinez be opened next year for application from any of the other cities in the county not otherwise represented on the Manpower Advisory' Council; IT IS BY THE BOARD ORDERED that the recommendations of the Internal Operations Committee be APPROVED. PASSED by the Board on September 27, 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 27th day of September, 1977. J. R. OLSSON CLERK By Ronda ahl Deputy Clerk CC: Director, Human Resources Agency Manpower Advisory Council County Administrator Public Information Officer County Superintendent of Schools 14t. Diablo Unified School District Contra Costa Central Labor Council Mr. Robert Olson 0116-3 In the Board of Supervisors of Contra Costa County, State of California Sed ember __27 i9 ZZ In the Matter of Proposed Constitution and By-Laws of the Contra Costa County Advisory Council on Aging. The Board on September 13 , 1977 having referred to its Internal Operations Committee (Supervisors E. H. Hasseltine and N. C. Fanden) the proposed Constitution and supplementary By-Laws of the Contra Costa County Advisory Council on Aging; and Supervisor Hasseltine having reported orally ori behalf of the Internal Operations Committee, recommended that the Director, Human Resources Agency, be instructed to review the by-laws of the Contra Costa County Advisory Council on Aging and advise said Council of any inconsistencies between the by-laws and the Board' s policy governing appointments; and IT IS BY THE BOARD ORDERED that the recommendation of the Internal Operations Committee is APPROVED. PASSED by the Board on September 27., 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 : Contra Costa County Witness my hand and the Seal of the Board of Advisory Council on Aging Supervisors Director, Human Resources affixed this_7r1-day of CeptPmt,or 19 77 Agency County Administrator �-� ��, R. OLSSON, Clerk Public Information Officer 8 Deputy Clerk By _.-. *Ronda Amdahl 01161 H-24 3/76 15m • In the Board" of 5upervisors of Contra Costa County, 5tate of California September 27 . 1977 In the Matter of Approving Consulting Services Agreement with Woodward-Clyde Consultants. (4050-2310-AiO-WB9998) The Board of Supervisors APPROVES and AUTHORIZES the Public Works Director to execute a Consulting Services Agreement with Woodward-Clyde _ Consultants, of Oakland, for soil testing services for the kitchen/dining hall construction at the Sheriff's Rehabilitation Center, Marsh Creek Road, Clayton. This Agreement is effective September 27, 1977 and provides for a maximum payment of $3,000, which amount shall not be exceeded without further written authorization by the Public Works Director. PASSED by the Board on September 27, 1977. I hereby certify that the,-#'oregoing is a true and carred copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Originator: Public Works Department Supervisors Building Projects affixed this df 3 tha Y of 1977 cc: Public Works Department Agenda Clerk J. R. OLSSON, Clerk Building Projects County Auditor-Controller By Deputy Clark J. Dye N. Pous County Administrator P. Burton Consultant 1 Inspector (via P/w) imp H-24 3/76 15m r � FI CONSULTING SERVICES AGREEMENT 1. Special Conditions. These Special Conditions are incorporated below by reference. (a) Public Agency: Contra Costa County (b) Consultant's Name & Address: Woodward, Clyde Consultants, Soils'& Geologist, 2730 Adeline. Oakland, California (c) Effective Date: .Sept 2791977 i c en ining Hall a'tSME'Pilf'S Keh3bl ilt tion (d) Project Name, Number & Location: Canter, Marsh Creele Road, r1agnn (e) Payment Limit: $3,000, maximum 2. Signatures. These sig atures attest the parties' agreement hereto: CONSULTANT By (Designate capacity in businesa State of California ) ss Contra Costa County ) ACKNOWLEDGMENT (CC §1190.1) The person signing above for Consultant, known to me in those individual and business capacities, personally appeared before me today and acknowledged that he signed it and that the corporation named above executed the within instrument pursuant to its by-laws or a resolution of its Board of Directors. PUBLIC AGENCY [SEAL] ,;cs> �raac acx�ac�x .cxx�'AL OFFICIAL SE:1L By: Vernon L. Cline i WILLIAM R. HOVEY Public Works Director " NOTARY PUBLIC•GALIFOTNIA �f I'_ ..., _J ��'"�' COUNTY OF ALAMEDA Sid^ .' My Commission Expires fiu.l?,19'� Y' 7i'A'AJ►Ss:�?l:�t�;7s3"ti:b.�.'b'.i?�:d:'kr, By:— Date: /f 77 No ary Public 3. Parties. Effective on the above date, the above-named Public Agency and Consultant mutually agree and promise as follows: 4. Employment. Public Agency hereby employs Consultant, and Consultant accepts such employment, to perfoiin 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 made a part hereof. 6. Insurance. Consultant shall, at no cost to Public Agency, obtain and maintain during the term hereof: (a) Workers' Compensation Insurance pursuant to state law, and (b) Comprehensive Liability Insurance, including coverage for owned and non-owned automobiles, with a minumum combined single limit coverage of $500,000 for all damages due to bodily .injury, sickness or disease, or death to any person, and damage to property, including the loss of use thereof, arising out of each accident or occurrence. Consultant shall furnish evidence of such coverage, naming Public Agency, its officers and employees as additional insureds, and requiring 30 days' written notice of policy lapse or cancellation. 7. Payment. 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 allowed. 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 the Contra Costa County Public Works Director. Consultant's statement of charges shall be submitted at convt nient intervals. Payment will be made within thirty (30) days after receipt of each statement. 8. Termination. At its option, Public Agency may terminate this agreement at any time by written notice to the Consultant, whether or not the Consultant is in default. Upon such termination, Consultant agrees to 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. 9. Status. The Consultant is an independent contractor, and is not to be considered an employeoff` Public Agency. 10. Indemnification. The Consultant shall defend, save, and hold harmless Public Agency and its officers and employees from any and all liability for any injury or damages arising f'om or connected with the ser%d_ces provided hereunder by Consultant or any person under its control. Attachments Appendix A Appendix B Miuofilawd with board order Form approved by County Counsel 011651 6/71 2722 Adeline Street Woodward-Clyde Consultants Oakland,California 94607 415-444-1256 Post Box R3@ Oaklandnd,,Califo O July 26, 1977 JUL 2 9 1977 77P-2204 PUBLIC WORKS DEPARTMENT Department of Public Works Contra Costa County 6th Floor, Administration Bldg. Martinez, California 94553 Attention: Mr. Robert Baba, Building Projects Division Gentlemen: PROPOSAL FOR SOILS UPDATE KITCHEN/DINING HALL AT SHERIFF REHABILITATION CENTER Clayton, California As requested by Mr. Baba, we are pleased to submit our proposal to update our July 22, 1968 study for the subject site. We understand that the 5, 000 square foot single story building was not built at that time; it is now turned about 90 degrees on the site and should be under construction in 90 days. We propose to consult with you on an hourly basis to bring our original study up to date• for the new modifications. We may have to drill 2 or 3 additional test borings if our restudy indicates the need. We propose to develop the similar scope of recommendations as done in our July 22, 1968 report (Project 11518) in accordance with our standard schedule of charges, a copy of which is enclosed. Our fee for the above scope of work would be on an hourly basis and should be less than $3, 000, unless the scope is changed by you. We are executing the consulting services agreement which is the basic document for this appendix and hope to be of service to you soon. Our insurance documents are being sent under separate cover. Very truly yours, Edward Margason Vice President encl. Schedule of Charges Consulting Engineers,Geologists and Environmental Scientists 01 9? Offices in Other Principal Cities �j (j r' SCHEDULE OF CHARGES AND CONDITIONS Woodward-Clyde Consultants Effective January 2, 1977 (Western Region) The method of establishing the fee for our services is as set forth in Manual No. 45c of the American Society of Civil Engineers' Committee on Professional Practice. A new schedule of charges is issued at the beginning of each year. Unless other arrangements have been made, charges for all work including projects initiated in the prior year will be based on the new schedule of charges. Our charges are divided into four categories: Personnel, Outside Services, Equipment, and Tests. PERSONNEL: Personnel charges are for technical work. Charges are made for technical typing as in the preparation of reports and for the time and costs of printing as in the production of reports. Direct char- ges are not made for secretarial service, office management, accounting, and maintenance since these items are included in overhead. Charges are computed by multiplying salary cost by two and one-half. Salary cost includes direct payroll costs, payroll taxes, vacation, holidays, sick leave, retirement, and employee in- surance. For technical typing, printing, laboratory, and graphics, averages for each group are used instead of individual salaries. For all others, individual salaries are used. Current personnel rates are as follows: Personnel Hourly Salary Cost Technical Typing. .... ............................. S 7.20 Reproduction (printing).............................. 8.10 Graphics............................................. 9.58 Laboratory Analyst................................... 9.82 Engineer or Geologist Assistant...................... 4.32 to 8.24 Staff Engineer or Geologist.......................... 7.34 to 12.76 Field Engineer or Geologst........................... 11.28 to 13.32 Senior Staff Engineer or Geologist................... 10.32 to 15.84 Project Engineer or Geologist........................ 12.24 to 19.72 Senior Project Engineer or Geologist................. 15.46 to 22.56 Associate............................................ 20.00 to 24.00 Principal............................................ 28.00 Senior Consultant.................................... 32.00 Court appearance as an expert witness will be charged at a rate of $720.00 per day, plus expenses. The full day rate will be the minimum charge for any portion of a day. Preparation for a court case will be charged at regular hourly rates. For all unionized engineering technicians, a flat hourly rate of $29.00 will be charged. Time spent in travel in the interest of the client will be charged at hourly rates except that no more than 8 hours of travel time will be charged in any day. When it is necessary for an employee to be away from the office overnight, actual costs of, or a negotiated rate for, living expenses will be charged. A multiplier of 1.1S will be applied to all personnel expenses. OUTSIDE SERVICES: Drilling, bulldozing, trenching and similar grading contract work in connection with exploration on which WCC administers a subcontract will be charged at the cost rate times 1.25. Other outside services and equipment rental items will be charged at the billing or cost rate times I.1S. Common items which this 1.15 multiplier applies include: equipment rental, printing and photo- graphic work, computer time purchases (which are increased by a factor to cover computing equipment leases), special insurance, outside consultants, travel and transportation, subsistence (or room and board) and long distance communications. EQUIPMENT: Automobiles and trucks (travel plus man hours on site)........ $ 4.00/hr. Soil sampler, sample tubes, and pickup truck use for exploration.......................................... 9.00/hr. Largo refraction seismograph.................................. 100.00/day, 300.00/week Strong motion monitors........................................ 225.00 to 350.00/2 week minimum Boreholelogger............................................... 75.00/day, 250.00/week, 750.00/month Downhole Shearwave system..................................... 150.00/day, 500.00/week Shearwave hammer (crosshole system).......................... 300.00/day, 1,200.00/week Resistivity surveying equipment............................... 75.00/day Magnetometer................. .............. ............. 75.00/day Microearthquake recording station............................. 525.00/month Earthquake data bank.......................................... Use charges quoted on request Slope Indicator - Half day.................................... 65.00 Fullday.................................... 105.00 (Installation and materials will be estimated on request) Aerial Photographic Camera..... ............................ .10/frame ($20.00/day minimum) Aerial Photography Library.. ............................... Use charges quoted on request 01168 (over) TESTS: Field Tests/Field Density Tests (sand method)............................ i 6.00/each Field Density Tests (nuclear method)......................... 4.00/each Laboratory Tests - Fixed unit prices for laboratory tests are based on two-and-one-half times salary cost for laboratory personnel plus a charge for laboratory overhead which includes equipment, equipment maintenance, and supplies. Prices are based on the average running time required for each test. Special sample or equipment preparation or laboratory consulting will be based on hourly personnel charges. Fixed unit prices do not include preparation time for Shelby tube samples; this time will be billed on a per hour basis. A charge will be made for tubes rendered unusable by required handling in preparation and testing. Charges for special testing not covered by this schedule are based on two-and-one-half times salary cost for personnel making the test plus a laboratory charge per man hour. An extra charge may be added for the use of certain special equipment. Sieve analysis - coarse and fine, including wash (3 in. to #200), pertest.................. ....... .............................. S 40.00 Sieve analysis including wash (#4 to 0200), per test..................... 30.00 Wash analysis (8200 only), per test...................................... 20.00 Hydrometer analysis, standard ASTM....................................... 35.00 Hydrometer analysis (modified 3 point), per test......................... 30.00 Liquid Limit - per test.................................................. 20.00 Plastic Limit - per test................................................. 20.00 Shrinkage Limit, per test................................................ 35.00 Specific gravity of soils, per test.. ................................. 30.00 Moisture determination and/or dry density 1 to 9 samples, per test request.................................... 8.00 each 10 to 49 samples, per test request................................... 6.00 each 50 or more samples, per test request................................. 5.00 each Moisture content, dry density and unconfined compression test (set) 1 to 9 samples, per test request.................................... 15.00 each 10 to 49 samples, per test request................................... 12.50 each 50 or more samples, per test request................................. 10.00 each Additional charge for stress-strain curve............................ 25.00 each Direct shear test, per point............................................. 100.00 Residual direct shear test............................................... Charges quoted on request . Consolidation test, 6 load and 2 unload increments per test.............. 190.00 Each additional loading or unloading increment...................... 15.00 Permeability on undisturbed sample, per test....... .... 75.00 .................. Permeability on fabricated sample, per test.............................. 95.00 Maximum-minimum density, ASTM D2049/69................................... 90.00 WCC Special Method.................................................. 75.00 Laboratory compaction, up to 4-in. diameter mold......................... 70.00 Laboratory compaction, 6-in. diameter mold....... ..................... 90.00 Swell test, at one load (each additional loading, $15.00)................ 80.00 SandEquivalent.......................................................... 25.00 Rockcore testing........................................................ Charges quoted on request Triaxial compression test................................................ Charges quoted on request High-pressure triaxial compression test on rock cores............... Charges quoted on request Triaxial compression test on 12-in. diameter specimen............... Charges quoted on request MTS 20-kip cyclic loading equipment, per hour (personnel charges extra).. 35.00 MTS 5-kip cyclic loading equipment, per hour (personnel charges extra)... 35.00 INVOICES: Invoices will be rendered monthly, either as a final or partial billing, and will be pay- able upon receipt unless other arrangements have been made previously. st paid withill ;@ days. Any attorney's fees or other costs incurred in collecting any t tr �„ delinquent amount shall be paid by the Client. CONDITIONS: Woodward-Clyde Consultants warrants that our services are performed, within the limits prescribed by our Clients, with the usual thoroughness and competence of the engineering profession. No other warranty or representation, either expressed or implied, is included or intended in our proposals, contracts, or reports. Our liability to the Client for injury or damage to persons or property arising out of work performed for the Client and for which legal liability may be found to rest upon us, other than for professional errors and ommissions, will be limited to our general liability insurance coverage. For any damage on account of any error, omission, or other professional negligence, our liability will be limited to a sum not to exceed $50,000 or our fee, whichever is greater. In the event that the Client does not wish to limit our professional liability to this scum, we will waive this limitation upon the Client's written request provided that the Client agrees to pay for this waiver, an additional consideration of 4% of our total fee or $200, whichever is greater. In the event that the Client makes a claim against Woodward-Clyde Consultants, at law or otherwise, for any alleged error, omission or other act arising out of the performance of our professional services, and the Client fails to prove such claim upon final adjudication, then the Client shall pay all costs incurred by Woodward-Clyde Consultants in defending itself against the claim, including but not limited to, personnel- related costs, attorneys' fees, court costs and other claim-related expenses. We will not be liable for damage or injury arising .`saa daaage to subterranean structures (pipes, tanks, telephone cables, etc.) which are not called to our attention and correctly shown on the plans furnished us, in connection with work performed by us. 01169 FORM 100 ❑ :MAN'S FUND INSURANCE COMPAN Os j Iln fr' 0 111 'r �C 1 rpt C - „ ❑ AMERICAN INSURANCE COMPANY VV L7 lJ LLLS ^sTE 0 NATIONAL SURETY CORPORATION JUL 2 8 �F Vel CE ® ASSOCIATED INDEMNITY CORPORATION FIREMAN'S FUND ❑ AMERICAN AUTOMOBILE INSURANCE COMPANY &"swan'"Su.•%"c°r""' - PUBLIC WORKS DEPARTMENT The Policy identified below by a policy number is in force on the date of Certificate Issuance. Insurance is afforded only with respect to those coverages for which a specific limit of liability has been entered and is subject to all the terms of the Policy having reference thereto. Nothing herein contained shall modify any provision of said Policy. CERTIFICATE ISSUED TO: Dated July 26, 1977 Named 11___W990war4_Cly"nsukarns Insured & 600 Montgomery Street 1 Address San Francisco, California 94111 Contra Costa County Department of L Name Public Works and Administration Building, 6th Floor r AddressMartinez, CA 94553 Woodward- Clyde Consultants ATTN: Mr. Robert Baba 2730 Adeline Street Oakland, CA 94607 LATPM- -Ed Margas on._. _ THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE HOLDER KIND OF POLICY LIMITS OF LIABILITY INSURANCE POLICY NUMBER PERIOD Comprehensive Expiration $1,000,000. Combined Single limit - General and Auto Liability LP20WS52 1-1-78 Bodily Injury and Property Damage Subject to the terms, conditions and exclusions of the policy: 1. This policy insures all automobiles owned, hired, or leased by the Named Insured; 2. This policy insures all operations, premises, and activities of The Named Insured, including operations by Independent Contractors and Contractual Liability. 3. This policy does not exclude the x, c and u hazards. KIND OF POLICY LIMITS OF LIABILITY INSURANCE POLICY NUMBER PERIOD Workmen's Compensation $ STATUTORY Workmen's Expiration Occupational Disease S INCLUDED Compensation WP 1700168 1-1-78 Employers Liability $ 300,000.00 Except wherein the Insured is subject to the Workmen's Compensation law of The States of Nevada,North Dakota,Ohio,Washington; West Virginia and Wyoming and of any province of The Dominion of Canada, this policy insures Workmen's Compensation and employer's liability for injury to any person employed by the Insured anywhere in The United States of America, its territories or possessions or Canada. In addition to the State Acts, this policy insures the U.S. Longshoremen's and Harbor Workers' Act. THIS CERTIFICATE APPLIES TO THE FOLLOWING: re: Kitchen-Dining Hall, Sheriff's Rehabilitation Center, Marsh Creek Road, Clayton, CA. .1 0 3 � In the event of Cation ofIt or policies, the Company wilt give thirty (301 dabs notIce.to the addressee but rtna o i ility by reason of failure to do so. pUBL1C WORKS DEPARTMENT "T' C RTI tluildinfl Projects 011 ♦ -� ��:. UL 29 1917 KRAFT INSURANCE BROKERAGE PUBLIC WORKS DERQ& I-F-ORNIA STREET • SUITE 515 • SAN FRANCISCO.CALIFORNIA 94104 • (415)391.2926 July 28, 1977 RECEIVED AU Ll 1977 Contra Costa County J. R. OLSSON Public Works Departrnesit CLERK BOARD O: SUPERVISORS CON COSiA CO. 6th Floor, Administration Blvd. s �! cam,-:D2 v Idartinez, California 94553 Re- Professional Liability Insurance. Kaplan McLaughlin, Architects & Planners Gentlemen: IIZclosed herewith is a certificate of insurance, verifying i professional liability insurance for Kaplan & Mciaughlin. Hoping you will find the enclosure to your satisfaction, I remain - Yours ver trul , r Pa B4 Kr Barbara Fleming BFF encl. c. c. Kaplan & McLaughlin 901 Battery Street San Francisoo, 'California 94111 jy�icrvfilmsd with board ordet �. .t 41M . 01171. I" I n D CERTIFICATE OF INSURANCE U� JUL'2 9 1971 PUBLIC WORKS DEPARTME 1 iIIIJ IJ tU ul.r t..J, Ina. pUlicii:a ul tl�i: tialiic Off - NAMED ±INSURED Kaplan & McLaughlin Architects & Planners THIS CERTIFICATE OF INSURANCE NEITHER AFFIRMATIVELY NOR and 901 Battery Street NEGATIVELY AMENDS, EXTENDS OR ALTERS THE COVERAGE ADDRESS San Francisco, California 94111 AFFORDED BY ANY POLICY DESCRIBED HEREX L are in farce at the date hereof, as follows: KIND OF POLICY POLICY LIMITS INSURANCE NUMBER PERIOD WORKMEN'S COMPENSATION Elf. Wothmen's Compensation Ins. STATUTORY AND EMPLOYERS'LIABILITY Exp. Employers'Liability Ins. S BODILY INJURY PROPERTY DAMAGE COMPREHENSIVE GENERAL Elf. $ ,000 Each occurrence $ .000 Each occurrence LIABILITY Exp. S 000 Aggregate is ,000 Aggregate MANUFACTURERS' AND Eff. $ 000 Each occurrence $ ,000 Each occurrence CONTRACTORS' LIABILITY Exp. S 000 Aggregate l NEFS', LANDLOFOS' Eff. $ ,000 Each occurrence S ,000 Each occurrence) hAD TENANTS' LIABILITY Exp. S 000 Aggregate t CONTRACTUAL Eff. $ ,000 Each occurrence $ ,000 Each occurrence LIABILITY Exp. 5 ,000 Aggregate , AUTOMOBILE LIABILITY ) ❑ Owned Automobiles Eff. I S ,000 Each person It ,000 Each occurrence ❑.Hired Automobiles Ficp. 15 ,000 Each occurrence ❑ Non-Owned Automobiles ) COMPREHENSIVE AUTO- Eff. S ,000 Each person $ ,000 Each occurrence MOBILE LIABILITY Exp.' IS .000 Each occurrence ArchitectsOTHEEff. If--L/-- 1,000,000. any one claim and in, e Engineers Professional AE 451189 Exp.7-12-78 aggregate Liability I 1 10,000. deducti le each claim I AEgregale not app!icable if Owners'.landlords'and Tenants'Liability Insurance excludes structural alterations. new construction and demolition. 30 days In the event of any material change in,or cancellation of, said policies, the undersigned company will endeavor to give written notice to the party to whom this certificate is issued, but failure to give such notice shall impose no obligation nor liability upon the company. Dated: July 19, 1977 Con. e of y: Imperial Casualty & Indemnity Co. AUTHORIZE ............. O EPRESEtiir,T Y zTIFICATE ISSUED TO: F Contra Costa County NAME Public Works Dept. Oil *1�.+ and 6th Floor— Administration Blvd. ADDRESS Martinex, California 94553 1 �;y ❑ F'�EMAWS FUND INSURANCE COMPAN �2� ❑ I, - AMERICAN INSURANCE COMPANY V L� lJC CATS (mit"?! [3 NATIONAL SURETY CORPORATION JUL q ��� INCE ® ASSOCIATED INOEiiNITY CORPORATION 4 • FIREMAN'S FIND ❑ AMERICAN AUTOMOBILE INSURANCE COMPANY `oo.-"* PUBLIC WORKS DEPARThID.-T The Policy identified below by a policy number is in force on the date of Certificate Issuance. Insurance is afforded only.with respect to those coverages for which a specific limit of liability has been entered and is subject to all the terms of the Policy having reference thereto. Nothing herein contained shall modify any provision- of said Policy. r . -_ _1 CERTIFICATE ISSUED TO: Dated July 26, 1977 Named .Woodward Clyde Consultants Insured & 600 Montgomery Street 1 Contra Costa County Department of Address San Francisco, California 94111 L J Name Public Works and Administration Building, 6th Floor r AddressMartiuez, CA 94553 Woodward- Clyde Consultants ATTN: Mr. Robert Baba 2730 Adeline Street J Oakland, CA 94607 LATIN: Ed Margason J THIS CERTIFICATE IS ISSUED AS A MATTER OFINFORMATION ONLY AND CONFERS NO RIGHTS UPON THE HOLDER KIND OF POLICY LIMITS OF LIABILITY INSURANCE POLICY NUMBER PERIOD Comprehensive Expiration $1,000,000. Combined Single Limit - General and Auto Liability LP2080552 1-1-78 Bodily Injury and Property Damage Subject to -the terms, conditions and exclusions of the policy: i, This policy insures all automobiles owned, hired, or leased by the Named Insured; 2 • This policy insures all operations, premises, and activities of The Named Insured, including operations by Independent Contractors and Contractual Liability. , 3. This policy does not exclude the x, c and u hazards. 4 KIND OF POLICY LIMITS OF LIABILITY INSURANCE POLICY NUMBER PERIOD Workmen's Compensation S STATUTORY Workmen's Expiration Occupational Disease S INCLUDED Compensation WP 1700168 1-1-78 Employers Liability $ 300,000.00 Except wherein the Insured is subject to the Workmen's Compensation law of The States of Nevada, North Dakota, Ohio,Washington, West Virginia.and Wyoming and of any province of The Dominion of Canada, this policy insures Workmen's Compensation and employer's liability for injury to any person employed by the Insured anywhere in The United States of America, its territories or possessions or Canada. In addition to the State Acts, this policy insures the U.S. Longshoremen's and Harbor Workers' Act. THIS CERTIFICATE APPLIES TO THE FOLLOWING: re: Kitchen—Dining Hall, Sheriff's Rehabilitation Center, Marsh Creek Road, Clayton, CA. In the event of cancellation of the policy or policies, the Company evill make every effort to give thirty (30) days notice to the addressee but undertakes no responsibility by reason of failure to do so. 01113 �� AUTMO�:EPR �ATIVE _ ►'� _ R In the Board of Supervisors of Contra Costa County, State of California September 27 19'77 In the Matter of Screening Process for Selection of Manpower Program Director. The Board having received a September 15 , 1977 letter from Mr. Richard Beyer, Chairperson, 'lnpower Advisory Council, objecting to the process of screening applicants for the position of Manpower Progra.m. nirector, and requesting that in the future the Council be permitted an opportunity to participate in the selection of a Director; TT IS BY THE BOARD ORDERED that the request is REFERRED to the Director, Human Resources Agency. PASSED by the Board on September 27, 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 : Director, Human Resource asupervisors Agency affixed this 27thday of 1911,_, Manpower Advisory Council Manpower Program Director J. R. OLSSON, Clerk County Administrator ByZ c - „ Deputy Clerk M Crai H-24 4/77 15m i , v 01174 4 i t In the Board of Supervisors of Contra Costa County, State of California September 27 19 77 In the Matter of Hypertension Project Application The Director of the Human Resources Agency having requested the .Board to approve submission of a project application to the State Department of Health for $15,000 in federal funds for the purpose of coordinating activities for the control of hypertension; and Supervisor R. I. Schroder having expressed interest in the control and treatment of hypertension, recommended that said application be referred to the Finance Committee (Supervisors Schroder and J. P. Kenny) for review and report to the Board on October 4, 1977; IT IS BY THE BOARD ORDERED that the recommendation of Supervisor Schroder is APPROVED. PASSED by the Board on September 27, 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; Finance Committee Witness my hand and the Seal of the Board of Human Resources Agency Supervisor Contract & Grants Unit affixed this27thday of September , 19 77 Health Department County Administrator J- R. OLSSON, Clerk 1 r • Deputy Clerk Patricia A. Bell 011'x;) low H-24 3/76 15m In t;.a Board of Supervisors of Contra Costa County, Storz of California September 27, 19 77 :- In the Matter-or, Approval of Amendments to 1977 Head Start Delegate Agency Contracts The Board hereby approves Amendments to the 1977 Head Start Delegate Agency Contracts reflecting the receipt of a Cost of Living Supplemental Grant and authorization to use 1976 Carry-over Balances and authorizes the Chairman of the Board to execute such Contract Amendments. This Action involves Federal Funds only. tfo additional local share is involved. Agency Existing Contract Amended'Contract (Federal Funds) Federal Funds Neighborhood House of $123,789 $132,713 ' North Mclmond, Inc. Bayo Vista Tiny Tots 37,850 44,204 Nursery School, Inc. Martinez Unified School District 213,225 25,236 First Baptist Church of Pittsburg 84,067 89,320 UnitedCouncil of Spanish. Speaking 84,564 91,812 Organizations Mt. Diablo Unified School District 72,511 78,925 PASSED by the Board on September 27, 1977. herby c.rti y that the foregaing is a ;rue and correct copy of an order en'rrred-on the minutes or paid Board of Supervisors on the date cforesaid_ Ori g. Dept. : GEO W nesss niy nand and the Sec{ of the Board of Supervisors cc: County Admi n i strator-,Q1,'j pnxed tai 2 ts� day of�ntember , 19 A u d i for-Contra l l e - Yap to J. R. OLSSON, Claris Head Start - C/o OEO �'' c.. .► ' uy _t..�c.t __, Deoutj Clark i�axir_e M. ?Teufel �F� - 011`7 CQ';^l PAC T !�!�iE;:7i•'-• i'" P.GREE!MENT Number 77-200-1 - l_. ?c3entificabiar. o€' Contract to be Amenled: Department/Of-ice: OFFICE OF ECONOMIC OPPORTUNITY - HEAD START Subject: pXJEr_ATE AGENT START_ Effective Date: January 1, 1977 - 2 . Parties : The Contra. Costa County Board of Suoervisors (::ranee) ,, for its department/office manned above, and time folla;;ing named contractor (Delegate) mutually promise and agree as folia.-Is : N me: North Richmond Neighborhood House apaci ty: A California non profit Corporation Address • 321 Alamo Street, Richmond, CA 94801 3. Amendment Date: '--"he effective date of this Contract Amendrent Agreement is September 1, 1977 It . Amendment Specifications . The Contract identified above is hereby amended as set forth in the "Amendment Specifications" attached hereto which are incorporated herein by reference. 5. Legal Authority . The Contract Amendment Agreement is entered into and subject to the folio:•;ing legal authorities: 42 USC 2928, CALIFORNIA .GOVERNMENT CODE 26224 and 53703 6 . Signature: These signatures attest the parties ► agreer;.ent :.ereto . GRANTOEF,: DELEGATE: ntr s y oa o ors NORTH RI ND NEIGHBORHOOD HOUSE, INC. . Boggess By By Chairman / ATTES` J. R. O%,SSO�I, County Title: t.,.� Clerk arid- &.c officio Clerk of the Board of Supervisors As authorized by Gover.nina Board Action on: 4D . y fh;p 4E Oti;Lt3JE B (Designate official capacity in business and affix: ccrporatian ir- t r seal) State of California ) County of Contra Costa ) s' ' FORM APPROVED: AQKN'7WLEDGN1_rN`f (CC I.10 0 . 1) Cla,,,s,: Co, . Counsel The per son• siFnin� above far Contractor knot•,n to me in those individual and business B -------_�,_ capacities, .personally appeared Deputy before me today and cz.ckna.-.lec ged that he/they signed it and that the corporation or partnership named above execut-ed the within instrument pur'suapt to it b%r1at•;s on a resolut-lion of its board of di-recto- s . Dal`ad: "2/ IP77 ROBERT J. PROCTOR ► - .DEPUTY COUNTY CLERK NTT? Contra Costa County,.- ty, California } Micr 4med with board order Number 77 200-1 AMENDMENT SPECIFICATIONS 1. In consideration of the Contractor's Agreement to provide thebelow described additional services during the period September 1 through December 31, 1977, the County agrees to increase the total amount payable under the Contract Payment Limit. County and Contractor agree therefore to amend the Contract identified herein, as specified below, while all other parts of said Contract remain unchanged and in full force and effect. 2. Paragraph 4. of the Original Contract is hereby amended to read as follows: "4. Payment Limits and Contractor's Contribution. County's total payments to Contractor under this Contract shall not exceed . $132-71-3 which .is the Federal share. Contractor's contributions under this Contract shall be $34,882 which is the local share." 3. Paragraph 1. of the Service Plan of the Original Contract is hereby amended to read as follows: "1. The Contractor agrees to provide those services enumerated in the Delegate Agency Action Plan" (Form H/S-12) attached to the Original Contract, consisting of 76 pages and the attached Delegate Agency Action Plan Amendment consisting of one page." 4. Paragraph 2. of the Service Plan of the Original Contract is amended . to read as follows: "2. Allowable costs are limited to those enumerated in- the attached Budget Summary Sheet. Amendment consisting of one page". Initials: y Con ractor County Dept. AA 01178. COUTRA COSTA COUNTY HEAD START AGENCY NAME Nnrth_Richmond Heighborhood House ACTION PLAN AMENDMENT `I'I- ZGO- ACTION PLAN - COMPONENTS OBJECTIVE, AND T&TA PLAN 9/77 Page 1 of 1 page OD-JECTI17ES ACTIVITIES PROGRAM EVALUATION � CCIT01-TENT INTERr.ELATIONSHIPS l:. Comple�e screening, assessment and 1. Return Administrative, Health and Actual Performance Evaluation !Health, Parent and Education Component individualized plans of enrollees coordinating Staff to work 9/1/77 . by November 1, 1977 j 2. Training of Health Staff and Recruiting Staff 3. Training of Teachers on Assessment Tool 4. Conduct Parent Visits and assess children Octoberl-20, 1977 5. Certification and individualized plans for Special Needs Children 10/24-31/77 6. Preparation of individual plans for all - hhildren..:.� T&TA RESOURCES ?DEEDED WHO TRAINED, I•IHER, 14HERE AND LENGTH I T&TA EVfi1UATIO`7 Consultants from Central Staff, Health, Education Health Staff Developmental History 9/15/77 - one day .Copies of developmental history i N/A copies of child assessment tool Community coordinator Staff - Week of 9-5-77 (Martinez) one day ' Central Staff Consultant - Parent Coordination Teaching Staff week of 9-19-77 (Rodeo) one day i Copies of::Parent Activity Booklet OnoO h • ' FC: .,I uS/12 - Ju1 7 75 III .B CONTRA COSTA COUNTY HEAD START BUDGET SUMMARY SHEET NAME OF DELEGATE AGENCY NEIGHBORHOOD HOUSE OF NORTH RICHMOND PROGRAM YEAR 1977 - PYL PROGRAM ACCOUNT 1WMBER 22 PROGRAM ACCOUNT NAME HEAD START 'FULL YEAR PART nev SUBMITTED AS PART OF (check one) FUNDING REQUEST ( ) AMENDMENT (X ) 77-200-1 SUPPLEMENT ( ) AMENDMENT TO CONTRACT NO. 77-200 BUDGET SUMMARY APPROVED: Federal Non-Federal Total PROGRAM ACCOUNT tNt4BER Share Share .APPROVED BY POLICY COMMITTEE: YES (X ) NO ( ) Signatures on File (Signature of Policy Committee Chairperson) TOTALS BUDGET CATEGORIES (Date) Federal Non-Federal Total OBJECT CLASS CATEGORIES . Share Share Q a. Peraonnel 90,467 14,245 104,712 mob b. Fringe Benefits 10,191 10,191 APPROVED BY DELEGATE AGENCY BOARD: YES ( ) NQ ( ) c. Travel 1,037 1,037 . Equipment _ _ (Signature of Delegate Agency Official) Supplies 2,825 2,825 (Date) f. Contractual 2,000 2,000 g. Construction h. Other Costs 26,193 20,640 46,833 TOTALS 132,713 +34,882 167,5.98 CONTRACT AMENDMENT AGREEMENT Number 77-206-1 1. Identification of Contract to be Amended: Department/Office: OFFICE OF ECONOMIC OPPORTUNITY - DEAD START Subject: DELEGATE AGENT - READ START Effective Date: April 1, 1977 2 Parties: The Contra Costa County Board of Supervisors (Grantee), for its department/office named above, and the following named contractor (Delegate) mutually promise and agree as follows : Name: BAYO VISTA TINY TOTS NURSERY SCHOOL, INC. _ Capacity: A CALIFORNIA NON PROFIT CORPORATION Address : #2 California Street, rodeo, CA 94572 3 . Amendment Date: The effective date of this Contract Amendment Agreement is September 1, 1977 4 . Amendment Specifications . The Contract identified above is hereby amended as set forth in the "Amendment Specifications" attached hereto which are incorporated herein by reference. 5 . Legal Authority . The Contract Amendment Agreement is entered into and subject to the following legal authorities : 42 USC 2428, California Government Code 26224 and 53703 6 . Signature: These signatures attest the parties ' agreement hereto. GRANTEE: DELEGATE: C o n tF4 Co-ts. Co ,� BAYO VISTA TINY TOTS Bo d u ors NURSERY SCHOOL, INC. B Chairman ATTEST: J. R. OLSSON, County Title: Clark and ex officio Clerk of the Board of Supervisors As authorized by Governing Board Action on: e 'ty s 227 "RE MMU- DED"B / (Designate official capacity in business and affix cor_ooration seal) D State of California ) ss . County of Contra Costa ) FORM APPROVED: ACKNOWLEDGMENT (CC 11a0 .1) John B. Clausen, County Counsel The person signing above for ,�-- Contractor known to me in those individual and business By capacities, personally appeared Deputy before me today and acknowledged that he/ :hey signed it and that the corporatiCon or partnership named above executed the within instrument pursuant to its OFFICIAL SEAL bylaws on a resolution of its BARBARA 1. HAVUN board of directors . NOTARY PUBLIC CALIFORNIA PRINCIPAL OFFICE IN uu,,,>• SAN FRANCISCO COUNTY Dated: 9-.�9- My Cammiaaion Expires Jnna 27> 197f 3a/,, /J Microfilmed With board order •(OEO) Head Start) . o Number 77-206-1 AAfE_'dDj1E.T SPECIFICATIOVS 1., In consideration of the Contractor's Agreement to provide the belo:r described additional services during the period September l through December 31, 1.977, the County agrees to increase the total amount payable under the Contract Payment Limit. County and Contractor agree therefore to amend the Contract identified herein, as specified below, while all other parts of said Contract remain unchanged and in full _ force and effect. 2. Paragraph 4. of the Original Contract is hereby amended to read as follows: 114. Pa}Ment Limits and Contractor's Contribution. County's total'` payments,to Contractor under 'this' Contract shall not exceed $44,204 , which .is the Federal share. Contractor's contributions under this Contract shall be $ 9,463 which is the local share." 3. Paragraph 1. of the Service Plan of the Original Contract is hereby amended to read as follows: "l. The Contractor agrees to provide those services enumerated in the Delegate Agency Action Plan" (Form 11/S-12) attached to the Original Contract, consisting of 56 paves and the attached Delegate Agency Action Plan kendment consisting of one page." 4. Paragraph 2. of the Service Plan of the original Contract is amended to read as follows: "2. Allowable costs are limited to those enumerated in the attached Budget Summary Sheet Amendment consisting of one page". Initials: Contractor ounty Dept, -41 011- Oro y o1 82 ACTION PLAN AMENDMENT 77' 2GG'� COIJTRA COSTA COUNTY I11;AD START AGE1zCY NA.ME Bayo Vista Tiny Tots Nursery School, Inc. 9/77 ACTION PLAN COMPONENTS OBJECTIVE, A1-TD T&TA PLAN Page 1_ of 1 page PROGIR'All EVALUATION i CO!MONEIJT I:`TtRRELATIONS11IPS OBJECTIVES ACTIVITIES 1. Return Administrative, Health and Actual Performance Evaluation ;Health, Parent & Education Components 1a. Compleee screening, assessment and Coordinating Staff to work 9-1-77 ; individual i.wed plans of enrollees j by November 1, 1977 2. Training of Health Staff and Recruiting Staff ; 3. Training of Teachers on Assessment Tool 4. Conduct Parent Visits and assess : ! children October 1-20, 1977 5. Certification and individualized plans for Special Needs Children 10/24-31/77 K 6. Preparation of individual plans for all ! children. T&'TA RESOURCES NEEDEDj.,THo TRAT.NED, 1.71-Md, WHERE AND LENGTH � T&TA rVKLUATIO"T _ - Consultants frQ.m Central Staff, Health, Education Health Staff Developmental History 9-15-77 - one day ' i Copies of developmental history Community Coordinator Staff - Week of 9-5-77 (Martinez) N/A one day zopies of child assessment tool Teaching Staff - Week of 9-19-77 (Rodeo) - one day eutral Staff Consultant - Parent Coordination -,opies' of Parent Activity Booklet r-c:-.n WS/12 -r:Ju17 75 III .B CONTRA COSTA COUNTY HEAD START BUDGET SLZ24ARY SHEET NAME OF DELEGATE AGENCY KAYO VTSTA TINY TOTS NURSERY SCHOOL. INC. PROGRAM YEAR 1977 - PYL PROGRAM ACCOUNT NUMBER 22 PROGRAM ACCOUNT NAME HEAD START FULL.YRAR PART DAY SUBMITTED AS PART OF (check one) FUNDING REQUEST ( ) AMENDMENT (X ) 77-206-1 SUPPLEMENT ( ) AMENDMENT TO CONTRACT NO. 77=206 BUDGET- SUMMARY APPROVED: Federal Non-Federal Total PROGRAMS ACCOUNT NU14BER Share Share -APPROVED BY POLICY COMMITTEE: YES ( X) NO ( ) Signatures on file (Signature of Policy Committee Chairperson) TOTALS BUDGET CATEGORIES (Date) FedeOBJECT CLASS CATEGORIES , Share Non-FederalTotal ' ShareeShare a. Personnel 29,399 1,698 31,097 b. Fringe Benefits 3,543 3,543 APPROVED BY DELEGATE AGENCY BOARD: YES C Travel 245 245 d. Equipment _ _ (Signature of Delegate Agency Official) . Supplies 1,290 1,290 (Date) Contractual g. Construction _ h. Other Costs 9,727 7,765 17,492 TOTALS 44,204 9,463 53,.667 CONTRACT AMENDMENT AGREEMENT Number 77-202-1 1. Identification, of Contract to be Amended: Department/Office: OFFICE OF ECONOMIC OPPORTUNITY HEAD START Subject : DELEGATE AGENT - HEAD START Effective Date: January 1, 1977 Z. Parties : The Contra Costa County Board of Supervisors (Grantee) , for its department/office named above, and the following named contractor (Delegate) mutually promise and amree as follows: Name: MARTINEZ UNIFIED SCHOOL DISTRICT Cana-,i 4CY : A CALIFORNIA SCHOOL DISTRICT Address : 921 Susana Street, Martinez, CA 94553 3 . Amendment Date: The effective date of this Contract Amendment Agreement is September 1, 1977 4 . Amendment Specifications . The Contract identified above is hereby amended as set forth in the "Amendment Specifications" attached hereto which are incorporated herein by reference . 5. Legal Authority . The Contract Amendment Agreement is entered into and subject to the following legal authorities : 42 USC 29289 California Government Code 26224 and 53703 6 . Signature: These signatures attest the parties ' agreement hereto. GRA` TEE: DELEGATE: on a os ounty B ar o / visors MARTINEZ UNIFIED SCHOOL DISTRICT eas B &y--- t Chairman JO _ SEARLES ATTES 1J. R. OLSSON_-, County Title: District Superintendent Clerk and ex �Dfficio- Clerk of the Board of Supervisors r As authorized by Governing B Board Action on: De uty April 26, 1977 RE Oi rirE:3DE (Designate official capacity in CAw business and affix corporation '' seal) 15c� Cy�� Y U State of California ) County of Contra Costa ) ss . FORM APPROVED ACKNOWLEDGMENT (CC 1190 .1) J Clausen- County Counsel The person signing above for Contractor known to me in those individual and business B -�. capacities, personally appeared. Deputy before ne today and acknowledged that he/they signed it and that the corporation or partnership named above executed the within Instrument pursuant to its bylaws on a resolution of its board of directors . Dated: 9/21/77 .taryj ubliq Mrs JN ' 1a� WRY N0 P ,�..., � n U SLAG-C�4.I�t1Rt»iA COU[drr 0,." c04TRA COSTA (OEO, , mead Start) ngc. 4, 19777 Miuofilmod _. .. . ._ a.. _ �rf�cefa �- with board oral Number 77-202-1 AMENDMENT SPECIFICK7IONS 1. In consideration of the Contractor's Agreement to provide the below described additional services during the period September l through December 31, 1977, the County agrees to increase the total amount payable under the Contract Payment Limit. County and Contractor agree therefore to amend the Contract identified herein, as specified below, while all other parts of said Contract remain unchanged and in full force and effect. 2 Paragraph 4. of the Original Contract is hereby amended to read as follows: "4. Payment Limits and Contractor's Contribution. Countv's total payments to Contractor under this Contract shall not exceed $ 25,236 , which is the Federal share. Contractor's contributions under this Contract shall be $ 9,356 which is the local share." 3. Paragraph 1. of the Service Plan of the. Original Contract is hereby amended to read as follows: "1. The Contractor agrees to provide those services enumerated in the Delegate Agency Action Plan"(Form H/S-12) attached to the Original Contract, consisting of 80 pages and the attached Delegate Agency Action Plan Amendment consisting of one page." 4. Paragraph 2. of the Service Plan of the Original Contract is amended to read as follows: "2. Allowable costs are limited to those enumerated in the attached Budget Summary Sheet Amendment consisting of one page". Initials: ` ntractor _ County-Dept. • 01.1 - ACTION PLAN AMENDMENT 77 9/77 . C0YITRA COSTA COUNTY BEAD START AGENCY NA'4E Martinez Unified School District ACTION PLAN - COMPONEIITS OBJECTIVE, AND T&TA PLAN Page 1 of 1 rage OBJECTIVES ACTIVITIES PROGRAI4 EVALUATION I mTOIIENT I?`I'EWMELATION5121IPS 1.�Provide/'additional Health Services 1. Return Health Staff to work Education, Health and Parent Components to program participants prior to September 6, 1977 and allocate addi-. Actual performance based on monitoring of entry into school and throughout tional hours for performance of duties screening and assessment of records September-December program period 2. Home visits prior to opening of school 2. Completion of individualized plans for enrollees by 11/1/77 3. Assessment and certification of known Special Needs Children 3. Complete certification of identified Special Needs Children by 11/1/77 i WHO TRAINED WEN, WHERE AND LENGTH ! T&TA EVP.LUATIO`T T&TA RESOURCES NEEDED � � � Central Staff Consultant Nursing Staff, September 15, 1977, Martinez, one day N/A Copies of Developmental History Teaching Staff, week of 9/20/77 - two days, Martinez ' Copies of Assessment Tool Community Coordinator Staff week of 9/6/77 Copies of Parent Activity Booklet rc:-.n u9/12 - July 75 i III .B , CONTRA COSTA COUNTY HEAD START r BUDGET SUMMARY SHEET E NAME OF DELEGATE AGENCY MARTTNF.7. UNIFIED SCHOOL DISTRICT PROGRAM YEAR 1977 - PYL PROGRAM ACCOUNT NUMBER . 22 PROGRAM ACCOUNT NAME HEAD START FULL YEAR PART DAY SUBMITTED AS PART OF (check one) FUNDING REQUEST ( ) AMENDMENT (X ) 77-202-1 SUPPLEMENT ( ) AMENDMENT TO CONTRACT NO. 77-202 BUDGET SUMMARY APPROVED: Federal Non-Federal Total PROGRAM ACCOUNT NUMBER Share Share -APPROVED BY POLICY COMMITTEE: YES (X ) NO ( ) Eli Signatures on file (Signature of Policy Committee Chairperson) TOTALS BUDGET CATEGORIES (Date) OBJECT CLASS CATEGORIES edera No-n-Federal Total Share Share a. Personnel 18,265 6,092 24,357 b. Fringe Benefits 3,307 3,307 APPROVED BY DELEGATE AGENCY BOARD: YES ( ) NQ ( ) +� c. Travel - - d. Equipment - _ (Signature of Delegate Agency Official) rpplies 602 602 (Date) ntractual h. Other Costs 2,702 5,966 «. TOTALS 25,236 y 9,356 34,232 . Number 77-204-1 l._ - _3' ^,`'c^ of ^o-lfY•�ct to he :^;,nded: Deor:~t*:ent/Jf Ice: OFFICE OF ECONOMIC OPPORTUNITY — HEAD START S--i j O t: DELEGATE AGENT - HEAD START _.= c at `%e Date_ January 1.. 1977 •'ai'-=:_'$ �r� v�altra Costa County Board of Super viLj sors (Grantee) , for LAU-s I!ar22d above, and the following 1^_2med c0!Z`._a':ro= (De'egata) mutllalil;; pro :ise and agree as follows: ''''• FIRST BAPTIST CHURCH OF PITTSBURG, INC. A CALIFORNIA NON PROFIT CORPQRATION n.';w.•;,ss : 204 Odessa Avenue, Pittsburg, CA 94565 3. ::T:e:. Tant _iDate: The effeC%ive date Of this Contract AC:endtr"_eni. Agreement is September 1, 1977 4 . Amendment Specifications The Contract identified above is hereb;• amended as set forth in the "Amendment Specifications" attic Ned hereto :iaich a. a incorporated herein by reference. 5. Legal Authority. The Contract Amendment Agreement is entered into and sub ect to the following, legal authorities: 42 USC 2928, California Government Code 26224 and 53703 6 . Si:`nature: these signatures attest the parties ' agreement hereto. GRfi r17E E • DELEGATE: Con %,Y B - rd _ _ rs FIRST BAPTIST CHURCH OF PITTSBURG Ba9geas C/l _ Y Y Chair -an ATTEST: J. R; OLSSOJ, County Title: CIer:_ 2nd Gx J_"f is io Clerk. OI the ba:-d _o= Supervisors As authorized by Goxerning - - Board Action on: De i• SEP (Designate official capacity in „ business and affix coporation seal) Are-) State - of California County of Contra Costa ) FORK A`s•»0VED: ACKNOWLEDGMENT (CC 1100.1) -Clausen ,. Counsel T:-1e person signing above for Contractor known to me in those individual and business By 1 capacities, personally appeared DD e ty before me today and ackno::led ed that he/they signed it and that the .corporatior, or partnership named above executed t�1e ;;i.thi r. ins;trttment pursuant to its bylarrs on a� resoluticr• of its board o: directors . Dat September 211977 • 50ta "ubl i C PTCI L ' ALICE M. SMITH NOTARY PUBLIC-CALIFORNIA Mia0fifa� - COUNTY OF CONTRA COSTA My Commission Expires Sept. 12, 1978. •.; 2110 lido Square, Pitt36urg, Calif. 94565 Number 77-'204-1 A'_•;E:�O�[E'tT SPECIFICATIONS 1. : In consideration of` the Contractor's .Agreement to provide the below, described additional services -during the period_September 1 through December 31, 1977, the County agrees to increase the total- amount payable under the Contract Payment Limit. County and Contractor agree therefore to amend the Contract identified herein, as specified below, while all other parts of said Contract remain unchanged and in full force and efl-ect. 2. Paragraph 4. of the Original Contract is hereby amended to read as follows: "4. Payment Limits and Contractor's Contribution. County's total_ payments to 'Contractor under this Contract shall not exceed $89,320 :which is the Federal share. Contractor's contributions under this Contract shall be $21,017 which is the local share." 3. Paragraph 1. of the Service Plan of the Original Contract is hereby amended to read as follows: "1. The Contractor agrees to provide those services enumerated in the Delegate Agency Action Plan" (r^orm E/5-12) attached to the Original Contract, consisting of 5l gages and the attached Delegate Agency Action Plan: Anendment consisting of one page." 4. Paragraph 2. of the Service Ptan of the Ori;inal Contract is amended to read as follows: 2. Allowable costs are limited to those enumerated in the attached Budget Sumaary Sheet amendment consisting of one page". Contractor County Dept. 01190 ACTION PLAN AMENDMENT 77-2 0 9/77 COUTRA. COSTA COUNTY HEAD START AGDiXY NAME First Baptist Church of Pittsburg ACTION PLAN - COMPONMITS OBJECTIVE, AND T&TA PLAN ?ap,,e I - of 1 rage OBJECTIVES ACTIVITIES PROGRAM EVALUATION CM101TENT InTr7n.1-:1ATIONSHIPs 1. Return Administrative, Health and 1 Complete screening, assessment and Coordinating Staff to work 9/9/77 Actual Performance Evaluation ;Health, Parent and Education Components individualized plans of enrollees by November 1, 1977 2. Training of Health Staff and Recruiting Staff 3. Training of Teachers on Assessment Tool 4. Certification and individualized plans for Special Needs Children 10/24-31/77 5. Conduct Parent Visits and assess children October 1-20, 1977 6. Preparation of ,in dividual plans for all children T&TA RESOUXES HEEDED ED 14HO TRAINED, I-MENO WHERE AND LENGTH I T&TA r-.VPJUATIC*,7 Consultants from Central Staff, Health, Education 'Teaching Staff, Week of 9/20/77 (Pittsburg) Copies of D6velopmental 11istory N/A Copies of Child Assessment Tool, Central Staff Consultant Parent Coordination Copies of Parent Activity Booklet Fc....i US/12 Jul-- 75 01191 Li4 fi III .B CONTRA COSTA COUNTY HEAD START BUDGET SM1MARY SHEET NtUNIE OF DELEGATE AGENCY 'FIRST BAPTIST CHURCH OF PITTSBURG PROGRAM YEAR 1977 -- PYL PROGRAM ACCOUNT NUMBER 22 PROGRAM ACCOUNT NACU HEAD START FULL YEAR PART DAY SUBMITTED AS PART OF (check one) FUNDING REQUEST { ) AMENDMENT (X 3 77-204--1 SUPPLEMENT ( ) AIENDMENT TO CONTRACT NO, 77-204 BUDGET SUMMARY APPROVED: Federal Non4ederal Total PROGRIVNI ACCOUNT` NU14BER Share Share .APPROVED BY POLICY COMMITTEE: YES {X ) NO { } rt, Signatures on file (Signature of Policy Committee Chairperson) TOTALS BUDGET CATEGORIES (Date) OBJECT CLASS CATEGORIES ederal Non-Federa Total ' Share Share a. P ersonhel 67,931 13,800 81,731 b. Fringe Benefits 8.209 8,209 APPROVED BY DELEGATE AGENCY BOARD: YES ( ) N¢ G, Travel 200 200 d. Equipment _ _ (Signature of Delegate Agency Official) e. Supplies 1,350 11350 (Date) f. Cont:ractual _ g. Construction _ h. Other Costs 11,630 7,217 18,847 TOTALS J8 320 1 21 017 110,337 i:u►b?r 7-205-1 71{• Con raLam't t:: be T1 ^," ^^�!- OFFICE OF ECONOMIC OPPORTUNI7�Y-- HF,Ap TRT S..a v c t : DELEGATE AGENT - HEAD START _ F f":s c t.1 ve D. January 1. 191, _ 2 r:;i e s The vOni:I`? CCos t.* County B.o_-;rd of Supervisors (f•r a ee) for lt.,:; department/of_4-ce nai-'e," above, and 'the fol.107.111icr named C01?i.='aG-'.t7 i i:.t:.1.al*', oromise and a. re- as folimis. jF!m:-! UNITED COUNCIL OF SPANISH SPEAKING ORGANIZATIONS A CALIFORNIA NON PROFIT CORPORATION Address : 516 Main Street, Hartinez, CA 94553 3 Amendment Date: The effective date of this Contract Amendment Agreement is September 1, 1977 4 . Amendment Specifications . The Cont-^act identified above i s hereby au ended as Set forth in the UCIP.endm,ent Specifications" attc ched hereto :•::lith are incorporated herein by reference . 5. Leal Authority. The Contract A.:endnent �'tgreement ss enterzu into and sub j--ct to the following 1 e,;al authorities: 42 USC 2928, California Government Code 26224 and 53703 6 . Si�--:ature: '_'hese siginatures. attest the o3rtieS ' agreer,.ent hereto . GRI:i2TE__E DELEGATE: UNITED COUNCIL OF SPANISH SPEAKING on. C Cou}'tY ORGANIZATIONS II u ?' ff/ BY'. N. Bogge9s, 'Chairman r AT•± S:'-.-! J. FL. OL'-'SO'N, County Title: 1(, C1er. anal ex of ,-;aio Clerr, of the Board of Supervisors As 'authorized by Got er nin- By Board Action on: � � �f' ry 22 R,: `•`'1ENDF D BY: (Designate official capacity in _ business and affi co„oorzti on tl/-.0t seal) State ofCalil P .ia County Of COntr= Cos-a ) s3 . PORN AP11ROVLD: AC.{i�:c7:•LEDGMENT (CC ll��u B. Claus Counsel The person signing above for COntraC VO?' rn0: t0 :tce ?.r t.;'OSe individual and business :• capacities, personally appeared D0 :;-;r before re today a-nd acknJ::imac..-' I that he/their sign-d it and that t=1e corporation or par:.ner:;hip named abo':a execL;.tee, inst:rL:ment Dursua'1t t`.0 ::IS • byla'•:v Oil a r0:301::ty Of iia board of directors . . aacxc�aaaas�aaa OFFICIAL SEAL' Miuofilrriod„ jt rd or ABRAHAM C AMADO(Uj�l NOTARY PUBLIC • CALIFORNIAN CONTRA COSTA COUNTY My tommi:oion Ekpireg Dec.18.1979 number 77-205-1 :llE"DMEiTT SPECIFICATIONS 1. In consideration of the Contractor's Agreement to provide the below described additional services during the period September l through -Dec z-,nber 31, 1977, the `County agrees to increase the total amount savable under the Contract Payment Limit. County and Contractor agree therefore to amend the Contract identified herein, as specified below, while all other Darts of said Contract remain unchanged and in full force and effect. 2. Paragraph 4. of the Original Contract is hereby amended to read as follows: "4. Pa«ent Limits and Contractor's Contribution. County's total payments to Contra-tor under this Contract shall not exceed $ 912812 , which is the Federal share. Contractor's contributions under this Contract shall be $21,141 which is the local share." 3. Paragraph 1. of the Service Plan of the Original Contract is hereby amended to read as follows: "l. The Contractor agrees to provide those services enumerated in the Delegate Agency Action Pian" (FormH/S-12) attached to the Original Contract, consisting' of 53 pages and the attached Delegate Agency Action Plan Amendment consisting of one page. 4. Paragraph 2. of the Service Plan of the Original Contract is amended to read as follows: "2. Aiiov-able costs are limited to those enumerated in the attached Budget Su ary .Sheet Amendment consisting of one page". .. Initials: ctor County Dept. ACTION PLAN AMENDIIIENT 177.,e05,1. 9/77 CO111TRA COSTA COUNTY HEAD START AGEkY NAME UNITED COUNCIL OF SPANISH SPEAKING ACTION PLAN COMONENTS OBJECTIVE, AND T&TA PLAN ORGANIZATIONS, INC. Page 1 of 1 page OBJECTIVES ACTIVITIES PROGY1,011 EVALUATION CO*TOHENT INTEMMELATIOUS111ps 1. Return Administrative, Health and 1i Complete screening, assessment and Coordinating Staff to work 9/9/77 individualized plans of enrollees Actual Performance Evaluation :Health, Parent and Education Components by November 1, 1977 2. Training of Health Staff and Recruiting Staff Training of Teachers on Assessment Tool 4. Conduct Parent visits and assess children October 1-20, 1977 Certification and individualized plans for Special Needs Children 10/24-31/77 6. Preparation of individual plans for all children T&TA RESOURCES NEEDED WHO TRAINED, WHEN, WHERE AND LENGTH T&TA EVALUATTIONY Consultant's from Central Staff, Health, Education Copies of,'Developmental History Copies of Child Assessment Tool Teaching Staff, Week of 9/20/77 -(Pittsburg) N/A. Central Staff Consultant - Parent Coordinator Copies of Parent Activity Booklet Fc--.:, U-13/12 Jul-!,- 75 II II 01195 CONTRA COSTA COUNTY HEAD START BUDGET SUWfARY SHEET lvr'uNIE OF DELEGATE: AGENCY UNITED COUNCIL OF SPANISH SPEAKING ORGANIZATIONS INC. PROGRAM YEAR 1977 - PYL PROGRAM ACCOUNT 'NU14BER 22 PROGRAM ACCOUNT NAME HEAD START FULL YEAR PART DAY SUBMITTED AS PART OF (check one) FUNDING REQUEST ( ) AMENDMENT (X ) 77-205-1 SUPPLEMENT ( ) AMENDMENT TO CONTRACT NO. 77-205 ' BUDGET SUMMARY APPROVED: Federal Non-Federal Total PROGRAM ACCOUNT IIUt4BER Share Share APPROVED BY POLICY COM2fITTEE. YES (X ) NO ( ) Signatures on File * •P.O (Signature of Policy Committee Chairperson) TOTALS BUDGET CATEGORIES (Date) OBJECT CLASS CATEGORIES Federal NanFederal S Share Share Total a. Personnel 60,547 6,771 67,318 b, Fringe Benefits 7,937 7,937 APPROVED BY DELEGATE AGENCY BOARD: YES ( ) NQ ( ) c. Travel. 125 125 d, Equipment - _ (Signature of Delegate Agency Official) e. Supplies 838 838 (Date) f, Contractual' 11.692 11,692 $, Construction - - h. Other Cost, 10,673 14,370 25,043 TOTALS 91,812 {21,141 112,953 ' r '�1:•;:.� �i y:T'.1Vii: 'F� �iti.:�J7r.�.'I� Nuiliber 77-203-1 ` Con ragt to be ii1-11gn%I,.•%d OFVICE OF ECONOMIC OPPORTUNITY - HEAD START S 4 c DELEGATE AGENT - HEAD START . a e January 1, 1977 2. * 1 es = e Contra Costa County Board of Supervisors (Grant-e_ . fC:' iia.. pa=r-menz/oi: .0 a r:a red above and t.'1C fOlIO•.`i =!;3 nc^^_.".led CC�.':t:3C��_" (� =e ;?ta) r:.utua?ly promise and agree as follo:Js: !:':a: 11T. DIABLO UNIFIED SCHOOL DISTRICT A CALIFORNIA SCHOOL DISTRICT r" ass 1936 Carlotta Drive, Concord, CA 94519 3. Amendment Date: The efi ective date of this COn'Gract A :ends-ent. Agree^e:^t is SPptPmt,er 1 . 1977 Amendment Specifications . The Contract identified above is herebly amended as set forth in the "Amendment Specifications" attached hereto which are incorporated herein by reference. 5. LeFa'± ?authority. The Contract Amendment Agreement is entered into and sab ect to the following legal authorities: 42 USC 2928, California Government Code 26224 and 53703 6. Sic-=cure: hese signatures attest the parties ' agreement hereto. GRA,:1 TE'E • DELEGATE: Con: CO3ta C� •^`� t3 �r Su- -- ors MT. DIABLO UNIFIED SCHOOL DISTRICT / `�'C�� N11, ess By. / By Chairman ATt.E J. .JR. G%SSOY, County Title: ta L, e k Clea- and ex .f_icio Clerk of the 30-a=•-J. ai Supervisors As 'authorized by Governing 4DU Board Action on: �. -ao = �� E (Designate official capacity in business and affix ccrporation seal) State of California ) ' ss .County - - of Contra Costa ) FORM -PROVED: ACK Os L-E DG_M EM=' (CC 1100.1) J ' n, 3 . ClausCounty Counsel The person signing above for _ Contractor known to re in those individual and business Bcapacities, perso:�all�r appeared y Dept before me today and acknowledged that he/trey signed it and that the corporation or partnership named above executed the c;it:li instrument _pursuant to its bylaws on a resoluti or_ of its board of directors . E. OFFICIAL SEAL LAWME M_ PA;LLcR 1e Np,_u. wuB,.,G Gam- r•::r Nln . rr�� �� '�"'• CnN70. (;[35Tn COUNTY i . MPcro my COMMISSION EXPIRES NOV.27. 1977 i`' .. .. . . " filmed witFi board order oil �i....;.�.: ,� '• ;�='• "' { i Number 77-203-1 ILIENDet NT SPECIFICATIONS 1. In consideration of the Contractor's Agreement to provide the below described additional services during the period September 1 through December 31, 1977, the County agrees to increase the total amount parable under the Contract Payment Limit. County and Contractor agree therefore to amend the Contract identified herein, as specified beloW, while all other parts of said Contract remain unchanged and in full .force and effect. 2. Paragraph 4. of the Original Contract is hereby amended to read as follows: "4. Payent Limits and Contractor's Contribution. . County's total; payments to Contractor under this Contract shall not exceed $78,925 which is the Federal share. Contractor's contributions under this Contract shall be $ 32,173 which is the local share." 3. Paragraph 1. of the Service Plan of the Original Contract is hereby amended to read as follows: "1. The Contractor agrees to provide those services •enumerated in the Delegate Agency Action Plan" (Form II/S-12) attached to the Original Contract, consisting of 85 pages and the attached Delegate Agency Action Plan Amendment consisting of one page." 4. Paragraph 2. of the Service Plan of the Original Contract is amended to read as follows: 2. Allowable costs are limited to those-enumerated in. the attached Budget Summary -Sheet_Amendment consisting of one page". - Initials: C tractor County Dept. ACTION PLAN AMENDMENT 9/77 CONTRA COSTA COUNTY HEAD START AGEItCY IWME Mt. Diablo Unified School District ACTION PLAN - COMPONENTS OBJECTIVE, AND T&TA PLAID w Page 1 of 1 page OBJECTIVE ACTIVITIES PROGIZAP4 EV.ALI7ATION l CC'�U'Ui1Eh1T I?']T1i�P,EI,ATIOivSI•IIPS 1. Provide 'additi1. onal Health Services 1. Return Health Staff to work to program participants prior to September 6, 1977 and allocate addi�- Actual Performance based on monitoring ! Education, Health and Parent Components entry into school and throughout tional hours for performance of duties of screening- and assessment of records ; September-December program period i 2. IIome visits prior to opening of school ` 2. Completion of individualized. plans ; for enrollees by 11/1/77 3. Assessment and certification of known Special Needs Children i 3. Complete certification of identified Special Needs Children - by 11/1/77 j TbTA RESOUP.CES NEEDED 1*110 TRAINED, 1-MEN, WHERE IND LENGTH ( T&TA EVAI,UATIONT Central Staff Consultant Nursing Staff, September 15, 1977, Martinez, one day N/A Copies of Developmental 11istory Teaching Staff-, week of 9/20/77 - two days, Martinez Copies of Assessment 7001 Community Coordinator Staff - week of 9/6/77 Copies of Parent Activity Booklet Fc,-, Jul, 75 i IIT .B CONTRA COSTA COUNTY HEAD START BUDGET SUMMARY SHEET NAME OF DELEGATE AGENCY MT. DIA13T.0 UNTFTED SCI-TOC)T• DTSTRTC:T �, PROGRAM YEAR J977 - PYi, PROGRAIM ACCOUNT NUMBER 22 PROGRAM ACCOUNT NAME HEAD START FULL YEAR PART DAY SUBMITTED AS PART OF (check one) FUNDING REQUEST ( ) AMENDMENT (X ) 77-203-1 SUPPLEMENT ( ) AMENDMENT TO CONTRACT NO. 77-203 BUDGET SUMMARY APPROVED: Federal Non-Federal Total PROGRAM ACCOUNT ITTJ14BER Share Share -APPROVED BY POLICY COMMITTEE: YES ( X ) NO ( ) Signatures on file (Signature of Policy Committee Chairperson) TOTALS BUDGET CATEGORIES (Date) O Federal Non-Federal Total OBJECT CLASS CATEGORIES Share Share a. Personnel 59,201 15,013 74,214 b. Fringe Benefits 14,760 149760 APPROVED BY DELEGATE AGENCY BOARD: YES ( ) NQ ( ) c. Travel - - d. Equipment _ _ (Signature of Delegate Agency Official) e. Supplies 750 750 (Date) f. Contractual - - g. Construction - - h. Other Costs 4,214 17,160 21,374 TOTALS 78,925 y 32,173 111,098 In the Board of Supervisors of Contra Costa County, State of California September 27 . 19 77 In the Matter of Appointments to Napa State Hospital Advisory Boards. The Board having received a September 16, 1977 memorandum from Mr. C. L. Van Marter, Director, Human Resources Agency, in response to an August 9, 1977 referral of a letter from A. .S. Linn, M.D. , Acting Executive Director, Napa State Hospital, soliciting nominees for appointment by the Governor to Napa State Hospital Advisory Board for Developmentally Disabled and for Mentally Retarded; and Mr. Van Marter having called attention to the Pflarch 16, 1976 recommendation submitted to the Governor by the Board of Supervisors that Ms. Shirley D. Finnegan, Ph.D. , and Ms. Carmel McKay be considered for appointment to said boards respectively; and Mr. Van Marter having advised that Ms. Ellen Brannick: of Napa State Hospital informed him by telephone that the Governor had not taken immediate action on these two appointments and that the above individuals were just appointed in August of this year; and Mr. Van Marter having indicated that no action, is required by the Board on the aforesaid matter; IT IS BY THE BOARD ORDERED that receipt of the aforesaid memorandum is ACKNOWLEDGED. PASSED by the Board on September 27, 1977. 1 hereby certify that the foregoing is a true and carred copy of an order entered on the minutes of said Board of Supervisors an the date aforesaid. cc: Director, HRA Witness my hand and the Seal of the Board of County Administrator Supervisors Public Information Officer affixed this? th day of September 1977 J. R. OLSSON, Clerk BY Deputy Clerk acdbie Ggierrez l• 0 H-24 4/77 15m . n ' Human Resources A ency 9 DateSeptember 16, 1977 CONTRA COSTA COUNTY To Board of Supervisors RECEIVED 1 G 1377 From C. L. Van Marter, Director& - r� 1 ��, J. P. OL5SO6 Subj APPOINTMENTS TO NAPA STATE HOSPITAL ADVISORY BOARDS CLERK BOARD OF SUPERVISORS CONTRA CO T co. Ref: Board Orders on this subject dated August 9, 1977 - � ��•al u, and March 16, 1976 This memorandum is a response to the Board's referral to me on August 9 of a letter dated July 27, 1977 from A. S. Linn, M.D. , Acting Executive Director of Napa State Hospital , soliciting nominees for appointment by the Governor to two advisory boards of Napa State Hospital. In checking through our files we learned that, on the recommendation of the Mental Health Advisory Board and the Director, Human Resources Agency, the Board of Supervisors nominated the following two individuals for appoint- ment on March 16, 1976: Shirley D. Finnegan, Ph.D. for membership on the Napa State Hospital Advisory Board for Developmentally Disabled Carmel McKay for membership on the Napa State Hospital Advisory Board for Mentally Disordered Since our records showed no further correspondence on this subject since that date, we phoned Ms. Ellen Brannick at Napa State Hospital , requesting a status report. She advised us that the Governor had not taken immediate action on these two appointments and the above individuals were actually just appointed in August of this year. Consequently, she felt it was no longer necessary for us to respond in writing to Dr. Linn's letter of July 27. In response to our question on expiration, or length, of term, Ms. Brannick informed us that Dr. Finnegan's term will expire January 1 , 1979, and Ms. McKay's term will expire on January 1 , 1978. Ms. Brannick thought both names would be submitted for reappointment at the appropriate time for a second term. However, their reappointment will probably not require any action on the part of the Board of Supervisors but will undoubtedly be handled directly by the Governor's Office. CLVM:clg cc: A. G. Will , County Administrator G. Russell , Chief Clerk of the Board Dr. Charles Pollack, Mental Health Director Rev. Palmer Watson, Chairman, MHAB Roz Wofsy, Developmental Disabilities Council O. W1. y Micro iimec! ::: .z board order' 4 t! f .In the Board of Supervisors of Contra Costa County, State of California SEP 27 1977 , 19 In the Matter of Report on County Administered Federal Grant Programs The Board being asked almost weekly to take action regarding one of the various Federal Grant programs which involve a significant effort on the part of the County to meet the complex urban and rural problems of the community; and Because the scope and diversity of these programs are rarely understood by the general public, the County Administrator having submitted a report on the Federal Grant programs administered by the County for fiscal years 1976-1977 and 1977-1978 ; IT IS BY THE BOARD ORDERED that receipt of aforesaid report is hereby ACKNOWLEDGED. Passed by the Board on S EP 2 7,1977. 0. hereby certify that the foregoing is a true and correct copy of an order entered on the. minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Orig: County Administrator Supervisors affixed this day of_S E P 2, 7 1977 9 J. R. OLSSON, Clerk By �../+ rii �,,�c f. Deputy Clezk Robbie- G;ar 'S rez �;t H-24 4/77 15m 01M County Administrator Contra . Board . Supervisors James P.Kenny County Administration Building Costa 1st District Martinez, California 94553 Vl1JC Nancy C.Fande„ (415) 372080 COI �1�1 /12na Disa:ct l.� Arthur G.Will County Robert t.Schroder County Administrator 3rd District Warren N.Boggess 4th District Eric H.Hasseltine 5th District September 21, 1977 Board of Supervisors Administration Building, Room 103 Martinez, CA 94553 Dear Board Members: Re: County Administered Federal Grant Programs Almost weekly your Board is asked to take some action regard- ing one of the various Federal Grant Programs. These programs involve a significant effort on the part of the County to meet the complex urban and rural problems of our community, an effort that would otherwise be impossible if we were to rely exclusively upon local financial resources. Because the scope and diversity of these programs are rarely understood by the general 'public, my office has compiled the attached schedules of Federal Block and Categorical Grant Programs administered by Contra Costa County. Major programs supported by subventions, such as Medi-Cal, Categorial Public Assistance Programs, Federal Revenue Sharing, and other continuing, long term programs are not included in these figures. Where grant funds have been received for projects administered over more than one fiscal year we have attempted to show the use of the funds during the period in which they were expended. A summary of County administered Federal Grant .Programs (including all sources of funding) is shown below: Function 1976-1977 1977-1978 Law Enforcement $1, 646,484 $1,723, 880 Health Care 2, 369 ,630 2,914,602 Education 1, 673, 907 12675 , 019 Civil Service (Manpower) 6, 134, 897 8,208,294 Social Service 2,572,535 3,498, 840 Planning & Community Development 2, 368, 700 39947, 800 Public Works 4,511, 826 17,226, 050 Total $ , Microtiimzd v.+i:n board order 2. The large increase in the Public Works function is attribut- able to funding of Round II of the Public Works Employment Act which amounts to approximately $4 million and $8.4 million for the Treatment Plant in Sanitation District 15 . In the following tables, Schedule I lists Federal Grant Programs administered during the 1976-1977 fiscal year with the breakdown of Federal, State, County and other funding for each program. Schedule II itemizes Federal Grant Programs that will be administered by the County during the 1977-1978 fiscal year with the estimated breakdown of Federal, State, County and other funding for each program. Overall, this report demonstrates that county departments are aggressively pursuing all sources of financing other than the property tax for the various programs supported by these grants, It also shows that this county's reputation for willingness to experiment and use innovative techniques to implement public services continues to - be enhanced over the past two year. .Resve fu y, W UR G. WILL County Administrator ADL/aa encls. . oto SCHEDULE I Fiscal Year 1976-1977 Federal Grant Programs Law Enforcement Sheriff' s Department 1. Countywide Strike Force Federal $210,429 State 11, 690 County 44,290 Other 89 ,924 Total , 33 2 . Drua and Narcotics 'Analysis Program Federal $13,187 State 732 County 10, 246 Total 3 . Fingerprint Retrieval System Federal $21,500 State 1,194 County 6, 106 Total 4. Friends Outside Federal $20,000 State 1,111 County 13, 889 Total , T5�� 5 . Women' s Minimum Security Facility Federal $152,590 Project County 121 ,852 Total 6 . Rehabilitation Center Project Federal $.15,000 County 1, 666 Totallib,66b Subtotal - Sheriff' s Department Federal $432, 706 District Attorney 1. Consumer Action and Education Project. Federal $16, 750 State 930 County 11 020 Total , 2. Rape Victim Assistance Federal $2,897 Total $ M 3. AB 3121 Implementation Federal $17, 733 County 1, 970 Total *19 , 7 S 01M6 2. 4. Major Offenders Project Federal $5,000 State 280 County 4,820 Other 3,190 Total $13,290 Subtotal - District Attorney Federal $42, 380 Probation 1. Adult Drug Abuse Prevention Federal $72,580 State . 4,027 County 121, 754 Total 198, 36_f 2. Pittsburg-Antioch Diversion Federal $31,185 State 1, 732 County 50, 399 Total 3, 3 3 . Community Detention Program Federal $27, 661 State 1,537 County 1,536 Total_ 0, 734 4. Open Space Program Federal $106, 792 County 11, 866 Total 11 , 5 . AB 3121 Implementation Federal $10,457 County 1,162 Total �11, 613 6 . Adult Intervention Diversion: . Federal $26, 261 State 1,459 County 1,459 Total ,17 Subtotal - Probation Federal . $274,936 Public Defender 1 . AB 3121 Implementation Federal $2,000 Total ,000 Subtotal - Public Defender Federal $2, 000 3. Law and Justice Systems Development 1. Justice Automation Assistance Program Federal $210,430 State 12,191 County 150,000 Total X372, 621 Subtotal - Law and Justice Systems Development Federal $210,430 SUBTOTAL - .Law Enforcement Federal $962,452 State 36, 883 County 554, 035 Other 93, 114 Total $1,646,484 Health Care Medical Services 1. Federal Formula Grant Alcoholism Federal . $53, 679 Program Total 7 Subtotal - Medical Services Federal $53, 679 Health Department 1. Liaison Nursing Project Federal $9, 332 Other 11, 340 Total $20,672 . 2. Medical Services Project Federal $39,460 Total 466 3. Emergency Medical Care 'Project Federal $53, 600 Total , 600 4. Immunization Assistance Project Federal $36t321 Total X363Z1 5 . Women, Infants and Children Food Federal $59 ,065 Supplement Program Total 6 . Family Planning Program Federal $109,429 State 162, 000 County 60, 000 Other 5 , 000 Total *336,429 4. 7 . Urban Rat Control Project Federal $170,436 Total $170,4M 8. Lead Poisoning Control Project Federal $135 , 622 Total 9 . Nutrition Project for the Elderly Federal $279, 402 Total $279 ,4027 10. Venereal Disease Control Project Federal $20, 000 Total 2 , 00 11. Cervical Cancer Screening Project Federal $22, 828 Total 2, 82 12. Clinic Support Federal $32P253 Total �.-)J 13. Clinic Coordinator Federal $17, 983 Total $ 14. Pregnancy Testing Counsel Federal $17 280 Total- fi17, 2$0 15 . Screening, Diagnosis and Treatment Federal $566, 600 Program (EPSDT) Total 16. Home Health Agency Federal $198, 120 State 142, 240 County 162,560 Other 5, 080 Total $508, 00 Subtotal - Health Department` Federal $1, 767, 731 SUBTOTAL — Health Care Federal $1, 821, 410 State 304,240 County 222,560 Other 21,420 Total 2, 3 9, 630 Education Department of Education 1 . High Input Program Federal $176, 870 Total $176,87U 01209 5 - 2 . Blind Skills Program Federal $92, 786 Total TgT, 786 3 . Computational Skills Trhough Metric Federal - $70,624 Measurement Total 0� 4. Neighborhood Youth Corps Program Federal $1,212,070 Total , 7 5 . Appraisal Instrument inventory Federal $121,557 Program Total $121,557 Subtotal - Department of Education Federal $1, 673,907 SUBTOTAL - Education Federal $1, 673,907 Total 1,673, 907 Civil Service Office 1. Public Service Employment Programs a. Title I Federal $3, 374,237 Total �3, 374,237 b. Title II Federal $852)52 Total , c. Title VI Federal $1,908, 140 Total �1, 908, 140 Subtotal - Public Service Employment Program Federal $6, 134,897 SUBTOTAL - Civil Service Office Federal $6 , 134, 897 Total , 134, 897 Social Services Social Service Department 1. Retired Senior Volunteer Program Federal $30,604 (RSVP) County �24, 939 Total 2 . Area Agency on Aging Federal $205,000 County 31,000 Total Q� 6 : 3. Food Coalition Federal $7,366 County 22, 096 Total U9,462 Subtotal - Social Service Department Federal $252, 970 Office of Economic Opportunity 1. Economic Opportunity Program. Federal $1, 052, 700 County 110, 998 Other 520, 373 Total T1, 684, 071 2 . Head Start Federal $439,697 County 54,363 Other 63, 399 Total T557,459 Subtotal - Office of Economic Opportunity Federal $1,492, 397 • SUBTOTAL - Social Services Federal $1, 745, 367 County, 243, 396 Other 583, 772 Total �2,572,535 Planning and Community Development 1. Community Development Block Grant Federal $2 347 000 Total �Z, 347, 000 2 . ABAG Environmental Management Study Federal $21, 700 Total T71, 700 SUBTOTAL - Planning and Community Federal $2, 368, 700 Development Total , 368, 700 Public Works Public Works Department Administration 1. ABAG Environmental Management Study Federal $75 , 000 Total , 00 Subtotal - Administration Federal $75 ,.000 01 #f i 7. Roads 1. Safer Off Systems (SOS) Federal $167,423 County 59,469 Total $226, 8927 Subtotal - Roads Federal $167,423 Flood Control 1. Various Flood Control Projects Federal $832,200 State 2,229,000 County 520,100 . .Total 3,581, 300 Subtotal - Flood Control Federal $832,200 County Airport 1. Master Plan Study Federal $17, 955 County � 8, 979 Total , 2 . Aviation Easements Federal $872668 State 7, 335 County 11,697 Total $106, 700 Subtotal - County Airport Federal $105 ,623 County Service Areas 1 . R-9 Feasibility Study Federal $5 000 Total Subtotal - County Service Areas Federal $5, 000 Sanitation Districts 1. SD-15 Treatment Facility Federal $367,500 State 61,250 County 61, 250 Total +SOU Subtotal - Sanitation Districts Federal $367, 500 - 8. . SUBTOTAL - <Public Works . . Federal $1,552, 746 II _ State 2,297,585 County 661,495 Total ,51 , GRAND TOTAL ALL DEPARTMENTSI II' I � IFederal $16,259,479 State 2, 638, 708 County 1,681,486 Other 698 306 Total 1, 77, 7 i - _. . _ _ . I. _ , . . _', 11 - =: := _ {t:i • 6 W: M SCHEDULE II Fiscal Year 1977-1978 Federal Grant Programs Law Enforcement Sheriff' s Department 1. Countywide Strike Force Federal $129,902 (Terminates 12-31-77) State. 7,217 County 24,687 Other 59,860 Total �� 2. Drug and Narcotics Analysis Program Federal $1, 149 (Terminates 9-30-77) State 64 County 4, 349 Total ,567 3 . Fingerprint Retrieval System Federal $2,651 (Terminates 9-30-77) State 147 County 2, 101 Total +7�,899 4. Friends Outside (Third Year) Federal $15,000 State 833 County 19,500 Total , 5. Women' s Minimum Security Facility Federal $124, 910 .Project County 991, 616 Total ,526 Subtotal - Sheriff' s Department Federal $273, 612 District Attorney 1. Consumer Action and Education Federal $7, 344 State 408 County 4,248 Total 2. Rape Victim Assistance Federal $32, 1.03 State 1, 944 County 929 Other 1,014 Total 35,990 3. AB 3121 Implementation Federal $23, 227 County 2,581: , Total �25 ,80X . n Ql�.� 2. Subtotal - District Attorney. Federal $62,674- Probation 1. Adult Drug Abuse Prevention and Federal $27,677 Treatment (ADAPT Program - Third Year) State 1,536 County 56 , 105 Total M;38 2. Eastern Contra Costa County Juvenile Federal $13X 459 Intervention Program (Third Year) State 749 County 26, 029 Total TO, 2 7 3. Community Detention Program Federal $172,479 (Second Year) State 9,584 County 58,592 Total , 4. Open Space Program (Second Year) Federal $50,288 County 5,587 Total 5, 875 5 . AB 3121 Implementation (First Year) Federal $61,285 County 6, 822 Total $68, 107 6 . . Alcohol Related Crime (First Year) Federal $67,423 State 2, 389 County 5 ,102 Total $74, 914 7. Serious (602) Offenders Program Federal $67,423 (First Year) - State 828 County 6, 663 Total TW+, 8. Juvenile Justice Information System Federal $9 ,450 Study State 525 County 525 Total $10, 500 Subtotal - Probation Federal $469 ,484 Public Defender 1. AB 3121 Implementation Federal $17,000 Total 17,0. Subtotal - Public Defender Federal $17,000 02215 3. Law and Justice Systems Development 1. Justice Automation Assistance Program Federal . $209,550 State 11 ,026 County 270,000 Total §490,576' Subtotal - Law and Justice Systems Development Federal $209,550 SUBTOTAL - Law Enforcement Federal $1,032, 320 State 37,250 County 593,436 Other 601,874 Total 1, 72-3,880 Health Care Medical Services 1. Non-Methadone Narcotic Abuse Federal $23,195 Total T Subtotal Medical Services Federal $23,195 Health Department 1. Liaison Nursing Project Federal $11,125 Other 4, 986 Total i 2. Medical Services Project Federal $44,100 Total ,10 3. Immunization Assistance Program Federal $48, 836 Total $48, 836 4. Women, Infants and Children Food Federal $86,418 Supplement Program Total T91$ 5 . Family Planning Program Federal $14,000 State 299, 008 County 60,000 Total 373, 00 6 . Urban Rat Control Project Federal $117, 716 Total �1r7 7-E6- 01216 4. 7. Lead Poisoning Control Project Federal $10,000 Total fi O,000 8. Nutrition Project for the Elderly Federal $356,000 Total $356, 006 9. Home Health Agency Federal $474,,822 State 92,497 County 18,499 Other 30,832 Total X616,650 10. Clinic Support Federal $77, 614 Total 11. Clinic Coordinator Federal $25 ,196 Total $25, 196 12 . Pregnancy Testing Counsel Federal $17, 601 Total $17,01 13. CAL-OSHA Technical Assistance Federal $2, 000 Total 14. Geriatric Screening Federal $59, 923 Total T59, 923 15 . Child Health and Disability Prevention Federal $143,028 Total T173,028 16. Child Health Screening Federal $76,500 Total �7 17. Pre-school Nutrition Federal $18, 810 Total $18, 810 18. Crippled Children Services Federal $801, 896 Total ,01,$96 Subtotal - Health Department Federal $2, 385, 585 SUBTOTAL - Health Care Federal $2,408, 780 State 391,505 County 781-499 Other 35 , 818 Total , 4�52 m227 5 Education Department of Education 1. High Input Program Federal $80, 000 Total fi80,uuu 2. Computational Skills Through Metric Federal $82 ,949 Measurement Total 3. Neighborhood Youth Corps Program Federal $1,512,070 Total *1,512,070 Subtotal - Department of Education Federal $1,675,019 SUBTOTAL - Education Federal $11675,019 Manpower Office 1. Public Service Employment Programs a. Title I Federal 343,934 Total , . b. Title IL Federal $1,454,880 - - County � 84 3� Total , C. Title VI Federal $3,284, 300 County 40 340 Total �� , Subtotal Public Service Employment Programs Federal $8,083,114 SUBTOTAL - Manpower Office Federal. $8,083,114 County 125,180 Total 8,�� Social Services Social Service Department 1. Retired Senior Volunteer Program ` Federal $4Q,604 (RSVP) County 30,906 Total fi 71,51U 6. 2. Child Day Care Federal $405,648 Total 3. Area Agency on Aging Federal $518,608 County 58,284 Total 776,892 Subtotal - Social Service Department Federal $964,860 Community Services Agency 1. Economic Opportunity Program Federal $954,000 County 139,930 Other 523,900 Total T1,617,830 2. Head .Start Program Federal $600,000 County 63,260 Other 133, 700 Total $796, 960 3. Energy Conservation Project Federal $30,000 Total . Subtotal - Community Services Agency. Federal $1,584,000 SUBTOTAL - Social Services Federal $2,548,860 County 292, 380 Other 657,600 Total , Planning and Community Development 1. Community Development Block Grant Federal $3, 913,000(1) Total �3,913,000 2 . ABAG Environmental Management Study Federal $7P300 Total `T; IUU M The $3, 913, 000 Community Development Funds includes $1,403, 700 in County Budget with the remainder or $2,509, 300 going directly to other agencies. ��219 7. 3. Demographic Data Study State $20, 000 Other 7,500 Total SUBTOTAL - Planning and CommunityFederal $3, 920, 300 Development State 200000 Other 7,500 Total $3, 947,800 Public Works Public Works Department Administration 1. Emergency Telephone Service Federal $61,956 State 3,442 County 3 442, . . . Total , 2. ABAG Environmental Management Study Federal $16, 000 Total T 1 Subtotal - Administration Federal $77, 956 Buildings and Grounds 1. Therapeutic Pool Federal $114,000 Other 120, 000 Total $234,00 2. John Marsh Home Federal $20,000 State 1851000 . Other 160,000 Total Subtotal - Buildings and Grounds Federal $134,000 Roads 1. North Richmond Frontage Improvement Federal $120,000 Community Development Other 20, 000 Total $140, bUU 2 . Pavement Marker Demonstration Program Federal $15, 000 County Not Determined Total TE5 Tou ,yt r uf220 j 8. 3. Highway Safety Program Federal $130,900 County 60,500 Total $191,40U 4. Safer Off Systems (SOS) Federal $244,398 County 121 000 Total , 5 . Waterfront Road Bridge Federal $282, 975 State 8681025 County 50P000 Total $1,201,000 6 Secondary Federal Aid. Federal $429,000 County 96, 700 Total 525 , 75U Subtotal - Roads Federal $1,222, 273 Public Works Employment Act Round II 1. Miscellaneous Stormdrains Federal $722,000 County 72,200 Total ' 794, ZOO 2 . Handicapped Ramps Federal $189, 000 County 18, 900 Total 7, 900 3 County Administered EDA Building Federal $2, 163,000 Projects County 216, 300 Total §2, 379 , 300 4. Other Districts Administered EDA Federal $975 , 000 Building Projects County 97,500 Total $1,072, 500 Subtotal - Public Works Employment Act - Round II Federal $4, 049,000 County Airport 1. 19-R Clear Zone Federal $236,761 County 22,239 Total $259,00 01221 i a 9. 2 . New Airport Site ~ . Federal $54,000 County 18, 000 Total $723,000 Subtotal - County Airport Federal $290, 761 County Service Areas 1. M-17 Bay View and Montalvin Manor Park Federal $263,000 State 39, 317 County 37, 695 Total T30, 0 12 2. P-1 Crockett Senior Citizen' s Center Federal $30,000 Other �8,400 a Total , 3 R-7 a. Acquire Park Site No. 21 Federal $132,516 b. Improve Veterans' Memorial Building State 212,102 C. Community Park No._ 1 County 183,150 Total Subtotal - County Service Areas Federal $425,516 Sanitation Districts : 1. SD-15 Treatment Facility - Federal $4,974,400 State 829, 100 Other 2, 609, 132 Total $8,41?, 632 Subtotal - Sanitation Districts Federal $4, 974,400 SUBTOTAL - Public Works Federal $11,173, 906 State 2, 136, 986 County 997, 626 Other 2,917,532 Total � GRAND TOTAL - ALL DEPARTMENTS Federal $30, 842, 299 State 2,585 , 741 County 2,087, 121 Other 3, 679 , 324 Total 39, 19_4,485 012" i' In the Board of Supervisors of Contra Costa County, State of California SEP 27 1977 19 In the Matter of Proposal for Expansion of Medicare HMO The Board this day having considered the request of the Human Resources Director as reflected in his memorandum dated September 21, 1977, that the Medicare HMO be expanded to include non Medi-Cal patients, that a premium therefor be established, and that other implementing administrative actions be taken; On the recommendation of the County Administrator, IT IS BY .THE BOARD ORDERED that the request of the Human Resources Director is REFERRED to its Finance Committee (Supervisors R. I. Schroder and J. P. Kenny) for review. Passed by the Board on SEP 2 7� 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: Administrator Witness my hand and the Seal of the Board of cc: Finance Committee Supervisors Human Resources Director affixed this day ofSEP 7 i?; 19 J. R. OLSSON,, Clerk By r _ ., _ Deputy Cle--k Robbie G, ierrez H 24 4/77 15m Human Resources Agency Date September 21 , 1977 CONT N Y To Arthur G. Will RECEIVED County Administrator SEP-9-1 1977 From C. L_ Van Marter, Director J. R. O CLERK BOARD OFF SUPERVISORS CONTRA CDSTA CO. B140/, De Subj EXPANSION OF MEDICARE HMO TO INCLUDE NON MEDI-CAL PATIENTS On October 26, 1976 the Board of Supervisors approved a contract with the Social Security Administration under which the County would operate a Health Maintenance Organization (HMO) for Medicare eli.gible enrollees. At the time the contract was signed it was also clear that the Medical Services Department was not to enroll any members without further approval from the Board of Supervisors. On March 22, 1977 the Board authorized limited enrollment (actually reenrollment) of the patients already enrolled in the Prepaid Health Plan who were eligible for both Medicare and Medi-Cal . This is in process and the County began receiving capitation premiums from the Federal Government for these patients as of July 1 , 1977. We now have 391 such enrollees and received $30,900 for them in the month of September. We believe we are now ready to recommend that the Board authorize a further expansion of -enrollment to include any person who is eligible to Medicare but ineligible to Medi-Cal. This is a patient who has income and resources which exceed the Medi-Cal standards. At the present time, these patients are faced with a bewildering array of deductibles, co-insurance payments, and the need for services which Medicare does not cover. The Medical Services Department is proposing to permit Medicare beneficiaries to enroll in the HMO. Each such enrollee would pay the County a fixed premium each month, regardless of whether they receive any services. In return for this premium the Medical Services Department would provide a full range of medical services to the enrollee without any further payments. In addition to the premium paid by the enrollee, the Social Security Administration would pay us the ongoing Medicare premium to cover the services eligible for Medicare reimbursement. The premium paid by the patient would cover all other services and their deductibles and co-insurance payments. The patient can choose to enroll only for Medicare services or can choose to enroll for both Medicare and "supplemental services" by paying the premium to us for such services. We anticipate that the majority of enrollees will choose the entire program because of the heavy load of payments for which they would otherwise be responsible and the relatively limited level of services they would receive. We are recommending that a special trust fund be established in the Auditor's Office to receive these premiums. All services provided to enrollees will be billed against the trust fund_ We will then be able to determine on an ongoing basis whether the program is costing the County money or not. If the program begins to cost money we would recommend 01224, ■ A. G. Will , Administrator September 21 , 1977 Page 2 increasing the premium. If it appears we are building up a balance in the trust fund we would recommend a reduction in the premium. For those aged enrollees eligible to both Medicare and Medi-Cal we presently receive $46.50 from the State to cover the deductibles and non-Medicare eligible services. We propose to establish this same rate as our premium until we have gained some experience. Corresponding premiums for the disabled and blind Medicare eligibles are $84.49 and $77.99. We are continuing to negotiate with the State Department of Health to provide similar coverage for-the Medicare beneficiaries who are unable to pay the full premium. For this group of Medicare beneficiaries we are proposing that the Federal Government pay their premiums, that the patient pay the amount they are able to pay based on our medical, eligibility policy and that the State pay a portion of the premium based on their liability for coverage under the Medi-Cal program. We will report further to you on this aspect of the program later this year. I therefore recommend that the Board of Supervisors take the following actions at their meeting on September 27, 1977: 1. Set $46.50 as the premium to be charged to aged Medicare beneficiaries for coverage under the HMO contract. Corresponding rates for disabled and blind beneficiaries are $84.49 and $77.99 respectively. 2. Authorize the Medical Services Department to notify the State Department of Health and the Corrrnissioner of Corporations of our intent to enroll Medicare beneficiaries ' in the HMO who are ineligible. for Medi-Cal effective January 1 , 1978 and authorize Medical Services to submit necessary documents to these agencies. 3. Authorize the Medical Services Department to submit marketing plans and other necessary documents to the Social Security Administration for approval . 4. Authorize the Medical Services Department, subject to appropriate approvals by the State Department of Health, the Commissioner of Corporations, and the Social Security Administration to enroll Medicare beneficiaries who are ineligible for Medi-Cal in the HMO subject to their payment of the appropriate premium as set for the above. 5. Direct the Auditor-Controller and Medical Services Department to work together to develop the necessary trust fund, accounting procedures, and data processing systems to insure that premiums received are segregated from other revenue, that charges made for these enrollees are accounted for and charged against revenue received and that ongoing reports on the status of the trust fund are available on a regular o�� A. G. Will , Administrator September 21, 1977` Page 3 5. cont'd and ongoing basis and that the County has the capability of meeting' all reporting requirements.`; of the State and FederalGovernments. CLVM:clg cc: Dr. George Degnan., Medical Director Art Schroeder, Chairman, Council on Aging Don J. Ludwig, PHP Administrator June Larson, Contracts Administrator, HRA _ M ti ` _01226' In the Board of Supervisors of Contra Costa County, State of California September 27 , 19 7 In the Matter of Authorizing Submission of a Proposal to Community Services .Administration by the Office of Economic Opportunity for Emergenc Energy Conservations Program Fund The Chairman, Board of Supervisors, is hereby AUTHORIZED to execute and submit to Community Services Administration a grant proposal in the amount of $142, 010 for continuation and expansion of the Emergency Energy Conservation Program to be administered by the Office of Economic Opportunity during the period beginning October 1, 1977 through March 31, 1978. APPROVED BY THE BOARD September 27, 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 Orig. Dept. : OEO Supervisors cc: County Administrator affixed this 27th day of September 1977 Auditor-Controller (OEO to supply County AdministratorL J. R. OLSSON, Clerk and Auditor with copy of grant B �" /1. Deputy Clerk proposal) 114. Nle'tifeld H-24 4/77 15m 0122*7 a • •• ..-.._. rj'..:�...rry.. , ,. ..r. • -....r..rrrrw . i'�..•�.I.R'sM.•`,.'.T.".�_�•� `••4i • .f .�......_.r...�.•....-....._ • ....w�w....rr.ww..•�ra.... r.»...: ..-...,_... .. ....t.,d. ...a..t.._�..•.a.....rn..•..r....._:i.`� en 7 PA:;►• 1 OF PAW..'. OFFICE OF ECONOMIC OPPORTUNITY - APPLICATION FOR COMMUNITY ACTION PROGRAM i 1 i,rr:, .:Irtrr„r•r,f. PROGRAM ACCOUNT BUDGET (1-1........ m- rrr,,rha elerr►1y) j 11,,,1,:'r ltur.•rra Nit. I Meh"11.lf. 1. APPLICANT AGENCY 2. DATE SUBMITTED 3. PROGRAM YEAR 4. GRAUT NO. k-01 +T IA GOSI A COUNTY BOARD OF SUPERV I E.ORS I 8/22/77 END DAT!:•: 3/31/79— PROGRAM /31/7r3PROGRAM ACCOUNT :,. - P.A. NO. j h. I:ntlE _....... _. .........._....-._.._.._»._ .. _........ ... ..... ..__.� c. BEGINNING DATE.. .�I. ENO OAtL' _E:4_R_GENCY ENERGY CONSERVATION PROGRAM 10/1/77 ( 3/31/78 -4. SUD1dI'.'TED•AS PART OF(nc�cdc nnr.J: »�'-_ -• ---- __. __..__�..._.-._......._..__ -`---._-._.._.__..._ '» a. 0 FUNDING REQUEST b. AMENDMENT REQUEST (1(this itcrn'is chucbcd, attach (.AP lynrm 2S6, "Justification for 1'►ngrarn Acr.ount Ar.•Irnrl-nrr,r" SECTION I. BUDGET SUMMARY 61 APPROVED PY REQUESTED-PROGRAM YEARr REQUESTED PROGRAM�YEAR-•I._1 --�- REOUESTED_PY ' 7, ui _ FULL-YEAR -- .EXPAUDEO EXPANDED �.� DOLT O NON- O G t CATEGORY TOTAL g TOTAL FEDERAL FEDERAL 2 ��-- — yj I V V i PROGRAM PROGRAM SHARE SHARE p TOTAL p p TOTAL rO 4A - ,GrnL C ; PROGRAM S PROGRAM i 2 _- PROGRAM I:• 1 l91 141 151 10) 171 UN I911101 111) 112) IG 1 PERSONNEL , i' COSTS 36,600 . 6,600 A ISA LARIF.S !., AND VIAGES 26,400 i 26,400 0 1.: 1 PITS (lsn.,�tnycr'a -- -6 600 _ (- _..._....6 ,600 _ G-+ _1•CUN5t)LTANT:r � _ �• AND CONTRACT. I T ~j �! ol`"VICES 3,600 j 3,600 •9 _ I 2. ` NONPERSONI:EL I i COSTS 2.1 I�TttAVCL I I ... _, • :.2 1 SPACE: CosTs _—! -AND RF:117AL4— I 3,000 -�- 3,000 .8 1 2.3 . CONSUMABLE suaPLIF s _�—_—._-- G0,000 60,000 9 _ RCNTAL,•LEEASE,- 2:w`I I'LIRCHASE OF ' '. .'.1 i:UUI PMI:NT:. _ ..•. _ r. ............8,000 . _ .... $,000 a X2.5 "HER CGSTS ��,�I O I 34,410 A I ' L TOTAL COSTS I 142,010 142,010 A • ' SHARE 142,010 i 1 NO N F E of R A1. — -`"— �----r I SHARE 0 ! 11+.I V. 4111'.1011 1:1111 Ad"1".OAV PnrIA)'; ;1. (r\\1''I. ,::11; ?S. 11'r'11 An): ANn A'1, r:.1A17!.•11. WIIII'll Altl 1111'.:11 111 Mcrafilrn?rt wifiit hoclrcl 0 rr�,,r a PAGE 2 or 2 PAcr SECTION 11. SALARIES AND WI%G[:S flirmi.ftifors of Com( Category No. 1.1) PAID PERSONNEL 0. VOLUNTEERS NO. 140. NON- WAGE NO. 11ON- ANNUALIZED FEDERAL ITLC OR POSITION FEDERAL CATEGORY OF VOLUNTEER PER, or FEDERAL SALARY OF OF SHARE SHARE SONS I MOS. TIME SH.ARE HOUR ' HOURS SHARE ltl 12) (3) 1 (4) (5) (0) t71 (9) 1101 01) I � ENIERGY COORDINATOR 14,400 12 100 14,400 0 1 2 —12_,000 12 100 12,000 9 LHOME MAINTENANCE WORKER f SUPERvr*soR----,-",--*—,--,- -7 _ __.._ __._...= ..~� �..�----== =�_L�. ._._--_�I_ TOTALS, PAID PROFESSIONAL PERSONNEL 7_x,400 TOTALS, PAID NONPROFESSIONAL PERSONNEL 9 TOTALS, PAID PERSONNEL26,400 TOTALS, VOLUNTEERS All, I'll, 77" PA 6 I or. p/1 5 OFFICE 0;: ECONOMIC OPPORTUNITY - APPLICATION FOR COMMUNITY ACTION PROGRAM. b'oroa Appr,ivoil PROGRAM ACCOUNT BUDGET SUPPORT SHEET (Pictise type rlr prifif clrurly) /fli'll-ri 11for"api vo. /{p/8 1. APPLICANT AGENCY I 2. DATE SUGMil'TE 01. PROGRAM YCAR J_ 4. GRANT NO. I -:NO DATE. /78 CONTRA COSTA COUNTY :BOARD OF SUPERVISORS 1/22/71 E 5. PROGRAM ACCOUNT NUMULn b. NAME C. acGiNNING EMERGENCY ENERGY CONSERVATION PROGRAM 10/1/77 3/31/78 G. SUDGF-T supporNT DATA COST AMOUNT OR VALUE OF ITEM '— CRTC- GORY. DESCRIPTION OF ITEM AND BASIS FOR VALUATION FLOCRAL NON-FLOERAL Yr ND. SHARE SHARE (2) (3) (41 SALARIES 26,400 9 1 .2 IFRINGE BENEFITS @ 25% x $26,400_..-___..____.._____ 6,600 1 . 3 CONSULTANTANTS IN ALTERNATIVE SOURCES, ENERGY CONSERVATION AND IdEATHERIZATION 3,600 CSUMAGLE SUPPLIES 60,000 ON —._ SAT AND CELLULOSE TYPE INSULATION MATERIAL WEATHERSTRIPPING CAULKING,GLASS AND RELATED MATERIALS iM $200 Oa. x 300 HOUSES ENERGY CONSERVATION EDUCATION INFORMATION PAMPHLETS, BOOKLETS, TOTALS CARRIED FORWARD FROM 7. ADDITIONAL NARRATIVE STATEMENT IS ATTACHco ATTACHED PAGES (ilanyl TOTALS - . � pAsc 2 u, p^ccS OFFICE OF ECONOMIC OPPORTUNITY - APPLICATION FOR COMMUNITY ACTION PROGRAM PROGRAM ACCOUNT BUDGET SUPPORT SHEET (i,timi.-we tylic (ir witit eirari),j 1. APPLICANT AGENCY 2. DATE SUDMITTILD 3. PROG'RAIA YEAR 4. GRA14T NO. END DATE: PROGRAM ACCOUNT BUDCF-T SUPPORT DATA COST AMOUNT OR VALUE OF ITEM DESCRIPTION OF ITEM AND BASIS FOR VALUATION FEDERAL NO, SHARE i SHARE 11) Go"Y-t (3) 141 SEMINARS AND WORKSHOPS 4,500 9 2.4 RENTAL LEASE AND PURCHASE OF EQUIPMENT 8,000 --[VEHICLE LEASE FOR MOVEMENT OF MEN AND MATERIAL (2) ' ~ ' 2.5 OTHER COSTS 12,910 ` ADMINISTRATIVE COST @ 10% ` ' ' ' . � 2.6 JCRISIS INTERVENTION 12,000 PROVIDE ECMERGENC Y INTERVENTION TO PREVENT INTERRUPTION OF UTILITY . . ' � / 2.7 TRANSPORTATION 5$000 ` PROVIDE SUPPLEMENTAL TRANSPORTATION COSTS FOR THE LOW INCOME, 'LOW INCOME ELDERLY.. THE HANDICAPPED AND THE SICK TO ASSIST THEM TO REACH SERVICE CENTERS. 2. 8 SPACE COSTS AND RENTALS 3,000 TO LEASE SPACE FOR MATERIALS , STORAGE TOTALS CARRIED FORWARD FROM 7. ADDIT IONAL NARRATIVE STATEMENT IS ATTACHEI) ATTACHED PAGES Irffmi)) TOTALS � � � . COMMUNITY SERVICES ADMINISTRATION • APPLICATION FOR COMMUNITY ACTION PROGRAM (FOR CSA USE) DATE RCCCIVCU 1••vrm +lpnro>c� SUMMARY OF WORK pROGRMS AND BUDGET (Please type or Print clearly. See instructions on reterse.) (CSA Instruction 6710.1) WIN No. 115.1010 I. Nn14C OF APPLICAt.z AGCNCY 2. NAME OF CXCCUTIVC DIRECTOR 3. PHONE (Include arca coda) 4. PROGRAM YEAR GRANTCC r+D, Contra Costa Co,_,nty Board of Supervisors for Contra FRoM To Costa County Ccmmun i ty Services Administration Rita S. Hays (415)944-3333 Oct. I , 197 ;?ar 31 , 197,9 SO 195 0. STrtCLT ADO1ICS3 7. CITY 0. STATE 9. ZIP CODE 10, PLAN YEAR 2265 Contra Costa Blvd. Pleasant Hill CA 94523 ❑ 2 ❑ 3 r7. 4 ❑ s 11, PnOJCCT TITLL A40 12. la. ,14, TIME TAIILC 10, t0. 17. 10. 19.OTHuit nC:GUnCt STAT!:MCNT OF PRIOR. ACTIVITIES RCQUIRCO TO ACHICVC GOAL PROGRAM YCAR QTR. TRAINING AND TECHNICAL PA C3A FUNDS NO. AVAILAOLC ONC•YCAn COALS ITY ASSISTANCE RCOUIREO MOS. (Specify or..nanr 1ST 2ND 3RD 4TH and Jaurce) Emercency Energy ' Conservation Program rI Goals 1 . To provide and in- ( 1 ) 1 . Identify households to be - - stall cellulose ( loose weatherized. fill ) and bat tyre in- 2. Qualify households - - su I at i on rater i a l in th 3. Coordinate the Integration of -attic space of lc:Y-i n- qualified households into the come, low-i ncommr3 e l der I , Rehab i I i tat i on Program. i and handicapped 4. Purchase materials and residents of Contra coordinate effective delivery Costa County. and storage. 5. Inspect completed weatherize -- - 11 . To provide and in- tion for evaluation of sto l I weatherstripping effectiveness. Tor doors and windows, 6. With householder's permission, - coulkir.g for cracks provide for uti I ity bill and joints, glass for comparison to gauge effective- broken windows and' ness of weatheri zat i on process. Data Evaluation and other- i n f i I trat i on 7. Report findings to CSA. retardants to the I o i- Reporting 20. AID TO/AIIIORITY ENTLRPn13Cs 21. TOTALS CARRIED FORWARD FROM PREVIOUS PAGES (I(nny) 2.. GRAND TOTAL _ I 23. LESS CST16(ATCD UNEXPENDED BUNDS (Cnrryovcr) "+ O 24. 111.1• ADDITIONAL FUNDS RL•OUESTED FRWt CSA (ricin 22 minus 231 CL•RTIFICATION Z. TH13 APPLICATION HAS OECN (Check "a"or "b"as cppropriatc,) � - A, G'Approvcd by the eprlicont's D. CD Reviewed by the applicant's administering / 11.v A of this application cen forwarded ;o the Str.tc Governor's office, It is undctstood and / cd•by tthe underni,;nedtho any grant received as a tesult of this application •iii he subject tv Eovcrning board. board and approved by its governing officials, i c cho a .conditions i6gc5mr%g CAP &tants, IG, UMAC ANO TITLL OF PRINCIPAL COVCRNING OFFICIAL On PRINCIPAL OFFICCR OF GOYCnNING DDA 27. /61 4 �Tl7AE'�� ,rG�r! �, � 20. O 7 r 20. DATE OF UO,%rt:) AP- _ Chairman, Board of Supervisors, /I` L, // " �-' / ; � F' 2 1977 '1ri4`'' Ll CSA FOMA All JUN 7: (FOrmF'RLY OCO Fortm A19,GATCD AUG 71, �� %VHICH MAY EIC USCG UNTIL. ::XHAV3TVb.Y COMMUNITY SERVICES ADMINISTRATION • APPLICATION FOR COMMUNITY ACTION PROGRAM (FOR CSA USG) DArc ttcccivc:D /•' Al,ploved SU),'tdARY OF WORK UROGRAMS AND BUDGET (Plense type or print eleurly. Seo ir.structinns un ret cess.) (CSA lnstruetiun 6110.1) OAla Nf,. 116.1:10 1�i4AmC OF APPLICANT AGCNCY 2. NAMC OF CXCCUTIVE OIRCCTOR 3. PHONC (Include area Bode) A. PROGRAM YEAR 0, CnnN7L"C NA, Contra Costa County Coard of Supervisors for FnoM TO Contra Costa County Community Services Administration Rita S. Hays (415)944-3333 10/1/77 3/31 /77 90195 0. STnCLT ADOrICyS 7. CIYY D. STATC 0, ZIP CODE 10. PLAN YCAn _. 2265 Contra Cosh✓ Clvd. Pleasant' Hill CA 94523 1 ❑ 2 ❑ ❑ d Q 5 11' PnOJCCT TITLC AND 12. 1J' .14. T11AC TADLE 1�. 10. 17. 16. 10.OTHCR r.CSOUFCCs STA TCM ENY OF PRIOR- ACTIVITIES RCOUIRCO TO ACHIEVC COAL PROGRAI4 YCAR QTR. TRAINING AND TCCHNICAL PA CLA FUNDS NO. AVAILAOLC ONC•YCAn GOALS ITY ASSISTANCC REQUIRED MOs. (Specify a.•roant IST 2ND 3RD 4TH and source) income, [cal income elderly and the handi- capped residents of Contra Costa County. 111 . To provide (3) I . identify residents needing training to low incomo training. I residents of Contra 2. Qualify residents. - (3) Consultant to develop Costa County community 3. Develop training delivery training system in basic aleatherization system(s) . work and to provide 4. Select specialist needed to 1 bat type insulation implement training. 1 materials for attic 5. Select and reserve training � space, weatherstripping sites. doors and windows, 6. Provide weatherization and - - - caulking for cracks materials training for county and Joints to enable residents. residents to install 7. Develop monitoring and evalua- - their own weatheriza- tion system. ! tion materials. 8. implement monitoring and - - Approximatoly 60-65 • evaluation system persons will be provideJ 9. Report findings to CSA - traininn 8 rrat+?rlF:Is. _ 20. AID TO MINORITY C14TCRPRIZCS 21. TOTALS CARRIED FORWARD FROM PREVIOUS PAGES (/(any) 22. GRAun rOTAL 23. LESS L'ST1MA'rt:D UNEXPENDED FUNDS (Carryover) 24. NET ADO:T10NAL FUNDS REQUESTED FROM CSA (item 22 minus 2J) CERTIFICATION:0, THIO qPr t.ICATIGN HAS DL'CN (Check "a" or "b"as appropriate.)A. [ Approved by the applicant's o. 0 Reviewed by thea applicant's administering I / cc of, his npplieation has ecI torwnrded to the 5tnte Governor's office, It is understood and PI 6 / n e the undersipnec� fint�0y leant received ns n result of this npplieaGon will be sub)eel to sovernins board+ bonid and approved by its governinh oflieinls. : !( t. et ditions sr�ycfnig CAI' srnnts. 20. NAIAC AND TITLC OF PRINCIPAL GOvCRNING OFFICIAL OR PRINCIPAL OFFICER OF GOvc:nNINA DOAnn 27�t IG U // ! -1' 20. DATE._ 20. Dn-L' OOA,n F.t] D Ar?• Chairman �- y �r SE:i �; 1 1917 Pr.OVnL�'' j 13ocu Cl o f .I Ir1r, .r r _ W CSA FORM 419 JUN 7L (F0nm cnLV OCO ►rOtrM 419,DATE0 AUG 71, / W141CH MAY DL•' U:,ED UNTIL EXHAUSTED.) �.-� COMMUNITY SCRVICGS ADMINISTRATIQN • APPLICATION FOR COMMUNITY ACTION PROGRAiA (FOR CSA USG) DATr, rlcct:IvuO (•'r,,,I r1Alum.rd~ SUMMARY OF WORE: PROGRAMS AND BUDGET (Please type or print clearly. Sec instructions on reterse.) (CSA Instruction 67)0.1) 0.1111,V a. 1/G.It:IO �•NAXIC of APPLICANT AaC',CY 2. NAME OF ExCCUTIVC DIRECTOR 3. PHONE (Include area Code) a. PROCRAid YEAR 5. GRANTCC NO. Contra Costa County °pard of Supervisors for FRoM To Contre Costa County Community Services Administration Rita S, Hays (415)944-3333 10/1/77 3/31/7$ 90195 6. ST1lL'LT ADOnrrs 7. CiTY 0. STATC 0. ZIP COOL 10. PLAN YEAR 2265 Contra Costa Blvd Pleasant Hill CA 94523 0 s ❑. a Q S t1. Pno.tccT TITLL AUD 1z. 13, 1,• TIME TAOLC t5. 16. 17, t6. 10•orllcn i csouncts 'TATCVCNT GFPR1OR• PA MOS.ACTIVITIES RCQUIRCO TO ACMICVC COAL PROGRAM YEAR QTR. TRAINING AND TECHNICAL CSA FUNDS NO. AVAII.AOLC ONC•YCAR COALS ITY ASSISTANCE REQUIRED (Specify amount IST 2ND DRQ 4TH and source) IV. Provide training (4) 1 . Develop and collect energy ai;d information in conservation Information and energy conservation. education materials for Approximately 150-200 seminars. persons wi I I be provided 2. Condense and or reproduce energy conservation relative conservation materials. I c information and educa- 3. Conduct energy conservation tion, public seminars in the three f cownty geographic districts. 4. . Develop relevancy questionnaire , for participant input. 5. Evaluate seminar feedback. - - 6. Report findings to CSA. V. Provide crisis inter (5) I . Receive referrals and requests - ven1ion services to for intervention to prevent " low .i ncom.a residents hardship and ut i I i ty service , of Contra Costa County. disconnection. 2. Aid the iow income and elderly -in negotiating with utility suppliers for service 20. At TOM1NOn1TY CHTCRPRISCS 21. TOTALS CARRIED FORWARD FROM PRCViOUS PAGES (If any) :2, GRAND TOTAL 1 23. L[SS ESTIMATED UNEXPENOCD FUNDS (Carryover) 24. NET ADDITIONAL FUNDS RL'QUESTED FROM CSA (Item 22 minus 23) , Ci"RTII=(CATION 'Wft Z. TH13 APPLICATION HA5 ntCN(Check "a" or "b"as appropriate.) A. Z" Approved by the applicant's D. © Reviewed by the applicant's ndministerins copy of this npplicptitSn7has been (oranrded to the State Governor's office, It is understood and govetning bo-std. board and approved b tfJrd yy the undcr6rS�c that any grant teceivcd as a result of this application will be subicet to AP Y its governing officials. �thc cpcMl conditi9Zverning CAF grants, 9-20 ,41,VC ANO TITLr, OF PRINCIPAL COvcnNING OFFICIAL OR PRINCIPAL OFFICCR OF OOVCnNINC COA 0 '27' 5( Nl.�fUHQ�i,• 7 /r. /; / 9(��t DATE O �DOAf1O AR. Chairman, Boclyd of Supervisors G _ \/ P '197= P1zovA' 1 (1 CSA 1'ORM 419 JUN 75 (ronmCRLY OtED 11oR61 419,DATC-0 AUG 7t, C WHiCH MAY UE USCD UNTIL CXHAUSTC0.1 COMMUNITY SERVICES ADMINISTRATION - APPLICATION FOR COMMUNITY ACTION PROGRAM (FOR CSA USE) DATE RCCt:IVCO F fm Approved SUMMARY OF WORK PROGRIJ,iS AND BUDGET (Picasc type or print ctearfy. See instructions on reucrse.) (CSA Instruction 6710.1) OMD No. 116.1110 y?.11C OF APPLICANT AGCNCY 2. NAME OF EXECUTIVE DIRECTOR J. PHONE (Include arca code) 4. PROGRAM YEAR 5. GRANTCC NO. Contra Costa County Board of Supervisors for FROM TO Contra Costa Ccunty Community Services Administration Rita S. Hays (415)944-333310/i/77 �3/31/7� 90195 0, sTRCLT AODnC55 7. CITY a. STATC 9. YIP CODE 10. PLAN YEAR 2265 Contra Costa Blvd Pleasant Hill CA 94523 C-Xl 1 D 2 M 3 M. 4 I71 S ' 11. PROJECT TITLE AND 1L' 13. '1'1' TIME TAOLE 10. 10. 17. 10. 19.OTHCR RCSOJncrs LtATCrACNT OF PRIOR. ACTIVITIES RCQUIRCO TO ACHIEVE GOAL PROGRAM YEAR QTR, TRAINING AND TECHNICAL PA CSA FUNDS NO, AVAILAOLC ONC-YCAR GOALS ITY ASSISTANCE REQUIRED ?AOS. (Specify amount IST 2N0 3RD 4TH and source) continuance. 3. Advocato the expansion of Iifo- line rate service to minimize utility service crises. ' 4. Establish evaluation system to -- monitor effectiveness. 5. Report findings to CSA. - V1 . Tc Drovido supple^- 1 . T;irough the Information and entc i trar.sportat ion Roferra I Unit of the CAA, idents y I cs;t support to re:.I dents problem communities. I ncod i nn transpertn t i on. 2. Advertise the service -c- scrvi cc conte r 1t. ore -Iva i I n1b i I i ty.- jebs,, dactors r nr! ,..".r.r 3. Moat with transportation _ _-ervic;��s giro off-red. providers and discuss -1-ho proble �. 4 4. Provide for 1'hc partial subsidizing of pronrarn cl igiblo ros i dints of Contra Costa County 20. All) TO MINORITY CNTERPR15C5 21. TOTALS CARRIED FORWARD FROM PREVIOUS PAGES (I(nny) _ 22. GRAND TOTAL i 23. LESS ESTIMATED UNEXPENDED FUNDS (Cnrryavcr) O 24. NET ADDITIONAL FUNDS REQUESTED FROM CSA (ltcm 22 minus 23) CERTIFICATION 23. TrtIS APPLICATION HAS OELN(Check "a" of "6"as appropriate.) ' A-7cop9 or this npplicatio of been ro(wnrded to the Stnte Governor's office. it is undrrmood and A. Approved by the applicant's D. Q Reviewed by the applicant's administering P,i6c,by the undersir ed th.Qt any grunt received as n re:.uit of this upplic:ltirn will be subject to governing board. board and approved by its governinit officials. pp _ j//fhcZ vfSctn1 canditio 'go Vining CAI grants, 20- NAME AND T►TLC OF PRINCIPAL GOVERNING OFFICIAL OR PRINCIPAL OFFICCR OF GOVERNING 00 RDS 7. IG liTV C �' i %4 /� 0kl-c 'j 197 Q. LSAT! OF tIoArlp An., � Pn VAL �, glr'fllgflc BOgI'Cl Of SU ervisors CSA F0RI.t 419 ,JUN 75 IFORI.ICRLY OCO FORM 4I9,OATCO AUG 71, WHICH MAY LIU USL•'O UNTIL. LXHAUSTEO.) f September 1 , 1977 CONTRA COSTA COU141Y COMMUNITY ACTION AGENCY PROPOSAL for. - COMMUNITY SERVICES ADMINISTRATION EMERGENCY ENERGY CONSERVATION PROGRAM DESCRIPTION OF PR03LEM (THE NEED) Contra Costa County has a significant number of low-income people living along the northern and western boundaries of the county, adjacent to Large bodies of water (San Pablo Bay, CarquinezStrait, Suisun and Honker Bays, Sacramento and San Joaquin Rivers) . The climatic conditions under which these people live is that of cold nights, high winds and fog. Dwellings in these areas were some of the first built in the county, as development centered around the water routes. As economic interests withdrew to the center of the county, and more stable weather, these dwellings became. the residences of ethnic minorities and low income people. The areas of North Richmond, Rodeo, Mt. View (Martinez), West Pittsburg and - Oakley (which are located in the areas described above) are specific areas with a high percentage of low income, many of whom reside in deteriorated housing. According to 1970 Census information, 1, 160 residents of North Richmond are low income; in Rodeo, 719 residents are low income; in Mt. View (Martinez), 778 residents are low income; in West Pittsburg, 1,607 residents are low income; and in Oakley, 76.E residents are low income. 0123 Micrpfilmed with board order Page 2 As a result of a survey by the County Building Inspection Department of the condition of homes in three of these above five areas, the following information was obtained: Prior to the energy problem there was no mandatory requirement for insulation. We may then assume that housing construction prior to 1969-70 and in the older sections of town lack ceiling and wall insulation as well as weather stripping. This would break down into the approximate numbers as follows: North Richmond: Of the 688 dwelling units (including duplexes and apartments) none of the units contained insulation or weather stripping when constructed.. Rodeo: Of the 1 , 159 dwelling units (including duplexes and apartments), 765 could not meet any standard of weatherization. Mt. View (Martinez) : Of the 456_dwelling units ( including duplexes and apartments), 237 would not meet weatherization standards. A survey has not yet been completed on dwelling units in West Pittsburg and Oakley. However, the conditions of West Pittsburg in one section are similar to North Richmond, and in another section, to Rodeo. The conditions of Oakley are similar to those of Mt. View. PRESENT EFFORTS The first, second and projected third year activities within the County's Community Development Program include a Housing Rehabilitation Grant and Loan Program for owner-occupants of substandard housing units in the above mentioned target areas. Work and items of repair eligible under this program are primarily to make repairs and improvements necessary to the structure to'correct health and safety hazards and to make other necessary repairs and improvements in order to conform to code standards. Energy Conservation/Iffeatherization is.. not a part of this program because of the Limited availability of funds. , ! ,x Page 3 (NOTE: There is a minimal amount of replacement of heaters and windows as it relates to code enforcement and health and safety standards) . A companion program to the Housing Rehab Program is a Housing Counseling and Training Progra;i which i s aimed at providing occupants of rehabilitated housing and other residents of the community with training assistance in preventative and corrective maintenance to enable them to maintain their houses in a safe, healthful and attractive manner. Methods to weatherize homes and to conserve energy could be a part of this training program with the proper resources. PROPOSED EFFORTS TO MEET THE NEED (PROPOSED PROGRAM) The program that is proposed is two-fold: 1 ) (OBJECTIVE 1 ) TO PROVIDE MATERIALS SUCH AS BAT AND LOOSE FILL (CELLULOSE)' TYPE INSULATION FOR CEILINGS, WEATHER STRIPPING FOR DOORS AND WINDOWS AND , CAULKING FOR CRACKS AND JOINTS, TO BE UTILIZED IN THOSE HOMES THAT ARE BEING REHABILITATED UNDER THE COMMUNITY DEVELOPMENT REHABILITIATION PROGRAM. APPROXIMATELY 25-35 HOUSEHOLDS WILL BE PROVIDED MATERIALS. The limited availability of funds in the Community Development Rehabilitation Program does not allow for weatherization to take place. Personnel from the County 3uilding . lnspection Department, which administers the Community Development Rehabi I itiation Program, state that there is a great deal of heat loss in those homes that have been inspected and those that have been (or will be) rehabilitated because of lack of proper insulation. Consequently, fuel costs are and will remain high and heat loss will continue for these low income residents unless insulation material is installed. With the purchase of the needed weatherization materials through the CSA Ernereency Energy Conservation Progran, the labor to install the insulation will be provided by CETA errs l ogees h i red by Con t ra Costa County and assigned to this CAA. 01238 ` Page 4 2) (OBJECTIVE 2) TO PROVIDE TRAINING TO LOW INCOME RESIDENTS OF THE COMMUNITY 11.4 BASIC WEATHERI ZAT I ON ;'WORK AND TO PROVIDE MATERIALS SUCH AS BAT AND LOOSE FILL (CELLULOSE) TYPE INSULATION FOR CEILINGS, WEATHER STRiPPIF4G FOR DDORS AND .'t I NDOtJS AND CAULKING FOR CRACKS AND JOINTS TO ENABLE RES I DENTS TO INSTALL THEIR 014N WEATHERIZATION MATERIALS. APPROXIMATELY 55-60 PERSONS WILL BE . PROVIDED TRAINING AND MATERIALS. TRAINING WILL ALSO BE PROVIDED IN ENERGY CONSERVATION. ( INFORMATION AND ENERGY CONSERVATION EDUCATION PROGRAM) . APPROXIMATELY 150-200 PERSONS WILL BE PROVIDED WITH ENERGY CONSERVATION INFORMATION AND EDUCATION All those who are in need of weatherization assistance will not be beneficiaries of the Community Development Rehabilitation Program because of the limited funds in that program, and hence would not be included in #1 above. However, the Housing Counseling and Training Program, (administered by OEO and funded with Community Development funds) which is designed to train not only residents of rehabilitated homes but also other residents in the community in corrective and preventative maintenance, would include training of low income residents in basic weatherization work and energy conservation, provided that training materials, training assistance and weatherization materials were made available through Community Services Administration Emergency Energy Conservation funds. 3) (OBJECTIVE 3) TO PROVIDE TRAINING AND INFORMATION IN ENERGY CONSERVATION TO APPROXIMATELY 150-200 HOUSEHOLDS. In order to assist low income and the low income elderly residents of Contra Costa County in becoming more cognizant of conservation measures easily adaptable to their own hones. Some of the residents will be reluctant to participate in energy conserving programs despite the preponderance of evidence indicating the positive economic dividends of such programs. Because our communities contain people of diverse ethnic backgrounds our program for education will necessarily have to be diversified to those needs, Emphasis will be put on the national and local need to conserve all energy. Coordination and cooperation with other conservation efforts will be sought at all tins. 01 , i Page 5 4) (OBJECTIVE 4) TO PROVIDE CRISIS INTERVENTION SERVICES To THEL0:•1 INCOt RESIDENTS OF CONTRA COSTA COUNTY. Pacific Gas and Electric has reported a sharp rise in delinquent gas and electric bills over the past twelve ( 12) months. The .overriding cause of this increase is attributed to the rising cost of energy. To prevent severe hardship to families exposed to this situation we are proposing to provide crisis intervention services that will offer those qualifying households a one time only grant to prevent the disruption of service. It will also provide our staff an opportunity to audit the unit (house) for possible weatherization assistance that could reduce the amount of energy used. As an adjunct of the weatherization and education program we feel that crisis intervention is an invaluable tool . 5) (OBJECTIVE 5) TO PROVIDE SUPPLEMENTAL FUNDS FOR TRANSPORTATION COSTS TO RESIDENTS NEEDING TRANSPORTATION TO SERVICE CENTERS WHERE JOBS, DOCTORS AND OTHER SERVICES ARE OFFERED. In the extreme Eastern portion of Contra Costa County are located the towns of Brentwood and Oak!ey. The residents there are often without non-medical emergency transportation. In the Western section of Contra Costa County the situation is virtually the same. We propose to provide the residents of these areas with assistance in reaching service centers that are not located in their communities. JQP:pd ti - BOARD ACTION BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA Sept. 27 , 1977 a�er_ded NOTE TO CLAIANNT Claim Against the County, ) The copy o6 this docttrnent rr, e to you iz your Routing Endorsements, and } notice oS the action taken on Jour ctaim by ute Board Action. (All Section ) Soard oS Supenv.iAou (Paragraph 111, beZotv}, references are to California ) given puAAuant to Goveanmertt Code See,tiona.911.8, Government-Code-.)- ) 9132 5 915:4.• -Ptea6 a note-the -"warn ing"- b eeow. Claimant: Michael Medina, 3206 Nicole Avenue, Oakland, California 94602 Attorney: Ronald E. Hothem Address: Connolly, Hothem & Flint, Fourth Floor, 332 Pine Street, San Francisco, California 94104 Amount: $515,000.00 * • via Co. Counsel Date Received: August 25, 1977 By delivery to Clerk on Aug. 25 , 1977 By mail, postmarked on I. FROM: Clerk of the Board of Supervisors TO: County Counsel Rn�ENoeo Attached is a copy of the above-notedAClaim or Application to File Late Claim. DATED: Aug, 25 . 1977J. R. OLSSON, Clerk,. By Deputy Jamie L. Johnson II. FROM: County Counsel TO: Clerk of the Board of Supervisors (Check one only) ( ) ThispClaim complies substantially with Sections 910 and 910.2. Amended ( ✓) This Claim FAILS to comply substantially with Sections 910 and 910.2, and we are so notifying claimant. The Board cannot act for 15 days (Section 910.8) . ( ) Claim is not timely filed. Board should take no action (Section 911_2) . I'J 1 ( ) The Board should deny this Application to File a Late Claim (Section 911.6) . _ - " ; DATED: '•3/,7`) JOHN B. CLAUSEN, County Counsel, By �, L�2,� Deputy III. BOARD ORDER By vote of Supervisors present (Check 'one only) (XX ) This Claim is rejected in full. Amended ( ) This Application to File Late Claim is denied (Section 911.6) . I certify that this is a true and correct copy of the Boards Order entered in its minutes 'for this date. DATED: Sept. 27 ,* 1977J- R. OLSSON, Clerk, by ��;�(�kl.?„'i�. '7lLt-9 40j(-) Deputy Sandra T_ Nitc:1 -gnp\� WARNING TO CLAIMANT Government Code Sections 911.8 & 913) You have of y 6 riost ib 6xom the maZUxg o6 Vvbs notice to you w Aich to Vle a eowtt action on .thin xej ec ted C.Za im (.6 ee Govt. Code Sec. 945.6) on 6 months S,wm the denies oS youx Appt i.cation .to Fitt a Late C4a im w'i tiLz wfu h to pe.tZtion a coLLkt Sox xeUej 6t:om Section 945.4',s claire-Siting deadUne (.see Section 946.6) . You may see. the advice oS any attorney oS your choice in eon►teetion t+ti th. this matteA. Ij you want to eon�saU an attatney, you 5houzd do so &nmediateZy. IV. FRO.-1: Clerk of the Board TO: (1) County Counsel, (2) County Administrator, & (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 application by mailing a copy of this document,-and a memo thereof has been filed and endorsed on the Board's copy of this Claim in accordance with_Section 29703. E DATED: Sept. 28 , 1977J. R. OLSSON, Clerk, By r�� 1� UYi, /Z c., .'�' Deputy- Sandra L. Nieisoh V. FROM: (1) County Counsel, (2) County Administrator, TO: Clerk of the Board (3) Public Works of Supervisors Received copies of this Claim or Application and Board Order. DATED: Sept. 28, 1977 County Counsel, By County Administrator, By Public Works, By 1241 8. 1 0 Rev. 3/77 LAW OFFICES OF CONNOLLY, HOTHEM & FLINT FOURTH FLOOR 332 PINE STREET SAN FRANCISCO, CALIFORNIA 94104 WILLIAM J. CONNOLLY TELEPHONE RONALD E. HOTHEM August 23, 1977_ __ (415) DEAN L. FLINT 421-8222 JANET L. GROVE TERRY I- MEIER rNn�R4ED Mr. Dan G. Ryan FF I L 'E Deputy County Counsel 651 Pine Street AUG 2 5 1977 Martinez 94553 RE: Claim of Michael Medina CLRRK BOARD OF ZUnWI304 CON-,RA CZ�.ST CQ Y. Dear Mr. Ryan: Thank you for your form response to our claim filed with Contra Costa County which was received in our office on August 22 , 1977. As this matter was referred to our office shortly prior to filing the claim, we provided only the information then known. We have since received a copy of the police report which we enclose herewith for your records and review and will be more than happy to provide you with any additional information we have received which is of a non-confidential nature. Basically, we believe the County of Contra Costa is wholly or partially responsible for our client's injuries for the following reasons: 1. The highway involved herein may_.hav_e_been a County Road under the maintenance and control of the County of Contra Costa. We believe this highway was dangerous and defective. 2'. We understand that a Contra Costa County ambulance ^'•. .a '�`'""' ��" was first summoned to the scene. This ambulance upon arrival refused to render assistance to the accident victims for the alleged reason that it was outside of their jurisdiction. Whether or not this refusal to render aid has aggravated in- juries to our client is yet not known and we will advise you further once we have this information. At this time we do not know the identities of the employees responsible and only provide you the foregoing information as it may aid you in your investigation of this incident. Upon further study it may turn out that there are additional 01242 ,Mr. Dan G. Ryan August 23, 1977 a Page 2 grounds of liability as to Contra Costa County or that the roadway was not in fact in Contra Costa County but was in fact in Alameda County and under their supervision and control.. If in your investigation you are able to provide us with in- formation on this subject, we will of course be more than happy to delete the County of Contra Costa as a defendant when we bring suit. Lastly, we give notice of your failure to state with partic- ularity the alleged defects in the claim as is required by Government Code §910. 8 which failure results in a waiver under Government Code §911. Yours very truly, CONNO THE V FLINT i ONALD E, HOTHEM REH:gg Encl. Police Report _ 01 u i Ii�F1=i COLLIS ON REPORT r" �tPARTMENT OF,CAi.I��R lily f�lb���•lY PATROL—'• PAGE .__0I /y rICIA0..OND+T IONS w0. +h J. H 11 R C.• JUDICIAL DI: .Ci _ 77 1------- ��.� �n•, w0, AI:LED N a R Cr,,-VTlV3T?-4 REPORTING DISTRICT BEAT �- MISDf�J f ❑ : 10r7 1720 z O. DAY VA. TtME:2i.Oi Cil NO. r rr:Ew A. - �i � 03 1.) C]AT INTENSECTION WITH INJURY• FATAL OR TO Aw AY 37ATE HWY �7 {- J `I OR. 1�V FEET!M•{T!T Oi { L— /"7"4v.,> �jZ TES ❑NO ❑Y[3 NO O ,ARTY N Ir IN ST, MIDDLE• LAST) M, STREET ADD4fSS kl 1{ER OR IYEA'S�ICEM:E NO. :TATE IR T H-Ai �• SCX PaCE CITY SPATE PI+DhE o 1p VE141CLE TR. ,MAKE LICENSE%C. STATE CANER'S NAMC SAME ASDR VER .10 1 - .rr. .^..F CCTICN O•I CN/AGc:�at -STREET CR J+1G•+wpTl CM NL R'S a;-Rf SS T.f SAae s5 DRIvER • •1- ��.__� •r J •.r•_ is �Cr:i l I�i _ 'LIST cpEf.D LIMIT D15POSIT Iph OF vENt:IE G8, DN tvEA ;O\ OF:ERS or VEHICLE OAMaGE V10LAT LGN CHARGED I EXTENT t LOCAT:ON +EA r1,I.It%OR U L.UD. (krk • f- t �+L /�Jj� •�, 6,:D ! �t. .c I t.1 I � �I U mAJOF 4 TOTAL. r 1R7Y NAME 1►tAST, MIDDLE, LAST] S: 11;0r .LS J � LSS 2 >,•VEA DRIVER'S LICENSE NO. STATE AD. SIFTTMOATE YR. SEX PA' CITY STATE "ONE 1 'I-E5- VEHICLE YR. jMA%E LICENSE N0. IATE OWNER'S NAME ❑SAME AS DRIVER 1 } -aR(�tyyyN''CD DIRECTION C►ION/ACR035 ISTNEE7 OR HOGATI OWNER'S ADORCSS ❑ SAME AS DRIVER TRAVEL 61- .'COST SPEED LIMIT IDiSPOSIT1oN O► VEP' E '• JRIVEII ON OFCERS Or VEHICLE DAMAGE vIOLATICN CHARGED I EXTENT 1 LOCATION JiHER ❑MINOR j MOD. 1 T 111 .. ..._ .. ___ __..-_ ........_ _ rln 4A JOR❑TOTAL.1; 2 i 1 �- GLSCAiP:ICry:Ir DAMAGE F Q W ' OOWNER'S NAME • ADDRESS NOTIFIED Q ❑TES []NO a EXTENT CF INJURY INJUREO WAS(Chick One) IN w TMCS3i AGE ! SEX FATAL SEVER[ wCVNO 1 O:HCN v131PLE ' e1_ VEH. I I I•,JURT 1 DISTORu. ME MUF.R I INJUR ES 1 COMPLAINT or PAIN DRIVER PASS. Pro- CYCLIST OTHER NUMBER ❑ I 11 c c 1 ❑ ❑ ❑ 1 ❑ 1 ❑7/y� ❑ ws NAME PM; Z ADOPT -'7 TAKEN TO INJURE MONLTI 1- s-oC� ) arc ><) �:- F . tc v►l.� I�IGI��:•�� t-•-- P t (r,Qtrc.4�i� 3 ❑ i I -0c I ❑ ❑ 0 1 ❑ 11 ❑ I 1 � NAME � - t� PHONE .\-N�-1 roc-r.J ��ql� �. • VAI _ A:„HISS { ,AKEN TO• IHJURe ONLTI - 5 i S u i F:- tiT C+•%1+! :,• �T� �,:L,r za �'--•ra 1?4L N1 r.fi c�C ❑ it i ❑ ❑ ❑ � T❑ ' ❑ ❑ ❑ I t PHONE ADDRESS ` • i IN TO (INJU ED ptILY) l��'r+�.,l' -;nl_Arl n•.,t," X53-f<•425 .1 t(IIU�►IIJ L•TCP4 - MISCELLANEOUS �/.rl�y�1�612�1� -ro t - _ ICA t rt'2 (•�c.'.?ITRL INDICATE E NORT. �/••�{.7 I// 6W/Al t4 '::;n,�Nls ��/><�?�'G�✓ !/.�,.'�/ t1 U y%vim _ VEHICLE TYPE PARTY1 1 PARTY 1 0/l = i ROAD TYPE • � A CONVENTIONAL, ONE WAY , • B CONVENTIONAL,TWO WAY C EXPRE33w AY • O ►A(CWAT E OTHER (EXPLAIN IN NARRATIVE) �"�` MP 355 IREV I1-71) �'3:� � �'�' PACE ►� c�,3D ���'`_j COLL ICNARRATIV -7 • _—!— A i F% `J 1 6,�5_� F`J_.r�'o os:1_t:c ,�l F,zv._ eF{:1 �cb nt --i/�T/,v 1=5 q l,C.7f tc - C.•C�'-�v_ — 'A���2s���!�__-�_�Ur'a �'�_;���.L7���c.s�.�;���C4 i.tY.c�� f� .�•y ._�;�V,vY cel �_,[��_'`C�'rl�..i=_�j�;_•�?C'�.f �� '%j:l/r_ E ..-• Wit.':'tom•-'1tiJ •�,� 1 f/-�� ._.���r=•.'.-'r)'�i% ,t.-lt`r\�•.� r��=('1-•�frQ���! +��.`I,'1� C•�/)_�`�.�1�.'E'f2(=♦i 5 �,/Lf /i i� 1t_`_?__ `l��_lC;�.:—'=-►`=--L--'11�I'! ttt i��'�`_ `lam' 1�[ Yt-t1:••/T r�_ 151'.�.?_ ( C•`•`L%► 1 %/_C C_ f: /� I�C i�.�:" � ��_ _� � `r t��'�� '� ��C �_� E t'-_ i^ '�'r /,_ l'•J i i r_ __�_ '^ }} V._%.. � �{.�IJJ"J�"�.-~�r..-. f. '-1�/ �7 �l _.__� i?i t. l.:r •- 1 /I :r r f.'• ."''/ �\� � tti r __�� \' r�1 l •J t../1_- �iiLJ✓ ---<<�_=1 f'c:_�t l::_ t-'C`/•U? !ru 'T,•=c�"-``f 1t�1`E-'c:�'� , ,t �,�GC'/�} r' /,= 1t� �. �.lc 2E-� ! •'C���/`{__ lJ.i'�C7'�1:UJ lC%!/tet - 14 1)JYN( __Y: It ;z:`c)Nt� ���'r��c-� �c`c-;- 1 � ' �L 1 r•�U ;fIc !� t l:`.Cr Eti� f:`1��� , yia,1t1gpU�]s��C�YC_-4Inc l.�1 i0 r-I C�r riwn.!G A LSO �G+�•11�L{hc1T -L�7t�Cr i�� li".� A Z/� 11}�i /,(4w,buv/_JI5 04i) acs-r7tweb :iiAn- e i�SJ{C1' PRIMARY COLLISION FACTOR RIGHT OF WAY CON7ROL T = s • ` S = 3 + MOVEMENT PRECEDING TYPE OF VCNICLE A YC SECTION A CONTIFUNCi IONING COLLISION VIOLATION '" J71OLS ROLS NOT FIJNCTIOIIIxE APASSENGER CARA STOPPED -. �. .-_-�_ IIACLVOE3 STATION WAGO!'I9 OTMER IMP•70PCR ORIVING• NO�S OBSCURED ' __-- R PA!�C%GES CLP W/TRA•t E: B PROCEEDING STRAIGHT C O-HFR THAN PRIVCR• ^ ti; CC%;110' S ••ACSLNf .r.-._ C NIOTONCTC.E/SCOOTER _ C RAN OFF ROAD n UI :KNOW N. TYPE OF COLLISION C PICKUP ON PANEL TRUCK O MAKING RIGHT TURK WEATHER A HEAD-ON PIC F.Uv OR PANEL TRUCK E MAKING LEFT TURN A CLEAR �.-- 8 -S 1C[Lw:PE -�_ r-- _ _ E w/T7AILEA_,.. _ F MAKING U TURN '1 9 CLOUDY .r_ C WEAR END r_�-•_-, - F T1IUCK OR TRUCK TRACTORG BACKING TRUCK ON TRUCK TRACTOR C RrINING •-- D BROADSIDE G W/t RAILCRIS) H SLOWINi-STOPPING O SNOWING E HIT OBJECT 1 PASSING OTHER VEHICLE •^ H SCHOOL BUS E f(IG F OVERTURNLR J CHANGING LAMES F O'HEA G AUTO:PEOL S7RIRx I OTHER BOB -_ LIGHTING - H 07 HEA ll (l\ a �� � �, J [MEAGENCY VEHICLE K PARKING MANEUVER HIGHWAY CONSTRUCTION ENTERING TRAFFIC R DAYLIGHT MOTOR VEHICLE INVOLVT.D WITH K ECUIPMENT L IAN, PARKING STRIP OR FROM SHOULDER, M[0- 9 K- A GWN A MON-COLIISiDN _DItS _ _ L BICYC[E PRIVATE ORIVC C D4RK - STPCET LIGHTS 9 PCOLSTR AN M OTHER R -`• M OTHER UNSAFE TURNING •/ C OJ..K - NO STRLET LIGHTS C OTHER A+I)T09 VEHICLE -` Y_ / ` OTNACJOCIATICO PACC•R ' ' ! lR T NARK ONE TO THREt ITEA/fl N CRCSSEO INTO O►POSI._ E 7JRK_ STPLCT BIGHTS MO7 C MOTOR IENICLC ON OTHER ROADWAY �!. LAM[ lL7AC710NINC -• - . -L( VC SCCT10 E PARKED MOTOR vChtClt (�[� ;,. 3� +L O PARKED • F'OADWAY SVFiFAC! - - --�-� `- /\ '�iM_1:.; A V IOLAT IO �,(Q� F TRa1M �t --- — P MEPGING �� R DiY ^- -�_'�__�___ l;�' +•.�'i VC SECTION G BICYCLE •"tX�.y 9 V 10►AT ION Q TRAVELING WRONG WAY- `.�.._�__..-__.'-' _- — H x;:a•••" vC SECTION R OTHER t C 5•.OWY ICV _ �Yt, C YIOIATION !G S..PPE A• IN•VCD•. OILY. ETC.1 FIXCD OBJECT .2•::"� •�$ -"_ S Z S 4 AUBRItTY.C..0;PNVMCAL, I ;i ,'tl••._ VC Sk CTION >t�! ..-��. p IWA44 ONE TO To ITCAABI ROADWAY CONDITIONS _ _ _- C _. _V17L AT fON .� �.IAw O.1 TO I.-CC 119•AAI OT NLN OBJLCT E VISICN CRSCUP[V[NTST A HAD NOT BE[N DRINKING J IR M(Lt:, Ot IP R11:S _ •- _ a MBO- UYDCR INFLUENCE 1 O LL DS[ fa Al[WIAI O+•q OAON AY OT••[P j•�`���l ,C�3 •- _ �_ikATTEN710M C HBO-x07 UNDER PE.'".LSTAIAN'S ACTION G STOP S GO TRAFFIC IhFLUCNCE C of S:PuCT10% Ow WCACwAt - ---- + c;-c. .STPyC TIDA•ALPAIP jOHL 1 A NO►(:LStAt�N=ltNveLVEi T---_ _ _ H (AT[i1NG/ItAVIIiG PA4P O HBO- w"-f-APIRMENT UNKNOWN' i ! RL JuCEO PCAOw AT w1OTN 9 CROSS-%G CROSSw ALw AT _ - I PREVIOUS COLLISION 17 __ IAT ERSECT.ON E UAOER DRUG IN/LUENC[ 1 F f L DOOLD - - -" J UN•A7A tL INR WITH POND G--r-- CROSS,.Gro.Iw EPOS SI+`LA+♦OT AT 'ClJ[CTIVE V[n1CL[ F OTHER IMPAPHNSIRMENT AL ,I••Eq INT[PSCC TION 14PAIRMENT- K CCUIPMCNT •j H wC V.,;;SUAL COALITIONS p CPGSS Ih. - •107 IA C/O:'sw1LK - �•.• L ;/RIn4GCV'(D YLHtLLE G IMPAIRMENT NOT KNOWN ^- 16 IN vCAO INCLUDES SNOJS.O[R _ N NOT APPLICABLE F NOT 111 POAD N. OTHER- G A►PPCAC+.ING/LEA.ING SCHOOL BL-• N NONE AP►ARCNT 1.0. NV139ER INVESTIGATED 8T I.D. NL'M9ER REV IEWEO 9Y 77 k-7 �47� r :•/�Alw 1A %ALPATIVC wim Al �• _.. 1 �•, � •�..�� 033o sy OATc OI ee171•IaL IeC■MceT -IVc 1:4001 cll 111111111911�w •. orFICT4 . a:i a SUPPLEMENTAL L.S. Mat surrLEMENTS FORM ass CITATION re. TRAFFIC COLLISION REPORT • •• OTNERI MAT FORM SSS NARRATIrscITT ce0■ltt • RcrseTIRS OIsTRR:T CONTINUATION ONLY iI / "i�I�f�2��RcJrj�a ' krir,� ' _ 1 � '�.�Gd•� f'k' oU T/�fr�;l tri P NA 'V 1'ia r.,.1, lr=(1!6!c lCEN { 1.1.E I� )Q 010CZ �'r • - /'�Y • r1{ 1\II�••.I c� •{� tit���'��.I L A'��•�r./�� 1: ��fl l{•'./S��_�T1 �'�E'! h . -rR1r� 1.s/ l.�sl lI;•Ic -a ,a S _a�ort ?d ���t147C_� ALX U w z 2&-.ra&.-a m I a Lo's /Rig,#/Mf— l- ,MA ���_1�► l._c�.�rs�tl�:r- C��\!� 1316.2.CAWERI CLL_ ltlN +L.Wc-lc&ANT A-1 —ri-so c SC t tT.WE ti :t1.�k:1•� �1 [■ •1�� .�1aA.lr,.l-`2_ "'/7� << 1. i •�tl.I :eITZ . �i i . .; �' ., �. ,�r.:.r • -• .r.' . •._:�c t,lt•{lYt l�S i 7T.e b A"r (1@ 1 1 Ia Y. �r.=�..�+.�. t !1� e �1 �4 c.�■� �.,/�c A] .�C.C�-���. 'Y/dit�T�IR-c �::•�� Lc•'�_ ��tL�Cti�Ti� T J4 �rt���►�W4l�Yt� l/ow-W !Cie AT' c. le T. - f.= _�' • r� • • �.:•lr�_-l. —SAF ��t!" - ✓[=I1:Att cuAj?.. �4�E?cc•.tic =:c1c�-35�:7� J _Stu Ebfr 7'--%- :: c�.•=R, :'�;r/ 1.`.�':•. r n �JPj ��+r+..1 1 T i [.[/sI c Il] cc wrI.l I-Ar •.) ),L( 'Rtatat;w . A L-aitca - n. rt*AJ IV I�71S 7�P !iA b Pf,,Y.3 wy-an 1 .•'!t ua r/ • i %-. {t?t `r �•?-:•.:\ �_t1N- IG�f [�I r 1-� /4 -rte/•'.z' / R: f Z-,; '1 c;C_;r 1;c 'l_t:e.0 TIl• _f-W - Inv ph%l. m 4 s.ocr \i c:c.�b [1 I :' 11.E /1',.3 CXR�I c•.t l't `'C11�.1"Ci1 C•.1�. •. WAS ----•---1 ��\ iris:. ��1�r .Y.'.�'..«%t.�?�-. :7:�..�.:!.��������1_�� yG`'r i�I.T i I fir'' �tiU:Re- % r7 /e -%/�1•—IOUI'r &4f .]r&jll4P . �Cr!t is1T'Cr� FRLrsREO Mt I.Q. MUMMER FRErARNO 0XVIR040•Aw/ROMEO ■T ' I.D.NUMMSR OATC Y • MO.1 DAY _TR. eAYC=eAee Oaf To. ■ i!• .. tet. • . '� 7AiE_,� SKETCH - NARRATIVE CONT(NUAT(UN ' a°'��-�- 77 ALL MEASUREMENTS ARE APPROXIMATE AND NOT �T O-�S'C�A-LE7UNlf 55 STATED (SCALE= ) - INDICATE • -Z. _ .. x. �.. e 4.. s.. a.. ,(•LL(• ,11 ! I l i l l I I I I � I I I I � � I I I I 1 1 1 1 1 � I I I I ) I I I } � I I I I I I 1 1 1t t d• 'ARRATIVE CONTINUATION.(Use reverse side os n_tessory) POINT OF' r��`'�� /,thy i IMPACT 1t.-l- i-)lir�'t� �fC't." ._7' CN S��/��/ YFNIC LE �•FL L,�i.!( (NOT PARKED) _ ..�''.3.G1' ' 1--y/y,�,A-I's'C" ��•L.� .Y� `'�' //�Ll L'�•1�//_i�0l� ` ��/1 ) /� /) PEDESTRIAN _....._1�� '` /."'✓� � �C�i t-Cr�iG I/� F�/{_-�.'ri /i•CJO��VC�jY !•'� .!V TRAIN A1C rte• /'� PVARKED r / �2 :�l V EIIIC LE C OBJfEC �- OSJCT L �J - NEAO�ag OM�— SIDESWIPE AUR ENO �T n OV ERT AK I N 4 /• � �• OA / ��� ors! Si'OCSw IPE IO FC_/l�l/CI APPROfC UR rl' Ow-Rq TA KING -114 DV ERT UR NED IC Lr i SS4 :kCv.3-7J) �•' pass 7 7 . SKETCH - NARRATIVE CONTINUATION • ALL WAS909MCNTS AAL AP/NO■IMATC AND NOT TO SCALL YNL922 STATCO ISCALcoNONE• • 1 %A • IND ATt PING IxasT 2b, NONTN _. Ae • i-s� _ �osA• — Soy-------� 16 . J / -At • F tiucrAl dip _ `t . - lo. O•• 7•0 • O" IILJ_j_11 12 .,211 oil ARRATIVE CONTINUATION(Use rare-se side as necessary) FOIA OF Q d �I.•� IWICHICLIC MPACT IMT PAXx9Dr_* /��yrT .cN�sTN�.N 40�7�r�2�x . !/� /� /V , r^•� .� — / _. / TRAIN Live �•� r .�C` �i'/I ll�•••• '•-� /!:•r- / / ♦ f�J� ej 1.4J WARMED G ��J / �.�• MA's rSNICLc ef �l• .v . :EJf..1/ r s NcAO.ON / _ / rte'-' ♦♦y .•r.:V,.Gl1t i� faN�/ <<`NS siocsrlsc 234 Ida— •yc�,., �1r�1�� sdT, ;�_:�;'i� ?I.'/,�(� `c/fi1T �t7 -I scan Sao 00 IN•�VG•G/L� riC' .rte r� �•_� I••• /�.T ice/ U r"G w.mitt Slorswl/c -f �.1=A� /3i�� 7y �l K!;1 /•i:-N_Y /.�+ �!![,f u j�. ssoaoslNc� l�Ate!/.c�C E 6Gr C. d t.-7/Tt'� Lie.�.lrliJ.(G /7-�4r TYON � OaCN _ /7 /JG/G GE-'/ // � ■ K jJ our. TUNE A■� -��i I �.-a.�1/+ / Jf.1�•%��7' OrcNTYNNSg rcNleas sac■INs�� ssA INcr.3.131 • ORIGINAL NO j �7 -73 PAGE 0330 Sy7g CNECGATE Of a: I♦AL INCIOENT IT AVE (:5001 C11 NUMBER OFFICEP I.D. KONE SUPPLEMENTAL MG. DAY .�. 7 D�'j � �� O `5—��' -/--,.Os U PLEMENTS FORM 333 --- LCCAT ICN/.SUBJECT C:TAT:ON NO. T .AFFIC COLLISION REPORT BEAT T HER: � FORM SSS NARRATIVE CITY COUNTY _ REPORTIvG DISTRICT — CONTINUATION ONLY crl a v-43 Iso — • L7 lrl -- r"t a c� �-tc,t/_Q/ �G 1•/�._—_/ /-t,L'_•'S_�GC/a!i.?� "• �[�_!i/_G_.Z' L�_fL_e�•��></ _ -otZ coer A,,y � �/.r a-:-. G�'cj.C_, ��3 T� f�Jj�I /��y 1t/ �%j/� 4%lf-G h a ..__ /�-f!'!�_ [ •---��G.__�G/�=-_�-j/�j/LCy 4,'tii! C:/Gc.e C.:[rj r�''`—��!_`�_.sfi V!��.-.� . /�- fLl� _Lc.h / �IJPiJ— J.Ei_! J !� �`>�1�!o�c_-- .•CA .__���'� ___ T.l1�i O�'7�' �!`YG/5.��'..C� ?,!'J�jLQtr•C 36 � G�G►�v.�/�G_� '�='�Tc '��S / x PREPAREa BY ' I.L. NUMBERi PREPAq EU REVIEWED APPROVED BY 1.0. NUMBER! DATE •yC/cA�w --_._—_—_..___–.—_. ._ G.1 DAY I in. •.AME/RAN t - : MO.�GAT I TO. 01249I • �x_77 . � , � - ORIGINAL`N Or. DL 7 A•`i� •• . ' ' ,- PAGE / J //'/yI I[CDATE Of ORIGINAL INCIDENT TIME (1400) C11 NUwuE�Rj" OFFICER I.D. KCue SUP!G LEMIENTAL MO. DA YR. �'� 9x/� SUP PLELtENTS FORM 635 LOCATIO.%/SU6JECT CITATIGN NO. TRAFFIC COLLISION REPORT OTHER: - BEAT FORM 550 N,.RRATIVE (CITY CDUhTY REPORTING DISTRICT DONT INUATIO`J ONLY I I e'—?—7 K L_W X� 0 V ( u, ov Cf1 O I a.-, � /•��J G: ko - �.0 l�ce. cfc-� S r'i re c X14 Q t e -c _a b o c, �it�t4/ PREPACIED BY I.D. NUMBERi PGEPAPED REVIEWED - APPROVED BY I.D. NUMBER DATE MD. AY TR. NAME/RANK Y0. DAT TR. 1 � ' d SUF'PLEMENTAL/NARRAT IVE Tr or n..mIN.t.1NI:Io.NT TI..c (,.aa) Nc1 «,,.... (Clee;tk one) � .�� kr � D ! '� ��d 4" /7d r •.o. VAr �` Yw( .J �• NARRATIVE CONTINUATION TRAFFIC -OCIT. CLLISIOON REPORT Cj SUPPLEMENTAL TRAFFIC COLLISION REPORT (C...:aa ow sas-.1) .ur 13 OTHER- ' f_ITY�C OV NTY _—'—� •_•-- —_'.`--, "—,_~— ^— Nt.'ONTING OI:TN ICT —__ .47- i ;�� �v,==5' _ u1 i A Jt'' � -7-r_ p�SCAJ j C'-. 7;4C,T-�- � -� �kso i f' .JC,.._' C-11_ nl_. !4 Ail--) G-{J_�.✓i_" �Cy-u_J.� 7'C� 7�lE_ 1v e -72l•,/C 54-10 IV16— -7n _� _`PREPARED BY —1- - LD. NUMpLRI P!.C PA 4r0 - _ -- REVIEw ED APPROVE6 8Y_ _ 1_D.IyUMDER APP-ROVE SUPPI_EMENTAUNARRATIVE C"("a ]7 .,..� (I.*.) »c.c vu+ra --Jorr Icc. 1.0. N 0cm fCn:ck one) .2/ o—.30-3 — �3 7-Q� c3 tyf.l?RATrVE CONTINUATION YRAFFIC • COLLISION RE"ORY )c•r taa ow aaa•oa) a ti SUPPLEMENTAL TRAFFIC COLLISION U HL/•ORT )G»r tas c» ♦ss•oa) we+T 0 OT HER: ---7-7 /4-T" Ocs_r"I-5�72� �3 ..rV � /S.�.L'�Z� c,c/�'T e455! 6,C1e:-5l '' D12., tai it/(j- >4 �Lr iZ.�� ��t/,(� -���►f"�>�t v'o-p,%J _ (.L.%E' �-�3'-��?/�E_'+:I !rc1,����V �-c�lC:.'"'- S'�?T-c-� ��"7'�!G.. f7;�✓C�-'C.�'�" Aj AA _��'1�7I'��:�L-i C::'✓.tiS� ..—��.__i4l C �? �?-,!�� !�-i'�G�_��t��c.�- .� Lt/,4�5' � '• --- Z' _/ J= -- _ rl-�_ 1/;42, _ G-t���:�— o;'l: C • PRLP^FfED uv 1,0. HuMuER PNCI•AHC,O IILVIEVOCO APPROVED by I.O.NUMUEA APPROVEC •..a!».a w» aa. u.. • .rte/»qa.w -0. oI. — i 12.52 SU!'PLEMENTAL/NARRAT I-V E T[ a. a»��,».�,»e,ar»T T,+.[ (,... -CIC »„w.f- a,.;�r. ,_, ....... (Check one) 633 o �� �7 Q ~��� �/ O Ii P.,.Qkt IVC CONTINUA-1-10-4 TRAFFIC ,.oc.nn»/suen.tT _.. ~R-- c,T•na+ -.u,.+e+ / COLLISIONI -f'ORT U SUPPl_lM1.NTALTRAFFIC. COl_LltilON fllit-ORT (c—asa op saa-w( Q OT 1-4ER: •:,TTIC Ou Tr — —_s-�_pp Tl». 0",w,CT —� 0 _e�e `a _ �5'T;-�r_2'.V�. �'�.� -/�- i'7 /� �>✓��-c�'.t.9.y C-E"� �i��vc�Zr 7-O•'`-! �>C/<'G�r4,t./ ��c- /--?f�/1C-�'��✓ -.�T�=' '�=!.'----�c"C..C_��,.�.1f,tJ�y.�`_ --- Qr�/��a�c.,/�.. J �•� _����i�i t���—/O �r��iv�� S - ^,0/�i�,G- r� �•�/ � � �G`uC.E" L>.yii T_ S i-r7 i ti!G- �i v A/i _ 6,;1-11 v _ ��' r.-c:,�� __ 7�'�E- - -�!)v/ T ?- �/�C�1>c ��✓T' __Cis— z��T_r�= �_•c �t !t� .�/_I`_7� /,�T_ /- �T,�6'G�S/��--%� _ .l�`�rS _._ '_/ r•'!� /_�..�'F,C/JAL/�.--- -`�r`�_.G/�'_'�__._�1� A����"�� PREPAREO BY •1.0. NUMBER PRCPAaCO REVIEWED APPROVEC•BY t.0.NUMBER APPROVE - SUF'PCOMENTAL/NAP_RATIVE ." D. ""' ""'""'"T ""` It'°°I "..c .Iu. 6 o-1cm. I.D. .. .... __L( (Check one/ `� w e3 ��Q ��'� d1. ...o, DwT J NAURATIVE CONTINUATION TRAFFIC t oe ATloNlsuuil.cr _ crtwrlo" ..u..rew COLLISION 141,VORT SU 'I'LrNICNTAL TRAFFIC COLLISION — (, ItC ro RT Ic"_a>s o+ aaar.i <wr J OTHER: _ PITT JC OV"iT Nl roNTl•.G olsy.,cr J�i _ � `y= % �-��.�'�✓�,cr _�_:'j-� r✓^�'.^-.�i� __�-:�i.C-_�� r--�0_<//jam _ ^C>/D�7t/i— Gc��c 7�'�=r_T_�`irf 1;�E f U✓��-�Al wo -•-- .�/moi lc PREPARCO BV 1,0. NUMOCRI PRCPA84C0 RCVICViED APPF40VED OV 1.0. NUMBCR APPROVED .wr!/w_.._ _ -._ -.._ _�__ _- _ _.._—.. I u0. Dw.. • •..!JN A.'.w _.�_:_-- ____-�_� __ y0. DwT � -U1 • •�a�ar•a•ra�Ire�N•wt •�r� ��•w� were•wrra er•Ieew I.a. ■Iwwe■ tease • SUPPL•EMENNTALMARRATIVE • • a -,_••/t ODM! • r0...� ea•.J• �.��r �. 7 O _ I 4a��(/ NAIINATIVBCONTINUATION TRAFFIC aAlwt�eMww••e* J- nsvwoamftvv •*a*•ewwrrwew! COLLISION RCI.ORT f ewil all an mall SYI•rLCMCNTAa.TRAFFIC COLLISION -- RKPORT(Crr Y•so%wall OTNLRI .. eeww�w.s wR*wNT Tom.. op �� Y/M' r/�•' AP �/J• % .O��'�/%:1J � 1r ��.fi a.�/ S-/'f- ?, _ e54p�e•�-.'f�• �•��' �.c� Gl SCS,/ �- �a�.+e �r•.�G �:/i•.vi)� t tlr!' %�s.f3%'i ff .�.�._` .. .Flt .!r1r:�'�f''.I� . ieb-O J' Jn/ VA/e--r4 f c. .s..,r? D.� -� ?'/sl•.� .�.i.�_✓ tri ,e:e.•rro?/�/.f ♦e'a or i oo ? 1 AC 40L Tr• J0 'Y�r T �;/i%� �o .•S:T ?:s ✓•r✓ ..T r.- •! Argo /�iot� ?e cJ o�•r•/ i�r.�s G7e•�✓� T �C. • _/,�[j�.�.c'.✓- Tie-J % �4•�"f: Tv -id.s: �'.v _/.., l�.ss:✓w!R.f. J_./S�.f � � 9r J �'�^f f ri•�a e• Te �= -/r��.•? r-�n'..r� T/ �Trs�..- .—� 96 !_r_'_ i C r+.s 4�re � I::=I. _.-�r'=='�%••i r�i ..!'•Tim G. fi fJ - 7 1� rsy�•/+� ,✓c �� l Z J A: / •tr a.c l ArC s_e Tis�� �--:.�•�r.��:. �-r,��.•.��♦,�. T�'�•rE' .c%'f•�;Y ��.�ltoy� �.��'�G o..�. X.A-e-n-44,-7.v.---P— -4-alme y A! e. _.14r., f- ,s---M .�C.r--61:62-�_1-2mi�i�f�` -je �'� e L7 �d��i.�i♦+w/ , t��_,,,�(.�;� .�.�-_� �1r�f ii tr'i�•� ,_h, �/�, Os �ia� . �l�-�_I.•'df �d!� �e�rlT Jke f-r cit., Y. X! ., 7_" .f. !r••.r rt:s'1>r__6.iwl�++TsC��!d w+.aC� ��r"IC �.�. N.��..._ �� � •••�l�••moi x T/�/.r'/a•e�• ��� `//��1` .. ..__..._�_..___-�_------ 05) 0– / ! t✓�T .moi:_-t - -= =c• S/�.+V+� ►/p•._'�-�T-` PNI PAULO Y• •I O NYMYI N rill FANI'O• RLVICwO I• tAPNOVCO • 1,0.NYMi CR AFFROYCC rata/wi•.w .. ' 1 r0. saw •w. rise/•rwwa • Y •• r0. wwa •. • - j ORIGINAL NO. s .z / •DATE OI CRIGINAL INCIDENT TIME 12420) CII ?.t:MaER i�v :C CR 1.0. ONE X SUPPLEMIENTAL ��OAY � YR. 7 7 x`30 } �� ZO 7,� SUPPLEMENTS FORM 333 LOCATICN/SL•BIECT CITATICN NO. TRAFFIC COLLISION REPORT ' OT HCR: BEAT :•:S AARHATIVE- _-_--• •CITY ------ ----_--- COUNTY _--^-- -- FEJICRTI%. DISTrIICT CONTINUATICN ONLY J%5 �fi f i i i= !) ) 'y-�_C� �'�i�'_�---�`'`.�_.�}� � 1 lri 7 / •% � � ���-=--t'=�--� iy.l �i. �(• % � t.�1_ �,^.1.� ..fit- tl••1 ��•. 'C :i •��., :'-tom i�l ! Iii `�>�-�1_1 _ f 1f�'I•( �—� ��T-! �r I tr—�`w�`— 'ra`l A-3,�—t'i�� -1/-/t �f �L /'_f(�i_�1 I.—r�i1`-�-_i �:72 i/V-_L� tE ---�j-- i C, j�t .�t -- ��Z;�"T -t"� ,l��.—Sj�T{T�i�t.�i��!�_1►��f 1LC=���___��('C)�:� ;i�3"�'c� ----- '-•ms's=-- � `- --'�_ C, r_t•1 _ .J c f`ie'f /� /� f•, t.� �/�L.:. !�rlc"� C J �L°' /._��C 1�,� /i)'1__s<��/i- -��- I.a %Yi(-�� �✓ /l�.�rL ) �� R' (.- !f( /o/a .)r r `-�7�• ' `• 1� -- ^rr=cIL) A 204 1 rU_c� i �1=��C�/,U���!ic=2-(� 1��t►-r 1� ri1���= GpE_o -- All, Y"�(C= ��_`•��i );� r r-' fE t� �f 1�� C.�1_I� �^r�AJ ;t•��� i 1J Ax: c_x� h V-; f1�� a, 22 L_L�E_L"�C`L���L �.�.:i< <r :�� l _ �•_� --- �_•�,i<-c- ;1. i�/L'p�{�1.. /. _`_.( r "_&;�:—' l�t��Pcr_Sj�x' c�i �y-Ti�i � . �--!'�����►tf C-�^.�r_�.r-ct�.�-� c`-�Ji��?v c�c�_�-�f/�G..__!1__U�_(i���c�2_!d l rS ------ � _ �• —�%/'•V� -tom-�7t�a'�r+�-1i_r L_ r �-I �_a �r��� - t--.-aw• "o -/-�l_��� __.-___ .1��..'-c.��'r�.�'=c.x_>�- :��_��•-rte lc�'��--u=�'-�r=�.:---�=-���r�r�/c_•�s� �c"'-�I---�. !� �_ l=t ca C j� _/�.1 /�✓(. off >J .c;y_,�?C~�JJ -- �-�►�?�yc-�. �,.���F��Vii.__. ______._—.._______. .....___.___._..---- 6% od CAM im PFEPAREO 5- 1.D._ NUMEER? P_:_EPAR_E_U REVIEWED - APPROVED NUMBER DATE •!C/nAhR _-_ MO. DAY YR. NAMC/RANK / MD.,DAY YR. I I 1 .7, '_ --c�,-�: "mac _�`f• %� i � L� 4 I I 1 � ACTIO.V NOTE TO CLAI`L117 Lalm Against the County, ) The copy o6 tUA doetene;L.t ma1.,?ed to you i's trout Routilza Elldorszrents, and ) notice 06 the action taker, o;t yours eta.&i by Zhe Board Action. (All Section ) Boa td o5 SuperLvizop-✓S (Parzag=ar)h 111, bactel, references are to California ) given j-LLuuant to Gove uirient Co 'e Sect,or,.s 911 .g, Government Code.) ) 913, f 915.4. Ptem6e no'.-e the "L,'ci,'tr big" be.to,.t_ Claimant: Dorothv B. Bellani, 4218 Gladstone Drive, Concord, California Attorney: Marchmont J. Schwartz Address: Trembath & McCabe, A Professional Corporation, 2885 Concord Blvd. , Concord, California 94519 A.mount: Unknown at this time Date Received: August 23, 1977 By delivery to Clerk on By mail, postmarked on August 19, 1973 I. FROLM: 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: Aug. 24 , 1977 J. R. OLSSON, CleA-, By Deputy Jamie L. Johnson II. FROM: County Counsel TO: Clerk of the Board of Supervisors (Check one only) ( ) This Claim complies substantially with Sections 910 and 910.2. ^� ( �) This Claim FAILS to comply substantially with Sections 910 and 910.2r;and, he are so notifying claimant. The Board cannot act for 15 days (Section 910.8): /f ( ) Claim is not timely filed. Board should take no action (Section ( ) The Board should deny this Application to File a LaT-e-Claim (Section 911.6) . DATED: JUHN B. CLAUSEN, County Counsel, By`, Deputy P Y 17 III. BOARD ORDS° By unanimous tote of Supervisors present (Check •one only) (XX) This Claim is rejected in full. ( ) This Application to File Lata 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: Sept. 27, 1977J. R. OLSSON, Clerk, by �C !nr,(/F��:L ;' . �/, 1 •P (%o- s•,,r� Deputy Sandra L. Nielson WARNING TO CLADIANT (Government Code Sections 911.8 b 913) You have otrky 6 i;iont ih D'-tom t►te ►na,cX.c.;tg o6 thi's notice to you 6•I• VL n tuh ich to P:te a eowtt ae.ti.on on thin %ejected C. aim (.see Govt. Code Sec. 945.6) on 6 nio,tthz 6-tom the de iat o f ,noun Appt i cati on .to Fite a Late Cta Zn Within cj::u.c(t to -eti ..ion a eoutt So)t stet i.e6 6nom Section 945.4'.5 eta,iri-6.iZ ng deadf-i ne (see Section 946.6) . You ►r:ty zee, t,.c advice o6 any atto,iney o,4 yowh, 6ho.ice .in conitecti.ofc cc.WL .ti'u3 im tee,%. 14 you wa;Lt to conSLLU an ct.tto-tneu, yoLL 6fLoutct do so IV. 0%1: Clerk of the Gourd TO: (1) County Counsel, (2) County Administrator, & (3) Public P:or?;s, Business & Services Division Attached are copies of the above Claiin ..or Application. lle notified the claimant of tho Board's action on this Claim or Application by mailing a copy of -this document, and a memo thereof has been filed and endorsed on the Board's copy of this Claim in accordance with Section 29;03. D T=D: Sept. 28 , 1977J . R. OLSSO\, Clerk, By , Depute S ndra T. '1i P1 son V. FRO?•I: (1) County Counsel, (2) County Administrator, T0: Clerk. of th __e Board (3) Public 11orks of Supervisors Received copies of this Claim or Application and Board Order. ri DATED: Sept. 28, 1977 County Counsel, BY County Administrator, By Public 11orks, By 8 . 1 _ 01mw - Rev. 3/71 FILED 1 AUG 23 1977 jj J. R. OLSSON I CLERK BOARD OF SUPERVISORS i CONTRA COSTA CO. 3 B __De u CLAI%I AGAINST COti�;TY OF CONTRA COSTA COUi:TY DEPARTMENT OF SOCIAL SERVICES OF CONTRA COSTA I 5 COUNTY, ROBERT E . JOP.NLIN, EDNA BETH FRIEDM N, ; AAD DOES I THROUGH X, CONTRA COSTA COUNTY COMMSEL 6 ----------------------------------------------------7 8 Claimant's name: Dorothy B. Bellani 9 Address of Claimant: 4218 Gladstone Drive Concord, CA. 10 Address to which notices are to be sent : 11 TRE1 BATH & McCABE 12 A Professional Corporation 2835 Concord Blvd. 13 Concord, CA. 94519 14 1 NATURE OF CLAIM: 15 On or about September 19 , 1975, the Social Services 16 Department of Contract Costa County at the direction of Robert 17 1 E . Jornlin and Edna Beth Friedman were named the conservators 18 of the person and estate of the claimant, Dorothy B. Bellani_ 19 The conservatorship was terminated by Court order as of 20 September 17, 1976. During the course of the conservatorship. 21 the conservator did cause to be sold a certain 1965 Ford 22 sedan for the approximate amount of $100 to $250. The conservato 23 and the attorneys representing the conservator, namely the County 24 Counsel and certain unnamed deputies of that office negligently 25 failed to have the automobile registratiin transferred to the 26 new owner. The new owner, Frank-Un Marshall Bellani, was LAW OFFICES OF TREMBATH A MCCABE • CONCORD 81—VO. CONCOtICORD,CALIF.5151^ M- Tel,ohcne e415.6V-3=50 x r � r rr�q r t err. ■ rr r r r r I: li involved in an accident with this automobile on or about , �i tfarch 20, 1977 , alle-ingly causin?- personzl injuries to one 3 Jill Johnson, who is represented by attorney, Paul Foster_ I 4 I A copy of the complaint for damages which has been filed in 5 Alameda -County, Action No. 495922-9 is attached to 6 this claim and incorporated by reference herein. 14rs. 7 Bellani was served on June 1, 1977 . 8 As a result of the negligence of the conservator an 9 the attorneys representing the conservator in failing to 10 properly handle the automobile transfer documents and 11 negligently failing to maintain liability insurance, Dorothy 12 B. Bellani the claimant has been required to retain the servic 's 13 of the law firm of Trembath & 1icCabe to defend her in this 14 action . So far to date ;500 in attorneys fees have been 15 expended. The exact extent of this claim is unknown at this 16 time . However, it will include all attorneys fees , court costs; 17 and other expenses necessary to a proper defense of claimant, 18 damages for her fear, anxiety and emotional trauma, and in- 19 demnity for any judgment which may be entered against her 20 in the action described in the Exhibit attached hereto. 21 Pursuant to the Vehicle Code her maximum liability is $15,000. 22 Also, for convenience , the claimant is attaching hereto as �3 Exhibit B , the final accounting and report of the conservator 24 of the person and estate which was filed in the conservatorshi �5 proceedings involving the claimant. Please .note that the last 26 item on sale of assets includes the 1965 Ford sedan which LAW OFFICES OF TREMBATH & MCCABE ' A Pretesa.onal Ccipotancn - 2885 CONCORD BLVD. 2• CONCORD.CALIF.94519 �e Telephone 1315,687-3350 e . 1! 1 I Franklin Marshall BeUani was driving at th.e : time of the N r 2 r accident described in the complaint 3i It wasn' t until after June 1, 1977 , that the 4 claimant learned shewas damaged by the conservator and the r 5 various attorneys representing the conservator negligently 6 failed to properly transfer ownership documents so that the 7 conservatee or claimant would be shielded from any liability. 1 8 9 DA'T'ED: July 18, 1977 10 TREMBATH & McCABE A Professional Corporation -; lI 12 13 Marchmont J. Schwartz Attorneys for Claimant 14 15 17 18 19 20 21 22 23 24 25 26 LAW OFFICES OF TREMBATH & MCCABE A r nal CorO12B85 CONCORD BLVD. CONCORD,CALIF.41519 Tekphone x315.657.;:50 PAUL FOSTER 1.760 Solano Avenue, Suite 300 2 erkeley, California 94707 rc4l5)524-2521 3 Attorney for Plaintiff UJI, u• }_ ,- ,=•r 4 ,- 5 6 SUPERIOR COURT OF ALAMEDA COUNTY OF ALMIEDA 9 ILL MARIE JOHNSON, ) Case Number 10 Plaintiff, ) COMPLAINT FOR DAMAGES 4-11-1 12 LEO T. HUNG, FRANKLIN J�s.:�.•—.T N,-,RSHALL BELLANI, ) DORO^.iii BOY'r,I:: BE LLANI, ) D«endan t. ) 15 �; ) 16 1 17 Laintiff alleges: 18 Y 19 Defendants are, and at all. times .herein mentioned were 20 residents of Alameda County, California. 21 22 II 23 Plaintiff is ignorant of the true names and capacities of 24 defendants sued herein as DOES I through XX, inclusive, and therefore 25 sues these defendants by such ficticious names. Plaintiff will 26 mend this complaint -to allege their true names and capacities ��� Cat✓ 9 'p7 - .. 01"el r Ii , 4 1 .;1-0on a_xtartained. 2 , 3 rti F At all times herein mentioned, Broadwav and 27th Street ' 5 ji iyere public streets and highways in Oakland, Alameda County, f . { 6 California. ri C-r 7 8 IV 9 At all times herein mentioned defendant DOROTHY BOYKIN 10 BELLANI, DOES I-XX, and defendant FRANKLIN MARSHALL BELLANI- were- 11 wners of a certain 1965 Ford automobile, California license 12 rumber NIT 793. 13 14 V 15 At all times herein mentioned, defendant FRANKLIN MARSHALL 16 ELLANI was the natural son of defendant DOROTHY BOYKIN BELLANI, and , 17 on or about March 20, 1977 , said FRANKLIN MARSHALL BELLANI was 18 riving and operating the 1965 Ford automobile owned by said 19 POROTHY BOYKIN BELLANI with the knowledge, consent, and permission 20 of defendant DOROTHY BOYKIN BELLANI. 21 22 VI 23 On the said date, and at the said place, plaintfif was a 24 assenger riding in the vehicle being operated by defendant 25 RANKLIN MARSHALL BELLANI. 26 -- PAUL FOSTER 01% zoawy wr uw wrtF aoo s,..a..... w 1 VIT 2 On March 20, 1977, at approximately 2 :00 a.m. , plaintiff 3 .(-;as a passenger riding in the said 1965 Ford automobile which 'Was 4 .t that time and place being operated by defendant FRANKLIN MARSHALL 5 LELLANI in a general northbound direction on Broadway near 27th 6 treet in the City of Oakland, Alameda County, California- 7 8 VIII 9 At the said time and place, defendant FRANKLIN MARSHALL 10 BELLANI so negligently and carelessly drove, operated, controlled, 11 and maintained the said 1965 Ford automobile as to cause it to 12 collide with the second automobile, hereinafter mentioned, thereby 13 proximately causing the injuries to plaintiff hereinafter alleged_ I J 15 IX 16 At the said time and . place, defendant LEO T. HUNG was 17 idriving that certain. 1970 Lincoln Continental four-door sedan 18 automobile, California license number 681 JJX, in a general 19 ,resterly direction on 27th Street near its intersection with 20 Broadway in the City of Oakland, Alameda. County, California_ 21 22 X 23 At the said time and place, defendant LEO T. HUNG so 24 egligently and carelessly drove, operated, controlled, and maintaine 25 his said automobile as to cause it to collide with the automobile 26 being driven by defendant FRANKLIN 111ARSH_ALL BELLANI, thereby t W nAUI FO-,T[R Wo - _�, ..�..«, -3- = v 11 proximately causing the injuries to plaintiff hereinafter alleged. 2 3 XI 4 As a proximate result of the negligence of defendants, 5 and each of them, plaintiff was injured in her health, strength . 6 Ind activity, sustaining injury to her body and shock and injury 7 o her nervous system and person, including, but not limited to, g the following injuries: severe and deep lacerations of her right 9 aeck and throat, and severe contusions, straining, and spraining 10 f her cervical spine and back. I1 12 XII 13 As a further proximate result of the negligence of 14 efendants, and each of them, as aforesaid, and because of the 15 injuries, it was necessary for plaintiff to receive medical care 16 and treatment, and plaintiff cid incur hospital and incidental ex-- 17 �enses, and will in the future be compelled to incur additional 18 bligations therefor in an amount unknown to plaintiff at the 19 present time. 20 21 XIII 22 At the time of the collision herein mentioned, plaintiff 23 4as employed as a bank teller. As a proximate result of the 24 egligence of defendants, and each of them, and because of plaintiff' 25 Lnjuries, plaintiff has been prevented from attending to her 26 ccupation. The amount of earning which will be lost to plaintiff AUL FOSTER �ICY AT UW Aft I .SITE,m -4- I 1 is unknown at this time. 2 3 I WHEREFORE, plaintiff prays for judgment against defendants, 4 and ,each of them, as follows: 5 1. For general damages in the sum of :$250,000.00. 6 2. For all medical and incidental expenses according to .7 roof. . 8 3. For all loss of earning according to proof. 9 4 . . For costs of suite herein incurred. 10 5 .. For such other and further relief as the court may. 11 deem proper. - 12 13 j 14 V. P�%UL FOSTER Attorney for Plaintiff 15 16 17 -71 18 19 20 21 22 23 24 25 26 „ LAW OFFICES OF MICHAEL P. McCABE TREMBATH, MCCABE & SCHWARTZ JAMES R. TREMBATH A PROFESSIONAL CORPORATION MARCHMONT J. SCHWARTZ 2885 CONCORD BOULEVARD ANTIOCH OFFICE RICHARD G. KERSTEN AT PARKS1OE DRIVE 1205 A STREET BRIAN P. EVANS CONCORD, CALIFORNIA 94519 OF COUNSEL TELEPHONE (415) 687-3450 (BY APPOINTMENT ONLY) BRYCE C.ANDERSON August 18, . 1977 Clerk, Board of Supervisors Contra Costa County Courthouse Main and Court Streets Martinez, CA. 94553 Re: Claim of Dorothy B . Bellani Dear Sir: Please consider this letter a formal claim under Government Code Sections preliminary to filing a lawsuit and also a tender of defense. As you will recall, the undersigned filed a claim against the County of Contra Costa on behalf of Dorothy B. Bellani. Enclosed with this letter is a copy of this claim together with an additional copy of the complaint filed against Mrs . Bellani. The undersigned is of the opinion that the County of Contra Costa owes a complete defense to Mrs . Bellani of Action No . 495922-9 filed in the Superior Court of California for Alameda County because of its failure to properly transfer the 1965 Ford sedan and its failure to maintain liability insurance on behalf of the conservatee, Mrs . Bellani. Therefore, please consider this letter a formal tender of defense .and a claim against the County. A response is requested immediately. Yours sincerely, TREMBATH, McCABE & SC WARTZ A Pro.fession41 Corporation Marchmont J. Schwartz MJS/e cc: Nies Bellani %1265 , i� IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Hewing on the) Request of Mr. Ray S. Taylor, ) Applicant, (2124-RZ) to Retone ) September 27, 1977 Lard in the Vine Hill/Martinez ) Area. ) Mrs . Murline R. Cole, Owner. ) The Board on August 30, 1977 having fixed this time for hearing on the recommendation of the Planning Commission with respect to the request of Mr. Ray S. Taylor, applicant, (2124-RZ) to rezone land in the Vine Hill/Martinez area from General Agricultural District (A-2) to Single Family Residential District-15 (R-15) in lieu of Single Family Residential District-7 (R-7) as originally requested by the applicant; and Mr. A. A. Dehaesus, Director of Planning, having advised that a Negative Declaration of Environmental Significance was filed for this proposal; and Mr. Harvey Bragdon, Assistant Director of Planning, having advised that initially the applicant had requested said property be rezoned Single Family Residential District-7 , (R-7) which was later amended to an R-12 classification, but that the Planning Commission determined an R-15 zoning would be more appropriate inasmuch as the narrow access to the subject property would not support a higher density; and Supervisor N. C. Fanden having stated that she had made an on-site inspection of the property and was of the opinion that the access was inadequate and having moved that the recommendation of the Planning Commission be upheld; and the motion having died for lack of a second; and Mr. Ray S. Taylor having urged that the Board reject the R-15 zoning recommended by the Planning Commission and approve his request for R-12 zoning; and Supervisor W. N. Boggess having inquired as to the adequacy of the access for R-12 zoning and Mr. Michael Walford, Chief Deputy Public Works Director, having responded that the access was adequate to serve as a private entrance to the proposed development; and Supervisor E. H. Hasseltine having recommended that the Board approve the request of Mr. R. S. Taylor for an R-12 zoning, thereby overruling the recommendation of the Planning Commission for an R-15 zoning; IT IS BY THE BOARD ORDERED that the recommendation of Supervisor Hasseltine is APPROVED. IT IS FURTHER ORDERED that the Director of Planning and County Counsel are DIRECTED to prepare an ordinance, amending the zoning ordinance of Contra Costa County, giving effect to the zoning change. PASSED by the Board on September 27 , 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 cc: Mr. R. S. Taylor of the Board of Supervisors affixed Mrs. M. R. Cole this 27th day of September, 1977. Director of Planning County Assessor J_R. OI SOON, CLEF B on a Am ah 01M4 1111ftDdputy Clerk a e In the Board of Supervisors of Contra Costa County, State of California September 27, , 19 77 In the Matter of Awarding Contract for the Juvenile Hall Personal Security System, Martinez (0115-4138) Contractor Total Amount Bond Amounts Lloyd F. McKinney Assoc. , Inc. $26,730.00; Base Labor & Mats. $13,365.00 San Leandro, CA Bid & Alts # Faith. Perf. $26,730.00 1 ,2,3, & 4 The above-captioned project and the specifications therefor being approved, bids being duly invited and no bids having been received; and The Board on June 14, 1977 having authorized the Public Works Director to negotiate the contract for Personal Security System at Juvenile Hall , Martinez; and The Public Works Director having this day recommended that a contract be awarded to Lloyd F. McKinney Assoc. , Inc. , 1600 150th Street, San Leandro, for the amount of $26,730, base bid, Alt. #'s 1 ,2,3 & 4; and IT IS BY THE BOARD ORDERED that the contract for furnishing of labor and materials for said work is awarded to Lloyd F. McKinney Assoc. , Inc. at the listed amount and at the unit prices negotiated; and that said contractor shall present two good and sufficient surety bonds as indicated above, and that the Public Works Department shall prepare the contract therefor. IT IS FURTHER ORDERED that, after the contractor has signed the contract and returned it together with bonds as noted above and any required certificates of insurance, the Public Works Director is authorized to sign the contract for this Board. PASSED by the Board on September 27, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Originator: Public Works Department Supervisors Architectural Division affixed this 27th day of September . 19 77 cc: Public Works Department Agenda Clerk J. R. O_LSSON, Clerk Building & Construction Sec. r. ,, r /1 By z L ', -. . _j j,r. Deputy Clerk Auditor-Controller J. Dye Helen C. Marshall County Administrator P. Burton Contractor H—24 4/77 15m fllb' -,CONTRACT (Construction Agreement) (Contra Costa County Standard Form) 1. SPECXAL TERMS. These special terms are incorporated below by reference. (§§2,3) Parties [Public Agency) COntra COSta CCuntj Lloyd F. ,%IcXim*Y ASS=., Inc. (Contractor] 1600 l5E]th St., San Leandro CA. 9457$ Complete legal name (92) Effective Date: SgptMRtlr 13, 1977 (See 54 for starting date.] (53) The Work: Construct personal S*curlty systM at Juvenile Miall, 202 slacier Drive, Martinez, California, Budget line It" Ho. 0115-4133,' Base Sid and Alternates 1, 29 3, and 41, all in accordance with plass, drawings, and specifications prepared by or for the Public Works Director and in accordance with accepted bid proposal . (§4) Completion Time: [strike out (a) or (b) and "calendar" or "working"] XMXMXifrXi(M (b) Within 50 calendar)MANXIL14 days from starting date. (§S) Liquidated Damages: $25.00 per calendar day. (§6) Public Agency 's Agent:Vernon L. Cline, Public Werh Directnr (57) Contract Price: $ (for unit price contracts: more or less, in accordance with finished quantities at unit bid prices.) (Strike out parenthetical material if inapplicable.] 2. SIGYA`i'URES & ACKNOWLGDGME1dT Public Agency, By: -"�� -� (President, Chairman Or Other j''%!'V@rmm L. Cline Designated Representative) Public Works Director �� Contractor, hereby also acknowledging awareness .of and compliance with'- , '.-' ' , Labor Code S18617 co "cIni l .r er ' Compensation Law. �COR.DORATE Designate o i�ijdl capacity i the busines's S AL) Desigirdte official capt-n the business'] Note to Contractor (1) Execute acknowledgment form below, and (2) if/a' corpora- tion, affix Corporate Seat. - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - State of California ) ACKNOWLEDGMENT (by Corporation, County of ALAMEDA ) ss' Partnership, or Individual) The person(s) signing above for Contractor, known to me in individual and business capacity as stated, personally appeared before me today and acknowledged that he/they executed it and that the corporation or partnership named above executed it. Dated: September 2 , 1977 [NOTARIAL M. E. Brown SEAL] Notary Public - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - ----- - ----- - - - Ci7 FOM APPROVED by County Counsel. OFFICIAL SEAL • M. E. BROWN NOTARY?USUC—CAWMIIA ALAMEDA COElPli'i (CC-1; Rev. 11-76) NyCcenRnuonfsa;resY�yl3.19t� 3. WORK CONTRACT, CHANGES. (� By their signatures in Sectic ?, effective on the above date, these parties promise and agree as set forth in this contLdct, incorporating by these references the material ("special terms") in Sec. 1. (b) Contractor shall, at his own coat and expense, and in a workmanlike manner, fully and faithfully perform and complete the Mork; and will furnish all materials, labor, services and transportation necessary, convenient and proper in order fairly to perform the requirements of this contract, all strictly in accordance with the Public Agency's plans, drawings and specifications. (c) The work can be changed only with Public Agency's prior written order specifying such change and its cost agreed to Ly the parties; and the Public Agency shall never have to pay more than specified in Sec. 7 without such an order. 4. TIME: 14OTICE TO PROCEED.. Contractor shall start this work as directed in the speci- fications or the Notice to Proceed; and shall complete it as specified in Sec. 1. 5. LIQUIDATED DAMAGES. If the Contractor fails to complete this contract and this work within the time fixed therefor, allowance being made for contingencies as provided herein, -he becomes liable to the Public Agency for all its loss and damage therefrom; and because, from the nature of the case, it is and will be impracticable and extremely difficult to ascertain and fix the Public Agency's actual damage from any delay in performance hereof, it is agreed that Contractor will pay as liquidated damages to the Public Agency the reasonable sum specified in sec. 1, the result of the parties' reasonable endeavor to . estimate fair average compensation therefor, for each calendar day's delay in finishing said work; and if the same be not paid, Public Agency may, in addition to its other remedies, deduct the same from any money due or to become duc Contractor under this con- tract. If the Public Agency for any cause authorizes or contributes to a delay, suspen- sion of work or extension of time, its duration shall be added to the time allowed for completion, but it shall not be deemed a waiver nor be used to defeat any right of the Agency to damages for non-completion or delay hereunder. Pursuant to Government Code Sec. 4215, the Contractor shall not be assessed liquidated damages for delay in completion of the work, when such delay was caused by the failure of the Public Agency or the owner of a utility to provide for removal or relocation of existing utility facilities. 6. INTEGRATED DOCUMENTS. The plans, drawings and specifications or special provisions of the Public Agency's—call for bids, and Contractor's accepted bid for this work are hereby incorporated into this contract; and they are intended to co-operate, so that any- thing exhibited in the plans or drawings and not mentioned in the specifications or special provisions, or vice versa, is to be executed as if exhibited, mentioned and set forth in both, to the true intent and meaning thereof when taken all together; and differences of opinion concerning these shall be finally determined by Public Agency's Agent specified in Sec. 1. 7. PAYMENT. (a) For his strict and literal fulfillment of these promises and conditions, an as u l;1:6mpensation for all this work, the Public Agency shall pay the Contractor the surr,`spe'ciLied, in Sec. 1, except that in unit price contracts the payment shall be for finished qua(tYLtZe,s at unit bid prices. <<•' c :. (b): On or. 46ui the first day of each calendar month the Contractor shall submit to the-;Pu,;lic Agdncy :a;verified application for payment, supported by a statement showing all. materials'acivally installed during the preceding month, the labor expended thereon, ;. and the costhereof; whereupon, after checking, the Public Agency shall issue to Contractor a, cesAi�iicate for the amount determined to be due, minus 10% thereof pursuant to Gove=n:ae.nt CRde Sec. 530G7, but not until defective work and materials have been removed, repl•a'ced and made good. 8. PAYMENTS WITHHELD. (a) she Public Agency or its agent may withhold any payment, or because of later discovered evidence nullify all or any certificate for payment, to such extent and period of time only as may be necessary -to protect the Public Agency from loss because of: (1) Defective work not remedied, or uncompleted work, or (2) Claims filed or reasonable evidence indicating probable filing, or (3) Failure to properly pay subcontractors or for material or labor, or (4) Reasonable doubt that the work can be completed for the balance then unpaid, or (5) Damage to another contractor, or (6) Damage to the Public Agency, other than damage due to delays. (b) The Public Agency shall use reasonable diligence to discover and report to the Contractor, as the work progresses, the materials and labor which are not satisfactory to it, so. as to avoid unnecessary trouble or cost to the Contractor i��good any defective work or parts. (c) 35 calendar days after the Public Agency files its notice of completion o re (Page 2 of 4) work, it shall issue a certif i�, _e to the Contractor and pay ti, balance of the contract price .after deducting all amounts withheld under this contract, provided the Contractor shows that all claims for labor and materials have been paid, no claims have been presented to the Public Agency based on acts or omissions of the Contractor, and no liens or withhold notices have been filen against the work or site, and provided there are no-, reasonable inuications of defective or missing work or of late-recorded notices of liens or claims against Contractor. 9. INSURANCL. (Labor Code §51860-61) On signing this contract, Contractor must give Public Agency (1) a certificate of consent to self-insure issued by the Director of Industrial Relations, or. (1) a certificate of Workers' Compensation insurance issued by an admitted insurer, or (3) an exact copy or duplicate thereof certified by the Director or the insurer. Contractor is aware of and complies with Labor Code Sec. 3700 and the Workers' Compensation Law. 10. BONDS. On signing this contract Contractor shall deliver to Public Agency for -approval good and sufficient bonds with sureties, in amount(s) specified in the specifi- cations or special pro,risions, guaranteeing. his faithful performance of this contract and his payment for all labor and materials hereunder. 11. FAI!.LRL TO PERFORM. If the Contractor at any time refuses or neglects, without fault of the Public Agency or its agent(s) , to supply sufficient materials or workmen to complete this agreement and work as provided herein, for a period of 10 days or more after written notice thereof by the Public Agency, the Public Agency may furnish same and deduct the reasonable expenses thereof from the contract price:-. 12. LAWS APPLY. General. Both parties recognize the applicability of various federal, state and loc7il lags and regulations, especially Chapter 1 of Part 7 of the California Labor Code (beginning with Sec. 1720, and including Secs.:. 1735, 1777.5, & 1777.6 forbidding discrimination) and intend that this agreement complies therewith. The parties specifically stipulate that the relavant penalties and forfeitures provided in the Labor Code, especially in Secs. 1775 & 1813, concerning prevailing wages and hours, shall apply to this agreement as though fully stipulated herein. 13. SUBCONTRACTORS. Government Code 5§4100-4113 are incorporated herein. 14. WAGE ReITLS. (a) Pursuant to Labor Code Sec. 1773, the Director of the Department of Industrial Relations has ascertained the general prevailing rates of wages per diem, and for holiday and overtime work, in the locality in which this work is to be performed, for each craft_ classification, or type of workman needed to execute this contract, and said rates are as specified in the call for bids for this work and are on file with the Public Agency, and are hereby incorporated herein. (b) This schedule of wages is based on a working day of 8 hours unless otherwise specified; and the daily rate is the hourly rate multiplied by the number of hours con- stituting the working day. When less than that number of hours are worked, the daily wage rate is proportionately reduced, but the hourly rate remains as stated.. (c) The Contractor, and all his subcontractors, must pay at least these rates to all persons on this work, including all travel, subsistence, and fringe benefit payments provided for by applicable collective bargaining agreements. All skilled labor not listed above must be paid at least the wage scale established by collective bargaining agreement for such labor in the locality where such work is being performed. If it becomes neces- sary for the Contractor or any subcontractor to employ any person in a craft, classifi- cation or type of work (except executive, supervisory, administrative, clerical or other non-manual workers as such) for which no minimum wage rate is specified, the Contractor shall immediately notify the Public Agency which shall promptly determine the prevailing wage rate therefor and furnish the Contractor with the minimum rate based thereon, which shall apply from the time of the initial employment of the person affected and during the continuance of such employment. 15. HOURS OF LABOR. Eight hours of labor in one calendar day constitutes a legal day's word:, and no workman employed at any time on this work by the Contractor or by any sub- contractor shall be required or permitted to work longer thereon except as provided in Labor Code Secs. 1810-1815. 16. APPPENTICES. Properly indentured apprentices may be employed on this work in accordance with Labor Code Secs. 1777.5 and 1777.6, forbidding discrimination. (Page 3 of 4) (CC-1; Rev. 11-76) 01271 17- PRI;);'1;1TZJCE FOR- WtTERIALI The' Public Agency desires to (- -)mote the industries and econoray of Contra Costa County, and the Contractor therefore promises to use the proO.acts, workmen, laborers and mechanics of this County in every case where the price, fitness and" quality are equal. 18. ASSIGII:IENT. This agreement binds the heirs, successors, assigns, and representatives of the Contractor; but he cannot assign it in whole or in part, nor any monies due or to become due under it, without the prior written consent of the Public Agency and the Contractor's surety or sureties, unless they have waived notice of assignment. 19. NO WAIVER. BY PUBLIC AGEIICY. Inspection of the work and/or materials, or approval of work and/or materials inspected, or statement by any officer, agent or employee of the Public Agency indicating the work or any part thereof complies with the requirements of this contract, or acceptance of the whole or any part of said work and/or materials, or payments therefor, or any combination of these acts, shall not relieve the Contractor of his obligation to fulfill this contract as prescribed; nor shall the Public Agency be thereby estopped from bringing any action for damages or enforcement arising from the failure to comply with any of the terns and conditions hereof. 20. HOLD HARILLESS & INUEIINITY. (a) Contractor promises to and shall hold harmless and .indemnify from the liabilities as defined in this section. (b) The indemnitees benefited and protected by this promise are the Public Agency and its elective and appointive boards, commissions, officers, agents and employees. (c) The liabilities protected against are any liability or claim for damage of any ;rind allegedly su ered, incurred or threatened because of actions defined below, including personal injury, death, property damage, inverse condemnation, or any combination of these, regardless of whether or not such liability, claim or damage was unforeseeable at any time before the Public Agency approved the improvement plan or accepted the improvements as completed, and including the defense of any suit(s) or action(s) at law or equity concerning these. (d) The actions causing liability are any actor omission (negligent or non-negligent) in connection with�the matters covered by this contract and attributable to the contractor, subcontractor(s) , or any officer(s) , agent(s) or employee(s) of one or more of them. (e) Non-Conditions: The promise and agreement in this section is not conditioned or dependent on wether or not any Indemnitee has prepare6, supplied, or approved any plan(s) , drawing(s) , specifications) or special provision(s) in connection with this work, has insurance or other indemnification covering any of these matters, or that the alleged damage resulted partly from any negligent or willful misconduct of any Indemnitee. 21. EXCAVATION. Contractor shall comply with the provisions of Labor Code Sec. 6705, if applicable, by submitting to Public Agency a detailed plan showing the design of shoring, bracing, sloping, or other provisions to be made for worker protection from the hazard of caving ground during trench excavation. (Page 4 of 4) 01272 (CC-1; Rev. 11-76) !:1•ai'!'II�I(: 1'fl•: (11' !\�! 1i:1\(:I•: .,rAMt.D IN"J`t`D • •Lloyd F. McKinney Associates, ISSUED BY ® \li��icru IIISIll-altre (:cnul►an� J Inc. Iuru►•auc•t. 01111Itarl'. 25350 Cypress Avenue Hayward, CA 94544 CERTIFICATE ISSUED TO . Contra Costa County 0 R. C. FISCHER & CO. • County Administration Building 0 P. 0. box 12936 • 651 Pine Street 0 Oakland, CA 94604 Martinez, CA 94553 P:4IS SION INSURANCE COMPANY anci%ot HOLLAND-AMERICA INSURANCE COMPANY has issued coverage effective as of the dates ar for the periods and limits specifier) below and subject to all terms, conditions, provisions, exclusions and limitations of the described Binde of Policies whether shown by endorsement or otherwise. Any requirements of provisions in any contract or agreement between the Insurr and any other person, firm or corporation will not he construed as enlarging, altering of amending the definition of insured or any other tern or conditions of this certificate or the policy designated. KIND OF INSURANCE POLICY NUMBER POLICY PERIOD LIMITS OF LIABILITY WORKMEN'S COMPENSATION Statutory (California) WCP74316-B 5/1/77 EMPLOYERS LIABILITY EFF. S 2,000,000 Per Accident EXP. 5/1/78 S 2#000000 000 Aggr gatenal Disease LIABILITY BODILY INJURY LIABILITY Each Person Each Occurrence AUTOMOBILE S S " BODILY INJURY LIABILITY EFF. Each Occurrence Aggregate EXCEPT AUTOMOBILE S S PROPERTY DAMAGE LIABILITY EXP. Each Occurrence AUTOMOBILE S S PROPERTY DAMAGE LIABILITY Each Occurrence Aggregate EXCEPT AUTOMOBILE S S AUTOMOBILE PHYSICAL DAMAGE COMPREHENSIVE EFF. S FIRE, LIGHTNING &TRANSPORTATION S THEFT (BROAD FORM) EXP. S COLLISION OR UPSET Actual Cash Value Less S Deductible Effective any loss under Physical Damage Coverage is payable as interests may appear to the Nam Insured and the Certificate Holder in accordance with Loss Payable Endorsement on reverse side, as respects the following: YEAR I TRADE NAME I BODY TYPE AND MODEL I SERIAL NUMBER Job: Constxuct personal sectirity s stem at Ju en11e Hall, 0 Glacier Dri Martinez, CA Bud et Line Item No. 0115-4138, Base B'd and Alternates ,2,3,and all in acc. rdan with plans, drawiings and specific tions prepared by or for tr public: Works director and in accordance with accepted bid proposal- LiAll automobiles in r:hich the Certificate Holder has a financial interest. F11 The Certificate Holder is hereby named as an Iddlliimdl Insured V.-Ith respect to all autor-ohiles leased or rented to the Named Insure DESCRIPTION AND LOCATION OF OPERATIONS This policy shall not be canceled not reduced in coverage until after 30 days written notice of such cancelation or reduction coverage shall have been mailed to this certificate holder. Certified this lSt day of September ig 77 . Pr culucer A,C,FISCHER & CO. By Authorized Represent�t:. . 01 low Microfilmed with board order YASUDA FIRE & MARINE INSURANCE COMPANY THE AMERICAN * STAR INSURANCE COMPANY RATHRONE. KING i SEELEY—SAN FRANCISCO. CALIFORNIA UNDERWRITING MANAGERS 350 SANSOME ST. 1545 WILSHIRE BLVD. 917 BOARD OF TRADE OLDG. DEXTER HORTON BLDG. 3800 N. CENTRAL AVE. SAN FRANCISCO LOS ANGELES PORTLAND SEATTLE PHOENIX CALIFORNIA CALIFORNIA OREGON WASHINGTON ARIZONA CERTIFICATE OF INSURANCE N This Certificate is issued to: y �O• Contra Costa County, County Administration Building NAME: 651 Pine Street, Martinez, CA 94553 ADDRESS: This is to certify that the policies listed below,subject to their terms,conditions and exclusions,have been issued by this Company to the Insured neaed bales: Named Insured and Address Lloyd F. McKinney Associates, Inc. , 25350 Cypress Avenue, Hayward, CA 94544 Policy Policy Limits of Liability Type of Insurance Number Term Bodily Injury Property Oswego s ,000 Each Person Comprehensive GeneralYPB170089 :4/25/76- $ .00 Each Occurrence = fi00 Liability 4/25/79 s .000 Aggregate $ ,000 Each Person Automobile Liability tt It $ ,000 1 Each Occurrence s ,oeo $ ,000 Each Person x =- $ ,000 Each Accident Liability I I is ,000 Aggregate IS THIS CERTIFICATE OF INSURANCE NEITHER AFFIRMATIVELY NOR NEGATIVELY AMENDS, EXTENDS OR ALTERS THE COVERAGE AFFORDED BY ANY POLICY DESCRIBED HEREIN. *$500, 000 COMBINED SINGLE LIMIT, BODILY INJURY AND PROPERTY DAMAGE Job: Construct personal security system at Juvenile Hall, 202 Glacier Drive, Martinez, CA Budget Line Item No. 0115-4138 , Base Bid and Alternates 1,2,3,anct all in accordance with plans, drawings and specifications prepared by or for the public works director and in accordance with accepted bid proposal By endorsement to Policy No. YPB170089 Contra Costa County (public agency as shown on contract) its officers, employees and agents are named as additional insureds solely as respects the above captioned job. 'The American Star Insurance Company will make every effort to notify the porty to whom this Certificate is issued of any material change in or cancellation of this (these)policy(iss)but assumes no responsibility for failure to do so. Yasuda Fire and Marine Insurance Company ® The Xtt,} MC tK*KK"p#., k, l)pXKwill make every effort to moil to the party to whom this Certificate is issued a-340-4Thi.rty day written notice of any materia! change in or cancellation of this (these)policy(ies),but assumes no responsibility for failure to do so. R. C. FISCHER & CO. Date SPntPmhPr 1 r 1977 By L CCC C / A`' 012"14: i PCXIIVSURAN CE COMPANY OF NORTH AMERICA PHH ADELPHU' Premium:............... 26 7.00 Bond No.:..........MNR_029 747 CONTRACT BOND California Performance Bond—Public Work KNOW ALL MEN BY THESE PRESENTS: That we, LLOYD F. McKINNEY ASSOC. , INC, (A CALIFORNIA CORPORATION) as Principal, and INSURANCE COMPANY OF NORTH AMERICA, a corporation organized under the laws of the State of Pennsylvania and duly authorized under the laws of the State of California to become sole surety on bonds and undertakings, as Surety, are held and firmly bound unto CONTRA COSTA COUNTY as Obligee, in the penal sum of TWENTY SIX THOUSAND SEVEN HUNDRED THIRTY AND NO/100ths -- - - - - - ($ 26,730.00 -------- ), lawful money of the United States of America, to be paid to the said Obligee, successors or assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors, successors, administrators and assigns, jointly and severally, firmly by these presents. NOW, THEREFORE, whereas the said Principal has entered into a contract of even date herewith with the said Obligee to do and perform the following work, to-wit: CONSTRUCT PERSONAL SDCURITY SYSTEM AT JUVENILE HALL, 202 GLACIER DRIVE, MARTINEZ, CALIFORNIA, BUDGET LINE ITEM NO. 0115-4138, BASE BID AND ALTERNATES 1, 2, 3, AND 4, ALL IN ACCORDANCE WITH PLANS, DRAWINGS AND SPECIFICATIONS PREPARED BY OR FOR THE PUBLIC WORKS DIRECTOR AND IN ACCORDANCE WITH ACCEPTED BID PROPOSAL as is more specifically set forth in said contract, to which contract reference is hereby made; THE CONDITION OF THIS OBLIGATION is such, that, if the said Principal, his or its heirs, executors, suc- cessors, administrators and assigns, shall well and truly do the said work, and fulfill each and every of the covenants, conditions and requirements of the said contract in accordance with the plans and specifications, then the above obligation to be void, otherwise to remain in full force and virtue. No right of action shall accrue under this bond to or for the use of any person other than the Obligee named herein. Sealed with our seals and dated this 13th day of SEPTEMBER 1977 NI!IEX..A5.50 ..,. INA........................ BY.:.._._ J. ..... ....... . ....... .. ......................... Principal INSURAN C PANY O H MERICA BS-9722 Ptd.In U.S.A. STATE OF CALIFORNIA COUNTY OF ALAMEDA Jss. On this 13th day of SEPTEMBER 1977 in the year before me ROSE V. AGUILLEN o Notary Public in and for the STATE OF CALIFORNIA persona//y appeared GORDON W, R.ICHARDS known to me to be the person whose norm/s subscribed to the w/th/n/nstrume the Attomey4n-Fact of the INSURANCE COMPANY OF NORTH.AIME—k! d ack ow- ledged to me that he subscribed the name of the INSURANCE COMP OFN RTH AMERICA theret surety and his own name m Atto 1 r Notary Public in and for the`State of r;,gfn,nj, Y POWER OF ATTORNEY INSURANCE COMPANY OF NORTH AMERICA PHILADELPHIA, PA. Know all men by these presents: That INSURANCE COMPANY OF NORTH AMERICA, a corporation of the Commonwealth of Pennsylvania, having its principal office in the City of Philadelphia, Pennsylvania, pursuant to the following Resolution adopted by the Board of Directors of the said Company on May 28, 1975, to wit: "RESOLVED,pursuant to Articles 3.6 and 5.1 of the By-Laws, the following Rules shall govern the execution for the Company of bonds,undertakings,recognizances,contracts and other writings in the nature thereof: (1) That the President, or any Vice-President, Assistant Vice-President, Resident Vice-President or Attorney-in-Fact, may execute for and in behalf of the Company any and all bonds, undertakings, recognizances, contracts and other writings in the nature thereof, the same to be attested when necessary by the Secretary, an Assistant Secretary or a Rrsident Assistant Secretary and the seal of the Company affixed thereto; and that the President or any Vice-President may appoint and authorize Resident Vice-Presidents, Resident Assistant Secretaries and Attorneys-in-Fact to so execute or attest to the execution of all such writings on behalf of the Company and to affix the seal of the Company thereto. (2) Any such writing executed in accordance with these Rules shall be as binding upon the Company in any case as though signed by the President and attested by the Secretary. (3) The signature of the President or a Vice-President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to this Resolution, and the signature of a certifying officer and the seal of the Company may be affixed by facsimile to any certificate of any such power, and any such power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. (4) Such Resident Officers and Attorneys-in-fact shall have authority to certify or verify copies of this Resolution, the By-Laws of the Company,and any affidavit or record of the Company necessary to the discharge of their duties. (5) The passage of this Resolution does not revoke any earlier authority granted by Resolution of the Board of Directors on June 9, 1953." does hereby nominate, constitute and appoint GORDON W. RICHARDS and EUGENE R. AMATO, both of the City of Oakland, State of California each individually if there be more than one named, its true and lawful attorney-in-fact, to make, execute, seal and deliver on its behalf, and as its act and deed . any and all bonds, undertakings, recognizances, contracts and other writings in the nature thereof. And the execution of such writings in pursuance of these presents, shall be as binding upon said Company, as fully and amply as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office. IN WITNESS WHEREOF, the said _ C. DANIEL DRAKE Vice-President has hereunto subscribed his name and affixed the corporate seal of the said INSURANCE COMPANY OF NORTH AMERICA this ................1?:911........................ day of ..............t!............................. 19,76........... INSURANCE COMPANYQF NORTH AMERICA (SEAL) by.............. _ r_ Vice-President STATE OF PENNSYLVANIA COUNTY OF PHILADELPHIA ss. On this ...................I2.th................ day of ......................I"4Y............... A. D. 19J§ before me, a Notary Public of the Commonwealth of Pennsylvania, in and for the County of Philadelphia, came ................................. .............. .....................................................................C.....DANI.Eli.DRAKE...................................... Vice-President of the INSURANCE COMPANY OF NORTH AMERICA to me personally known to be the individual and officer who executed the preceding instrument, and he acknowledged that he executed the same; that the seal affixed to the preceding instrument is the corporate seal of'said Company; that the said corporate seal and his signature were duly affixed by the authority and direction of the said corporation, and that Resolution, adopted by the Board of Directors of said Company, referred to in the preceding instrument,is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand and affi ed my official seal at the ity of Philadelphia, the day and year first above written. 6�. ...._ . .� Notary Public. `e 09 commission expires August 13, 1979 h undersigned, Assistant Secretary of INSURANCE COMPANY OF NORTH AMERICA, do hereby certify that OWER OF ATTORNEY, of which the foregoing fll force and effect. is a full, true and correct co tness whereof, 1 have hereunto subscribed m name as Assistant Secreta py,'t t u y Secretary an ix d the corporate seal _ to ration, this...................13th ... day of SEPT R 7 ......... .... .................. ................ Assistan Secrela ' SII-IC 7/75 Printtd In U.S.A. •' 01276 i INP* INSURANCE COMPANY OF NORTH AMERICA PHILADELPHIA The Premium on this Bond is included in that of the Performance Bond Bond No.:......... -029747 . ............................................................. i CONTRACT BOND California Contract Bond—Public Work—Labor and Material KNOW ALL MEN BY THESE PRESENTS: That we, LLOYD F. McKINNEY ASSOC. , INC. (A CALIFORNIA CORPORATION) of 1600 150th Street, San Leandro, CA 94578 as Principal, and INSURANCE COMPANY OF NORTH AMERICA, a Corporation organized and existing under the laws of the State of Pennsylvania and authorized to transact surety business in the State of California, as Surety, are held and firmly bound unto CONTRA COSTA COUNTY as Obligee, in the sum of THIRTEEN THOUSAND THREE HUNDRED SIXTY FIVE & NOI 100ths Dollars ($ 13,365.00) for the payment whereof, well and truly to be made, said Principal and Surety bind themselves, their heirs, administrators, successors and assigns, jointly and severally, firmly by these presents. The condition of the foregoing obligation is such that, whereas the above bounden Principal has entered into a contract, dated SEPTEMBER 13, , 1977, with the Obligee to do and perform the following work, to wit: CONSTRUCT PERSONAL SECURITY SYSTEM AT JUVENILE HALL, 20Q GLACIER DRIVE, MARTINEZ, CALIFORNIA, BUDGET LINE ITEM NO. 0115-4138, BASE BID AND ALTERNATES 1, 2, 3, AND 4, ALL IN ACCORDANCE WITH PLANS, DRAWINGS AND SPECIFICATIONS PREPARED BY OR FOR THE PUBLIC WORKS DIRECTOR AND IN ACCORDANCE WITH ACCEPTED BID PROPOSAL. NOW, THEREFORE, if the above-bounden Principal or his subcontractors fail to pay any of the persons named in Section 3181 of the Civil Code of the State of California, or amounts due under the Unemployment Insurance Code with respect to work or labor performed by any such claimant, the Surety will pay for the same, in an amount not exceeding the sum specified in this bond, and also, in case suit is brought upon this bond, a reasonable attorney's fee, to be fixed by the court. This bond shall inure to the benefit of any and all persons, companies or corporations entitled to file claims under Section 3181 of the Civil Code of the State of California, so as to give a right of action to them or their assigns in any suit brought upon this bond. This bond is executed and filed to comply with the provisions of the act of Legislature of the State of California as designated in Civil Code, Sections 3247-3252 inclusive, and all amendments thereto. SIGNED AND SEALED this 13th day of SEPTEMBERS , 1977 .......LLm McKINNEY.ASS. C. ,.JN.r,..................... ///2 STA TE OF CALIFORNIA COUNTY OF } AT AMFTe On this 13th doy o f SEPTEMBER /n the year 1977 before me ROSE V. AGUILLEN a Notary Public In and for the STATE OF CALIFORNIA persona//y oFpeared GORDON W. RICHARDS known to me to be the pe►son whose name Is subscribed to the with/n instrument as the Attorney-In-Fact of the INSURANCE-COMPANY OF NORTH AMERICA, and ack'Oow- ledged to me that he subscribed!ne name of the INSURANCE-COMPA Y OFNORTH AMERICA thereto as wrety andh,&own name as Attorn Fact �.. NO and for the St to of ealifomia 0� � 7 to r_.. - BS-6733 Printed ie U:S.A. w' POWER OF AITORNEY - 1 INSURANCE COMPANY- OF NORTH AMERICA PHILADELPHIA, PA. Know all men by these presents: That INSURANCE COMPANY OF NORTH AMERICA, a corporation of the Commonwealth of Pennsylvania, having its principal office in the City of Philadelphia, Pennsylvania, pursuant to the following Resolution adopted by the Board of Directors'of the said Company on May 28, 1975, to wit: "RESOLVED,pursuant to Articles 3.6 and 5.1 of the By-Laws,the following Rules shall govern the execution for the Company of bonds,undertakings,recognizances,contracts and other writings in the nature thereof: (1) That the President, or any Vice-President, Assistant Vice-President, Resident Vice-President or Attorney-in-Fact, may execute for and in behalf of the Company any and all bonds, undertakings, recognizances, contracts and other writings in the nature thereof, the same to be attested when necessary by the Secretary, an Assistant Secretary or a Resident Assistant Secretary and the seal of the Company affixed thereto; and that the President or any Vice-President may appoint and authorize Resident Vice-Presidents, Resident Assistant Secretaries and Attorneys-in-Fact to so execute or attest to the execution of all such writings on behalf of the Company and to affix the seal of the Company thereto. (2) Any such writing executed in accordance with these Rules shall be as binding upon the Company in any case as though signed by the President and attested by the Secretary. (3) The signature of the President or a Vice-President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to this Resolution, and the signature of a certifying officer and the seal of the Company may be affixed by facsimile to any certificate of any such power, and any such power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. (4) Such Resident Officers and Attorneys-in-Fact shall have authority to certify or verify copies of this Resolution, the By-Laws of the Company,and any affidavit or record of the Company necessary to the discharge of their duties. (S) The passage of this.Resolution does not revoke any earlier authority granted by Resolution of the Board of Directors on June 9, 1953." does hereby nominate, constitute and appoint GORDON W. RICHARDS and EUGENE R. AMATO, both of the City of Oakland, State of California each individually if there be more than one named, its true and lawful attorney-in-fact, to make, execute, seal and deliver on its behalf, and as its act and deed any and all bonds, undertakings, recognizances, contracts and other writings in the nature thereof. And the execution of such writings in pursuance of these presents, shall be as binding upon said Company, as fully and amply as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office. IN WITNESS WHEREOF, the said .......-------- C. DANIEL DRAKE __-___-______ _ __-__ _ , Vice-President, ---------------- --------------- has hereunto subscribed his name and affixed the corporate seal of the said INSURANCE COMPANY OF NORTH AMERICA this ................Nth........................ day of ..............)!� Y_........................... 19.76----------- INSURANCE COMPANYQF NORTH AMERICA c (SEAL) by........... /... `^- . ... . ._... Vice-President STATE OF PENNSYLVANIA ss. ' COUNTY OF PHILADELPHIA On this ..................12.tb................ day of ......................MgY................ A. D. 19.76.........., before me, a Notary Public of the Commonwealth of Pennsylvania, in and for the County of Philadelphia, came ................................................ .....................................................................C...,.DANM.llH=...................................... Vice-President of the INSURANCE COMPANY OF NORTH AMERICA to me personally known to be the individual and officer who executed the preceding instrument, and he acknowledged that he executed the same; that the seal affixed to the preceding instrument is the corporate seal of said Company; that the said corporate seal and his signature were duly affixed by the authority and direction of the said corporation, and that Resolution, adopted by the Board of Directors of said Company, referred to in the preceding instrument,is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand and affi ed my official seal at the gityof Philadelphia, the day and year first above written. Go o Notary Public. q commission expires August 13) 1979 = h undersigned, Assistant Secretary of INSURANCE COMPANY OF NORTH AMERICA, do hereby certify that al OWER OF ATTORNEY, of which the foregoing is a full, true and correct copy, i full force and effect. " tness whereof, I have hereunto subscribed my name as Assistant Secretary, an ix d the corporate seal 13th ration, this............................................ day of .............SEPT ----- .R...... . 1 .. .. . . ...... ............ ............ .... .................. ................. Assistan Secretary SO-IC 7/75 Printed In U.S,A. a BOARD ACTION BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFOR.`iIA Sept. 27, 1977 NOTE TO C LA I NNT Claim Against the County, ) The- copy o6 tki6 document ma-LZe- to you is youA Routing Endorsements, and } notice o6 t1t.e action -taken apt yout ciaim by -u,e Board Action. (All Section ) Boatd oS SupeiLvido&s (Panagnaph III, betocul, references are to California . . ) _ given puA.6uant to Govexkunertt Code SeCt on6 911 .8, Government Code.) ) 913, 5915.4. P.ZeaAe note the "Watning" betow:' - Claimant: Joe Robinson, 425 Cutting Boulevard, Richmond, California Attorney: LeRoy Hersh Address: Hersh & Hersh, A Professional Corporation, 1255 Post Street, Suite 700 , San Francisco, California 94109 Amount: $500,000. 00 Date Received: Aug. 26, 1977 By delivery to Clerk on By mail, postmarked on AucT. 25 , 1977 I. FROM: Clerk of the Board of Supervisors TO: County Counsel Attached is a copy of the above-noted Claim or Application to File Late Claim. DATED:Aug. 29 , 1977 J. R. OLSSON, Clerk, By ..•_101;q a ,�:�/�(��.r1�"Z�+ Deputy Jamie L. Johnson II. FROM: County Counsel TO: Clerk of the Board of Supervisors. (Check one only) ( )/This Claim complies substantially with Sections 910 and 910.2. ( ✓) This Claim FAILS to comply substantially with Sections 910 and 910.2, and we are so notifying claimant. The Board cannot act for 15 days (Section 910.8) . ( ) Claim is not timely filed. Board should take no action (Section 911.2)•, ( ) The Board should deny this Application to File a La�teeClaim (Se 11.6) . DATED: ff ',31-7 '7 JOIN B. CLAUSEN, County Counsel, By'�;.�X,— C4 C_ y___ Deputy III. BOARD ORDER By f.Lnanimous 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: Deputy t- , 1 74. R. OLSSO�I, Clerk, by (�•/ ,� o/�1 Deputy WAR:`ING TO CLAIMANT (Government Code Sections 911.8 8 913 You have 5mZy 6 moF•tt Baom tize max4oLg op .this ao:Uce to you ZZZhZ1 wJV4a' to 6:ite a eo x t action on this nej ec ted Cea im (A ee Govt. Code Sec. 945.6) oa 6 months 6nom the demiLa o6 youn Application to Fite a Late Ctnim utWtin which to petition a count boa heZi.e6 6nom Section 945.4'.6 cP.aim-6iZing dead Zne (bee Section 946.6) . you may see, ate advice o6 any atton.ney o6 youA choice .in connection cvi,#h this matceA. Ii you want to eonsaU an attonney, you .shoutd do so .bnmediateZy. IV. FROLM: Clerk of the Board TO: (1) County Counsel, (2) County Administrator, & (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 application by mailing a copy of this document,, and a memc thereof has been filed and endorsed on the Board's copy of this Claim in accordance aritli_Section 29703. rt i DATED: Sept rt1 Q 7 . R. OLSSON, Clerk, By -at-A ��r i7 l!, (r' 'rt.G tt , Deputy Sandra I,, Nielson V. FROM: (1) County Counsel, (2) County Administrator, TO: Clerk of the Board (3) Public Works of Supervisors Received copies of this Claim or Application and Board Order. DATED: S 2g+ g77Courty Counsel, By County Administrator, By Public Works, By ; 8. 1 01" Rev. 3/77 A BOARD ACTIOPi BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFOP.:iIA Sept. 27, 1977 NOTE TO C LA IAtkNi 7 Claim Against the County, ) The copy o6 thi..6 docume.,a-r-=-17-7 to you iA yout Routing Endorsements, and ) notice o6 the action taken on yout cZ--,. ,.m by .;re Board Action. (Ail Section ) Boand o6 Supe/tv.idou (Paita_g1uwh 111, betowl, references are to California - ) given puftbuant to GovvuzmerLat Code Section 911 .8, Government Code.) ) 913, 5 915.4. P.Zeabe note tale "wa ning" beeoLv:- - - Claimant: Joe Robinson, 425 Cutting Boulevard, Richmond, California Attorney: LeRoy Hersh Address: Hersh & Hersh, A Professional Corporation, 1255 Post Street, Suite 700 , San Francisco, California 94109 Amount: $500 ,000.00 Date Received: Aug. 26 , 1977 By delivery to Clerk on By mail, postmarked on Aug. 25 , 1977 I. FROM: Clerk of the Board of Supervisors TO: County Counsel Attached is a copy of the above-noted Claim or Application t-o/File Late Claim. DATED:Auq. 29 , 1977 J. R. OLSSON, Clerk, By ;/0/Y L1&1 . ���i_,1,�s-�,� Deputy Jamie L. Johnson II. FROM: County Counsel TO: Clerk of the Board of Supervisors (Check one only) ( )/This Claim complies substantially with Sections 910 and 910.2. ( ✓ ) This Claim FAILS to comply substantially with Sections 910 and 910.2, and we are so notifying claimant. The Board cannot act for 15 days (Section 910.8) . ( ) Claim is not timely filed. Board should take no action (Section 911.2)•. ( ) 1'he Board should deny this Application to File a Late Claim Claim (Se 11.6) . DATED: ' 3 -7 J010' B. CLAUSEN, County Counsel, By^-.:�'�._,_ �.y� , 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 Boards Order entered in its- minutes for this date. DATED: sP= _ ?7 • 1 974. R. OLSSON, Clerk, by (1•/ ,; /7 , Deputy WAR:N'"sNG TO CLAIt,LANT (Government Code Sections 911.8 8 913 You have only 5 onth,6 n'nom tJze maL9 06 thZi notice to you w ' z which to bite a coin action on .th i.6 nejected M m (see Gov,-L. Code Sec. 945.6) on 6 month6 6rtom tAe denial o6 you& Appticati.on to F.i,Ze a Late C.Zaim within which to petition a count bon. keel.e6 6nom Section 945.4'.6 ctaim-biting deadeine (.bee Section 946.6) . You may .6ee, ;dLe advice o6 any attokney o6 yours choice in connection faith ;dv:s matter. I ' Lou want to eon.6uet cut attonnec , you .6houf-d do so immed.iateZe . IV. FRO`t: Clerk of the Board T0: 1) County Counsel, (2) County Administrator, F (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 Application by mailing a copy- of this doc,,ment,-and a memo thereof has been filed and endorsed on the Board's copy of this Claim in accordance with Section 29703. DATED: �;�rt �8' 1Q777J. R. OLSSON, Clerk, By l.�rL 71 . l/ '�A ,{:i(i Deputy Sandra L. Niels6n V. FRONI: (1) County Counsel, (2) County Administrator, TO: Cleric of the Board (3) Public Forks of Supervisors Received copies of this Claim or Application and Board Order. DATED: c;p af._ 2R . 1 97 iCourty Counsel, 3y County Administrator, By Public 11orks, By 8. 1 01",'9 Rev. 3/77 1 ' ENDORSED 1 HERSH & HERSH A Professional Corporation F I L E D 2 LeROY HERSH 1255 Post Street, Suite 700 AUG 2 6 1977 3 San Francisco, CA 94109 (415) 441-5544 J. r- oLSsoN 4 a EAK BOARD OF SUPERVISORS COt� TA CO. 5 4220. 6 CLAIM AGAINST CONTRA COSTA COUNTY 7 (Claim for Personal Injuries) 8 TO: Board of Supervisors Contra Costa County 9 651 Pine P. 0. Box 911 10 Martinez , CA 94553 11 CLAIMANT' S NAME: JOE ROBINSON 12 CLAIMANT'S ADDRESS: 425 Cutting Boulevard Richmond, California 13 AMOUNT OF CLAIM: FIVE HUNDRED THOUSAND DOLLARS ($500,000. 00) 14 ADDRESS TO WHICH NOTICES ARE TO BE SENT: -15 LeRoy Hersh r` 16 HERSH & HERSH A Professional Corporation 17 1255 Post Street, Suite 700 San Francisco, CA 94109 18 19 This claim is based upon personal injuries sustained by 20 claimant while receiving treatment at the Richmond Clinic, 38th 21 and Bissell, Richmond, California, a part of the Contra Costa 22 County Medical Services, the cause of action for which accrued 23 within one hundred (100) days of the date of this claim, which 24 was the date of discovery of the negligence of the officers, 25 agents, servants and employees of Contra Costa County. This claim 26 is based on negligent and careless acts and omissions and/or 27 medical negligence occurring at the Richmond Clinic. The injuries 28 occurred as a result of the careless and negligent care and 01280 -1- 1 treatment rendered to claimant while a patient at the Richmond 2 Clinic up through the current date. Because of said negligence, 3 claimant has sustained serious, permanent and irreversible 4 personal injuries. The name of the public employee and/or entity, 5 among others, causing said personal injuries and damages is 6 Richmond Clinic. 7 The amount claimed as of the date of presentation of this 8 claim is computed -as follows: 9 GENERAL DAMAGES: FIVE HUNDRED THOUSAND DOLLARS ($500,000.00) 10 ESTIMATED PROSPECTIVE DAMAGES AS FAR AS IS KNOWN: Unknown at this time. 11 12 DATED: August 25, 1977 13 _ H HE R H 14 15 B LeROY HER 16 Attorneys for Claimant 17 18 19 20 21 22 23 24 25 26 27 28 -2- 011 r ' r i r - ; In the Board of Supervisors of Contra Costa County, State of California September 27 , 19 In the Matter of Contract Amendment Agreement #28-406-5 with Neighborhood House of North Richmond, .Inc. (CETA Title I) The Board having authorized negotiations for a Contract Amendment Agreement with Neighborhood House of North Richmond, Inc. for the provision of additional training services, by its order dated July 19, 1977, IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute Contract Amend- ment Agreement x`28-406-5 with Neighborhood House of North Richmond, Inc. , for the provision of additional classroom training services, effective July 1, 1977, increasing the contract payment limit to a new total of $30,054, under terms and conditions as more particularly set forth in said Contract Amendment Agreement. PASSED BY THE BOARD on September 27, 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. Ur,ig; Human Resources Agency Witness my hand and the Seal of the Board of Attn: Contracts & Grants unit Supervisors cc: County Administrator affixed this27t!2day of September _ 19 ZL County Auditor-Controller County Manpower Director Contractor J. R. OLSSON, Clerk BDeputy Clerk } _ iiaxine M. Neuiefd SD:dg H-24 3/?6 ism V n 1282 CONTRACT AMENDMENT AGREEI%CE NT (Contra Costa County Human Resources Agency) Number 2 8 y 4 V 6 + 5 1. Identification of Contract to be Amended. Number: 28-406-4 Department: Human Resources Agency Manpower Project ' Subject: Provision of administration and staff services for a Basic Education 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: NEIGHBORHOOD HOUSE OF NORTH RICHMOND, INC. Capacity: Nonprofit California corporation Address: 321 Alamo Avenue, Richmond, California 94801 3. Amendment Date. The effective date of this Contract Amendment Agreement is July 1, 1977 4. Amendment Specifications. The Contract identified above is hereby amended as set forth in the "Amendment Specifications" 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); 29 USCA §801ff; California Government Code Sections 26227 and 53703. 6. Signatures. These signatures attest the parties' agreement hereto. COUNT F �TA, CALIF CONTRAIC OR B W. N gge�y Chairman, Board of Super s rs • (Desi to official capacity in business Attest: J. R. Olsson, County Clerk and affix corporation seal) State of California ) B 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 he/ By they signed it and that the corporation Designee or partnership named above executed the within instrument pursuant to its bylaws H,A Contracts Administrator or a resolution or its board of directors. Form Approved: MbUV41CCd00@LNX Dated: IP-17 By ROBEPT J. PROCTOR Microfilmed with boar DEPUTY COUN-N CLERK Contra Coda County, California._ 'yIF AMENDMENT SPECIFICATIONS Numbe .�. 4 " 3'6 .5 In consideration of Contractor's agreement to provide classroom training services for an additional three (3) hours per day, five days per week, under the Contract identified herein, County agrees to increase the. total amount payable to.Con tractor under the Contract Payment Limit by an additional $1,154 . -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 in full force and effect: 1. Payment Limit Increase. Paragraph 4. (Payment Limit) of the Contract is hereby amended, effective July 1, 1977, by increasing the Payment;Limit amount specified therein from $28,900 to a new total of $30,054 2. Additional Classroom Training Services. Paragraph n., Part 2. (Service Delivery), page 2 of the Service Plan, is hereby amended, effective July 1, 1977, by increasing the number of hours of classroom training services specified therein from 3 hours to a new total of 6 hours per day. 3. Revised Budget. Paragraph a., Part 5. (Budget of Estimated Program Expenditures page 5 of the Service Plan, is hereby deleted, effective July 1, 19773 and replaced with a new substitute provision 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 $ 5,614 (2) Enrollee Training 14,369 (3) Manpower Services 10,071 (4) Enrollee Wages -0- (5) Enrollee Fringe Benefits -0- -TOTAL (Contract. Payment Limit). $: 30,054" I IL Initials: Contractor County Dept. ' In the Board of Supervisors of Contra Costa County, State of California. $eptember 27 1g 77 In the Matter of AUTHORIZING THE CHAIRMAN OF THE BOARD TO SIGN OEO FORM 440 AUTHORIZING' SUBMISSION OF THE ANNUAL PROGRAM PROGRESS REVIEW FOR THE OFFICE OF ECONOMIC OPPORTUNITY TO COMMUNITY SERVICES ADMINISTRATION AND STATE OEO The Board of Supervisors hereby AUTHORIZES its CHAIRMAN to sign OEO Form 440 AUTHORIZING submission of the Annual Program 'Progress Review for the Office of Economic Opportunity to Community Services Administration and State Office of Economic Opportunity. APPROVED BY THE BOARD SEP 2 7 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 Or-1,g. D.-,pt. : OEO Supervisors cc: County Administrator Auditor-Controller affixed this day of SEP ! 1977 19 J. R. OLSSON, Clerk By 4 ;./ Deputy Clerk Roma, G-- ierrez H -2.1 3/76 15m �� �. Page—of OFFICE OF ECONOMIC OPPORTUNITY 1. REPORT PERIOD Z• DATE SUBMITTED Rcports Gorutrol,Symbol z1! PROGRAM PROGRESS REVIEW REPORT 9 77 norm Approved ! e MONTH VV Q / 7031.1 0,118 No. 116-110227 t y ) ANNUAL (X) 1 V Month r, (!'lcasr TYPE or 1'l11NT clearly. See instructions an reverse.) (OEp Instruction 7031.7 ❑ ' J. NAME OF REPORTING AGENCY 4, ADDRESS (No, and Street, city, state and Zip Code) 6, PLAN YEAR 6. FUNDING PERIOD 7. GRANTEE NO. FROM CONTRA COSTA COUNTY BOARD OF SUPERVISORS 2265 CONTRA COSTA BLVD.PLEASANT HILL 94523 s 3 1/1/76 F630177 90195 A' 9• ACTIVITY SCHEDULE to. ESTIMATEO EXPENDITURES tt. 12. vi PROJECT TITLE ONE-YEAR GOALS —`o'EO`"` � ACCOMPLISHMENTS m X PLANNED DATE ACTUAL DATE (Include Non- OTHER }W AND ACTIVITIES Month.Year) (Specify$000 and (Report in quantifiable units and/or succinct statements, the specific type (As shown on the approved OEO Form 419) (Alonth, Year) Federal Share) sources. Exclude and extent of actual accomplishments during the report period.) < z t— BEGIN END BEGIN END $000 P A. NonfcdcratShare) C SEE ATTACHED 1/1/76 6/30/7 1/1/76 6/30/7 SEE ATTACHED Cs I A r CERTIFICATION The undersigned certify that this report has been completed in act otdance withappiir hl t strugtions;,hat it is tructothe_b_est of theirkno_wledge,information and belief; and that it has been approved,or reviewed and approved,as indicated in Item 15. 13. TVPEO NAME OF EXECUTIVE DIRECTOR i4�lGNATUP .� /j��S �^p�,�' � ty,�RETMHAs BEEN(Check apptopriertebox.) �RITA S. HAYS,ACTING DIRECTOR ♦ P �_��'Ci�..`.� G HOARD D BY THE RESP NT'S �I AND APPROVEDHE RESPONDENT'S CODENT'SG_O_FFIC: EKING BOARD LS 16. TYPED NAME 5 TITLE OF PRINCIPAL GOVERNING OFFI AL OR PRINCIPAL OFFICER OF 1�7 _1�/AG 18. DATE t9, DATE CF BOARD APPROAALGOVERNWG $QARD /'�WARREN BOGGESS CHA! L Z P SEP 2 7 1 7� I OPO FORM 440(Tcsll AUG > Micrdilrllwd with board order 4 In the Board of Supervisors of Contra Costa County, State of Califomia September 27 i9 , 77 In the Matter of Contra Costa County Surface Runoff Management Plan. Mr. A. A. Dehaesus, Director of Planning, having provided Board members with a copy of the County' s Surface Runoff Management Plan (prepared by contract with the Association of Bay Area . Governments as part of the $4.3 million grant to ABAG from the Environmental Protection Agency) and having suggested that the Board discuss the findings and recommendations of the plan at its next meeting .so that it might be submitted to ABAG prior to October 12, 1977 ; IT IS BY THE BOARD ORDERED that October 4, 1977 at 2 p.m;. is FIXED as the time therfor. PASSED by the Board on September 27 , 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 : Director of Planning Each City in the County Supervisors County Administrator affixed this2 7thday of September , 1972 LSSON, Clerk BDeputy Cledc �tonda Amdahl H-24 3/76 15m -+ '/ CONTRA COSTA COUNTY PLANNING DEPARTMENT TO: Board of Supervisors DAVE: September 27, 1977 FROM: Anthony A. Dehaesus. SUBJECT: Contra Costa County Preliminary Director of Plannin Draft Surface Runoff Management Plan Attached is a copy of the County's Surface Runoff Management Plan (SRMP) which was prepared by contract between the County and the Association of Bay Area Governments (ABAG) as part of the $4.3 million grant to ABAG from the Environmental Protection Agency (EPA) . The SRMP is only one of seven environmental management plans being prepared for the nine-county Bay Area, but it is the only plan being prepared individually by each county. By the terms of the contract, the SRMP does not require adoption or approval by the Board of Supervisor, but is requested to be approved for submittal to ABAG prior to October 12, 1977, to be included in the integration of the county plans into one regional SRNIP. On October 4, 1977, a presentation to the Board of Supervisors will be made, includng a discussion of the findings and recommendations of the Cour_ty s SP.A ', and the implications of the entire Environmental Management Plan program, as delineated by ABAG. AAD:id Attachment RECEIVE .- ,;,- S C,0 r 1��7 J. R. OLSSON CLERK BOARD OF SUPERVISORS NtR STS O. Bf..�.1� De u ard o1ii #} V�ijh boort I . ;�I I I- I . I �,I�- I�.1 I �I ::. -w I - - '.�-,, �� ':-, � , - - "-- * � - - ' - � � ,. ;- ,,,�,,�' � - . ,11 I: , - I , , ':.-" , ': �.'.' * "- �'-'-'- "�;,7�"�'�'--- " , " ,.-I� � I I . . � ,- 'I ' � ' ' ... � - , - '�-' - - �-- I- . -. , � '' �"' - * � - '- - -, , - — - --- -I -- ----I..'.' --'�-' - - 11� I � � '..' � I,:1: ,- ..� � - � -�- - ": - �" . . � - , ,- , � , � - - . - .� :' �-'.� - -- - , , , -�- -� , -: -A -,," - � , . . . - 1. Contra Costa County SURFACE`RUNOFF MANAGEMENT PLANII Preliminary Draft Plan Report . August 31 1977 11 The preparation of this report was financed in part through an areawide waste treatment management planning grant from the Environmental Protection Agency, Region IX, under the provisions of Section 208 of`the Federal Water Pollution Control Act as amended. 0189 TABLE OF CONTENTS I. INTRODUCTION A. Preface B. Legal framework of 208 and relationship to 201 C. Concepts underlying the County Plan D. County goal and objectives II. CONTENTS AND ORGANIZATION OF THE PLAN III. SURFACE RUNOFF A. Watersheds in the County B. Sources and constituents of storm runoff IV. SUMMARY OF FINDINGS A. Review of reports B. The Monitoring Program C. The Watershed Modeling Program D. Summary and Comparisons of Findings V. IDENTIFICATION OF WATER QUALITY PROBLEMS A. Basin Plan B. 208 Program C. Other related regional problems D. Other water quality problems in the County VI. ASSESSMENT OF AND RECOMMENDATIONS FOR CONTROL MEASURES A. Present practices B. ABAG Control Measures C. Other measures included in the Plan D. Summary of recommended Control Measures E. Implementation VII. THE CONTINUING PLANNING PROCESS 01290 Maps and Figures Map III-A MAC Watersheds Figure HI-B Amounts of Pollutants Contained in Materials Figure IV-B-1 Concentrations of Constituents in Water Quality Samples Fads Figure IV-C-1 Concentration, by Land Use Figure IV-C-2 Results of MAC Model for Ten Watersheds in Contra Costa County Figure IV-C-3 Resul♦s of MAC Model by Region and for +h¢To+ai County Figure IV-D-1 Contra Costa County Surface Runoff and Point Source Discharges Figure IV-D-2 Comparison of Contra Costa County Loading: Surface Runoff, Point Sources and Delta Outflows, 1975 and 1985 Figure V-A Water Bodies In and Near Contra Costa County for Which the Basin Plan Shows Potential Beneficial Uses Figure VI-A Survey of Present Practices Map VI-A Survey of Street Sweeping Figure VI-B Assessment and Recommendations on Control Measures Prepared by ABAG X1 1 a7.1. I. INTRODUCTION A. PREFACE In response to the Water Pollution Control Act Amendments of 1972, Section 208, the Environmental Protection Agency (EPA) has provided grants for water quality planning throughout the nation. In "non-designated" areas, largely rural, the state is doing this work. In the nine-county Bay Area, a "designated" area, the governor has assigned the Association of Bay Area Governments (ABAG) to do this work. At approximately the same time as 208 was getting started, another Bay Area Task Force was beginning an Air Quality Maintenance Plan, as required by federal and state governments for areas designated as Critical Air Basins. Through circumstances, the air quality planning effort was incorporated into 208 as an element of the regional Environmental Management Plan. In all, seven plans are being produced, including: - Surface Runoff - Other Nonpoint Sources - Air Quality Maintenance - Municipal Wastewater Facilities - Industrial Discharges Water Conservation, Reuse and Supply Solid Waste, including municipal wastes, hazardous wastes, and wastewater residuals There is also a requirement for an assessment of the environmental, social and economic impacts of the management plans. This assessment will be the basis for the selection of control measures for the management plans. After hearings and approval by ABAG's General Assembly and Executive Board, the Pian will be submitted to the state for review, and when signed by the governor will be transmitted to EPA. After that occurs the Environmental Management plan becomes part of the State Water Resources Control Board water quality plan for the Bay Area, the Air Quality Plan becomes the State Air Resources Boards' State Implementation Plan for the Bay Area, and the entire plan becomes the Environmental Element of ABAG's Regional Plan. Six of the plans are being prepared by ABAG, with other regional and state agencies. The Surface Runoff Management Plans (SRMP) are being prepared by each of the counties, excepting San Francisco, which has already completed its Surface Runoff Management Plan. The eight county SRMP will be integrated ito one regional SRMP with the assistance of the nine counties.* This document is the preliminary draft SRMP report for Contra Costa County. It was prepared jointly by the County Planning and Public Works Departments. The County's contract with ABAG includes $91,000 for SRMP preparation. I-1 .01292 ti After revisions recommended by numerous review bodies in the County, the final SRMP will be transmitted by the Board of Supervisors to ABAG. No formal adoption proceeding will be undertaken. Further review opportunities are provided after the eight-county plans have been integrated into the regional SRMP, in December of this year. B. LEGAL FRAMEWORK OF 208 AND RELATIONSHIP TO 201 The federal law that has led to the Bay Area Environmental Management Plan (EMP), including this Surface Runoff Management Plan (SRMP), is Section 208 of the Water Pollution Control Act Amendments of 1972, which states: 11(b)(1) Not later than one year after the date of designation of any organization under subsection (a) of this section such organization shall have in operation a continuing areawide waste treatment management planning process consistent with section 201 of this Act. Plans prepared in accordance with this process shall contain alternatives for waste treatment management, and be applicable to all wastes generated within the area involved. The initial plan prepared in accordance with such process shall be certified by the Governor and submitted to the Administrator not later than two years after the planning process is in operation. "(2) Any plan prepared under such process shall include, but not be limited to - "(A) the identification of treatment works necessary to meet the anticipated municipal and industrial waste treatment needs of the area over a twenty-year period, annually updated (including an analysis of alternative waste treatment systems), including any requirements for the acquisition of land for treatment purposes; the necessary wastewater collection and urban storm water runoff systems; and a program to provide the necessary financial arrangements for the development of such treatment works; "(B) the establishment of construction priorities for such treatment works and time schedules for the initiation and completion of all treatment works; "(C) the establishment of a regulatory program to— "(i) implement the waste treatment management requirements of section 201(c), "(ii) regulate the location, modification, and construction of any facilities within such area which may result in any discharge in such area, and "(iii) assure that any industrial or commercial wastes discharged into any treatment works in such area meet applicable pretreatment requirements; "(D) the identification of those agencies necessary to construct, operate, and maintain all facilities required by the plan and otherwise to carry out the plan; n� , I-2 "M the identification of the measures necessary to carry out the plan (including financing), the period of time necessary to carry out the plan, the costs of carrying out the plan within such time, and the economic, social and environmental impact of carrying out the plan within such time; "(F) a process to (i) identify, if appropriate, agriculturally and silviculturally related nonpoint sources of pollution, including runoff from manure disposal areas, and from land used for livestock and crop production, and (ii) set forth procedures and methods (including land use requirements) to control to the extent feasible such sources; "(G) a process to (i) identify, if appropriate, mine-related sources of pollution including new, current, and abandoned surface and underground mine runoff, and (ii) set forth procedures and methods (including land use requirements) to control to the extent feasible such sources; I'M a process to (i) identify construction activity related sources of pollution, and (ii) set forth procedures and methods (including land use requirements) to control to the extent feasible such sources; "(I) a process to (i) identify, if appropriate, salt water intrusion into rivers, lakes, and estuaries resulting from reduction of fresh water flow from any cause, includin irrigation, obstruction, ground water extraction, and diversion, and Iii) set forth procedures and methods to control such intrusion to the extent feasible where such procedures and methods are otherwise a part of the waste treatment management plan; "(J) a process to control the disposition of all residual waste generated in such area which could affect water quality; and "(K) a process to control the disposal of pollutants on land or in subsurface escavations within such area to protect ground and surface water quality." Subsection (b)(1) sets forth the major purpose of 208 planning—to determine needs and plan for wastewater treatment facilities and storm drains needed over the next 20 years. Subsections (b)(2), (F) through (K) set forth the subject matter of 208 planning other than for treatment works, including surface runoff from agriculture, mining and construction sites. The objective of the Water Quality Control Act is "to restore and maintain the chemical, physical and biological integrity of the Nation's waters." An interim goal of water quality is to provide for the protection and propagation of fish, shellfish, and wildlife and provide for recreation in and on the water, to be achieved by July 1, 1983. The ultimate goal is that the discharge of pollutants into the navigable water shall be eliminated by 1985. It is not realistic to hope to achieve the ultimate goal, since every drop of water from point and non- point sources would require processing through tertiary treatment facilities I-3 04n"4 resulting in discharges of water from creeks and sewage plants cleaner than undisturbed nature would provide. However, the interim goal of water quality which will provide for beneficial uses, including the maintenance of aquatic life, seems reasonable and is evidently the foundation for 208 studies throughout the nation. The State Water Resources Control Board and ABAG have provided other reasons for studying pollution from surface runoff: 1. The "Water Quality Control Plan, San Francisco Bay Basin." prepared for the State Water Resources Control Board and Regional Water Quality Control Board in 1975, hereinafter called the Basin Plan, identifies over 100 bodies of water of concern in the Bay Area, their existing and potential beneficial uses, and some predictions about future water quality conditions. Water bodies in this county are listed in Figure V-A. 2. ABAG's 208 Work Program lists the following additional reasons for preparing Surface Runoff Management Plans: - Most non-point pollution results from surface runoff. - Runoff from construction activities sometimes affects beneficial uses of water bodies Pollutant load percentages will increase in the future because of additional urban development and as point source pollution is abated. - Surface runoff is a major cause of shellfish contamination. - Minimum standards for erosion control, especially related to construction activities were recommended in the Basin Plan for the Bay Area. Control measures for agriculture, silviculture (lumbering), and mining and construction-related activities are required under Section 208 of the Water Pollution Control Act Amendments of 1972 Runoff is a major source of heavy metal loadings to Bay waters in wet weather - Surface runoff is probably the major source of litter in the Bay and on its shores and mudflats. Some of the above statements are "best guesses" from the Basin Plan, some are questionable and require substantiation, and some, while they may be true, have not been precisely identified in the SRMP study regarding where the problems are located, and what sources of which pollutants are actually responsible for impairment of beneficial uses. Indeed, with 201 wastewater treatment facilities in place, plus discrete (direct) industrial discharges brought up to Federal standards, the Basin Plan anticipates water quality I-4 0 satisfactory for beneficial uses except in South San Francisco Bay where poor flushing action adds to the impact of waste discharges. The above reasons focus on offshore waters. The Surface Runoff program has been widely publicized as a "Save the Bay" effort. Thus, the major concern of the SRMP is* to determine how surface runoff (storm runoff) can be prevented from harming beneficial uses of the region's offshore waters, including the Bays, rivers, and Delta within the large framework of water pollution generally from sewage, industry, and miscellaneous lesser sources. Water quality problems in the internal waters of the county have received some attention in this planning effort. These concerns are reflected in the recommended course of action. C. CONCEPTS UNDERLYING THE COUNTY PLAN In addition to the concern with surface runoff pollution itself, EPA is interested in knowing whether or not there are practical tradeoffs between 201-funded wastewater treatment facilities and control of surface runoff. The costs of sewage treatment to the required secondary level of treatment are high. It might be possible to treat or otherwise control surface runoff for a smaller cost and still achieve water quality goals in the receiving waters. At this time, it appears that there are no such useful tradeoffs, in the next decade at least, for the following reasons: - The ability of the recommended best management practice approach to achieve water quality goals is not known. - The costs of managing surface runoff to a degree that water quality goals would be achieved, in the absence of secondary sewage treatment, are not known, but would be costly prohibitively and would require strict regulation over virtually all activities on land. - Society is oriented to accept large projects at a distance rather than accept individual responsibility for waste disposal close to home. Having a sewer system and garbage collection is generally considered better than not having these services. Therefore, most persons find it more acceptable to have a central sewage treatment plant than to sweep the leaves out of their gutters every day, or accept government restrictions on the number of head of livestock they are permitted to run on any given piece of land. - Surface runoff management would be locally funded, whereas 201 projects are state and federally funded up to 87.5 percent. Even though some aspects of surface runoff management might be less costly overall, it is easier to accept the larger costs of sewage treatment facilities because a relatively small part of the cost is felt directly through property taxes or user charges. Finally, and perhaps most importantly, there is an extremely low probability that a radical surface runoff management program would result in any changes in the requirements of 201, or in requirements for L-5 012,95. discreet (direct) industrial discharges. Everyone anticipates a full 201 program in the Bay Area requiring _municipal discharges be treated to at least secondary levels aside from any other water quality program. For the above reasons, the justification for surface runoff controls must stand alone and not be weighed against, or be considered a tradeoff for 201. That is, after 201 projects are operational, it must be shown that water quality goals- are oalsare not being met or that benificial uses of the receiving waters are being damaged, or will probably be damaged in the. future, by surface runoff. The substantiation for such a position does not exist at present. Does this mean that nothing should be done? The answer is no for the following reasons: - EPA requires a Surface Runoff Management Plan as an element of 208. This has received great emphasis here because of the economic, recreational, and aesthetic values of the Bays, rivers and Delta. - It is known that surface runoff, particularly from urban areas, contains a large number of substances which, in sufficient quantities, are known or strongly suspected to harm life, including fish and other wildlife, as well as man. An attitude of stewardship for the environment requires that this not be ignored. - Field research is expected to reveal relationships between hazardous substances and environmental health. Many of these effects are long term in nature and cannot be discovered in experiments such as fish survival over a period of a few days, in laboratory tanks. The findings may not be available for several years, but it would be tragic to allow permanent damage to the Delta, rivers, and Bays by taking no action until irreversible damage has occurred. Hundreds of man-created chemical substances are used in industry, agriculture, and on home properties. Perhaps only a few will be proved to cause cancer, sterility or other diseased conditions, and perhaps even fewer would enter the aquatic food chain in levels above an acceptable minimum. Nevertheless, the economic, recreational and wildlife damages which could occur if striped- bass, for example, were rendered unusable or their populations decimated by toxic substances, would be so serious that even a very low risk of such an occurrence should be avoided if possible. - It is widely reported that people habitually but illegally dump oil, grease, animal wastes soil, toxic materials and other materials and objects into creeks, flood control channels, storm drains, and along roadsides. Whether or not a direct benefit to the receiving waters could be demonstrated if we refrained from these habits, it is clear that public costs to clean up these areas would be reduced, and damages to the environment, wildlife and aesthetics of local areas would be avoided. It is probable that refraining from illegal littering and dumping would have some beneficial impacts on off-shore waters as well, since part of these materials, perhaps the greater part, is washed out by storm runoff. It is recognized, 01297 I-b t however, that it is virtually impossible to measure all of the substances illegally dumped, or to determine the precise effects on fisheries and other wildlife--or ultimately, the effects on human beings. Loss of soil by water erosion from poorly managed open space areas and from public and private construction projects not only damages property but also requires significant expenditures to repair property and clear or dredge sediments from creeks, flood control channels, and storm drains. Although soil particles themselves are not considered harmful to the offshore waters, except when concentrated enough to smother shellfish or cause other adverse effects, small soil particles also pick up and carry lead, copper, mercury and other metals, some of which occur naturally and some of which appear to be concentrated in urban areas, primarily from vehicles and industry. Whether or not heavy metals adsorbed onto fine soil particles harms aquatic life is now questionable. Scientists report that toxins in the water itself is harmful, not what is attached to solids. All such soil erosion cannot be prevented, but good land practices may yield water quality benefits as well as helping to protect property values and reduce public costs for maintenance, repair and dredging. Construction sediments are specifically mentioned in Section 208, demonstrating that Congress believes this is a matter of concern throughout the nation. The County has studied water quality to a limited extent according to the term of the contract with ABAG. The monitoring and modeling programs were designed to give general conclusions regarding the quality of surface runoff (storm runoff) today and in the future. The literature search, communications with several County departments, City Engineers, water and park districts, and the Public Participation Committee, produced the identification of potential local water quality problems in specific water bodies and non-critical but widespread conditions which may affect surface waters throughout the county (see Section V). For the above reasons, this plan recommends a course of action to mitigate property damages, public costs, health hazards, nuisances, damages to aesthetic values, and potential environmental damages, which may result from inadequate land and construction practices, illegal littering and dumping, and lack of public awareness. The plan. also recommends a course of action to discover to what extent the substances in surface runoff may have adverse impacts on the beneficial uses of the offshore receiving waters. Land and construction practices and illegal littering and dumping are considered to be characteristic of the county generally. Other specific conditions which may be revealed should be related to the specific watersheds where they occur. The unique factors of each watershed should be considered including such matters as degree of urbanization, relative use of agricultural or other chemicals, beneficial uses of impounded or free flowing waters, proximity of creek outlets to resources such as shellfish beds or public beaches, and the potential to cause barn to property, natural resources, and beneficial uses outside of the immediate area. 1-7 01M. x �I D. GOAL AND OBJECTIVES OF THE CONTRA COSTA COUNTY SURFACE RUNOFF MANAGEMENT PLAN These statements were prepared with the assistance of the County Surface Runoff Management Plan Public Participation Committee and the County's Advisory Task Force. The Public Participation Committee was composed of the three publics identifies by EPA: Government agencies Special interest groups The general public } The recommendations of the Public Participation Committee were submitted to the Advisory Task Force, the county's policy body composed of City Managers and Planning Directors, water and sewer districts, County Health and Public Works Departments, ABAG staff, and the Board of Supervisors representative on ABAG's 208 Environmental Management Task Force. The goal and objectives as stated were prepared and approved by the Committee and Task Force. The goal and objectives, plus advice and direction in plan preparation, were based on the county's technical work, ABAG reports, and the personal knowledge of the participants. Goal It is the goal of the Contra Costa County Surface Runoff Management Plan to define an implementable process to mitigate pollution problems in the receiving waters of the region which are caused by urban surface runoff. Objectives 1. To define a continuing planning process to reveal any adverse impacts of urban surface runoff on the receiving waters of the region. 2. To more precisely define regional waters and the interior waters of the county. 3. To protect the natural ecology of streams and other county waters. 4. To protect the quality of surface waters used in the county for agriculture, industry, and domestic purposes. S. To provide for public participation and public education in the continuing planning process. 6. To assess control measures according to their effectiveness in mitigating pollution problems in the receiving waters. 7. To evaluate control measures according to the principle of best management practices. 8. To evaluate control measures according to their cost effectiveness and feasibility of implementation within the existing governmental structure. -g Ur7m The plan responds to these objectives, primarily in Section VI, Assessment and Recommendations for Control Measures, and Section VII, the Continuing Planning Process. The definition of receiving waters, Objective 2, is found in Section V. ,. Y r l ., ti a lr t t r iJ _ r " .. - _ _S II . -, , ,, -- ,, . -M -�.,:.- .. ,"., —. , ,", � � ,— -, . -, - - -- y . - :r 9 01300 II. CONTENTS AND ORGANIZATION OF THE PLAN Section I provides a brief background on why a Surface Runoff Management Plan was prepared, the concepts upon which this plan is based, and the plan goal and objectives which were developed by the Public Participation Committee and Advisory Task Force. Section III attempts to give an understanding of the different substances which are found in surface runoff and their sources. A map delineating watersheds used in the technical studies is included. Section IV, Summary of Findings, gives a brief overview of the technical work. Details on the review of reports, water monitoring and water quality modeling are in the Technical Appendices, bound separately, which is available on request. The technical works done by the County, as is true for the other counties, was designed to give a general idea of the annual amounts of certain substances which wash off the land to the offshore receiving waters—the Bays, rivers and Delta. The technical work was not designed to determine if or where beneficial uses of the offshore receiving waters are adversely affected by the substances in surface runoff. Section V describes previous and current attempts to make the connection betweensurface runoff and pollution damages, including the Basin Plan, ABAG Work Program, the Special Studies reports, and communication with informed persons in the county. Based on these references, it is clear that surface runoff from the county has not been shown to cause fish kills or other adverse effects on the beneficial uses of the offshore receiving waters for the substances included in the monitoring and modeling programs. That is, there is no identified regional pollution problems. It is true, however, that harmful or potentially harmful substances are in surface runoff, particularly urban runoff, to an unknown extent which may be similar to national averages. There are also toxic chemicals in wide use today which are also believed to be present in surface runoff. Any of these may prove harmful to the offshore receiving waters or the interior waters of the county. The recommended control measures and implementing authorities are given in Section VI. The majority of recommendations are taken from a list prepared by ABAG and are intended to incorporate water quality considerations into public plans, programs and projects more fully than in the past. In conformance with the EPA recommended approach, the recommended control measures are not new programs or projects, but are "best management practices" to incorporate a greater degree of water quality considerations in existing maintenance, and cleaning and clearing programs, land management practices in open space areas and on construction sites, and in plans and programs for local government activities in the future. The continuing planning process, Section VII, gives the local government coordination and action items considered the best approach for carrying out the plan. II_I " 0M! III. SURFACE RUNOFF A. WATERSHEDS IN THE COUNTY Of the twelve watersheds in the county, ten were modeled by the County. The upper Alameda Creek and San Leandro Creek basin lying in Contra Costa County were modeled by Alameda County. The leveed Delta region was not modeled since its runoff--or pump out--characteristics do not lend themselves to this type of study. The ten watersheds used in the model, and the gaging stations where samples were taken for the water monitoring program, are shown on Map III-A. B. SOURCES AND CONSTITUENTS OF SURFACE RUNOFF The primary source of surface runoff is precipitation. Lesser amounts come from garden or farm irrigation. Since most streams in the county are intermittent or have extremely low dry season flows, surface runoff is equated with storm runoff. As surface runoff flows across open land, roofs, lawns, streets, gutters and through storm drains, it picks up a wide variety of substances and carries them along to the receiving waters. From open space areas the primary constituents are soil and organic particles. The minerals suspended or dissolved in the water depends, like soil, on the minerals in .the bedrock from which the soil was formed. Organic materials are derived from plant and animal life. From urban areas the constituents include soil and organic materials, plus a great variety of materials from man's activities, primarily from vehicles. Figure III-B gives a list of these with averages for concentrations of pollutants in various materials in or associated with vehicles. Other substances not on the list would also be found. Additionally, there are paints, pesticides, plant and animal wastes, and soil particles in urban areas which find their way to receiving waters by means of surface runoff, and an unknown contribution from aerial fallout onto water directly and onto land surfaces. Industrial areas contribute a great variety of materials to air, water and land, in varying quantities depending on the permitted emissions and discharges. Air quality and water quality treatment is required of industry. For this county, and for most of the Bay Area except the southern part of San Francisco Bay below the Dumbarton Bridge, Delta outflows contribute significantly to fresh water, suspended solids and nutri- ents. This is discussed further in Section IV-D. The constituents in rainfall itself may include nutrients and pollutants such as industrial chemicals, heavy metals, pesticides and various forms of chlorinated hydrocarbons. The small amount of rainwater quality data for the region prevents a valid assessment of the contribution of rainfall itself. Since heavy metals and some other substances have a strong affinity for clay particles, substances in rainfall that are mixed with suspended solids in surface runoff have the advantage of becoming adsorbed onto soil particles before reaching ANNYLrl SAAUry rVIIY• /4r N ► «.. .. .- sir ..-.c � '••`•rr. \}` s*,• West Pi ttsburg a r. Alhambra nr ►••* -_� �1 w Pinolef 2 -- - Antioch' Ric `,� !f nu•arrr as Ri chmond4 i..i� r' carr ""�''°" ..._t_ W Idcat-t ` , -- Dei to r� San Pablo Diablo, Walnut C C 6 1. Rheem Creek ..� �`rr=��- 47 j 2. Grayson Creek 8 �� Marshl ! 3. Wa 1 nu t Creek 4. Pine Creek i 1San � 0 5. Galindo Creek Leandro Kellogg `c ; 6. Las Trampas Creek ; .... 24' 7. Little Pine Creek - 8. reek •8. Walnut Creek 9. San Ramon Creek .l 1+9 Alameda Not Modeled By Contra_Costa County MAP&V 0046 •+rrrsclr.. ............ ""•" "' CONTRA COSTA COUNTY CALIFORNIA Figure III-B Amounts of Pollutants Contained in :Materials Tot. Vol . Material Solids BOD a COD Grease Petroleum n-Paraffins m9/9 m9/4 mg/v mg/2 mq/v mQ/o Gasoline 1000 150 680 1 .3 1 .3 1 .3 Lubricating Grease 970 140 .750 670 570 ;rotor Oil 1000 140 220 990 940 850• Transmission Fluid 1000 100 200 990 940 880 "ntifreeze 990 38 1100 140 70 6.1 - lndercoating 1000 90 310 960 180 120 '.sphalt Pavement 64 1 .2 86 21 15 9 :oncrete 71 1 .4 64 2.7 1 .3 1 %bber 990 27 2000 190 100 56 Diesel Fuel 1000 80 400 390 310 210 �„ake Linings 290 17 420 31 8.3 7.6 rake Fluid 1000 26 2400 880 33 19 :iga&ettes •860 85 780 30 21 ' 2.7 Lalt 75 - 0 0.0 0.0 'inders0.0 - 59 1 .3 1 .2 1.2 Metals Content (ug/9) material Lead Mercury Chromium Copoer Nickel Zinc`- zsoline 660 0.05 .15 4 10 10 xbricating Grease 2 0.05 2 1 1 160 �otor Oil 9 0.05 2 3 17 1100 ransmission Fluid S 0.05 2 1 21 240 ,ntifreeze 6 0.05 2 76 16 14 'Idercoating 120 0.05 2 1 480 110 ,sphalt Pavement 100 0.05 360 50 1200 160 .oncrete 450 0.05 93 99 260 420 .ubber 1100 0.05 180 250 170 620 - iesel Fuel 12 O.OS 15 8 8 12 ra.ke Linings 1100 0.05 2200 31•,000 7500 120 rake Fluid 7 0.05 19 5 31 15 igarettes 490 0.05 71 720- 190 560 a l t 2 O.OS 2 2 9 1 inders 2 0.05 2 3 4 7 rea Soil 2 0.05 36 23 25 27 .tection Limit 2 0.05 2 1 1 0.01 Shaheen, 1975, "Contribution of Urban Usage", EPA 60012-75-001. SOD determinations were rade on "pure" materials using a seed of unacclimated age organisms. Results are on a dry weight basis. Salt as received contained 3.7% water, assayed 93.214 sodium chloride, and contained less than 0.00.4% cyanide. =no�.3 the receiving waters. The large suspended solids load from Delta outflow, as well as from the land around the Bays, tends to attract pollutants and carry them to the bottom. For this reason suspended solids, at least the fraction that is composed of fine clay particles, is considered beneficial to the offshore _ receiving waters. Suspended solids from open space and urban areas which reach impounded waters can impair beneficial uses by silting in the bottom and thus reducing the water holding capacity. Surface runoff may also add nutrients to a level that requires a management program for algae control, depending on the size of the watershed, the vegetative cover, and the parent material from which the soil was formed. Urban street runoff, septic systems, and concentrations of livestock add to nutrient and bacterial loads. Street runoff also contributes the substances listed in Figure III-B. It is axiomatic that all dams silt up. Sediments themselves are a maintenance problem. .. _ _ - ..- :.. .'1112 " . _ _ •'.. .1305 IV. SUMMARY OF FINDINGS The findings come from several sources, including the monitoring and modeling programs undertaken by the County. None of the sources have revealed beneficial uses of water which are impaired by surface runoff. For the offshore receiving waters particularly, further monitoring at locations selected for their relevance to potential "hot spot" pollution is recommended. The controls recommended for short term implementation are aimed at mitigating widespread but non-critical conditions observed by local staff in the field. It is recognized that these good housekeeping and land management measures may have only marginal benefits to the receiving waters. A. REVIEW OF REPO!,:TS - 1. General Reports and Studies A large number of rpeorts and studies were reviewed. None were able to give a picture of water quality in the interior waters of the county, since this has not historically been a matter of as great interest as flood control and drianage needs. An annotated bibliography is given in the Tecnical Appendices, bound separately. Verbal communication with reservoir owners indicate a few impounded water bodies which have their beneficial uses or potential beneficial uses impaired by water quality problems. These are discussed in Section V. 2. Special Studies ABAG consultants presented reports on: - Delta outflow - Shellfish contamination - Eutrophication (in the Bays) - Effects of toxicants (including heavy metals), - Fish kills - Dredging and disposal "The purpose of the special studies, therefore, is to approach the sequence (problem-cause-control) from the problem point of view and ensure that adequate attention is given to the more critical problems." (ABAG Work Program, p. 323.) All of the final special studies reports were not available in time for data pertaining to the interests of the County to be incorporated into this draft. The brief summary reports from each special study indicate that no regional problem in the offshore waters is known to exist. However, there are known or suspected localized "hot spots" where excessive amounts of toxic materials, heavy metals, and bacterial contamination of shellfish occur. Any items of concern will be included in the final draft plan prior to October 12, 1977. IV-1 01306 ' � I � I I . . � - I . . . .1 - I . I I I � I I : - : - . . I I I I � I � I .. I . � . - � . � �. I I . 1 -:"1 j!"If,ml_".'�l '��"�_' - '' � __ , �-�-,��.--.�-:z�-��-,,-�,-',-,*,,,!�'---,-""-,;-�l:- Figure IV-B Data MaII p showing all1. monitoring stations; to be added. . _ ' Y ` sit :, C _ - - l Y { ., i. a ?2 3 a.,' _ _ F p-� , - - 7-- ♦. `' 0134 B. THE WATER MONITORING PROGRAM The purpose of the monitoring program was to determine the contents and concentrations of possible pollutants in the county's surface runoff, compare these with national averages, and develop concentration factors for use in the watershed modeling program. Monitoring was performed primarily at existing stream gage stations. The locations of the stream gage stations used are shown on Map III-A. All monitoring stations were located in the Walnut Creek Watershed with one exception--a station on Rheem Creek in the Wildcat-San Pablo watershed. Monitoring results for Biochemical Oxygen Demand (BOD), Total Nitrogen (TN) and Total Phosphorus (TP), are comparable to results from previous years of more normal rainfall in an Alameda County watershed. As a result, the concentrations measured for these constituents appear to be valid for normal runoff conditions in developed areas. Open space values would probably be higher by 50 percent to 200 percent than dry year samples. The measurement of volatile and suspended solids appears to have been affected by the drought. Concentrations of suspended solids is related to storm intensity. The concentrations presented in Figure IV-B-1 are therefore representative only of this year's drought conditions. A few water samples collected at random were analyzed for Total Coliform Bacteria, Fecal Coliform Bacteria, Cadmium, Chromium, Mercury, Zinc, and Copper. Only four out of fourteen samples met the state coliform standard for non-contact recreation (an average of 2000/100 millimeter for any 30 day period). The results from the measurement of heavy metals are not conclusive regarding their potential for adverse effects on beneficial uses. Recent scientific thinking postulates that heavy metal adsorbed onto fine particles of suspended solids do not harm aquatic life, but that it is heavy metals floating freely in water which are harmful. Water column tests which would provide information on concentrations of heavy metals in the water itself are difficult to perform, subject to error, and costly. Further analysis of heavy metals was considered but not performed due to unresolved questions concerning the effects of heavy metals, the abnormally low amount of rainfall during the past year and the uncertain results of the tests required to determine heavy metals concentrations. Because samples had to be taken at existing gaging stations, and because the rainfall during the monitoring period did not yield normal runoff, the results of this first effort are not conclusive. Concerns which still remain to be resolved include: 1. Long-term average concentrations of potential pollutants 2. Background levels of constituents which occur naturally, including rainfall and aerial fallout. IV-2 r� 01308 3. Whether or not un-monitored watersheds are comparable to the Walnut Creek watershed 4. Seasonal and storm frequency differences in concentrations (Is the third storm as "dirty" as the first storm?) 3. The actual extent and level of bacteria in surface runoff--and its primary sources 6. Possible local areas in the county from which unusually high concentra- tions of harmful substances reach the receiving waters 7. The existence of potential pollutants which were not studied, including toxic chemicals and metals 8. Concentrations of toxicants, including heavy metals, in the water column as opposed to being attached to sediment particles. 9. Future monitoring programs should be limited to specific problem locations and to significant suspended pollutants. Conclusion: The monitoring program provided the basis for factors for the mathematical modeling program which are probably satisfactory given the gross nature of the model, but further monitoring at appropriate locations, and testing for materials , of concern in the community, would be required to confirm or modify the results of the 1976-77 program. If the monitoring results are valid, surface runoff from the county does not differ markedly from secondary treated sewage effluents in concentrations of Biochemical Oxygen Demand, Total Nitrogen and Total Phosphorus. Suspended Solids and Volatile Solids concentrations are far greater from surface runoff than from sewage eff luent. C. THE WATERSHED MODELING PROGRAM The purpose of the watershed modeling program was to estimate pollutant loading to the bays from eight bay area counties under present development conditions (actually 1973) and for the years 1983 and 2000, in order to be able to predict future pollution problems in the offshore receiving waters, begin mitigation measures in the short term future, and decide if there are tradeoffs between management of surface runoff and sewage treatment to meet water quality goals. The model used in the modeling program was the Macroscopic Planning Model (MAC). This model is designed to estimate total pollutant loadings from large areas based on annual average rainfall. The model is based on the simple concept that the pollutant loading from any area equals the product of the surface runoff from that area times the concentration of the pollutant in the runoff. The model utilizes the following formula: IV-3 013-09 Figure IV-B-1 Concentrations of Constituents in Water Quality Samples 1976-1977 Season Monitoring Flow BOD SS YSS TDS Total P Total N Lead Station (cfs) (mg/1) (mg/1) (mg/1) (mg/1) (mg/1) (mg/1) (m/ Grayson @ Center 11 83 98 680 327 2.07 Los Trampas @ Main 6 230 36 180 .50 1.75 .17 San Ramon @ Walnut Creek 76 10 170 25 550 .57 2.70 .08 77 7 76 12 370 .26 2.05 .07 48 7 150 22 570 .46 2.22 .05 Walnut Creek @ Diamond 34 6 76 33 520 .31 4.57 .05 145 11 190 26 23,500 .56 3.0 .18 160 11 140 24 310 .56 2.70 .15 139 7 120 19 320 1.50 2.28 .08 170 10 140 26 350 .49 2.73 187 4 250 21 240 .42 2.82 39 13 6 3 600 .22 0.96 Pine Creek @ Market .08 18 150 27 400 .40 7.32 .31 -.25 14 220 39 260 .56 4.40 .26 .15 10 300 37 220 .54 3.60 .01 .75 10 310 38 200 .48 3.10 .11 1.06 15 450 67 190 .63 3.72 .52 1.00 13 710 88 250 1.90 4.84 .33 .85 11 500 59 21300 .48 4.76 .25 .55 14 100 20 620 .18 2.45 -.25 12 230 36 230 .42 1.62 0.00 14 140 5 250 .44 1.68 .40 19 10 2 800 .02 3.01 Little Pine 10 5,200 550 380 2.40 16.20 Golindo 16 32 2 910 .08 6.50 San Ramon @ San Ramon 1.2 6 120 24 580 .64 2.66 .07 3.5 8 300 50 440 .69 3.11 .03 1.4 4 110 22 430 .38 2.13 .02 Rheem @ Gage -- 13 73 16 29000 1.20 5.38 .35 01 40 130 32 31400 3.9 4.78 .45 35 23 280 32 3,300 .68 5.20 .45 29 18 130 22 190 .46 3.65 .2 M = kxPxAxCx0.227 where: M = pollutant load in pounds k = runoff coefficient. One for each land use (represents percent of rainfall which runs off a land surface) P = precipitation in inches A = area in acres (for each land use in a watershed subunit) C = average pollutant concentration in runoff from each land use (in milligrams per liter) 0.227 unit conversion factor The MAC model was run on ten watersheds in the county (Map III-A) for the years 1975, 1985 and 2000. Land use assumptions for these years are based on the Provisional Series 3 Projections, Base Case 1 to 1985 with an alternative to the year 2000. Monitoring results from the eight counties participating in this planning program were used to derive factors for use in the model. These baseline factors were modified by each county depending on its local conditions and circumstances. The factors used in this county are given in Figure IV-G1. National averages are also given for comparison. The regional baseline for Suspended Solids (SS) was used in the model to reflect drought year conditions. Suspended Solids loadings are shown as modeled in Figure IV- C-2, but have been increased for graphic display in Figure IV-C-3 to more closely reflect normal runoff conditions. The SS factor should ideally vary for different watersheds, but information was not available for any greater detail. Figure IV-C-1 Concentration Factors by Land Use Pollutant Concentration (mg/1) Land Use BOD SS VSS Tot N Tot P Residential National Av. 10.40 211.5 123.00 0.44 7.01 Local 15.00 250.0 62%s3 0.40 3.50 Commercial National Av. 41.50 288.1 181.70 0.98 3.84 Local 20.00 150.0 70.00 0.70 5.00 Industrial National Av. 15.80 377.6 186.80 0.91 3.58 Local 13.00 120.0 50.00 0.50 3.00 N-4 01311. Figure IV-C-1 (cont'd.) Open Space National Av.*** 0.21 497 4.79 0.02 0.11 Local 4.00 800** 306ss 0.30 2.00 *Base values were modified according to local population density **Base values were modified based on analysis of prior investigations. ***National average concentrations for open space are based on city parks, not major open space areas such as are present in Contra Costa watersheds. The results of the MAC model for Contra Costa County are presented in Figure IV-C-2. The results describe conditions for ten watersheds in the county and their annual loads for 1975, 1985 and 2000, for the constituents modeled. Due to the assumptions made concerning population growth and development, the total area devoted to residential use in the county is assumed to increase by over 50% from 1975 to 1985 and would more than double by the year 2000. Consequently, the contribution of residential land use to total pollutant loadings is shown to increase relative to open space, industrial and commercial land uses beyond what is actually anticipated by county growth projections. The results of the modeling program are graphically displayed by region in the county and for the entire county in Figure IV-C-3. According to Figure IV-C-3 graphs for these regions in the county, all regions are projected to gain in population and residential land use. Projected changes in commercial and industrial land uses are expected to increase very slightly. The greatest increase in residential use is projected to occur between 1975 and 1985, with somewhat less open space conversion to residences from 1985 to 2000. It should be kept in mind that the land use and population projections were produced by ABAG's regional model and do not agree with County projections, which are for slower growth. These projections are approximately 8 percent higher than County projections for the period 1975 to 1985, on a countywide basis. Page 4, Total County, indicates a rise in BOD, Total N and Total P which is more or less equated to increased development. Suspended Solids are reduced by a similar amount because, since open space generates a higher erosion rate than developed areas, the suspended solids loading is reduced as land is developed. From the modeling program it is evident that no radical change in the loadings to the offshore receiving waters is projected to occur in the future. Based on the reports of ABAG's Special Studies consultants, it appears that the substances modeled are nutrients, not pollutants, or, if they would be pollutants in sufficient quantities, there is no evidence that harmful effects to beneficial uses of the offshore receiving waters is occurring, or will occur in the future. D. SUMMARY AND COMPARISON OF FINDINGS 1. Comparison of Findings The comparison of point source discharges (sewage treatment plant and IV-5 013 ' r . Y Figure 1V-C-2 $.. RESULTS OF MAC MODEL FOR TEN 1VATF.RSFIEDS IN COWRA COSTA COUNTY _rY .1< A1213A IN AREA OF ANNUAL POLLUTANT LOADS (1000's of pounds) ANNUAL POLLUTANT LOADS (1000's of pounds) ANNUAL POLLUTANT LOADS (1000's of pounds) ; IVATL•RSIW-.D ACRES COUNTY 1975 DEVELOPAMINT 1985 DEVELOPI+1FNr 2000 DEVELOPINMNT BOD SS VS Tot P Tot N BOD SS VS Tot P Tot N BOD SS VS Tot P Tot N S 1. tIirsh 70847 East 126 22966 901 9 60 12S 22918 901 9 60 147 22537 978 9 63 2. Kellogg 41059 East 77 15350 578 6 39 78 15347 578 6 39 79 15314 582 6 39 12. Nrtioch 19197 East 101 6761 500 5 31 109 6387 526 5 33 153 5566 671 6 41t 3. Walnut 91117 Central 877 50390 4204 36 263 1001 45463 4582 37 282 1079 42343 4019 39 295 4. Diablo 26989 Central 103 14821 662 7 44 106 14415 669 7 44 128 13637 739 7 47 5. A111.110--i;i 15561 Central 112 7554 552 6 34 126 6874 597 6 37 144 6624 656 6 40 1.i. L•. ; ,;;,urg 23927 Central 143 9241 693 6 45 151 8980 721 6 46 179 8470 813 7 51 6. San 11uhlo 38938 (Vest 219 10340 1008 9 63 2S7 8916 1126 9 68 270 8393 1165 9 M 9. Pinoto 24357 Nest 144 16179 837 8 54 194 13776 983 8 62 206 13160 1023 8 63 16. RiChIK)I1tI 12339 West 350 7048 1418 12 87 358 6798 1442 12 88 369 6690 1482 12 91 i ..�. TOTAL. 364,331 2552 160,650 11353 104 720 2505 49,874 12125 105 759 2754 142,734 12925 109 800 r. t4l y S4_ MAC JERSHED CHARACTERISTICS - WESTERN COUNTY Land Use Population BOO IVIDUSTRIAL !+ C[/i1/IIERIGIAL :rvDI/S TRI!•iL 700- 409V ar+0av ms's h Bio �' CLV�7/►)E RCIAL ,, RES/OEiIT/AL Q� N �n+ r � N in N . `T �w 400 .14 conn Sao RE 51 D£,V T#AL � .v Gj aEll �SAICEMOW Ifw- nvtuv � M N aWti . PACE- 0 nu• ,Yr 200 nn• Aar It" nu' /for fAoe Suspended Solids Total N Total P ajo C xvousTkIAL A" r4 Trim— C CaIWRC IAL TV 'O - � �e � � CLY►1/1'IEl7C/fIL j eCSI DE'UTIAL �joaph n ;► RE5106A/TI AL M ,� �j A2fESIDEA/TIfiL W oa n� 00 •�, 015U SPACE �_ < ry C.YYA/ !;WC* o nar nor how 1 hyo fib! 000 pV' nIr ( lot i MAA o4ERSHEu LHwRAL'ftKI.i IL.3 - ��d fRAL COUMY Land Use Population BOD "vao • "`°RD N ZNDUSTR,AL cr C1Y,r1�JfL7zi'L '� � eoan ,t 1� anm k ruQo RE-ilDE-Ajr&4L � AM of G pinln6RC Jnr^ 4 r) Too � o Ad= w RrSIDS-VTIAL , �m w +vrru �•' EZ tl A! 59y— AVAP zu av �p N Q O#CV.'AI SAUCE ae »ir /br fawn Mir two � �� „ts' our so" Suspended Solids . Total N Total P '�� 2 x inrousr�,�L 1l,DWTRlAL v C 4MACtAL 39 Y [lYINaERClAL �e SAIDU5TR,AL © mew ;� 3% v are !?ESIOEUTJAL ceam 1ERClAL sown n �, ?ao �c !?ESlDEAITl�,L .n 00 Of n) SPACE• P o�u s, cE w cru SP�+tE 6z xm ", w u Mir A.r ran ni + ____ tow ntr n+r rIXN �.Hr w1tF�NtU LNNW1l,ItKl�I1�� - r.Hy1tF�. LUL..I1 i '', • Land Use Population BOD -TAJDUS ) IAL-N IAL ia�aio wio /% `'— I'; RL'SIDEA/TIAL +� z of Rom OUSTRIAL Horn `+ TN /atm 400 RCI A n U�i1tl OPR) SPACE v JAW '``. N RESI06`LTIAL � Yam Yan 1 404*0 oeL it M ica h OWAI SPY-10E :nam nu rnr *°°r nw n+r t°w Mr Mir aow Suspended Solids .Total N Total P Ym � aD \� TVMTRIAL CcNNIEGYlf� Z7r — z IA/DUSTRIAL 64 �° 3I a r t! h IAADUSTRIAL CGYA/IIEWrIAL a" Asa a CaMEW1,9L RESIDEUTIAL N o� ° 44 � .ti RESILIEAUTlAL aoau ` 4 Mi h ' n OCCti-584CE "n V OQ \ � L tom• ` h R �l' . � dt OPEN SPACE 10 1p � a t"IV SWCSD H � v n W O D D nu- tir Dow Mir Har ion° nu' Mir Qaa Mrs'" �"iJE RSHE D c I,A iC'fi:RI:;' 1,I — IGUL OY Land Use Population BOD 400 "AV . .lace X30 _ 6CML "1 F 300 suausrrtcnL k 4 ltYi► Y Cp>tiWtRf/I!t jwiw R rsa zoo � . 2h rs0 � CSN SPACE 4 � K�waCxrrut. to ar 4 4 tow- MI ooM "w AMM tw p c%w JMcAr Y a o nu gar gem nir n.r :ab ° nu- rtrr roar Suspended Solids .Total N Total P wns s.�ausrx�At Aoe k _._i. k /,vovvemL «ran IAJM STR IHL Co�vns�cvat �: •—�-� CCYIYIiERGWt �� fi WOMEPCIAL • Ri51atRJT1IR1 � n ao *CS/MNUAL siv LWA/ 5A4C£ ' = 4 ul.wao h • i` x f [rFiu! st ci- 1y ti ORE'v SOACE Nar ra0 W , # nu rwr rom nir rwr ruao nu• wr Baa ■ direct industrial discharges) with surface runoff loadings as modeled, reveal the benefits of upgrading point source discharges to Federal standards, for BOD and SS. Reductions in the nutrient loadings of nitrogen (TN) and phosphorus (TP) will occur by 1985 after Federal point source limits are fully in force, but the point source loadings will remain large in comparison with surface runoff loadings. For suspended solids (SS), surface runoff is much higher than point sources, there being less dirt in sewage and industrial discharges. Solids themselves do not cause pollution in the offshore receiving waters, but they carry other substances which may cause adverse impacts on beneficial uses in certain quantities or forms. These substances were not modeled. Because of the enormous Delta outflow which strongly affects all the offshore receiving waters of the region, a comparison was made among county surface runoff, point sources, and Delta outflows (Figure IV-D-2). Point source and Delta outflow data is from ABAG. The Delta outflow data is preliminary data from ABAG consultants. From Figure IV-D-2 it can be seen that total county loadings, including point sources and surface runoff, are marginal in comparison with Delta outflow loadings, except for BOD in 1975. By 1985, however, county BOD loadings will have been reduced to approximately 10 percent of Delta outflow loadings, on an annual basis, due to improvements in point source discharges, primarily the 201-funded wastewater treatment plants. If all of the loadings shown were completely eliminated from surface runoff, but Delta outflows remained the same, the total loadings reaching the bays in 1985 would be reduced by: 10% for BOD 17% for SS 3% for TN 12% for TP 2. Conclusions a. The results of the Macroscopic Planning Model give only a general indication of future conditions. The model is unsophisticated, there are uncertainties associated with the water quality data used in the model, and the assumptions made concerning population growth and expansion of residential development in Contra Costa County are erroneous. For these reasons, cautious and careful application of model estimations in determining the extent of future water quality problems is indicated. b. Neither the monitoring or modeling programs indicate that surface runoff from this county, for the substances considered, are causing harm to beneficial uses of the Bays and rivers. IV-6 4W 01318 Conira Costa Cour,+y Surface Kuno% and Poiv* Sourat DiscV ar9es Figure IV-D-l 4000 - 3000 rN 000'5 LB5 10ucj po 1915 1969 ?OW 1915 1995 21)00 1915 1989 em 1915 1465 200o WE5TER14 CENTRAL EASTERN CONTRAC05TA SURFACE RUNOFF LOAOiNG ' POIWT D19CNARGE .OAOI►aG 2000 , TP 1000' p5) Sources • Surface Rurf�r -' MACMAC,o model --w—2ZIM -Point �SourGes— ABAG 191! 19tlS ?000 1915 (985 2000 1911 1989. 'Z000 (!75 1989 WOO 1%ISTfRN CENTRAL. EA51ERN CONTRA Co5Tn Con4ra Cog+a County S ur-face Runoff aid Poi n+ Source Dis charias Figure IV-D-1 frs�• - 40o W ' D 80 Q 000 L 135 2 10000 1915 (96f 7000 1515 1985 2000 1915 1985 2000 1916 1985 cJDO CONI RA C05TA ,, CEWIRAL V► EASTEP.N C5TERN 4 apma w9s�a sf1� -vo7y 9l4n �lossc -►�ra7>tf 1000 �ioo< 0071 • 5URCACe RUNOFF LO' AOIM6 laf�7 110000 29060 02,41 P01WT D%tpC1-1ARGE LOAD1110 77 70 LBS) tuu►�o 1914 19d5 20� 1915 (985 2000 1915 19852000 1415 1935 ,),,),))o<� EASTERIJ CONTRA C051A yvtSTEr�N CENTRAL =.M: Model , Sources• S ur4ace R uno� AC Poirc+ Sourcas - ABACI Figure IV-D-2 Comparison of Contra Costa County. Loading: Surface Runoff, Point Sources, and Delta Outflows 1975 and 1985 Thousands of Total County and Delta Constituent Source Pounds/Year Thousands of Pounds/Year Surface Runoff 29250 County 589098 BOD Point Sources 55,848 Delta Outflow 44,000 Delta 449000 Surface Runoff 160t650 County 4829650 S.S. Point Sources 22,000 Delta Outflow 39000,000 Delta 3,0009000 Surface Runoff 700 County 6,563 T.N. Point Sources 5 863 Delta Outflow 1299000 Delta . 129,000 Surface Runoff 100 County 49100 T.P. Point Sources 4,000 Delta Outflow 229000 Delta 22,000 Surface Runoff 2p250 County 49500 BOD Point Sources 2t250 Delta Outflow 449000 Delta 449000 Surface Runoff 149,874 County 155v374 S.S. Point Sources 59500 Delta Outflow 3,000,000 Delta 39000,000 v,l Surface Runoff 750 County 39450 -• T.N. . Point Sources 2,700 Delta Outflow 129,000 Delta 129,000 Surface Runoff 100 County 2,600 T.P. Point Sources 20500 Delta Outflow 22,000 Delta 22,000 Sources: Surface Runoff from MAC Model. Point Sources and Delta Outflow from ABAG. 01321 c. Comparison of surface runoff and point source discharges indicates the relative benefits which can be achieved by improvements in point source discharges. d. Comparison of county loadings and Delta outflows indicates the relatively minor contribution of surface runoff to the offshore receiving waters. e. A fundamental question which has yet to be answered is what constituents of surface runoff and Delta outflows are serious pollutants. .Although the modeling program provides estimates of future loadings of the substances modelled, it does not describe the impacts of these loading on the beneficial uses of the offshore receiving waters. Effects may be beneficial for the substances involved. f. The watershed modeling program did not include pesticides, toxic - forms of heavy metals, and exotic chemicals which may cause the greatest long-term damages to water quality, aquatic life and perhaps man. Contra Costa County may or may not contribute substantially to the discharge of these substances to the bays. These substances are of growing interest among the citizenry and should be investi- gated. 0V144 i V. IDENTIFICATION OF RECEIVING WATERS AND WATER QUALITY PROBLEM S- A plan objective is to define regional waters and the interior waters of the county. Concepts of regional waters are available from the Regional Water Quality Control Board (RWQCB) and ABAG. The RWQCB has adopted the 113 water bodies in the Bay Area, listed in the Basin Plan, as regional waters. Those all or partly within county boundaries are listed in Figure V-a. They include offshore Bays and ivers, the Delta, selected reservoirs, and three creeks. ABAG's point of view is that all offshore waters, impoundments and creeks in the county are regional in nature because they receive surface runoff and thus are considered in the Surface Runoff Management Plans. Neither of these definitions is satisfactory. For purposes of discussing water quality problems in this plan, the county's position is that, though all the water bodies mentioned lie within the Bay Area region, only the Bays, rivers and Delta sloughs are regional. The plan refers to these as the offshore receiving waters. Impounded and free flowing waters in the county--its interior waters--are local water bodies. It is recognized that substances and conditions may affect both the interior and offshore receiving waters. Subsection A discusses water bodies identified in the Basin Plan. Subsections Band a` C discuss possible pollution problems given by ABAG in the 208 Work Program and in other 208 materials. Section D discusses potential problems derived from communications with many persons in the county, and by the SRMP technical work. A. BASIN PLAN Figure V-A lists the waters in and near the county listed in the Basin Plan, the potential beneficial uses listed in the Basin Plan, and attempts to determine whether or not these potential uses are prevented or impaired by water pollution. For the offshore receiving waters, the Basin Plan does not identify beneficial uses as impaired by pollution. For the interior waters of the county high bacteria levels in the creeks may be above standards for recreation. This is suspected, but may be a summer condition rather than a storm runoff condition. Beneficial uses of reservoirs are not limited by water quality. B. 208 WORK PROGRAM ' In addition to the receiving waters identified in the Basin Plan, the ABAG Work Program has identified site specific problems to be addressed by Contra Costa County, plus related regional problems. These are listed below with comments. 1. Sediments high in toxic metals in San Pablo Bay off Pinole. (No monitoring took place on Pinole Creek because no monitoring station is located there to give flow data. Sediments were not sampled by the counties. The MAC model is not designed to reveal any unusual or exceptional circumstances. Recent scientific thinking, as reported by ABAG's 208 consultants, indicates that heavy metals in sediments may not have adverse effects. Heavy metals in the water itself, not adhering to V-1 01X C Figure V-A WATER BODIES IN AuvD NEAR CONTRA COSTA COUVTY FOR WHICH THE BASIN PLAN SHOWS POTEYrIAL BENEFICIAL USES Potential Use Impaired Water Body Beneficial Use v P ? Comments Briones Reservoir Non-Contact Recreation No Owners do not choose Contact Recreation No to have recreation. Cold Water Habitat No Pinole Creek Non-Contact Recreation ? Public and private Contact Recreation ownership restricts access. No recreation authority. Bacterial levels probably too • high. Winter flows hazardous. Walnut Creek Non-Contact Recreation ? Public and private Contact Recreation ownership restricts access. No recreation authority. Bacterial levels probably too high. Winter flows hazardous. Mallard Reservoir Non-Contact Recreation No Owners do not choose to have recreation. No surface runoff into this reservoir. Marsh Creek ,ton-Contact Recreation ? Private and public Contact Recreation ownership restricts access. No recreation authority. Bacterial levels probably too high. Winter flows hazardous. Marsh Creek Non•Contact• Recreation ? No recreation authority. Reservoir . Contact Recreation Possible bacterial contamination--but no indications of this at present. Central Bay Preservation of Areas No Not presently designated San Pablo Bay of Special Biological by State Water Resources Suisun $ Lower Significance Control Board as requiring San Joaquin protection of biological Delta species or communities to the extent that alteration of natural water quality does not occur. 01324 i soil particles, is the heavy metals "culprit" regarding damages to aquatic communities. Nevertheless, if there are unusually high concentrations here, it may indicate 'high concentrations in the water, and thus is deserving of investigation.) 2. Shellfish harvesting in the Bay off Richmond prohibited due to high levels of bacterial and/or heavy metal contamination. (The Brooks Island clam beds are open to recreational taking as a result of closing the Stege sewage treatment plant, except for occasional high storm runoff periods, several years ago. It is advised that the clams be thoroughly cooked, an indication of potentially less than ideal bacterial concentrations. Heavy metals are apparently not a factor.) 3. Significant annual fish kills in Carquinez Straits. (These characteristically occur during summer, so are not due to "shock loading" from storm runoff. According to ABAG Special Studies con- sultants and the State Department of Fish and Game, the nature and location of the cause is not known. Losses may amount to thousands of striped bass annually, and could eventually add sufficient pressures to the bass population to reduce recreational fishing opportunities, unless it is part of normal annual fish deaths.) 4. Degree of future treatment in Western Delta uncertain. (Contra Costa County is "unalterably opposed to the construction of the Peripheral Canal." The Contra Costa County Water District has a position to defend Delta water quality, with or without the Peripheral Canal. The County is also deeply concerned with establishing adequate Delta water quality standards, avoiding potential water quality degradation from the proposed San Joaquin agricultural drain which may have its outlet near Antioch. If ABAG's comment refers to sewage treatment in the Western Delta, that will be resolved when the subregional sewage treatment facilities are constructed. The Discovery Bay wastewater discharges meet state standards.) S. Periodic algal blooms due to high nutrient concentration in Suisun Bay and Western Delta. (These algae blooms usually occur during summer and fall, not during storm runoff periods. However, the suspended sediments brought in each year by Delta outflows, and resuspended by wind action during the summer and fall, are believed to be effective in preventing algae blooms from being worse (Basin Plan). C. OTHER RELATED REGIONAL PROBLEMS (from ABAG) 1. Insufficient guidance and control measures for location, use, approval, maintenance, and alternatives for septic tanks. (This comes under Miscellaneous Sources. Septic tanks in some lowlying areas become a surface water problem in severe flood years. Maintenance would probably not help this situation very much.) v-2 V 1� 2. Deficiency of regulations for control of construction related activities which impair beneficial uses. (Sufficient regulations have been adopted by cities and the counties. Additional enforcement would help to reduce construction related erosion. A creek setback ordinance would facilitate bank erosion repairs. Included in Recommended Control Measures.) 3. Insufficient data and impact assessment of non-urban runoff. (Recommendations for further study and for land management practices are expected to be part of the SRMP. Land management practices are included in Recommended Control Measures.) 4. Absence of facilities to accommodate vessel wastes from private, commercial, and military water craft. (Included in Miscellaneous Sources Plan. Probably contributes to localized high bacteria counts in some areas.) S. Insufficiency of current planning to determine the interrelation of water quality control facilities to future growth patterns and potential service , areas. (Wastewater Management Plan. Not a correct statement for this county. Sewage treatment districts are in various stages of working with state and federal agencies on treatment plans and construction. All districts and local governments are acutely aware of the impact of state sewage capacity limits on community development. Summary: Insufficient knowledge exists regarding the impact: of surface runoff on beneficial uses of the receiving waters, represented by the five items from the ABAG Work Program. Item 3 in Other Related Regional Problems is correct regarding the scope of the SRMP. Literature research, mathematical models and monitoring the interior waters of the county for nutrients can add little, if anything, to needed knowledge. Basic field research by competent scientists is very much needed to reveal the causes of damages to aquatic life in the Bays, rivers, and Delta. D. OTHER WATER QUALITY PROBLEMS IN THE COUNTY Discussion with County and city staff, the water districts, park districts, etc., plus generally accepted observations reveal the following water quality problems: 1. San Pablo Creek in Orinda, above the San Pablo Reservoir, has historically had high levels of coliform bacteria. With new beneficial uses of recreation and fish spawning, the creek is under study to determine the best to manage this problem. 2. Surface drainage into the Contra Costa Canal. V-3 t 01M 3. Sediment transport and deposition. Open space, construction sites, and stream banks themselves contribute to sediment transport and deposition. These conditions, partly natural and partly from man's activities, occur throughout the county. Some sediments are transported into the receiving waters and some are deposited in the lower reaches of the stream. Sediments are a water quality problem when they damage or prevent beneficial uses of the receiving waters, and are a maintenance cost when they must be dredged out of the creeks to maintain flood flow capacity. Erosion itself damages land and creeks. It has been estimated (USGS) that 65 percent of the sediments coming fromthe Walnut Creek watershed are deposited in the lower reaches of Walnut Creek. 4. Illegal dumping of litter, garbage, trash, oil and grease, along roads and into streams, improved channels, storm drains and gutters, is widespread. Public education, strict enforcement of penalties, and alternative disposal means are needed to mitigate this problem. 5. Accidental or intentional discharges of hazardous or toxic materials into creeks or storm drains. These occurrences are believed to be only occasional, but the effects can be extreme for a short period of time. At least some part of these materials can be expected to reach the receiving waters. 6. Bacterial levels above standards for non-contact and contact recreation. Although not sufficiently substantiated, it is an educated guess partially confirmed by the monitoring program, that most streams in the county have fecal bacteria counts above standards most or all of the time, making them potentially unsafe for recreation. Sources include mam- malian wildlife, cattle, horses, and other livestock, and pets. A subsurface contribution may be made by septic fields and leakage from sanitary sewers. Effects on the Bays are not known to be adverse, but high bacteria counts could spoil an opportunity to open a segment of a creek to recreation. T. Occasional overflows of sanitary sewers into streets, where it becomes surface runoff. This is most likely to occur in heavily urbanized areas during intense storms. S. Water quality problems in Hidden Lakes in the City of Martinez which have adverse impacts on recreational uses. 9. Although not strictly a part of the County's SRMP, residents are always mindful of Delta water quality. The proposed rock barriers to prevent further salinity intrusions may also make parts of the Delta behind the barriers stagnant. It will be interesting to find out how severe problems with bacteria, agricultural nutrients and algae blooms will be. Perhaps something can be learned from this regrettable emergency which will be useful in solving water quality problems in the Delta and Bays. 10. Additional communications with the East Bay Regional Park District regarding any existing or potential water quality problems in lakes and reservoirs used for recreation will be included in the final draft SRMP by October 12. 01 M- 0-a V-4 Areas where livestock wastes' move or may accumulate to the extent that damages to the beneficial uses of the interior waters of the county occur may prove to require mitigation measures. This matter is appropriate for study in the continuing planning period. The above possible problems affect the local waters of the county, except Delta problems, which are of concern throughout the Bay Area and Central Valley as well as to county residents. Several of these potential problem areas are under investigation, are monitored, and mitigation measures are being taken by the cooperative efforts of appropriate agencies. Items 3, 4, S and 6 are not known to cause adverse impacts on the benefical uses of the regional receiving waters. However, they are countywide conditions and occurrences which are of a persistent rather than a critical nature, and are subject to mitigation through the powers and authorities of local governments. y.S Olms IYtI.r 11I 1" �•t .._./.i` ..:J � Myr,Y,r �".��.� ' WAS .Ytw1, — Al a see '1 � uri"a�a. � ��.. ♦t Map of Possible Water Quality Problem Areas 1. Canals of the Contra Costa County Water District , 2. hidden Lakes, City of Martinez ' 3. Approximate locations of proposed Delta rocks barriers.. J CONTRA COSTA COUNTY 4. East Day Regional Park District Lakes 1 CALIFORNIA ,�� • 1 VI. ASSESSMENT OF AND RECOMMENDATIONS FOR CONTROL MEASURES This section includes a survey of present practices, an assessment and recommen- dations for the list of control measures prepared by ABAG,and other measures recommended by the County. A summary of recommended measures and implementation is given in Subsection D. Each measure is selected as: - short-term implementation - appropriate for future consideration on a project, site or watershed basis in the event that a persistent water quality problem which adversely affects beneficial uses of the receiving waters is indicated. For some measures, the present and future implementations are not mutually exclusive. A present practice may appear suitable for consideration for wider application in the future. In general, the intent of the selected control measures is to incorporate water quality considerations into the decision-making process to a much greater extent than in the past. This will be accomplished by inclusion in Environmental Impact processes, design review guidelines and conditions of approval, and as a guideline for selection of alternative plans for flood control and drainage works, road design, and other public projects, including maintenance programs. This may be thought of as a higher level of awareness of the water quality implications of governmental actions. The public awareness need is proposed to be met by a regionwide public education program. ABAG is recommended to undertake this program since they have a skilled staff and well developed communications throughout the Bay Area. The County, cities, and Special Districts will cooperate in this program. A. PRESENT PRACTICES The County and cities have a number of regulations and programs which benefit water quality (Figure VI-A-1). Though this was not the primary purpose of their adoption, these programs are not only providing incidental benefits to water in the county, they also indicate areas where further concern for water quality can best be expressed. Programs for channel and storm drain clearing, street sweeping, and street maintenance, when done in a timely and proper manner, remove materials that might otherwise silt up stream and reservoirs, or permit curb-side noxious substances to be washed into receiving waters. Because they are existing programs they offer opportunities for program management to implement additional water quality concerns in the shorter term future. VI-1 01330 s TABLE - VI A Survey Of Present Practices o n w r V E a n n n n n n rw+, w C r ►-• n 7 r O 0 H w X 'v r► a n n �- O ►o' O tO w F w X n M w o � po o w o -. n NO O H r► f4 r1 M 00 1-+ 9 ►� 7 .- ;r G o o u w w oo *-.+ a o rt Grading t; Yes Yes No Yes Erosion IiHC- Control 0h70 Litter Yes Yes Yet;J Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Control M1C- C113 Creek Yes County County County County Yes County County County County No County Yes County Toxic VNo No Prolii- -" Substance bited Animal County No County Yes Cont rot Direct ^Nu~� Connner- No No No Not No Allowed Not No Co►nner- Discharge tial Permit- Planning Permit- Bial Proper ted to Ulimi- ted Allowed ties R(- nate Root quired Gutters Cross Coil- Nut Nut _ Nut Not Not Not Not Not Not Not Not Not Not Not Not Not nectious Permit- Permit- Pet-wit- Permit- Permit- Pe nait- Permit- Permit- Permit- Permit- Permit- Permit- Permit- Permit- Permit- Permit- ted ted ted ted ted ted ted ted ted ted ted ted ted ted ted ted Detention- Planned Not Planned Not Not Not Planned Planned Not Not Not No Planned Yes Not Retention I'lanned Planned Planned Planned Planned Planned Planned Planned Ponds Storm Regular As Re- As Re- As Re- Regular Regular Regular Regular As Re- As Re- As Re- As Re- Regular Regular Regular Drain Main- Program qui red qui red yuired Program Program Program Program quired yuired yuired yuired Program Program Program tenanea Drainage Yes County No Yes Yes Yes County Colony UNC Yes Yes Yes County Yes County County same as Simi- County County lar to County Slope Yes Yes Density Street sweeping, when properly done, is reported to remove a large part of street pollution. For this reason the County made a special survey of street sweeping. The results are shown in Figure VI-A-2. Recommended street sweeping measures to increase efficiency are included in Figure VII-B. This concept is detailed in Section VI-B and C, Control Measures. B. ABAG CONTROL MEASURES ABAG requires consideration of a list of control measures. This assessment (Figure VI-B) is based on three relevant objectives approved by the County's Public Participation Committee and Advisory Task Force. - To assess control measures according to their effectiveness in mitigating pollution problems in the receiving waters. - To evaluate control measures according to the principle of best management practices. - To evaluate control measures according to their cost-effectiveness and feasibility of implementation within the existing governmental structure. Note: "Best management practices" (BMP) is too vaguely defined by EPA for precise assessment. This report defines BMP as essentially "housekeeping" or land maintenance practices which do not require significant expenditures for construction of permanent facilities, investment or capital. For example, temporary or permanent grading on construction sites is considered BMP, but construction of a separate off-line retention basin is not. It is admitted that this definition is not ideal, but it is precise enough for assessment purposes. C. OTHER MEASURES INCLUDED IN THE PLAN 1. EIR - include items for discussion which more fully reflect water.quality considerations. 2. Project Review Guidelines - for all public and private construction projects. Conditions of approval recommended by Public Works and Planning Departments for: a. Project design features b. Construction period land maintenance c. Post-construction period land maintenance The emphasis for these guidelines should be on soil erosion containment for all construction projects, and should also include further consideration for concentrations of animal wastes, pollutants, and toxic materials, when appropriate. 3. A regional public education program including at least the following items: a. Littering b. Illegal dumping VI-2 012 A $4.0Wti! $/casts l Yl$V• IIIAs" \• $14 ++all ••T W20 _ �; .$ M•17 ool N•1 M. Is, Q# M-7 r* t MW2. �'J � �::y t�1, :•• i t t (i iTtOM '��, ,'J MIN itJim w %G ler «.t•s•r«Tr• Curbed b GutteredmAreas Il e �,. �' � s m rn Not Known. �t •.-� 4%, i m County Service Areas; ___ _.._.__... ...� s ms, FwEputNCr OF SIRtEF SMEEPIN6 j F�eiIEMtX r W4 Cotaxercitl kcsidentlal General -- City Argo —^ CONTRA COSTA COUNTY Antioch once/Week Concord 3/+wek once/6 Weeks CALIFORNIA EI Cerrito flatly 2/ month latayelte 2/month (Mt. Diablo •lvd. only Martinet 2/week 2/.oath i County Service Areas all 1/eonth except: ' Mord9aa 4/year Wear i ! !�! Pending Picots once/B days )/Meek Pending tl"smit hill 21440th Alchmood 1/wok 1laualh San Pablo axe/month Mairwl Creek 3/week 2/month f Q1= Figure V I'-D ASSESSMENT AND RECOMMENDATIONS ON CONTROL MEASURES PREPARED RY ABAG Group A-Measures to Redtwe Accumulation of Pollutants Prior to Runoff - Control Other Cost Effectiveness Best Implementing Measure Descnptto t Effectiveness Environmental Impacts h Social Impacts Management Practice Agencies Recommendations Comments A-1 Increase in the frequency of Depends on timing related to Visual quality benefits. No known Costs would be marginal to Yes.A"good housekeeping" County-Service Areas 1.Encourage live county and Suburban shopping centers with large Provide more Ire- street cleaning in densely popu- storms. Sweeping within S days adverse impacts. moderately high,depending on measure. Cities cities to review sweeping large parking lots should also be quent street cleaning. commercial areas. of a storm would materially local circumstances.No known schedules in densely papula- swept,with emphasis on the days reduce the sod particles end adverse social impacts. ted and commercial areas to preceding an expected storm. vehicle caused substances which determine it a more efficient are located close to the curb. schedule Can be devised. This measure is not effective it the sweeper does not sweep the gutter. A-2 Use of more efficient street 1. Devices. High efficiency Visual quality benefits. No known I. Devices. Costs vary. Yes.A"good housekeeping" County-Service Areas Methods Provide more efli- cleaning devices or methods to brooms and sweepers are adverse impacts. Vacuum sweeper most measure. Cities I. It training programs are offered tient methods of reduce file emont of solid par- reported to increase ettec- costly,but also most effec- agencies should participate. street cleansing, licles in the street, tiveness by SO%or more. tive,it accompanied by 2. Encourage agencies which con- 2. Methods. Higher contract efficient methods. tract sweeping to review spci- specifications and training 2. Methods. Administrative fications for opportunities for operators are reported to and training costs may be greater efficiency. increase effectiveness up to small compared with in- Devices SO percent, creased efficency. At the time equipment is re- placed,agencies should consider the benefits of purchasing high efficiency sweepers,brushes and other devices. A-) Repair of streets in order to In- Marginal benefits. Public safety benefits. Cost not justified by water Yes,A"good housekeeping" County 1. Maintain existing practices. Repolr Streets crease street cfeaning efficiency Visual quality benefits, quality benefits alone. Well practice. Special Districts 2. Include water quality. and to reduce the accumulation No known adverse impacts. maintained streets and roads (Parks and Recreation Roads) benefits as a consideration in 01 pollutants. help to maintain property Cities street repair quidebnes. values and Bence of pride in the community. A•4 r.turol uW of;ertam thenen- Eflecuveness depends on Probable IK•nelits to local envi- Not kirown Yes,it program to deter illegal Federal and State regulatiotn. 1. include in regio,ral public edura- Individual choice w a.oid use at ren- Control i Vi%,%%n ,its*loci,are ki*swn Bourses of amounts of ibex'substances in rasmtntal quality.Including dumping. No it new permit or Canty Health Dept.County lion program. proper disposal of hazardous mater- chemirals pollutants. S.,rh products m. use,and proportion of(hoar wildlile and beneficial uses o1 other control program. Difficult Dept.of Agriculture. 2. (Refetence Salad Waste Plan) ials is trelieved to be the most eftec- clode lawn herttlirens,pesticides, amounts*finch tearb surface suulace waters. Po»able to enforce, five low cull Weng term control and uther tuxic cf.emieafs used wafers. benefits to huo,mn health. niraatre. by htuusetiul4ers. A-) R"Irlrilon of auto p.vktrig in Relsorted to KrearlY lntrease Vassal quality beuchis may re- Very costly to pslst and enforce. Yes. County-Service Areas, 1. Maintain exatung Practices Restrict rift,% Wiser to iitrrrax street s*ecp- efleriivrness of sweeping by duce maintenance u:osts for ExisiinK voluntary ProKram be Cities *here ru,w practiced. parking, ung eltectrvcness, pettmttinK sweeper to reach cleaning Inlets. No knuwn effective at insignificant admin- 2. Expand program on voluntary . gutter. adverse effects. istrative cost. bases to other swept areas. A-6 Redo,:tuon set the type of act$- L•f lecuvenrss depends on degree Visual quality teuetnts. Administrative and enforcement Yes. Canty 1. %lduuain existing levels of Conty and cities have ordnudnces Control usv of lots titles sur h as panning and car of,tie prior to Institution of cos- costs riot kiown. Maintain pro- Cities enfo(cement. prevenhng car repair otndkon in and streets *alilil)X,auto repair and main- trot. May tie hlKhuly el lective on perty value%and pride In corn. 2. Consider slraiiger enforcement residential areas. Cularcentent tmance. specific moused kites. triunity, if a proble•n area develops. very difficult. Violation%are aro- fated and udrequent,Mn,when 1 _ identified.may be persistent. Car washtnK is permitted as an-114411- j _ iary rendentlal use. A-7 Control of dumpinK of rewlen- Minor to major,depending on Probable enviruaunrntal bene- nepends on seriousness of pro- Yes State,RWQCB.County,Cities. 1. Maimain present practices. 1. Now agauut slate law(nn state Control dumping. nal,cutnmcr.-tal and it'M,strial loc.dtio n,nature and amounts tits,including preservation of blein and level of enforcement. Possibly Water Districts, 2. Increase enforcement where water)and county-city oith- wastes on lots and streets. of substances controlled, wildlife. Possnofe health Enforced to sane extent by County Health Departments. needed to highest practical notices. benefits to man. Visual qua- RWQ01 dnd state agencies level. 2. Prohibited in commercial and lily benefits. Prevent flood- (DFG).Possible preservation 1. (Reference Solid Waste['fail) residential areas. ring from clogged gutter%and of property values. 7- Commonly praetiral in heavy roadside drdmaKc ditches. industrial districts. NO known adverse Impacts. _ A-S - Control littering and dug drop- Littering. Effectiveness not Visual quality benrlits. No Not known. Yes. . County 1. .klaintaan presenr levels of Control lithe tiny,and Pings on streets and gutters. kno*a.%lay he marginal for known adverse iunpacts, Cities Utter rortrul. (log droppings. mus[titles that sweep ori a 2. Litter control enforcement regulation basty. - should he increased in areas in Dug IlroppwKs. In suburban which it it perceived as a cities,this does riot become problem. the costly problem it Mea in 1. Control of dog droppings is not say.Veto fork City.Efive- recommended. tiveness would to marginal,If are. Control Offset Cost Effectiveness Hest Imple•nrrsting Sfrmrre I)csctiption Elleciiveress Envirunmenwl Impacts S Social Impacts Management Practice Agencies Rerommrndaurass continents a-9 Control of emissiw.s from mobile ---------This control neasure will be considered by AG AH and not by the local agencies- --- It would br very useful to have in Canrol automobile asid staual any ai,tMititian estimate of types and amuuxffs of arid other emissions. srxstcrs on older to lrswn she substances un fallout, ansunt of fallout wfxcli contra- Wnr(SI(:)to rursoll pnilutants. A-10 Control of direct dnurwrge to This is reported to be an illegal Maintain natural creek envir- R achieved by personal choice, Yes,if achieved by personal County 1. Maintain existing level o1 numpmg without a permit is a via- Control direct du• storm water collrcn.a system dumpr,p,problern which occurs. onanent,including wildlife. costs would be low and may chaise.No it new program. Cities enforcement. fission of state law(in state waters), charge of.polhaldlnls of pollutants such•s past,motor rdtidondy tiroughout the county. ►tamtdin recreation and offset he offset by reduced maime- ('o.Health Rept. - 2. Encourage cities to increase, city orduwnces,and county reguld. oil,pesticides,cfrtrrarals,and Control would prevent a large beneficial uses of the counties nance costs. A new program enforcement in problem areas. tions for public health Id a isealth other Iwyardo s liquid and variety of substances from reach- waters. Maintam visual quwf- with enforcement personnel 1. Include in regional public edu- ;M.tile.,j. Individual cloace.plus solid wastes, ins surface waters, ity. No known adverse impacts. would bre very costly,as it rough cation program. p rov.sions of legal d»poral means, estimate,$100.000 per year. 4. In areas where illegal dumping is believed to be this best twig teen is perceived as a problem,ade- control. quair trash pickings,recycling centers,or offset options lot legal and safe disposal should lure considered. A-11 Persodsc flushing and cleaning of Effectiveness not known. Flush- Prevent flooding Iran clogged Cost of present practice not Yes Canty 1. Maintain present level of mous- As presently practiced by the county Clean Storm wail, scorn.Mains and remcnat of dr- ing without removal lust moves drainage systems, known. Wafer quality benefits Cities tenance as funsds permit. and cities,cleaning and Wnh removal system. _ {xis flown Ownr,els,popes,toilets rise material to another area. not known. Floc)prevention nos an as needed basis,as keyed to the to prevent ar.cumufynon of solids protects property. rainy-A-awn.This practice is to n.ain- m stir callrctiar system,pr•rlwps talon channel and drain capacity. keyed to prrdoctios of rain. JI-t2 Srpar oto"of any cress conte- Cross'oxlnectsass may benefit No known adverse irnapcts. Adding to sewage treatment No.Facilities eutnstruction. County 1. 1f cross corrections are found No known to exist to any significant Replace ctoss sw1. froom brro•crn the start"sewer %dirt q,wlity it treattnrnt capactiv rney be more cost Cllfes to exist,this control should W extent.There may lir some Illegal nections of s6wvnaple systror,inn unitary sears capacity exists. effective.No known social Treatment nistrict considered as an alternative to connecfiass. systems. sy;ten,, impacts. constructing sewage treatment capacity,based an costlben elft - studies. A-13 proper cor,strucloot.Orel main- Depends on proximity to surface Public health benetrfs.Contribute Replacing existing systems would Yes it for clew systems. Co rely 1. Canons.:present practice of There are no reports of areas its which Insure proper upgys. trnuO.e 01 septic Ions and leach water!.. Construction and main- to beneficial uses of surface he more costly than warranted. No it for replacing existing setting moratoria in troubled in adequate maintenance Is causing tion of septic tanks fields to psrevent surfacing sep- tenance of septic tanks and waters. No known social impacts. areas by state and County surfacing of eflluenia. and leach ftalds, tic sank e(ikw.nts,w4w4i would leach fields is not reported to Hedlffn neparunrnts. incseaw the I%On and bacteria be a problem. 2. 11 new comtruct un,teclri- loadx.g of surface curial 1. flows ate developed,they slsould be considered for approval by the y Group It-Measures to Coltrol Land the ' These control measures are primarily Lvd use requr-rro Buts which would modif v the amount of pollutants and runoff generated#tom developed areas. Cottrul Other Cost Effectiveness Hest Implementing Measure Description Effectiveness Environmental Impacts do Social tinpdcts Management practice -Agencies liecommendaiions Comment% This group of control rneaulres attempts to control pollution indirectly through land use rather than tieing directed at pollutants thentsehes. Thin then are questionable in effectiseness,may cause socio-economic disruption,and are dith. cult to implement compared with direct methods. H-) Ealablishmcnt of slope-denstty Coula lie r•o,nter pradowtive, possible visual benefits. prated- Public costs for administration. Yes,in the sense that it is a find County Not recommended. Existing practice in saine com4minuties Develope slope standards which woufd lett depending on how and which tion of property. Costs crried primarily by land use practice,not construction of Cities for property protection.density slanduds, the developarrll of Misuse applied. flenelits may be owners. facilities.Not a"good house- areas thereby tedur mg itw lacl irlg unless accompanied by keeping"practice. arnount of sediments and requirments for drainage,revege- rotwff. natio and construction prac- tices. H-t t'reucentrauon of utbsn dcvN• %butban cities have an abun. Lifestyle changes in most corn- Not known. No County Not rec.om mended. Radical social chi-i Maintain olKtl opmeut to mtrumnrr.the unpre- dance of perceivable land, munities. Damages to environ- Cities spaceareas, vious land artfa•ie which will exception commercial districts, merit in cities,including loss of increase the quantity til turn#. Codd be counter productive. vegetation and wildlife. Loss of visual quality. H 1 Control of luteum types til land Drpetuds on pollutants coring No known adverse impacts. Siune piblic costs for admini- Yes,in that it is not construe- County Not recommended. Large amount of pollution train a%,ie- Coutrol development use which ere Imown to Cause from a specific use. stration. Costs carried primar- riot of facilities. Not a"good. Cities-pa patterns. high artaspeciluc source stwuld not be�rrrmitled, tiest ist riu or ity by property owner.Disrup- housekeeping"practice, whether direct or indirect into starin strive sown iia, Foruna rxantpele,re-rev- tion of development patterns - drains. arra. For cause adverse social and utast pram or eo section of r twit stream t erraa+n in economic effects. charnels and hers in order to - - prevent large anuuurit of poi- - - lutants fruits being iransported directly into the waterway. -6 Develotorwof of buffer strip such Depending art eircumstatm:es. Applies to level land only-could Costs carried primarily by prop Yes. County Not recommended. Detention basins bre better than twtlrr pvrlop 6ullr,r trip as grass Luds ur unae.elaped could odd to peak flow. Etlec- cause sprawl.On imprrvion clay erty owners.Some public costa Cities strips for this purpose. equirements, open space suff(A dens new deve. Iiveness would require street soils,could pond and breed mos- for administration. lopments iri ruder to reduce the Ilow to be directed onto the quitos oppose a safety hazard to amount of rwi,dt by infiltrating buffer strip. young children. May add to or reiardmg storm water, visual quality. Group C- steaxae%to Reduce Amor of of 11ollut ants And the Peak Flew or Vowne of Runoll Reducing perk flow-or total Motor of ' rurvolf may or may lktt ailed Uv told[ Thee I onuat measures are prtmards designed to reduce Ihr total amolml of pollutants and the peak flow or volume at runoff. It should Ire slated that assonant of any pollutant reaching the rn xhlacatron of fire p-A floe dWre may or may skis redure low amount u(runoff or pollutants. - oil-shore receiving waters. It there is a "first llush"phenomenon,qur•%tsonable in watersheds which have large open space areas upstream from lire cutis,reducing the peak flow would sett miligatr this peea mnetlon unless lite"first flush"and lwaks flow coincide. • Control Other Cost Effectiveness Beta Implementing \lydsure (tewispuan F.Ifecttvenrsn Environmental Impacts Jr Social Impacts Management PtdCtlCe Agencies Rrcomnwndatrons Continent% C-1 Coral of r,tid drans corrected May retard Ilam. Infiltration Inconvenience to property uses. public research and enforce- Yes. Canty Not recommended. Comsat til roof to%sorra u-.cis Initeden to reduce would Ix minor in most cases. May wasloat lawns,etc. May merit costs. Private costs to Cities drains antcwrit uI meets[. As surface Ilow,rout drain contribute to deterioration of discurmect.No known severe water world pick try%situ,dog asphalt parking lots. social impacu. droppings,leaves,etc,on its way to the storm drains inlet in the street. No net effecteveaess is perceived. C-2 CMHlrursrv,of ruollnp deten, tXpendS aro Iaratiau. r-nuld add No known adverse impact%. Refitting existing buitdmgs very Yes. County Not recosnntrnded. Construct foalIt*$, Inn aI4 sc.rnoyc•wish AprrOjraalY to a secaadary peak of live ttvdlu- costly. Very complex problem Cities Mention and unlet ssrurure%m order to graph.No Information that water to analyze watershed to deter- storage. delay the run.fI ihrreby reducmr, quality benefits would rends. %nine if costs are justified by 1107 pros.:,!the hydrograph. actual peak flow reductions. C-3 fastruct.rr...1 cl"mawis,tern's F.Ilecnve it ccuritulated pot. depends on nature of accurnu- Peptic adinthirative and enforce- No.Construction of facilities. County 1. Recommended for inclusion Int May be appropriate for the constiuchun Iteuunnel(u!k311 and Diller.1-11101 srruu.rn to lutinls are eontioned. fated pollutant.Could have Ment co%Is.Case%as%usned to be Clues guidelines for project review. period as well as for site Isle of the pro- to present flow a%rr retool•Ik,.ar.xsid areas Inns public tralth berries%. prunartly the responsibility o1 the R%QCd 2. Appropriate for future n%nsid- ject. May be considered an,abandoned Critical sill}arrl, have Ilt,.rr-[toted(gltutntl%. property owner. oration on a case-by-case basis properties. Its local'areas. t R,drs.gn,f i rate and ride's I)rlwnd%tin application tn'a large No known adverse rnvirnmtental Waiersled study and deign costs No design of facilities State Not recommended. design for efficient flow is ctwomery. Ihe"r•g „ ,A sutras tri ClOwr delay or arca. Ilepends on Inration with impacu. would tie may lime%higher than County - Retarding flow to reduce peaks as an Suites cer;.y•, t,,,,. speed op stn If..of orWr,cosi- regard to hydrograph of entire at present. Unless thus contract, Cities alternative to chantwl unpovenuents is off w prurtde Ire A dr«e un.- lira. dad several others,were applied best achieved by other means. tarn Ito..n iia•r ullers,. - throughout a watershed she need %y%t!•nr, for Ilood control ingtrovemem% world solve be mitigated. Little terms us or near the gutter would be a hazard to bicycling. C-S Rrmotal of la/Re vie dcbrn such Very effective in avoiding local No known advetse in%pact%. Cosa not known,exit is as normal Yes.A"good housekeeping" State(State Hlghwaysl Present practice to maintain Remove det)ru vel as UMrstsu,I..7, iad d•nloluwnl flooding. Mater gnaluv benefits manfenance practice,is believed measure. County flow characteristics. - ehanneh,p:?e%atxi debts%In marl to enjrra%'e Iky nor known. to be cost effective In tern%of pro. Cities inlet to improve flew, cavhsn-e,rr,art•I ihero.n syn- section of property and avoiding tem Wrrrbl tri-:Ing over fit,-. inconvenience.Proteus property. I"ll't a4 eras,an. C-6 Rrgsddmg rix ler..tnng of.oras Effective it accompanied by Mitigate subsequent%hang or Costs vary with size and accessi- Yes,a land maintenance State(State Highways) Ptewnt practice at a limited scale. �rgrade drsrbed that have Lc.-,"".ted by revegelation. gullying. Mitigate subsequent bihty of area. Protects property. practice. County Appropriate for future consideca• i'CaS. wcurrstrrrsox,related event only flooding train dogged or site. Cities tion on a project by project basis. _ natin rl rsossw.,to order ta laden channels. No known Yater and Park hi%tracts . C rcdocr 11..140.011 of%edurrent adverse impacts. carried off 10 ni0.11. _7 Itrsrrrhng,a ,ppiymg vegetative Mowlerately to highly effectively Mitigate downstream.flood Cast effectiveness not know. It is Yes.A land maintenance State(State Iiighways&flasks) 1. Existing prdrucr.A project Should hoc related to site-specific eed of apply coves lit bare slope%to prevent vel reduruig soil losses. Realer hazards. Protect bencicidl probably less costty to revegetate practice. County,Cities,Wk ater packs review guideline. I'l(t cri- conditions. elites Ions of top uw1 thereby reducing quality benelrt%(lot known. me%of soil.Visual giulity Irene- slopes titan to dredge excess silts districts,other public entities terion. err to bare the Auvxrn D1 srdanents car. Would depend at degree of ex- fits.No known adverse unpact%, out of tate lower channel.Protects that own property,resource 2. Appropriate for future.Con- ars, vied at by rxnff. ces%soil toms and impact on a brie could require irrigation and property. Conservation district. sideration on a project un site Wir.licial use of the receiving strain hunted supplies in drought basis, _ waters. years. 3. Ericousdge land owners and jhr MA)to work cooperatively together to il prevent exees- uve Bulosses. Stabilize cl4nnel%of rivers and Highly effective,preven(ftig hut- Usually perceived as permanent Too costly to justify in open space No.Construction of facilities. Feder Warps of kngitwrrs),State I. Present practice on a limited brhze charnels streano,to prevent sod loss in tort,cutting would require nodom destruction of the natural anti- %I ea%except in specific locations. Stair Iftecldllattal Districtl Scale.Included in FIR. of ravers and szreans. the store eluaael thrnrgh ao- umprovruteuts, omnient. Loss of visual quality. Cost%up to several million dollars County,Cities.nut common 2. Recommended for luture cnvw- ston and undercut I long. per mile of unprovements.Protects Water S Park districts. Ikratton a%d project design adjacent property.Possible sus%of alternative. recreation potential or . � t Conrol Other .Cost Effectiveness Best Impe,nrnting Measure Description Ellectivenrss Filviro nornnal hnpacts Jr Social Impacts lllanagemeni Practice Agencies Recmnnhendalolls Comments C-9 Control of erusoai at etaistiur. Highly effective in preventing Mitigates duwnstoeam flooding. Cott effectiveness not known,Prob- Yes,it considered a"good State(Stale Ifighways S Parks) 1. Lisisting practice to some )Tor long term benellis,coordinate. Control erosion at loops Utes by cherkdaws.berms, �%rrss soloing,on streams.Water Protects natural creel,environ- ably cost effective regarding public housekeeping"practice. No, County,Cities,Special nosericts. exrenl. with revegetauou ptegrdms. construction sura. straw bales,mul.h and rod mai- glwhty benefits not known. mint.Reduces inainlenance costs expeditures.Costs carried primarily it considered construction of 2. fiecomniendt-d for inclusion in lenance on order to redone w rose. for clearing silts born streams. by developers. temporary facilities. pruject review with conditions vent funot(Iran for t1w,g 11,410 Prevents sitting in guners and of approval needed. drainage cluaranrls by tmrapping storm dtaons.No known adverse 3. Encourage agencies to review sediment mlwi Olds been c.rried off impacts. present practices to drier- rise construe lion site. mile If unplavenienis are needed. C-10 Ilrguldticvhs of constrsicltu Vise- As Gated in 1st cohrnnn,w•odd Depends on interpretation of Some public costs for adminutralion Yes.A land maintenance State(Highway d Parks) 1. Not reconunendrd as stated un With the exception of emergency Regulate cwnnuction doles w insists•Ilrai nr;,tf mmghl be,ruunler productive in this cli. control measure. costs carried by developer. Possible practice. Conry first column. repairs,grading slid laying of of activities to oppose be munnrhrrd eliber by sujpng sir opiate region. As stated in column economic disruptions. Cities 2. Existing pr.rltce as staled in Iounddtions,Is required and/or costo- of$pact. by scfiedulnip pruyr,ts rsth acre,- two,is an rxhsUng prarlice be- Special Districts second column, nary in this climate region. sinleration of runoff unpicts. hived In be effective in millga- ling exrrnsive$od losses. - C-11 Cootructuao ul(rrnnrrrnl berms Not knomrs.nependi run afterna- Could benefit water quality in a As stated,control covers only part No.Construction of facilities. State 1. Present practice as required 11 flow is directed to u•wer hoes, Construct prAnndiene Int critital&outces sucth as Ess method of dispersal. locally troubled area.Renelnts to of cost.Also requires lie In to RWQCR by RWOCP(feedlot) ireatusent plant inay not accept ur berms for cvstt.:al stations,garages,and frtdmis to ollshore receiving watets depends sewage treatment plant or some County 2. Present practice in heavy randy not remove substances,depend- sources. prevent rurWlf carrying critical corp,impacts or beneficial uses.Not other disposal means. Cities Industrial areas, Ing on the substance. consiiin.ents lmeuls,hydrxar- yet known. 3. Recommended as a new pro- tuns,ml and greases)Iran orarl- - )ect review guideline with Ing the stow racer colieclwn conditions of project approval systenn• based upon deruansirated • nerds. C-11 Constio-tio,of d,supatws of Modrratrly to highly effective for Protection of the natural environ- Costly,but may be less costly No.Construction of facilities. County 1. Present prarllce on a limned A flood prevention alternative u,a rs.. ,, sarins.thalmrls to reduce sed.- sane distance downsirrain.Low meat. than channel stabilization and bot- Cities-possibly but rarely scale by coinny,pnasibly park Requnes evaluation of all conditions I neat ksad and pervert ctrresel lir moderate effecliveneis at a torn stabilization.Projects adja- Special Districts districts. in order to make Ole.recision. pom•�uw:.a sio,.1011 erosion. distance dew-nstreain from she cent property. - 2. Not recommended for in. of transpots ovl structure. creased use at this'tioise. solids. C-11 Inttease of pervious surfaer Infiltration ellerlive in some No known adverse environmental Dutch drain-cost depends on No.Alternative construction Cowuy Not recommennled Impervious clay wil predonunale Inhere perils*wW%s tbr.dogh co,sfful(son of Dutrh suils for a relatively short term. impacts. sire and depth of excavation practice. Cities throughout else county,particularly surfaces• drills or porus as{luti pavu.E Not useful in unpervious clay required.Costs carried by develop- Special Districts fill valley flans.Eflective life cwt in flat areas w 4110.".Ater to sods.fien•Inos to quality of re- mint property owner.Porus Districls(Park) known. Voids filled with line udollrale Into Ua ground son cenvusg wafers questionable. asphalt-relative cots for instal- - partieules. Of d•r to red.rr fur-If. I-Alectiveness reduced over time lation not known.Probable darn. until syste:n lads, are to subgrdde requiring costly - rnamoenance. C-IL Requiring ort.cunstructuxn Maiginally efleruve in increasing Maintenance of envirconnoontal Some administrative costs.Costs No.protect design and. Coity 1. Present practice esub. Require nunnQsun projects t.,mdntain a certain otudtrarlon.henefits to quality of quality,Including vegetation and carried primarily by developers construction. Cities joshed by ca linty and city of pervious sssslairs petceni Of Ohl•land w be per- receiving waters questionable, wildfire.Visual quality benefits. and property owners.Some reduc- regulations for maximum" for new cfimsllsn'tion. vinous. Sopor reduction In energv use for tion in costs of air conditioning. allowable lot coverage,except air conditions.No known adverse Enhances property values and pride in some commercial districts. rnvoronmenwl impacts. its community. C l Is lose til rflinenl tolLige and ps0 - May he counter productive,Rough No known adverse incpacts. Unwarranted restriction on aagri• Yes.A land management practice. RCD with cooperation of land Not recommended. Farmers ralely,lil)nMre land area Use efficient tillage uq;joractic.%for agficultural tilled land is often more permeable cultural practices. Owner. than nreded, and plowing pia;titra aitrds w nnnuutre areas obs- Ilan level bare sud. for agricultural divas, lumtsed lbef by reducing runofl and soil r/fiLinnn. 16 1lafiflcalswn of lard drainage to henelits to quality of receiving Damages to natural environment. Cost depends on scale of effort. No.Construction project. No existing local authorities. Not recommended. lodiry drainage basin, redme ite Iluw and to cf..rwFe waters highly ghst'sfionable. As stated would be unduly costly. Federal and State Water - tbe routing of runoll. Illegal-arlects water rights. projects? .17 Modify the.'rafter to howl the Ohs control measure will be considered by AhAG and not by the local agencies.-------------------- -- lodily weather, Amount of lirenpitamon lalbrq Din all area. Group D-mcisores to Treat and Store Ruoof1 These meaysxes are prhmdrily designed to treat sluff drreellr or&torr flows for later treatment. They are mostly high capital intensive structural solutions.It slwuld .A relationship tsctueen surlace runoff be emphasized that Ueve measures well only tar considered at a reconnaissance level in preparing the county surface runoff management plan. Reconnaissance level - and damages to beneficial uses of means that Uwe imestlyatron would be linmtcd to life fallowing: - - - file oil-shore receiving waters has rot been established such that con. -A brief oescirpfion of ite control oeasoxe lrxbudung Ue type of proposed facilities and Ireaunent process and the capacity and rnethad of operation struction of costly facilities is of the facilities. warranted. Smaller scale projects 'A map of tie o:-uoW stowing tate k/atlrxr of mage prmar W suirable for protection ofoi used facilities, lakes and reservoirs which ds not favi the flushing and dilution brnelits 'An estimation of capital and eperatral arta maintenance cosh based an cost curves provided by APAG. of Bifid and tree-flowing waters. Control Other Cost Ellectiveress Rest Implementing .\leastxr Drwrvplwrr Effectiveness Environmental impacts A Sacral Impacts Management Practice Agencies. Recornmendahons Cumnmrnts earstruruon of Lege catch floe hr c,wmter productive.Sed[. Nn known significant adverse Not believed to be cost effective. Vo County Not recommended. Ali annual supply of salt locate sear- Trap sediment and basins to top s ahilif is carried b% meats are reported to benefit environmental imparts. Nu known social impacts. Cities mrnls Is reported to benefit solids by use, n1 catch flu•spirit•aten, certain receiving waters.A size- RCD(with cooperation from Suisun(Sar from(Wisin Plan). The basin. able a•mcvunt wlties flit near file landawoers) largest share of se•dllnlenl&In the inu,ith of the neck any%av,and county's oflslnnr oilers rimes from antes not reach of ..rnj waters, Other solids may ddamage bene- flat.Delta and open space areas. ficial roses. Catch basins would trip to trap these in lx ban area. D-2 Upwream t+nprnyrent of runoff It a"first flush*phenomena Possible damages to the natural Not believed to be cost effected. No. County 1. Existing practice to a limited ImparmW ruroll In to modlly dr feak few, rxsits,this measure could be environment. No known social impacts.Some Cities-possible but rarely extent as an alternotive to upsirealn chasshets. - counter productive in that it taking of property required. channelizaiiort. ccwlld redu(e•ddutias during the 2. Not recommended lot water critical first lour or two of storon runoff. quality pnposes. D-) Calsiruct.w.41.t�rvegrolxW or Elfenrverwss depends on location No known adverse environmental Costly.Not warranted.No known No. County. 1. On-line-not recommended. C'mrshur t,, a.„ aideryrouW slazte lecihlits with regard w watershed charar- impacts.Would have to be evalu- significant social impacts.Some - - 1. 011-Ione-cla mg practice til-ten vs int ludalg fn•.ns arret taroks and over ferneries,and ulletter or rot harm aced an a project basis. taking of property. to some extent as an atterna• surd interceptors to which lie is being caused to beneficial uses. live Id extent zatiat, Not stuns water file can be diverted rive 10 hdW fur water t 4"released alter the peak quality storm flow. purposes. . D-4 Ilse esistong r.paruy of storm Costs not warranted. No. r cminty - Not recommended. Use existing caia n r ewer stotdgr al Ito.:It MAY - Cities •ol.aloriin&ewp1,%1, require use til rem:,tr sewenng storage of Ilaw1. aoW cungniter-d redid control sysirm tout prooldr crmtral- &zed contrail of rrg.dalor J,W .. pumping state.-A o0 tink lntercephon sew res sit uptim- ilr storage. D-> Cofrstran(suri of tiratement unit • Costs not warranted No. County Not trcununrndrd. Suitable for 210 project dai esign coil- Construct trewtinrnt princesses.S..elvrrut processes - facilities, call be added —i-sling sideration.ng Sewage Treatment District facilities of[,mina:led as new facilities fur storm wase(. j 6 Ilse of avdi"le caj)anty at Costs flat warranted: County Not Recommended. Source wastewater treatment V cnpacuy of existing trralrnrtd plants tai- - . Gies - Strums air plwateraimed Id provide tits. treatment wannve p,Kf.*lis Iflom4iw storm Sewage Treatment Districts rapacity to [real wet weather nu. oaten. beef•rneas,in would infiltration into sewers. require flow r+ftlh[atiwn arid sturagr. j 7 Pfevrntui of direct disclarge Costs clot warranted. No Canty Not recommended. large ven[direct din• of storm water Onto receiving Cities of orwaters by roub^g of merited or RCD I wale(into feceiving r/nrealed storm%diets to arti waters. facial lakes,or irrigation ponds. c. Proper disposal of oil and grease, paint, animal wastes, and toxic or hazardous substances. D. SUMMARY OF CONTROL MEASURES This summary check list of recommended measures is for convenience. Understanding the proposed control measures requires reading the text and Figure VI-B. 1. Existing programs and practices in which further consideration of water quality can be incorporated: a. Environmental Impact Reports b. Guidelines for public plans and programs c. Guidelines for public and private construction projects d. Guidelines for land management in the post-construction period e. Guidelines for the development of new ordinances and regulations f. Cooperation and encouragement for open space land management practices. Z. Other measures included in the plan: a. A regional public education program b. The continuing planning process, Section VII, to aid jurisdictions to prepare water quality wording for adoption, will enable the County to proceed speedily to begin the recommended measures c. Monitoring. This measure depends on funding from other than local sources. 3. Additional measures appropriate for future consideration on a project, or site basis, from the ABAG list, Figure VI-B: a. Control use of lots and streets b. Control dumping, littering and livestock wastes c. Control direct discharge of pollutants d. New septic system design and construction techniques e. Rechannel runoff to prevent flow over critical areas f. Regrade disturbed areas g. Revegetation of bare slopes h. Stabilize stream channels E. IMPLEMENTATION The costs of the continuing planning activities will be shared by the participating agencies, primarily in contributions of staff time. Additional costs for preparation of materials and report preparation will fall on the County Lead Agency. Each authority will be responsible for participation in appropriate parts of the planning program. The governing bodies including the Board of Supervisors, VI-3 01340 1 'AO 0 I r City Councils, and Governing Boards of independent distric responsible - for adoption of appropriate language' in EIR and ro r m— guidelines. Inter-county cooperation and annus! report preparation will gam responsibility of the Lead Agency. be the . .'. . t fi r ; l C . ..., t ., .: _ . �... ... _. ....'.. Y <. - ....�� v: ..' :' :y , ! t 1 .:_ - H r t'1 �' N3 - .,1�. - T + r� VII. THE CONTINUING PLANNING PROCESS (an EPA requirement and County objective) The continuing planning process to meet water quality goals, mitigate specific local water quality problems, and institute good housekeeping and land management programs requires a cooperative- effort among a number of County and city departments, service areas, and special districts. The County should remain the Lead Agency for coordination, to prepare the annual report, and work with other Bay Area counties, and conduct the required public participation. The Planning Department is accustomed to doing this type of work and will be the Lead Agency. Tasks appropriate initial activities are listed below. Not all of these can be completely implemented between August 31, 1977 and August 31, 1978. However, all items should be able to be completed by August 31, 1979. The required annual report will describe progress outline implementation program. Items 9 and 10 require action by other agencies before they can be initiated in the county. 1. Formation of a County Task Force under the Lead Agency. 2. Formation of a Public Participation Committee including the three publics specified by EPA. 3. Aid in preparing concepts and materials for the regional public education program. 4. Aid Cities, Special Districts and County to prepare wording to be incorporated into EIR requirements. 5. Aid Cities, Special Districts and County in identification of areas where water quality is a particular concern in project review. 6. Aid Cities, Special Districts and County to prepare project guidelines for the construction and post-construction periods. 7. Work with Soil Conservation Service, Resource Conservation District (RCD) and landowners to undertake land management practices, including revegeta- tion of exposed soil. 8. Cooperate with Cities and Districts in efforts to mitigate local water quality problems. 9. Precisely identify locations :which should be monitored and contract to monitor during this period. 10. Cooperate fully with federal and state agencies in monitoring the offshore waters. For example, County monitoring stations and off-shore monitoring stations can be located so they will, together, provide the data needed to identify any pollution "hot spots" which are suspected to occur here. VII-1 01� e i PHASING SURFACE RUNOFF MANAGEMENT PLAN IMPLEMENTATION ACTIVITIES The punning concept, as approved by a consensus of County 208 staff from the Bay Area includes a detailed initial program for the period August 31, 1977 through June 30, 1979. A general direction for the future four years to June 30, 1983 is needed and will be prepared during the initial two year period. By this means the many jurisdictions involved can be apprised of possible future needs for their own planning process, and can make a commitment to participate in the specific short term activities of each annual program. Plan.administration and enforcement will include the following steps: A. The initial two year planning period 1. All implementation will be under the authority of appropriate local government agencies; 2. Through the County Lead Agency means will be developed to implement the interjurisdictional relationships necessary to carry out the plan; 3. Progress may be monitored by the Regional Water Quality Control Board at their discretion; 4. The Board of Supervisors will transmit the annual reports to EPA or its designated authority with copies to the cities and interested groups. The phasing concept described above is compatible with the EPA requirement for a continuing planning process, which includes an annual report from the County to EPA, or to the agency with EPA's delegated authority. VH-2 0130 In the Board of Supervisors of Contra Costa County, State of California September 27, , 1977 , . In the Matter of Making a Determination of Utility Easement Rights for Various Subdivisions IT IS BY THE BOARD ORDERED that a determination is made that .the .division and development of the properties in the manner set forth on the parcel maps for the following subdivisions will not unreasonably interfere with the free and complete exercise of the public utility rights of way or easements: SUBDIVISION AREA OWNER MS 59-77 Lafayette Calvary Baptist Church 3201 Stanley Blvd Lafayette, CA 94549 MS 73-77 Oakley Frank Beede, etal 106 E. 6th ,Street Antioch, CA 94509 V.S 53-77; Orinda John W. Rouse 12 Dolores Way Orinda, CA 94563 .PASSED BY THE BOARD on September 27, 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 offixed this 27 thdoy of_ September 19 77 ,Originating Department: Public Works J. R. OLSSON, Clerk Lard Development Division gY,49;def, tl '_ I -I.;;.L,4 11911 Deputy Clerk cc: Public Works LD Sandra L. Nielson- (above owner list) pH - 24 ;/7h ISm V1ogI i BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA Re. Pursuant to Section,22507 of the ) TRAFFIC R-ESOLUTION. NO . 23fiR PKG CVC, Declaring a Parking Zone on } ELENA DRIVE (4057C) . Dater SEP 27 1977 Walnut Creek Area. (Supe. Dist. IV__- Walnut Creek ) The Contra Costa County Board of Supervisors RESOLVES THAT: On the basis of a traffic and engineering survey and recommenda- tions thereon by the County Public Works Department 's Traffic Engineering Division , and pursuant to County Ordinance Code Sections 46-2 .002 - 46-2 .012 , the following traffic regulation is established (and other action taken as indicated) : Pursuant to Section 22507 of the California Vehicle Code, parking is hereby declared to be prohibited between the hours of 7:00 a.m. to 9:00 a.m. (Saturdays, Sundays and holidays excepted) on the east side of ELENA DRIVE (#4057C) Walnut Creek beginning at a point 46 feet north of the center line of - Las Juntas Way and extending northerly a distance of 865 feet. Ado P tedby the Board on SEP 2-7 1977 Sheriff California Highway Patrol T-14 01rq 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 SPptemher 27. , 19 77 In the Matter of Approving and Authorizing Payment for Property Acquisition .Pine Creek, Concord Area Work Order 8692-7520 IT IS BY THE BOARD ORDERED that the following settlement and Right-of-Way Contract is APPROVED and the Public Works Director is AUTHORIZED to execute said contract on behalf of the District: Reference Grantor Contract Date Payee & Escrow No. Amount Pine Creek Michael W. Erb September 14, 1977 Western Title $40,000.00 Insurance Company Escrow #M-310555-LC 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 County Clerk is DIRECTED to accept a deed from above-named Grantor for the Contra Costa County Flood Control District. PASSED by the Board on September 27, 1977. I hereby certify that the foregoing is ca 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 27t1}lay of September _ 19 77 cc: County Auditor-Controller Flood Control District J. R. OLSSON, Clerk Grantor (via Real Property) County Recorder By _ Deputy Clerk Sandra L. Iiia? on H .24 3/76 ism 346 1 I BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA- Re:' ALIFORNIA Re: } Pursuant to Section 22507 of the TRAFFIC RESOLUTION NO . 2371 - PKG CVC, Declaring a Parking Zone on ELENA COURT (4057D) . Date: SEP 2 7 1977 Walnut Creek Area. (Supv. Dist. IV - Walnut Creek } The Contra Costa County Board of Supervisors RESOLVES THAT: On the basis of a traffic and engineering survey and recommenda- tions thereon by the County Public Works Department 's Traffic Engineering Division, and pursuant to County Ordinance Code Sections 46-2 .002. - 46-2 .012 , the fol 1 oti,►i ng traffic regulation is established (and other action taken as indicated) : Pursuant to Section 22507 of the California Vehicle Code, parking is hereby declared to be prohibited between the hours of 7:00 a.m. to 9:00 a.m. (Saturdays, Sundays and holidays excepted) on the south side of ELENA COURT (#4057D) Walnut Creek beginning at a point 40 feet west of the center line of Elena Drive and extending westerly a distance of 475 feet. Adopt d Uy the Board.on. �EP. ......977 .. Sheriff Cal i forni a Highway Patrol T-14 ODA BOARD OF SUPERVISORS CONTRA COSTA 000NW CALIFORNIA Re ) Pursuant to Section 22507 of the TRAFFIC RESOLUTION N0 . 2370 - PKG CVC, Declaring a Parking Zone on ELENA COURT (4057D) Date: SEP 2 7 1977 Walnut Creek Area. :, (Supe . Dist. IV - Walnut Creek ) The Contra Costa County Board of Supervisors RESOLVES THAT: On the basis of a .traffic and engineering survey and recommenda- tions thereon by the County Public Works Department 's Traffic Engineering Division , and pursuant to County Ordinance Code Sections 46-2 .002. - 46-2 .012 , the following traffic regulation is established (and other action taken as indicated) : Pursuant to Section 22507 of the California Vehicle Code, parking is hereby declared to be prohibited between the hours of 7:00 a.m. to 9:00 a.m. (Saturdays, Sundays and holidays excepted) on the north side of ELENA COURT (#4057D) Walnut Creek beginning at a point 40- feet west of the center line of Elena Drive and extending westerly a distance of 475 feet. SEP 2-7 1971 Adopted by the Board on. - •-••-•••• Sheriff California Highway Patrol T-14 �13�8 OAR,n OFSUP EIn'IV'IS0RS CONTRA COSTA COUNTY, CALIFORNIA Re: ) _Pursuant to Section 22507 of the ) TRAFFIC RESOLUTION NO . 2369 - PKG CVC, Declaring a Parking Zone on ) ELENA DRIV€ (4057C) Date: SEP 2 7 1977 Walnut Creek Area. (Supv. Dist. IV - Walnut Creek } The Contra Costa County Board of Supervisors RESOLVES THAT: On the basis of a traffic and engineering survey and recommenda- tions thereon by the County Public Works Department 's Traffic Engineering Division , and pursuant to County Ordinance Code Sections 46-2 .002. - 46-2. 012 , the following traffic regulation is established (and other action taken as indicated) : Pursuant to Section 22507 of the California Vehicle Code, parking is .hereby declared to be prohibited between the hours of 7:00 a.m. to 9:00 a.m. (Saturdays, Sundays and holidays excepted) on the west side of ELENA DRIVE (u4057C) Walnut Creek beginning at a point 46- feet north of the center line of Las Juntas Way and extending northerly a distance of 865 feet. Adopted�y thQ Board on. .SEP.2 7 1977 ...... . ... . - l Sheriff California Highway Patrol . T-14 -01349 B30ARD OF SUPERVISORS; CONTRA COSTA COUNTY, CALIFORNIA Re: Pursuant to Section 22507 of ) the CVC, Declaring a Parking Zone ) TRAFFIC RESOLUTION NO . 237q - PKG on CREST AVENUE (#4147H) ) SEP 2 7 1977 Walnut Creek Area. . Date: (Supe. Dist. III - Walnut Creek ) The Contra Costa County Board of Supervisors RESOLVES THAT: On the basis of a traffic and engineering survey and recommenda- tions thereon by the County Public Works Department ' s Traffic Engineering Division , and pursuant to County Ordinance Code Sections 46-2 .002 - 46-2.012 , the following traffic regulation is established (and other action taken as indicated) : Pursuant to Section 22507 of the California Vehicle Code, parking is hereby declared to be prohibited at all times on the north side of CREST AVENUE 04147H) Walnut Creek beginning at a point 51 feet west of the center line of South Main Street and extending westerly a distance of 286 feet. SEP 2 7 1977 Adopted by the 600id Jt a Sheriff Cal ifornia Highway Patrol T-14 01350 r BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA Re: Pursuant to Section 21101 (b) ) of the CVC, Declaring BROADMOOR ) TRAFFIC RESOLUTION NO .' . 2378-4 Wa-Y STP DR.05503) and BELLE MEADE DR. ) (#5305J), a Four-Way Stop Inter Date: SEP 2 7 1977 section. San Ramon Area (S u p v. Dist. V - San Ramon ) The Contra Costa County Board of Supervisors RESOLVES THAT: On the basis of a traffic and engineering survey and recommenda- tions thereon by -the County Public Works Department 's Traffic Engineering Division , and pursuant to County Ordinance Code Sections 46-2 .002 - 46-2. 012 , the following traffic regulation is established (and other action taken as indicated) : Pursuant to Section 21101 (b) of the California Vehicle Code, the southerly intersection of BROADMOOR DR. 05503) and BELLE MEADE DR. (#5305J), San Ramon, is hereby declared to be a four-way stop intersection and all vehicles shall stop before entering or crossing said intersection. Adopted:sy the Board on...S 2A.,7 197,7 Sheri f California Highway Patrol 4M T-14 01351 , BOARD OF SUPERVISORS, CONTRA COSTA COUNTY. CALIFORNIA Re: 2377 2377 - STP Pursuant to Section 22101 (b) of the) TRAFFIC RESOLUTION NO - CVC, CVC, Declaring a Stop Intersection ) on BROADMOOR DRIVE (#5503) and Date' SEP 9. 7 1977 NORTHLAND AVENUE (53050 San Ramon Area. (Supe . Dist. V The Contra Costa County Board of Supervisors RESOLVES THAT: On the basis of a traffic and engineering survey n dsrTraffinda - tions thereon by the County Public Works Dep Engineering Division , and pursuant to County Ordinance Code Sections 46-2 .002 - 46-2 .012 , the fol 1 owi ng traffic regulation is established (an-d other action taken as indicated) : Pursuant to Section 22101 (b) of the OOR DRIVE (�5503)nia andUehicle NORTHLANDae, ection of BROADM - the inters hereby declared to be a three- AVENUE (#5305Q) San Ramon is way stop intersection and all vehicles shall stop before entering or crossing said intersection. Adopted by the Board on....... .EP..,-Z. `�1ZZ—.-.. Sheriff California Highway Patrol 01352 T-14 .BOARD OF SUPERVISORS, CONTRA COSTA COUNTY,, CALIFORNIA Re: Pursuant to Section 21356 anO 21803 of the CVC, Declaring a Yield TRAFFIC RESOLUTION NO . 2375 - YLD Intersection on GLEN HAVEN AVENUE } (#4147E), Walnut Creek Area. Date: SEP 2 7 1977 (Supv. Dist. III - Walnut Creek ) The Contra Costa County Board of Supervisors RESOLVES THAT: On the basis of .a . traffic and engineering survey and recommenda- tions thereon by the County Public Works Department 's Traffic Engineering Division , and pursuant to County Ordinance Code Sections 46-2 .002. - 46-2.012 , the fol 1 owi ng traffic regulation is established (and other action taken as indicated) : Pursuant to Section 21356 and 21803 of the California Vehicle Code, all vehicles traveling on GLEN HAVEN AVENUE (n4147E), Walnut Creek, shall yield the right of way to traffic on Castle Hill Road. 7-1977 Adopted by the Board on SE_ P2..l .........» Sheriff California Highway Patrol 4M T-14 1 BOARD ,OF SUPERVISORS, CONTRA COSTA COUNTY; CALIFORNIA ' Re: Pursuant to Section 21356 and ) 21803 of the CVC, Declaring a Yield) TRAFFIC RESOLUTION NO . 2374 Intersection on GLEN VIEW DRIVE ) (#4147D), Walnut Creek Area Date: SEP 2 7 1977 (Supv. Dist. _III - Walnut Creek ) The Contra Costa County Board of Supervisors RESOLVES THAT: On the basis of 'a * traffic and engineering survey and recommenda- tions thereon by the County Public Works Department 's Traffic Engineering Division , and pursuant to County Ordinance Code Sections 46-2.002. - 46-2 . 012 , the following traffic regulation is established (and other action taken as indicated) : Pursuant to Section 21356 and 21803 of the California Vehicle Code, all vehicles traveling southerly on GLEN VIEW DRIVE (#4147D), Walnut Creek, shall yield the right of way to traffic on Castle Hill Road. Adopted:)y the Board on..SEP 2 7 1977_ . r..._ .......... Sheriff California Highway Patrol T-14 41�� BOARD OF SUPERVISORS, CONTRA - COSTA, CALIFORNIA Re: Pursuant to Section 22507 of the ) CVC, Declaring a Parking Zone on ) TRAFFIC RESOLUTION NO . JUANA COURT (#4057AF) 2373 - PKG Walnut Creek Area. Date: SEP 2 7 1977 (Supv. Dist, IV - Walnut Creek .. The Contra Costa County Board of Supervisors ) On the basis of .a . traffic and engineer' RESOLVES THAT: tions thereon by the County Public Works survey and recommenda- n Engineering Division , and s Department 's Traffic Sections 46-2'.002 _ Pursuant to County Ordinance Code is established 46-2' 012 , the following traffic regulat ' (and other action taken as indicated) : 70n Pursuant to Section 22507 of the California Vehicle parking is hereby declared to be prohibited between theme hours of 7:00 a.m. to 9:00 a.m. (Saturdays, Sundays and holidaysexcepted) on the North side of JUANA COURT (#4057AF nu Creek beginning at a point 41 feet west of thecenter Elena Drive and extending wester ) 4line Jalnut _ nce of465feet. of westerly a distance Adopted by the Board on. S E P.1_71977 4-0 Sheriff California Highway Patrol T-14 U1�5� BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA Re: ) Pursuant to Section 22507 of the ) TRAFFIC RESOLUTION NO . 2372 - PKG, CVC, Declaring a Parking Zone on ) SEP 2 7 1977 JUANA COURT (#4057AF) Date: Walnut Creek Area. (Supe . Dist. IV - Walnut Creek ) The Contra Costa County Board of Supervisors RESOLVES THAT: On the basis of, a traffic and engineering survey and recommenda- tions thereon by the County Public Works Department 's Traffic Engineering Division , and pursuant to County Ordinance Code Sections 46-2 .002 - 46-2.012 , the following .traffic regulation is established (and other action taken as indicated) : Pursuant to Section 22507 of the California Vehicle Code parking is hereby declared to be prohibited between the hours of 7:00 a.m. to 9:00 a.m. (Saturdays, Sundays and holidays excepted) on the south side of JUANA COURT (#4057AF) Walnut Creek- beginning at a point 41 feet west of the center line of Elena Drive and extending westerly a distance of 465 feet. Adopted'ay the Board on...SE R.2.7._12I....._..: Sheriff California Highway Patrol - T-14 ) 015 0 BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA Re: ) Pursuant to Section 22101 (b) of ) TRAFFIC RESOLUTION N0 . 2376 - STP the CVC, Declaring a Stop Inter- ) section at BROADMOOR DRIVE (#5503) Date: SEP 2 7 1977 and WESTCHESTER DRIVE (#5205AT) San Ramon Area. (Supv. Dist. V ) The Contra Costa County Board of Supervisors RESOLVES THAT: On the basis of a traffic and engineering survey and recommenda- tions thereon by the County Public Works Department 's Traffic Engineering Division , and pursuant to County Ordinance Code Sections 46-2 .002 - 46-2.012 , the follotving traffic regulation is established (and other action- taken as indicated) : Pursuant to Section 22101 (b) of the California Vehicle Code, the intersection of BROADMOOR DRIVE (#5503) and WESTCHESTER DRIVE (#5205AT) , San Ramon, is hereby declared to be a three-way stop intersection and all vehicles shall stop before entering or crossing said intersection. Adopted by the Board on----SEP..17..MI......... 41 Sheriff California Highway Patrol T-14 1 In the Board of Supervisors Of Contra Costa County, State of California September 27. , 19 77 , In the platter of Authorizing Acceptance of Instruments IT IS BY THE BOARD ORDERED that the following instruments are accepted: INSTRIMENT DATE GRANTOR REFERENCE 1. Corporation Grant 9/6/7.7 Architectural D.P. 3004-77' Deed Glass and Aluminum Co,, Inc " a Calif. Corp U S] 0 .0 U Sa D:. K PASSED BY THE BOARD on September 27, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of . Supervisors affixed this 27 day of_ September 19 77 Originating Department: Public 'Works Land Development Division J. R. OLSSON, Clerk By Deputy Clerk cc: Recorder (via P.W.) Sandra Z,. Ni1 s o n Public Works Director Director of Planning H -23 i/;G ism In the Board of Supervisors of Contra Costa County, State of California September 27 1977 In the Matter of Approval of City-County Thoroughfare Project Priority for 1977-1979. The Public Works Director having reported that the City-County Thoroughfare Project Priorities List for 1977-1979 as recommended by the City-County Engineering Advisory Committee was approved by the Contra Costa County Transportation Advisory Committee and the Contra Costa County Mayors Conference; and, The Public Works Director having recommended the approval of said list. IT IS BY THE BOARD ORDERED that the City-County Thoroughfare Project Priority List for 1977-1979 be APPROVED. PASSED by the Board on September 27, 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 Orig. Department: Transportation Supervisors Planning offixed this 27th day of_ September 19 77 cc : Public Works Director County Auditor-Controller J. R. OLSSON, Clerk County Administrator By J � � Deputy Clerk P Jos ph 01359 H 24 3/76 15in t w R E C O M M E N D E: D ` C 1 T Y. C O U N T Y T H O R 0 U G H F A R ,E P R O J E C T P R I O R f T I :E S 1977 1979 r; , t CONTRA COSTA COU I FORN I A , t 4[. 1 1 t • rEP.:��—677 Prepare Submitted ev: d and Sub Priorities SubcOr: ittee: Lafayette (Chairman) �. F, o�s�or� Peter Sara , Pub I i c 1•l��rks Consultant.I tanfi, c��Rh BOARD OF SUPERVISORS Royer LatGnaw, Director of Public Works, Richmond k Associa to Civil Engineer, County Dud i a , •••••CQiJiRA Torn. pc, ,,. Jim See, Director of Public Works, Pleas Hill nu Marc Goto, City Engineer,. ofePlanning, Richmond Milton Nicholas, As Arnold Jonas, Chief, Environmental Assessment, County Microfilmed with 6aard r�rc7or REVISED 9/20/77 r CITY-COUNTY THOROUGHFARE PROJECT PRIORITIES 1977-1979 LENGTH FUNDS (THOUSAND DOLLARS) PROJECT DESCRiPTICIN JURISDICTION (MILES) CITY THORO TOTAL REMARKS 1 . SAN PABLO AVE AT CHURCH LAI.E San Pablo - 162 58* 287 *Partially Funded for $67,000 Widen, signalize 6 SafEry Lighting on. 1976-78 Priorities List 2. u MAIN STREET ld I DEN I NG AT CONTRA COSTA CANAL Walnut Creek 30 46* 144 *Partially Funded for $68,000 Widen to 4 lanes, Extend Existing Culvert on 1976-78 Priorities List (Corrected 9/20/77) 3. WILLOW PASS ROAD, 1-6SO TO SUN VALLEY ENTRANCE Concord 0. 15 49 246 295 Add one lane Westbound 4. YGNACIO VALLEY ROAD AT BANCROFT ROAD Walnut Creek 23 88 111 . Add left turn lane, widen, & modify signals 5. SOLANO WAY, OLIVERA RD TO N. FRONTAGE RD, Concord 0.20. 41* 157 196 *Includes $9,000 from County Widen to 4 lanes at Highway 4 6. W I t!OW PASS ROAD 1-680 TO MARKET ST,, Concord. 0.50 121 208 329 Add one lane Eastbound 7. BUSK I RK AVE GERALD I NE TO MAYHEW Peasant H( l i 0.54 279 84 363 Widen to 4 lanes. 8. OAK PARK BLVD) AT CONTRA COSTA CANAL . Pleasant Hill 0.04 3 52 55 Widen Bridge to 40 feet 9. EAST 18TH STREET. "A" STREET TO CAVALLO RD, Antioch 0.49 330 88 418 Widen to 4 lanes C$O. CASTRO, STREET, STANDARD AVE. TO 7TH ST, Richmond 1 .80 1 ,562 250 1 ,812 Widen to 4 lanes I . OAK PARK'BLVD. HOOK TO ECCLESTON Pleasant Hill 0.29 350 1.38 498 Widen to 4 lanes ..12. RA I LROAD AVE AT CONTRA COSTA CANAL Pittsburg 0.02 4 19 23 Widen Bridge LENGTH FUNDS (THOUSAND DOLLARS) PROJECT DESCRIPTION JURISDICTION (MILES) CITY THORO TOTAL REVARKS 13. MT. D IABLO BLVD., AL AN-OR TO CAROL LN. Lafayette 0.56 961* 175 1 136 *I nc l udeG Rule 20 & Assess. Wide_ to 4 lanes with median left turns Dist. Funds 14 . ROAQ) 20-PARK BLVD. AT GIAPIT ROAD San Pablo - 248* 40 288 *Includes P.U.C. & F.A.U. Funds R.R. Xing Protection, traffic signals d channelization 15. VALLEY VIEW ROAD,_NORNINGSIDE TO COUNTY LINE Richmond 1 .80 55 88 143 Widen to 4 lanes 16. SAN. 'PABLO AVE. , BROADttAY TO RIVERS AVE. San Pablo 0:30 94* 120 214 *Includes Assess. Dist.. & Wider to 4 lanes with median left turns Redevelopment funds 17. BATT AVE. GARRARD BLVD. TO 6TH STREET Richmond 0.45 133 250 383 Wide. pvmt. to 4 lanes within exist. R/4l 18. OAK SARK ELVD. , PATTERSON TO 650' EAST Pleasant Hi 11 0. 14 10 20 30 Widen to 4 lanes 19. HARfzQR STREET 3RD ST. TO SANTE FE AVE, Pittsburg 0.50 162* 250 412` ' *Will incl . F.D.A. or C.O. 'Funds W i d-im to 4 lanes , 20. DETF)IT AVE, CLAYTON RD, TO MONUMENT BLVD. Concord 0:9 177 101 278,_ Add~ shoulders, bike Ianes & walks 21 . EAST LELAND AT LOVER IDGE ROAD Pittsburg 12 84 96 SigryzI ization 22. BUCIANAN AT LOVER IDGE ROAD Pittsburg 4 40 44 S i 901,411 zat i on 23. COt-lr?�A LORA BLVD. LONGVIEW TO PASO•CORTA Antioch 0.49 452* 149 601 *Includes participation of abutting Cons,�;ruct 4 lane road with median property owners k i IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF. CALIFORNIA SEP 2 7 1977 I9 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, contract extensions, and contract amendments 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, contract extensions, and contract amendments for the anticipated terms and effective dates and not to exceed the estimated contract amounts (payment limits) as follows: I. CONTRACTS ANTICIPATED MAXIMUM PROSPECTIVE COUNTY PROGRAM TERM/ EST. AMT. CONTRACTOR DEPARTMENT SERVICES EFF. DATE (FUNDING) 1. East County Medical Social Setting 10/1/77- $ 133,500 Detox Services/ Alcohol 6/30/78 Mental Detoxification Health V` 2. Home Healzh and He _h Nutrition 10/1/77- $ 4,783' Counseling, Inc. Project 1/28/78 Bus Services II. CONTRACT AMENDMENTS 1. Santa Clara County Manpower Add'l admin. Extend, term Add $1,000 Supt. of Schools (CETA services to to 11/14/77 (100% federal) (ir28-429-1) Title I) complete labor market study PASSED BY THE BOARD on S EP 2 7�1977 CERTIFIE0. COPY I certify tint th!r. in a ft-.11, true S: correct copy of Orig: Human Resources Agency the a wir,;t1 (:�,(::x.a :v drir is on fih in my office: n-W l L ; �� �: ru'o•);cd by Ei r onr(1 of Attn: Contracts & Grants Unit c;:(�n. r:^-! r: n cc: County Administrator :?ee (1 .r.c slvn.n. County Auditor-Controller r'Q'i' ` ev-olf-0 Clelk ;(1 Board of Supervisors, by Deputy County Auclitor-Controller SEP 2 7 1977 County Manpower Project ..w.. ....., tt�l - on Director County Health Dept. County Medical Services/ Mental Health EH:dg In the Board of Supervisors of Contra Costa County, State of California September 279 , 1977 In the Matter of Authorizing Acceptance of Instruments for Recording Only — IT IS BY THE BOARD ORDERED that the following Offers of Dedication are accepted for recording only: Instrument Date Grantor Reference O' 1. Offer of Dedication For Drainage Purposes 8/30/77 Marion McKeown, .etal Sub 4997 4 _ co O — . X PASSED BY THE .BOARD on Sep 27, 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 Nth day of _September i9 77 J. R. OLSSON, Clerk By Deputy Clerk Originating Department: Public Works Sanra L. N elson Land Developmenc Divfsfon d cc: Recorder (via P.W.) Public Works Director 01 H -2•t 3/76 ODirector of Planning In the Board of Supervisors of Conga Costa County, State of California SEP 27 1977 . 79 In the Matter of Contract #26-018-3 with Mt. Diablo Rehabilitation Center for the provision of patient services for County Medical Services The Board having authorized contract negotiations for the below specified contract, by its order dated June 28, 1977, IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute Contract #26-018-3 with Mt. Diablo Rehabilitation Center to provide diagnostic and treatment services for children and adults, a summer clinic for handicapped children, and audio- logy consultation services for County Medical Services for the term from July 1, 1977 through June 30, 1978, with a contract payment limit of $67,000, and under terms and conditions as more particularly set forth in said contract. PASSED BY THE BOARD on SEP 2 7 1977 -I hereby certify that the foregoing is a true and correct copy of on order entered on the minutes of said Board of Supervisors on the date aforesaid. Orig: Human Resources Agency Witness my hand and the Seal of the Board of At[n: Contracts & Grants Unit Supervisors cc: County Administrator affixed this day of 5�� 7 197 19 _ County Auditor-Controller County Medical Director � � '' J. R. OLSSON, Clerk Contractor 1' By � ,%�; ,\r.•�`C"•!.. Deputy Clerk A P.obbutie:rez / (;/C••4^..G-��`�`al�'y...�"�. CJJ,v��-.may E..i' ti J RJP:dg 0IN5 OWN! 11 -24 3176 15m k.or:tra Costa County Standard Form ' STANDARD CONTRACT (Purchase of Services) 1. Contract Identification. Number 2 6 ~ ll 1 � 3 Department: Medical Services Subject: a. Learning and diagnostic evaluation services for children; b. Treatment services for disabled children & adults; c. Audiology consultation services; and d. Summer clinic for handicapped children. 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: MT. DIABLO REHABILITATION CENTER Capacity: Nonprofit California corporation Address: 490 Golf Club Road, Pleasant Hill, California 94523 3. Term. The effective date of this Contract is July 1, 1977 and it ter-minates June 30, 1978 unless sooner terminated as provided herein. 4. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $ 67,000 5. County's Obligations. County shall make to the Contractor those payments described ia the Payment Provisions attached hereto which are incorporated herein by reference, - subject to all the terns and conditions contained or incorporated herein. 6. Contractor's Obligations. Contractor shall provide those services and carry out that work described in the Service Plan attached hereto which is incorporated herein by reference, subject to all the terms and conditions contained or incorporated herein. 7. General and Special Conditiuns. 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 eference. Not applicable 9. Leral Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and 31000; Welfare and Institutions Code Section 17000, et seq. ; Health and Safety Code Section 1440, et seq.; 42 LSCA §1395b-1(b) 10. i. azures. ese signatures attest the parties' agreement hereto: oUN COSTA C IA CONTRACTOR G-� 111Y W. N. B0,953ess g Chairman, Board o upervisors , (Designate official capacity in bus3.ness.-4 Attest: J. R. Olsson, County Clerk and affix corporation seal) State of California ) ( By County of Contra Costa ) ss. bre Gutierre Deputy ACKNOWLEDGEMENT (CC 1190.1) The person signing above for Contractor Recommended by Department known to me in those individual and business capacities, personally appeared before me today and acknowledged that he/ By they signed it and that the corporation Designee or partnership named above executed the within instrument pursuant to its bylaws or a resolution of its board of directors. Form Approved: County Counsel Dated: — s�. tel. 11'77 Deputy /Deputy CoLWty Clerk ROBERT J. PROCTOR M;cr0 b✓ ;aDEPUTY COUN7(f CLERK (A-4617 REV 6/75) � d ort(er Contra County, California PAYMENT PROVISIONS (Fee Basis Contract) (n� Q ss�� Number 6 " V 1 8 — t3 1. Payment Amounts. Subject to the Payment Limit of this Contract and subject to the following Payment Provisions, County will pay Contractor the following fees: a. For provision of Learning and Diagnostic Evaluation Services as specified in the Service Plan: (1) $225 per child for the Learning Evaluation. (2) $500 per child for the Comprehensive Diagnostic Evaluation. b. For provision of Treatment Services for Disabled Children and -Adults as specified in the Service Plan: (1) $30 per hour per person for individual treatment. (2) $10 per hour per person for group treatment. c. For provision of Audiology Consultation Services as specified in _the Service Plan: (1) $50 for each 3-hour consultation session. d. For provision of the Summer Clinic For Handicapped Children as specified in the Service Plan: (1) $285 per child for the full 7-week clinic session. The actual fee amounts which County shall pay to Contractor for services rendered to each patient may be less than the above total fee amounts and shall be determined by the eligibility formula specified in Paragraph 2. (Eligibility and Amount) below. 2. Eligibility and Amount. County shall select and refer eligible patients (children or adults) to Contractor for those services specified in the Service Plan. County shall determine patient eligibility and the amount to be paid by the County to Contractor for each patient in accordance with the following eligibility formula: the amount for which each patient (or the party having legal responsibility for the patient) is personally liable for payment (i.e., patient's liability or share of cost), as prescribed -by the standards for determining liability, income and property set forth in the County's Medical Care Eligibility Policy (Board Resolution No. 75/764, as revised or amended), shall be subtracted from the above total fee amount payable for the applicable services rendered to each patient during the month; and County shall pay the remaining amount to Contractor, but not to exceed the above total fee amounts. Contractor shall have sole responsibility for collecting the non- County portion of the fees (i.e., the patient 's liability or share of cost) from the patient or the liable party having legal responsibility for the patient. 3. Payment Demands. Contractor shall submit written demands monthly for pay- ment 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 Paragraphs 1. (Payment Amounts) and 2. (Eligibility and Amount) above. Each such demand shall set forth the names of all patients for whom payment is claimed, the dates the services were rendered, and the payment amount claimed for each patient in accordance with the eligibility formula specified above. 4. 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. 5. 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 property any of its obligations under this Contract. • I i s: 01001 ontractor County Dept. t. SERVICE PLAN {� Plumber ke K) ' V 18 V 3 1. Services. Contractor shall provide services tinder this Contract as follows: a. Learning and Diagnostic Evaluation Services for Children. Contractor shall provide learning and diagnostic evaluation services for children as follows: (1) Learning Evaluation. Contractor shall provide a learning evaluation service for County-referred children having learning problems. Said evaluation service shall be conducted by an educational therapist in consultation with Contractor's physician, clinical psychologist, and/or the head of Contractor's Psycho-Educational Department. The learning evaluation shall include applicable diagnostic, learning, and aptitude testing and the participation of other members of Contractor's clinical staff as appropriate. Contractor shall provide County with a written evaluation report which will give a diagnosis of each child's learning problems and a recommenda- tion for remedial education and treatment activities. This evaluation report shall be approved (signed or initialed) by the head of Contractor's Psycho-Educational Department (or her designee when she is not available) prior to submission of said report to County. (2) Comprehensive Diagnostic Evaluation. Contractor shall provide a comprehensive diagnostic evaluation service for County_referred children having neurological, psychological, and/or social impairments which prevent adequate adjustment and functioning in home, community and school activities. Said evalu— ation service shall be conducted by a diagnostic team which will include Contractor's physician, clinical psychologist, and educational therapist, and, as appropriate, Contractor's social worker, audiologist, and/or other professional personnel, as determined by Contractor to meet the needs of each child. The diagnostic team shall collectively diagnose each child's impairments, evaluate him and his physical, and social environment, and provide County with a written treatment plan which will give a comprehensive diagnosis covering medical, social, psychological, and educa- tional factors and a recommendation for treatment which will aid the child, his family, County's helping agencies, and professional community and school personnel in improving the child's adjustment and functioning. This treatment plan shall be approved (signed or initialed) by the head of Contractor's Psycho-Educational Department (or her designee when she is not available) prior to submission of said plan to County. During the 12-month term of this Contract, Contractor shall provide these learning and diagnostic evaluation services for approximately 40 children. However, more . children may be served, if there are collections by Contractor of payment liabilities from patients (i.e. , non-County portion of fees) resulting from the financial eligibility determinations for served children which are sufficient to allow the serving of additional eligible children within the Contract Payment Limit. b. Treatment Services for Disabled Children and Adults. Contractor shall provide individual or group treatment services as follows: (1) Developmental Treatment Services for Children. Contractor shall provide developmental treatment services for handicapped children referred by County. Said services shall consist of a diagnostic and treatment program which includes certain audiological services, occupational therapy, physical therapy, psychological/educational services, and speech therapy as may be selected for individualized treatment plans developed for each child from the following individual or group treatment services: (a) Audiological Services (d) Psychological/Educational Services Evaluation Tutoring Special Testing Clinics (group treatment only) Ear Molds Perceptual Motor (group treatment only) Psychological Testing/Evaluation (b) Occupational Therapy Medical Evaluation . Evaluation Treatment (e) Speech Therapy Evaluation (c) Physical Therapy Treatment Evaluation Treatment Pool Therapy 0101D ' ' s: ontractor County Dept. a p SERVICE PLAN Number 2 6 — 0 1 8 - 3 Individual and/or group treatment services will generally be provided twice weekly with sessions varying from one-half hour to one hour, depending on the tolerance of the child, for periods up to 40 weeks in duration. Re-evaluations of progress and recommendations for continuation of treatment will generally be made at 10-15 ween intervals. During the 12-month term of this Contract, Contractor shall provide approximately 480 patient-hours of treatment each quarter. (2) Special Treatment Services for Adults. Contractor shall provide, special treatment services for handicapped adults referred by County. Said services shall consist of a diagnostic and treatment program which includes certain audio- logical services, occupational therapy, physical therapy, psychological/educational services, and speech therapy [as outlined in (a) through (e) above] and other supportive services including vocational and independent living counseling, as may be selected for individualized treatment plans which shall be developed to meet the rehabilitation goals established with the patient and his physician. Such rehabilitation goals include, but are not limited to, the following: (a) Improved physical functioning to increase joint motion, muscle strength, and coordination. (b) Identification and development of self-help activities including dressing, eating, writing, and participation in meaningful language and social development activities. (c) The implementation of routines within the patient's home using adaptive equipment and technology which make work easier for the physically handicapped, allowing the patient to gain greater independence. (d) Improvement of patient and family ability to deal with the life-style adjustments necessitated by the disabling condition. (e) Movement of patient from a condition of dependence to one of semi-independence or independence. Individual and/or group treatment services will generally be provided 2-3 times weekly with sessions varying from one-half to one hour, depending on the tolerance of the patient. Re-evaluations of progress and recommendations for continuation of treatment will generally be made at 10-15 week intervals. During the 12-month term of this Contract, Contractor will provide approximately 533 patient-hours of treatment each quarter. c. Audiology Consultation Services. Contractor shall provide professional audiology consultation services for County medical staff as required by County at its ENT Clinic at the County Hospital in Martinez, California. Said audiology consultation services shall include the review of medical and audiological informa- tion on each patient, discussion of the patient's auditory perception problems with County staff, and provision of recommendations regarding diagnostic findings and treatment. Said services may include the giving of audiological tests at County Hospital. Contractor shall provide County with reports, evaluations, and/or diagnostic assessments and prescriptions for treatment of County's patients, both on an oral consultation and written basis, as required by County. Contractor shall provide one 3-hour consultation session each week for County, not to exceed a total of 48 sessions during the 12-month term of this Contract. Initials: Contractor Coun y Dept. -2 09 SERVICE PLAN dumb e r 2 6 " d. Sumner Clinic for Handicapped Children. Contractor shall provide for County under this Contract a Summer Clinic for Handicapped Children, serving up to 20 eligible, full-fee children who have impaired perceptual-motor development, due to physical, neurological, and emotional handicaps. Contractor may serve more than 20 eligible children to the extent that client fees (i.e. , client's liability or share of cost) are collected (pursuant to Paragraph 2. of the Payment Provisions) which permit the serving of additional children at partial-fee under this Contract. Contractor's clinic program shall seek to improve the learning ability, perceptual- motor skills, and behavioral functioning of the children served under this Contract and shall consist of the following services: (1) Language Development. Classes to develop oral language expression emphasizing training in syntax and conceptual and auditory perception. (2) Speech Therapy. Classes to improve impaired speech conditions, emphasizing remedial training in articulation, acquisition of specific sounds, and speech development. (3) Physical Therapy. Classes to improve both gross motor and fine motor functioning, emphasizing training in movement, balance, gross motor coordination, eye-hand coordination, small muscle development, finger dexterity, and strength development. These services shall combine a variety of speech, occupational and physical therapy and audiological and rehabilitative techniques performed by Contractor's staff, including an educational therapist, speech pathologist, occupational therapist, and physical therapist. Contractor shall provide a 7-week clinic session under this Contract, with services available from 9:00 a.m. to noon, Monday through Thursday, in its facility located at 490 Golf Club Road, Pleasant Hill, California. 2. Service Eligibility. Contractor shall provide services under this Contract only for persons who have been certified to be eligible by written authorization from County pursuant to Paragraph 2. (Eligibility and Amount) of the Payment Provisions. All persons receiving services hereunder must meet the eligibility criteria set forth in the County's Medical Care Eligibility Policy. 3. PHP Subcontract Requirements. Contractor shall provide services under this Contract (also called "subcontract") in accordance with the Prepaid Health Plan Subcontract Requirements which are attached hereto and incorporated herein by reference. Initials• Contractor County Dept. r _3_ 013'74 W S. ill Contract Number PREPAID HEALTH PL.:IN SUBCONMkCT REQUIM.EiFTS Pursuant to State Department of Health/County Contract #76-56983 (County =29-609) effective December 30, 1976, iYa:oaan-Duffy Prepaid Health Plan Act, Section 14200 et seq., :�elfare and Institutions Code and a waiver granted under Sectio* 222, P.L. 92603, under which the County provides Prepaid Health Plan (PHP) services, the follo.ing 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, Sate, and local laws and regulations and State contract referenced by number above as applicable with respact to its performance hereunder. 2. Contract referenced by number above is not effective until it has been formally appro-;?d by the State Department of Health, unless the Department of Health has acknow- ledged rLceipt 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 PFT services, but does not terminate County's legal responsibility to the State Department of Health to assure that those services are provided to PHIP 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 Genetal. Conditions paragraph 3. Records, if a part of this contract, will preserve medical records for a minimum of four years from termination of State Department of Health Contract 076-56983 or until any audit or ratter under investigation by the County, State Department of Health, U. S. Department of Health, Educa_ion 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 PIS 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 regc_i=ements.. 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 PET 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 176-56983 or until any audit or matter under investigation by the County, State Department of Health, L. S. Department of Health, Education and Welfare, or the Comptroller General of the United States has been resolved. 01 KI (A-4632 New 3/77) i PREPAID HF-kLrd PULN SU3CONTEUCT Rt.QUIRM-AE S 12. Contractor will notify the Department of Health and Conrissioner of Corporations in the event the contract referenced by number above is amended or terminated., Notice is considered given when in the U. S. Registered Rail with first class postage addressed as follows: Alternative Health Systems Department of Corporations Department of Health 600 South Common-4ealth 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 is the contract referenced by number above, all subcontract elements required by State Department of Health Contract 11076-56983, Article XI, Subcontracts, as specified in this Attachment, must be included in such subcontract, e E 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 Provigi.on.a) or. the Service Plan. } _ 013 M (A-4616 REV 6/76) -1- I i 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. 19. Insurance. During the entire term of this Contract and any extension or modification thereof, the Contractor shall keep in effect insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: a. Liability Insurance. The Contractor shall provide a policy or policies of comprehensive liability insurance, including coverage for owned and non-owned auto- mobiles, naming the County and its officers and employees as additional insureds, with a minimum combined single limit coverage of $500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. b. Workers' Compensation. The Contractor shall provide the County with a certificate of insurance evidencing workers' compensation insurance coverage for its employees. c. Additional Provisions. The policies shall include a provision for thirty (30) days written notice to County before cancellation or material change of the above specified coverage. Said policies shall constitute primary insurance as to the County, the State and Federal Governments, their officers, agents, and employees, so that other insurance policies held by them shall not be required to contribute to any loss covered under the Contractor's insurance policy or policies. Not later than the effective date of this Contract, the Contractor shall provide the County with a certificate(s) of insurance evidencing the above liability insurance. 20. Notices. All notices provided for by this Contract shall be in writing and may be delivered by deposit in the United States mail, postage prepaid. Notices to the County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts & Grants Unit, Human Resources Agency, 651 Pine Street, Martinez, California 94553. Notices to the Contractor shall be addressed to the Contractor's address designated herein. The effective date of notice shall be the date of deposit in the mails or of other delivery. 21. Primacy of General Conditions. Except for Special Conditions which expressly supersede General Conditions, the Special Conditions (if any) and Service Plan do not limit any term of the General Conditions. 22. Nonrenewal. Contractor understands and agrees that there is no representation, implication, or understanding that the services provided by Contractor under this Contract will be purchased by County under a new contract following expiration or termination of this Contract, and waives all rights or claims to notice or hearing respecting any failure to continue purchase of all or any such services from Contractor. Ol 7J (A-4616 REV 6/76) -3- 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 t! .? Payment Provialon.s of the Service Plan. t 013 Y3 (A-4616 REV 6/76) -1- Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 9: Disputes. Disagreements between the County and Contractor concerning the meaning, requirements, or performance of this Contract shall be subject to final determination in writing by the head of the County Department for which-this Contract is 'made or his designee or in accordance with 'the applicable` procedures (if any) required by the State or Federal Government. 10. Choice of Law and Personal Jurisdiction. a.- This Contract is made in Contra Costa County and shall be governed and construed in accordance with the laws of the State of California: b. Any action relating to this Contract shall be instituted and prosecuted in the courts of Contra Costa County. 11. Conformance with Federal and State Regulations. Should Federal or State regulations touching upon the subject of this Contract be adopted or revised during the term hereof, this Contract shall be amended to assure conformance with such Federal or State requirements. 12. No Waiver by County. Subject to Paragraph 9. (Disputes) of these General Conditions, inspections or approvals, or statements by any officer, agent or employee of the County indicating the Contractor's performance or any part thereof complies` with the requirements of this 'Contract, or acceptance of the whole or any part of said performance, or payments therefor, or any combination of these acts, shall not relieve the Contractor's obligation to fulfill this Contract as prescribed; nor shall the County be thereby estopped from bringing any action for damages or enforcement arising from any failure to comply with any of the terms and conditions hereof. 13. Subcontract and Assignment. This Contract binds the heirs, successors, ` assigns and representatives of Contractor. The Contractor shall not enter into subcontracts for any work contemplated under this Contract and shall not assign this Contract or monies due or to become due, without the prior written consent of the County Administrator or his designee, subject to any required State or Federal approval. 14. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture or association. 15. Conflicts of Interest. Contractor promises and attests that the Contractor and any members of its governing body shall avoid any actual or potential conflicts of interest. If Contractor is a corporation, Contractor agrees to furnish to the County upon demand a valid copy of its most recently adopted bylaws and also a complete and accurate list of its governing body (Board of Directors or Trustees) and to timely update said bylaws or the list of its governing body as changes in such governance occur. 16. Confidentiality. Contractor agrees to comply and to require its employees to comply with all applicable State or Federal statutes or regulations respecting-confi= dentiality, including but not limited to, the identity of persons served under this Contract, their records, or services provided them, and assures that: a. All applications and records concerning any individual made or kept by Contractor or any public officer or agency in connection with the administration of or relating to services provided under this Contract will be confidential, and will not be open to examination for any purpose not directly connected with the administration of such service. b. No person will publish or disclose or permit or cause to be published or disclosed, any list of persons receiving services, except as may be required in the administrnt:i.on of such service. Contractor agrees to inform all employees, agents and partners of the above provisions, and that any person knowingly and intentionally disclosing such information other than as authorized by law may be guilty of a misdemeanor. 17. Nondiscriminatory Services. Contractor agrees that all goods and services under this Contract shall be available to all qualified persons regardless of age, sex, race, religion, color, national origin, or ethnic background, and that none shall be used, in whole or in part, for religious worship or instruction. (A-4626 RE � 4 � -2' I 1 Contra Costa County Standard Form GENERAL CONDITIONS - (Purchase of Services) 18. Idemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees .from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor, its agents or employees. Ciao- Gempty, 146 as ats or employees, Or- any-ethsrpsrsen er�.- 19. Insurance. During the entire term of this Contract and any extension or modification thereof, the Contractor shall keep in effect insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: a. Liability Insurance. The Contractor shall provide a policy or policies of comprehensive liability insurance, including coverage for owned and non-owned auto- mobiles, naming the County and its officers and employees as additional insureds, with a minimum combined single limit coverage of $500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. b. Workers' Compensation. The Contractor shall provide the County with a certificate of insurance evidencing workers' compensation insurance coverage for its employees. c. Additional Provisions. The policies shall include a provision for thirty (30) days written notice to County before cancellation or material change of the above specified coverage. Said policies shall constitute primary insurance as to the County, the State and Federal Governments, their officers, agents, and employees, so that other insurance policies held by them shall not be required to contribute to any loss covered under the Contractor's insurance policy or policies. Not later than the effective date of this Contract, the Contractor shall provide the County with a certificate(s) of insurance evidencing the above liability insurance. 20. Notices. All notices provided for by this Contract shall be in writing and may be delivered by deposit in the United States mail, postage prepaid. Notices to the County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts & Grants Unit, Human Resources Agency, 651 Pine Street, Martinez, California 94553. Notices to the Contractor shall be addressed to the Contractor's address designated herein. The effective date of notice shall be the date of deposit in the mails or of other delivery. 21. Primacy of General Conditions. Except for Special Conditions which expressly supersede General Conditions, the Special Conditions (if any) and Service Plan do not limit any term of the General Conditions. 22. Nonrenewal. Contractor understands and agrees that there is no representation, implication, or understanding that the services provided by Contractor under this Contract will be purchased by County under a new contract following expiration or termination of this Contract, and waives all rights or claims to notice or hearing respecting any failure to continue purchase of all or any such services from Contractor. (A-4616 REV 6/76) . -3- i In the Board of Supervisors of Contra Costa County, State of California SEP 27 1977 . 19 In the Matter of Project Agreement for Activity X40 of 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 the Community Development Block Grant Program Project Agreement between the County and the Carquinez Wome*Cl ub in the amount of $3,950 for Activity #40-Renovation of the "Old Homestead", in order to carry out t 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 AUTHORIZED to execute said Agreement. PASSED by the Board on SEP 27)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: Planning Department Witness my hand and the Seal of the Board of Supervisors SEP 2 7,1977 . cc: Carquinez Women Club affixed this day of 19 c/o Planning Department — County Administrator County Auditor-Controller J. R. OLSSON, Clerk Planning Department By I �� Deputy Clerk Rob ie GuNarre r l z H-24 ;/'G ism 0134 • PROJECT' „r:1'1'i:MEN'1. COMh1l1N I'I'Y UL•VIMOPMEN I FLOCK GRANT PROGM 1. Agreement Identification. Number . 4.0. : . Department: County Planning Department ,Subject: Allocation of Federal funding under Title I of the Housing and Community Development Act of 1974 2. Parties. The County of Contra Costa, California (County) , for its Department named above, and the following named Contractor mutually agree and promise as follows: Contractor: Carquinez Women's Club Address: 991 Loring Avenue Crockett, CA 94525 3. Term. The effective date of this Agreement is July 1 ,1977 and it terminates June 30, 1978_ unless sooner terminated as provided herein, subject to all terms, conditions, and assurances contained or. incorporated herein. 4. Allocation Payment Limit. County's total payments to Contractor under this. Agreement shall not exceed $ 3,9S0.00 S. County's Obligations. County shall make those allocation payments to the contractor_ described in the "Payment Provisions" attached hereto which are incorporated herein by reference, subject to all terms, conditions, and assurances con- tained or incorporated herein. 6. General .Conditions and Assurances. This Agreement is subject to the "General Conditions" and the "Assurances" attached hereto, which are incorporated herein by reference. 7. Contractor's Obligations. Contractor shall provide those services and carry out . that work as described in and in accoxdance .with the "Project Work Program" attached hereto, which is incorporated herein by reference, subject to. all the terms, conditions and assurances contained or incorporated herein. 8. Project. This Agreement implements in whole or in part the following described project, the application and approval documents of which are incorporated herein by reference: That Project as described in the Community Develop- . ment Block Grant Program Application dated April 6, 1977 and approved by HUD on .Tune 9, 1977 ; and as more particularly described in the "Project Work Programf' , attached hereto. 9. Signatures. These signatures attest the parties' agreement hereto: C N1' co ' A, CALIFO CONTRACTORC NITV ' W, N. BoggesibY Chairman, Board of Superviso �✓-'='�eGc ` ELEANOR R. BASSET11 9/1 6 r/? ^ ATTEST: J. R. OLS ( N, nty Clerk ri ;H4,•. ., � ... " NOTARY PIUC-CE COUN"fY OF CONTRA COSTA By YDeputY Robbie ierrez No � . 0.�4l Ti S.t t fres .mj s, t oa _! mew- I pub zc agency, d'esigna` e o r / capacity in public agency and attach Recommelqci .b pr tment a cort.ified copy of the governing _..� body resolution authorizing execution By ' of this agreement. - (2) 1f a corporation, 1 Anth ny Uehlounty 'esus ,� , designate official capacity in butiiness, -% execute ncknoi.ledgment form and affix Form Approved: Counsel corporation seal. Deputy DJt=:tilt 0,1377 Microfilmed with board order , 00 , PAYMENT flee 1 I IONS 1. Payment Basis. County shall, in ,!vent pay to the Contractor a stun in excess of the total amount specified iit ilie. 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 tinder 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 .tile Payment Limit of this Agreement; County will pay Contractor an amount equal to Contractor's allowable costs that are actually incurred, but subject to tile. "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 CommunitywDevelopment 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 he in conformance with the requirements of Federal Management Circular 74-4, "Cost Principles Applicable to Grants and Contracts with State and Local Governments", except to the extent inconsistent with the aforesaid documents. 4. Payment Demands. Contractor sliall submit written demands for payment in accordance with the above. Said demands sliall 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 instifficiently documented same, or (b) the Contractor has neglected, failed or refused to furnish information or to cooperate ivith 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 snake necessary adjustments in payments to Contractor on account of such unauthorized ori 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 suns 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. . ',,. ', =�. •� ....-.�.i. �.,.� .rte...... G .,.•.. ' ...r�Y:r .• .. �tw .. •, • 7. Cost Report and Settlement . later than sixty (60) days following the termination "of this. Agreement, Core r:jc•tor shall submit to County a cost- report in the form required by -County; -.hawing the allowable costs that have actually been incurred by Contractor under this Agreement. If said cost report shows that the a1lowab3e costs that have actually be incurred by Contractor under .this Agreement exceed the payments made by County pursuant to Paragraph 21. (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 Agree ment, .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 nota part of this Contract. 8. Audits. The records of the Contractor maybe 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 elate of this Agreement. If such audit(s) show that .the payments rude 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 clays 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. DJF:d1i .. . . - ....... ... ::: GL'Nlil;llL C(�:'.A)I TIONS 1. Compliance with Law. Contractor shall be subject to and .comply`wit}i 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 6f .1974, including Title 24 'of the Code of Federal Regulations, Chapter V. Part S70, as publish cd in the Federal Register,' . Vol. 39, No. 220, Wednesday, November 13, 1974, as may he 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 1111D, 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 isnot cured by the Contractor within thirty (30) days after receipt of written notice from the County, the County may in addition to any other Mnedies, 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 he cause for suspension of till obligations of the County thereunder. 6. Entire Agreement. This Agreement contaipis :111 the terms and conditions agreed upon by the part.ics. Except as expressly provided herein and in the. "COOPERATION AGRIiIi ENT, ll.C.D.A. 1974" .errecti.ve •lanuciry. 20, . 1976. and amendments relating thereto, if any, no 01.- othcrwi se, regartMig the subject matter of this Al;t•cemeiit shall he deemed to exist or to bind any of the parties hereto. I i 7. further Specifications ror .-01--•r;�t inl; Procedures. Detailed ' specifications of operating procedures :ma, budgets required by this Agreement, '• including but not limited to monitoring. miditing, billing, or regulatory .. changes, may he developed and set forth i:i written "Informal Agreements" entered between the Contractor. and the c.- maty. Such ".Informal Agreements" when entered shall not he modification, 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 he approved for, and executed on behalf of the County by the bead of the County Department. for which this Agreembnt is made or his designee. 8. Modifications and Amendments. a. General Agreements. . This Agreement maybe 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 (tlnited.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 tike Contractor and the ]lead of tlhe 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 Ina dition to that supporting this Agreement, the. County of Contra Costa, through its Planning Director, may grant Contractor an extension of time for performance, heyond that time specified above under "Term" (Paragraph 3) . Any such extension must be in writing and shall be at the sole discretion of County. ' g. Disputes. Disagreements between the County and Contractor concerning the meaning, requirements, or performance of this Agreement shall be subject to final determination in writing by the head of the County Department for which this Agreement is made or This designee or in accordance with the applicable procedures (if any) required by tlhe 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 recluirements. 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:: tlhe requirements of this Agreement, or acceptance of.the whole or any part of'said performance, or payments therefor, or -any combination of these acts, shall not relieve the Contractor's obligation to fulfill this Agreement as .prescribed; nor shall the County be thereby" stopped from bringing any action for damages or enforce- ment arising from any failure to comply with any of the terms and conditions thereof. 11. Original Agreement. The original copy of this Agreement and of any modification thereto is that copy failed with the Clerk of the Board of. Supervisors of Contra Costa, County. lrl. Assignment. This Agreement binds the heirs, successors, assigns and representatives of Contractor. The Contractor shall not assign this Allreement, or monies clue or to become clue 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 intcnded-. to and shall not be construed to , create the relat.inriship of agont, aervant ,- :-wployce, partnership, joint venture. or association. i low -2= 16. Conflicts of Interest. Con.,vorto•r agrees to furnish to the County upon demand a valid copy of the most* recent I v aoolited bylaws of any Corporation and also ' n complete and accurate list of the I;c,vvi icing body (Board of Directors or Trustees) and to timely update said bylaws or tht, I i ::i of its governing body as changes in such governance occur, if Contractor i- -: •orporation. Contractor promises and attests that the Contractor and any momhvrs of its governing body shall avoid any actual or potential. conflicts of interest and will establish safeguards pursuant to Paragraph 12 of the attaclied "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 sucli service. b. No person will publish or disclose or permit or cause to be published or disclosed, any list of persons receiving sIervi.ces, 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 a•11 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 Agreetneltt except claims arising from the concurrent or sole negligence. of County, its officers, agents and employees. 1). 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 hear ,its own litigation costs, expenses, and attorney's fees. d. This condition shall not terminate on the date specified in the Agreement but shall retrain 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 .tile 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. Workcrs' .omjlensation. The Contractor shaI1 provide the County with a 11 certificate of insurance evidencing; workers' compensation insurace coverage for its employees. c. Additional Provisions. '1'lle 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, Uic State and federal Governments, the! , lifrfcer'i, :111,e11LS, and c1llployees, so that other insurance policies held by them shall :: , be rcqu.ir.ed to contribute to any ;loss covered guider the Contractor's insurance policy :::• policies. Not later than the effective date of this Contract, the Contractor shall provide the County with ace i (s} of. .insurance evidencing the above l i ahil.i t Y i nsurande. -3- L 1 20. Notices. All .notices provided :hy' this Agreement. shall. b.e in writing and may be delivered by deposit .in. the Un:ilod: States .mail i. postage prepaid. Notices to the County shall be addressed to Contra Costa County Planning Department,. P.O. Box 951, 651 Pine Street, Martinez, California. 94553. Notices to the Contractor shall be addressed to the Contractor's addressdesignated herein. The effective date of notice shall be the date of deposit in the.mai.ls or of other delivery. 21, Available Codes. Copies of the County's Project documents (as specified . . in Paragraph '8, Project, of this.Agreement), and all pertinent federal statues, regulations, guidelines, bulletins, and. ci.rciilars 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. e. 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 shell 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 he 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. f.r r.. ............ .. 4� U.1F ASSURANt TI: The Contractor, as recipient of funding under Title T of tlae Housing and Community Development Act of 1974, assures and certifies that: 1. It will comply with the regulations, policies, guidelines and. requirements of federal Management Circulars 74-4 and 74-7, as they relate. to the County's Community Development Block Grant Program application, accept- : ante 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.T. 88-352) and the regulations issued pursuant thereto (24 CFR Part I) , which provides that no : . . person in the United States sliall on the ground of race, color, or nationa1 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 (11I.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, anti 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; recraitment. 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 lloaasi.ng and Urban Development Act of 1968, as amended, requiring that to the greatest extent . feaasible opportunities for training and employment be given lower income residents of the project area and 'contracts for work in connection with the project he awarded to eligible business concerns. which are located in, or owned .in substantial hart 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 r(•yuirements; l). Citizens have been provide,! :n adcgaaatc .opportunity to participate in the development of the project and in t1w development of any revisions, changes, or amendments. -1- .5. It will: a. Prov!Lie 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 di.splaced .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. s. 6. It will: a. In acquiring real property in connection with the Community Develop- ment Block Grant Program, be guided to tiie..greatest .extent practicable under State. . law, by tite 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. liform affected persons of the benefits, policies, and procedures' under HUD regulations (24 CFR Part 42) . 7. It will give IIUD 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 .tile provisions of Executive Order 1.1296, relating. to evaluation of flood hazards. 10. Its officer executing this Agreement: a. Consents to assume the status of a resporisi.ble Federal official under the National Environmental Policy Act of 1969 insofar as the provisions. . of such act apply pursuant to this Part; and h. Ts authorized) anal consents on behalf of the. Contractor ,Ind..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 Development 1'rogta : activities arc designed to meet other Community Development needs having a pa! - �cular urgency, such needs 'are specifically described in the application under the c mmiuni.ty Development Plan Summary. -2- , . 12. It wi11 establish safeguards; I:, lzrohibit employees from using .p a purpose that is or, givr . she appcarancc of lfcinfi, motivated by a desire for private ga.in for themselves or others, particuarly .those with whom they have family, .business, or other ties. 11 13. It will comply with all requirements imposed by HUD concerning special redui.rements of law, program requirements, and. other administrative requirements approved in accordance with Federal'Management. Circular 74-.7. 14. It will admini:ster. and enforce thelabor standards requirements set forth in Section 570.605 and HUD regulations issued to implement such require ments _ r: ......... ... .. - t.'.. ... .. `T { �� *Assurances 4 and 11"are applicable only' i.f Contractor is a`city,) . 1 I _ _ v'_; - , . � ; I I I � I � - - � 11 I 1, - -_ - � 4M, I . 11 �` �1 J . -e'• EXII I it t I A CONTRA C(l I A COUNTY COMh1UNITY DEVECOPM[Ptt 'PROGRAM 1977-1978 PROJECT WORK PROGRAM A. PROJECT: DESCRIPTION Renovation of the "Old Homestead", California.liistoric. Landman.;_ in Crockett: The renovation work will include: • 1. Refinishing exterior of building. 2. Replacing historical plaque marker. 3. Replace bathroom facilities. 4. Renovate landscaped (park) area. B. . ,PROJECT TIME SCHEDULE Time Schedule on a month-by-month basis for the above Project indicating when major activity, items are expected ,to be` undertaken and completed. Refinish Exterior , September 1977 Replace Bathroom Facilities September 1977 . . Replace Historical Plaque (order), . . September-October. 1977 Renovate Landscaped (Park) Area September-October 1977 (I:f funds adequate) C. PROJECT ADMINISTRATION Contractor should indicate who w111 be responsible for aclministertn9 ' the Work Program. PaUlille Uel Agostino 1799 Pomona Avcnuc Crockett, CA 94525 t If.VOL a ..' 1•r��i_:r •i. lar � . PROJECT WORK PICOGRAM D. PERFORMANCE STANDARDS Contractor should indicate, where applicable, what performance' standards (details of project implementation) will be applied in implementing the Work Program. 1. All contracts, purchase agreements and invoices shall comply with appropriate HUD regulations including equal opportunity and Section-3 provisions as provided in Assurance No. 3 and Appendix VI of the "Guide for Compliance with Assurances and Certification Under the Housing and Community Development Act" provided by the County Planning Department. 2. The Contractor shall obtain all required permits prior to commencing ' , any renovation work. All contracts under $10,000 entered into shall be in compliance with procurement procedures contained in RIC 74-7 attachment U and any other applicable IiUD regulations. 3. The Contractor shall comply with all applicable building codes and laws in the renovation work, in particular those laws and regulations pertaining to access to handicapped persons. 4: . An executed copy of all contracts let or purchase invoices under this agreement shall be transmitted to the County Planning. Department prior to demands for payment to -insure that all appropriate clauses and provisions have been included. E: PROGRAM MONITORING 1;. Contractor' s staff will meet at least "once. per.quarter with appropriate, County staff and Community Development-Advisory Council representatives where applicable, to discuss progress of the Contractor toward achieving stated work program objectives and to assist Contractor's staff in solving problems. 2. Contractor shall maintain and submit Quarterly Progress Reports to the County Planning Department 3 Contractor shall maintain and submit quarterly monitoring and progress reports on work performed by sub-contractors. F. GENERAL OPERATIONS Overtime Prohibition. Contractor shall not allow 'staff overtime gage rates under this Contract. 01308 PROJECT WORK PROGRAM G. BUDGET OF ESTIMATED PROGRAM LXPLNDITURES 1 . Contractor shall provide services under this Contract in accordance with the following budget of allowable'expendi- , tures: LINE NO. PROGRAM ACTIVITY `AMOUNT 1 .1 ACQUISITION OF REAL PROPERTY 2. PUBLIC WORKS, FACILITIES, SITE IMPROVEMENTS $3,950.00 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 8. DISPOSITION OF REAL PROPERTY 9. PROVISION OF PUBLIC SERVICES 10. PAYMENT OF NON-FEDERAL SHARES 1'1 . COMPLETION OF URBAN RENEWAL PROJECTS 12. RELOCATION PAYMENTS AND ASSISTANCE 13. PLANNING AND MANAGEMENT DEVELOPMENT TOTAL CONTRACT AMOUNT $ 3,950.00 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. i - 3 CONTRA COS l A COUNTY COMMUNITY DEVELOPMEN i, PROGRAM. 1977-1978 H CONTRACTOR'S DETAILED EXPENDITURE SCHEDULE CONTRACTOR: ACTIVITY NUMBER: qp PAGE 1 OF: 1 BUDGET PERIOD: July 1, 1977 - June30, 1978 Original 1 Amendment No. (a) (b) (c) (d) BUDGET ITEM CD FUNDS - $ + OTHER FUNDS $ = TOTAL- $ Historic Site Renovation 3,950 3,950 Exterior Refinishing Bathroom Facilities Historic Plaque Landscaping Permits TOTAL $ 3,;950 $3,950 NOTES: .(a) Detailed categories expanded from Budget of Estimated Program i Expenditures pursuant to FMC 74-4 (b) Items that are eleigibile to be funded by Community Development Block Grant Funds (see 11UD Rules & Regulation) . (c) Estimate of other necessary expenditures that cannot be funded with Ch monies; and indication of anticipated sour•ccs, assurances and timing of other funds. (d) Sum of (b) and (c) above including both Community Development and non-Coinnuni ty Development funds. i (e) Contract Payment Limit for CD project. In the Board of Supervisors of Contra Costa County, State of California September 27 19 7 In the Matter of Authorizing Out-of-State Travel On' the recommendation of the County Administrator—, IT IS BY THE BOARD ORDERED that John B— Clausen, County Counsel, is AUTHORIZED to travel to Williamsburg, Virginia from October 29 , 1977 to November 3, 1977 to attend the 42nd Annual National Institute of Municipal Law Officers Conference, at County expense including meals and lodging; PASSED by the Board on September 27 , 1977. hereby certify that the foregoing is a true and correct copy of an order entered_ on the minutes of said Board of Supervisors on the date aforesaid. Orig: County Counsel Witness my hand and the Seal of the Board of cc: County Administrator Supervisors County Auditor-Controller affixed this 27th day of geptemb r - 19 77 J. R. OISSON, Cleric Byeputy Clerk Jamie L. Johnson 01391 H-24 4/77 15m r t In the Board of Supervisors of Contra. Costa County, State of Califomia Segtembe 7 . 19 7 In the Matter of Release of Park Dedication Fees to the Oakley Union School District .The Clerk of the Board on September 20, 1977 pursuant to Board policy having referred to the Park and Recreation Facilities Advisory Committee the request of County Service Area LIB-11 for release of $8,000 to the Oakley Union School District for use in developing tennis courts at the Oakley Middle School Park Site in Oakley; and In a September 22, 1977 memorandum, the Director of Planning having advised that the. Park and Recreation Facilities Advisory Committee had reviewed the request and recommends it be approved and the County Auditor- Controller be authorized to release $8,000 from the Park Dedication Trust Fund (2711), in accordance with the July 15, 1975 agreement between the County and the Oakley Union School District; IT T-S BY THE BOA?E, ORDERED that the aforesaid recommendation is APPROVED. PASSED by the Board on September 27, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Orig: Planning Deportment Witness my hand and the Seal of the Board of cc: County Administrator Supervisors County Auditor-Controller affixed this?gt-h day of 19 77 County Service Area LIB-11 Public Works Department J. R. OLSSON, Cleric Deputy Clerk Jade L. Johnson H 24 3/76 15m 01 In the Sward of Supervisors of Contra Costa County, State of California September 27 , 19 77 In the Matter of In the Matter of Refund of Park Dedication Fee On the recommendation of the Director of Planning, IT IS BY THE BOARD ORDERED that the County Auditor-Controller is AUTHORIZED to refund to Charles Dickinson, Box 21, Byron CA 94514, the $3S park dedication fee (P.D. No. 936-72) paid in connection with the issuance of_a building permit on Parcel No. 3-130-10. PASSED by the Board on September 27 , 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 Orig: Planning Department Supervisors cc: County Auditor-Controller affixed this27_tbday of centember .• 19 Charles Dickinson J. R. OLSSON, Clerk Bye �;-,i,�, f Deputy Clerk -Jamie L.. Johnson amp 01393 H - 2-13/76 15m In the Board of Supervisors of Contra Costa County, State of California September 27 19 .77 In the Matter of Approving and Authorizing Payment of Claim for Relocation Assistance to Joyce Rhines, ;9 Parnell Court, . Walnut Creek, Oak Road Widening Project No. 4054-4189-663-74 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 Oak Road Widening August 15, 1977 Joyce Rhines $500.00 Project Number 1729 Baywood Dr. 4054-4189-663-74 Concord, CA 94521 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 September 27, 1977. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of sold Board of Supervisors on the date aforesaid. .Originator: Public Works Department Witness my hand and the Seal of the Board of Real Property Division Supervisors affixed this27thday ofSgpt .-nbAr 19 77 cc: Auditor-Controller J. R. OLSSON, Clerk By ?-j . `>r LEco';ri Deputy Clerk Sandra r. l on H 24 3170 15m 01394 a In the Board of Supervisors of Contra Costa County, State of California September 27 lq 77 In the Matter of Contract #20-159 crith International Institute of the East Bay for Social Service Department .Staff Training The Board having authorized negotiations for a contract with International Institute of the East Bay for provision of staff training by its order dated August lb, 1977, IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute Contract #20-159 with the International Institute of Alameda County (dba International Institute of the East Bay) to provide training for Social Service Department staff, on July 12, 1977, with a contract payment limit of $30 and under terms and conditions as more particularly set forth in said contract. PASSED BY THE BOARD on September 279 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. Orifi• Human Resources Agency witness my hand and the Seal of the Board of Attn: Contracts & Grants Unit Supervisors cc: County Administrator affixed thss27til day of September 1977 County Auditor-Controller Social Service Department J. R. OLSSON, Clerk Contractor By % Deputy Clerk T.axine M. Peuf�ld SFi:1*3j7G Ism 01*5 • sZ Contra Costa County Standard Form SHORT FORM SERVICE CONTRACT I. Contract Identification. Number 211 - 159 Department: Social Service Subject: Staff development and training in "Working with Aliens" for Income Maintenance and Social Services staff. 2. Parties. The County of Contra Costa, California (County), for its Department named above, and the following named Contractor mutually agree and promise as follows: Contractor: nt2, on 1 ns itut o Alameda County (d.b.a. International ns i u e o as t o Capacity: lon-pro it a fforni.a o oration Address: 297 Lee Street Oakland, California 94610 3. Term. The effective date of this Contract isJuly 12, 1977 and it terminates July 12,� 1977 unless sooner terminated as provided herein. 4. Termination. This Contract may be terminated by the County, at its sole discretion, upon five-day advance written notice thereof to the Contractor, or cancelled immediately by written mutual consent. 5. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $ 30 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: $ 30 per service unit: (x) session, as defined below; or ( ) calendar . (insert day, week or month) NOT TO EXCEED a total of- service unit(s) . 7. Contractor's Obligations. Contractor shall provide the following described services- Consultation, specialized instruction and training in Working with Aliens for County-selected persons in the time, place, and manner required by County,ircluding the provision of any related materials and supplies. One session, for payment purposes, shall be defined as the provision of at least 3 full hours of such services. 8. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture, or association. 9. Indemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor, its agents or employees, the County, its agents or employees, or any other person or entity. 10. Legal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and 31000. Title XX of the United States Social Security Act, as amended (P.L. 96-647.) 45 CFR 228.84. 11. Signatures. These signatures attest the parties' agreement hereto: COUNTI F � T "TA, CALIFO CONTRACTOR oggegs B r" By �7 f�l•�i`T7'c' Designee -•- Recommended by Department L �9L�� L/ (Designate official ccapac y) ByY'yap�� 01395 Designee (Form approved by County Cou Microfilmed with board order 7, 1741 In the Board of Supervisors of Contra Costa County, State of California September 27 19 77 In the Matter of Contract #20-162-1 with Thomas J. Broome, Attorney at Law IT IS BY THE BOARD.ORDERED that its Chairman is AUTHORIZED to execute Contract #20-162-1 with Thomas J. Broome, Attorney at Law, for provision of a Staff Development and Training Session entitled "The Impact of Due Process Upon the Role of the Social Worker: Preparing Testimony and Surviving Cross Examination. " for Social Service Department staff, to be conducted on September 27, 1977, with a contract payment limit of $245, and under terms and conditions as more particularly set forth in said contract. PASSED BY THE BOARD on September 27, 1977. hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Orifi: Human Resources Agency Witness my hand and the Seat of the Board of Attu: Contracts & Grants Unit Supervisors cc: County Administrator affixed this? day ofrtPmb r 19 77 County Auditor/Controller Social Service Department Contractor f / J. R_ OISSON, Clerk By "6r� ` ' ` r Deputy Clerk Plakine IJ:. Ne 1d SD:sh ' H-24 3/76 15m 01397 Contra Costa County Standard Form SHORT FORM SERVICE CONTRACT 1. Contract Identification. Number 2 O 1 6 2 • I Department: Social Service Subject: Staff Development and Training in "The Impact of Due Process Upon the Role of the Social [corker: Preparing Testimony and Surviving Cross Examination," for Child Protective Services and Conservatorship Social Workers 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: THOMAS J. BROOME Capacity: Self-employed individual (Attorney at Law) Address: 145 East 14th Street, Oakland, California 94606 (alternative office: 3526 Macdonald Avenue, Richmond, California 94804) 3. Term. The effective date of this Contract is September 27, 1977 and it terminates September 27, 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 $ 245 6. County's Obligations. In consideration of Contractor's provision of services as described below, and subject to the payment limit expressed herein, County shall pay Contractor, upon submission of a properly documented demand for payment in the manner and form prescribed by County (Demand Form D-15) and upon approval of such demand by the head of the County Department for which this Contract is made or his designee, according to the following fee schedule: (X) hour; or FEE RATE: $ 35 per service unit: ( ) session, as defined below; or ( ) calendar (insert day, week or month) NOT TO EXCEED a total of seven (7) service unit(s). 7. Contractor's Obligations. Contractor shall provide the following described services: Consultation, specialized instruction and training in The Impact of Due Process Upon the Role of the Social [corker: Preparing Testimony and Surviving Cross Examination for County selected persons in the time, place, and manner required by County, including the provision of any related materials and supplies. 8. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture, or association. 9. Indemnification. 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. 10. Legal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and 31000. Title XX of the U. S. Social Security Act, as amended (P.L. 96-647) ; 45 CFR §228.84. 11. aSinatures. These signatures attest the parties' agreement hereto: F COSTA, C IA CONTRACTOR N. Bogge" Designee Recommended by Department _IAdvvi J-L, (a-rrr evr14 4 (Desi nate o f�'-'ficial capacity) )4 By _ Designee (Form approved by County Coun (A-4620 7/76) V13(�J�7Microfilrr�ed with board order 1 , In the Board of Supervisors of Contra Costa County, State of California Sentember 27 , 19 77 In the Maiter of Proposal to Allow Flaying of Panguingue and Lowball in Cardrooms. The Board having received a September 20 , 1977 letter from Harry D. Ramsay, County Sheriff-Coroner, transmitting memoranda from County Counsel and the District Attorney discussing . provisions -of state law as it relates to the card games, panguingue and lowball; and Sheriff Ramsay having advised that a request had been received from Attorney Tom Coll, on behalf of his client Mr. J. Schireck, for variance permits to allow the playing of lowball and panguingue at the Outpost Clubroon, Pacheco, and the Outpost, San Ramon; and Supervisor E. H. Hasseltine having indicated that state law provides for the playing of certain card games and that it might be feasible for the Board to consider modifying the County Ordinance Code to allow those card games permitted under state law, calling attention to the numerous requests for cardroom variances that have been appearing on the Board agenda in recent months; and Supervisor W. 11. Boggess having responded that the increased activity on cardroom licenses is a result of recent amendments to the County Ordinance Code which now provides for transfers of ownership and variances (such as location, number of cardtables and hours of operation) which have greatly increased the value of cardroom licenses; and Supervisor Hasseltine having commented that he did not believe the Board should regulate every aspect of the cardroom activity, moved that the County Ordinance be amended to include those card games allowed under state law, and Supervisor R. I. Schroder having seconded the motion , the vote was as follows : AYES : Supervisors R. I. Schroder, E. H. Hasseltine. NOES : Supervisors N. C. Fanden, W. N. Boggess. ABSENT: Supervisor J. P. Kenny. ! 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. T. Coll Witness my hand and the Seal of the Board of Mr. J. Schireck Supervisors County Sheriff-Coroner affixed this27thdoy of September 19 77 County Counsel County Administrator District Attorney � J. R. OLSSON, Clerk Deputy Clerk Jade L. Johnson Fi_24 3/76 15ni i��� In the Boara of Supervisors of Contra Costa County, State of California - September 27 19 77 In the Matter of Contract #29-233 with the State of California/Employment Development Department to Provide Public Service Employment for WIN participants Z. The Board having authorized contract negotiations for the below specified contract, by its order dated August 2, 1977 IT IS BY THE BOAR-J) ORDERED that its Chairman is AUTHORIZED to execute Contract 1,`29-233 (State Registration No. 77008181) with the State of California/Employment Development Department to provide public service employment for Work Incentive (WIN) Program participants as typist clerks in the County Health Department for the term from October 3, 1977 through June 30, 1978, with the State reimbursing the County for up to $17,104.32 .in related costs, and under terms and conditions as more particularly set forth in said contract. PASSED BY THE BOARD on September 27, 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. Orifi: Human Resource:: Agency Witness my hand and the Seal of the Board of Supervisors Attn: Contracts & Grants Unit '17th f.September cc: County Administrator affixed this day o _ 19 ?7 County Auditor/Controller County Health Officer = J. R. OLSSON, Clerk State of California Employment Development Department AL_641 ' Deputy Clerk Maxine M. N6uf;-�ld RJP:sh �ar-k �+! J ' H -24 3/76 15m ' 01400 t 1:� r-3 1L,n N 77000310. 29 -233 _ CG�iTRACT. BET 11EENT'ri-: STATE .Cis. ;AL•IFCRNIA LA':PLO.YA':EiVT DE'Jr.LCPi�e,l�`i' DEF►i;t'f^t!�ENT A N11 .'iH_; Contra Costa County 00I4TRACT FOP. 0RK. RIC ENTI`dE (.-!I N) PUBLIC SERVIC Ei PLCYMENT THIS CONT►tACT is made and entered into this 29th day of- Sentember 1977 , in Martinez , County. of Contra Costa , State o L,a T. orr-i.a, oy and between. the Stat oI Calif ornia through its. Enploym-ant . Developr e.nt . Depart— ment, hereinafter called the Dapartmert, and. Contra Costa County (Health Devartment) hereinafter called t h e Employer. This agreement provides for a PUBLIC SERVIC ENPLOYMENT PROJECT (hereinafter '-P.roj ect" ) authorized by Section 4132(b)-(3.) of the Social Security Act (42 United. States Code o32(b) (3) ) and, Division 2 (com,nencing with Section 5000) , of .the. California. U reemployment Insurance Code. The parties hereby agree that: L . The term of this contract .shall be from.-, October 3. 1972 through June 30, 1978. '.not to -exceed one year. 2. The Department shall refer individuals who are registrants unser the Work Incentive Program (Title IV_C, Social Security Act), hereinafter LAIN, to the Employer,. who will consider them for public service employment. Employer shall employ such individuals as employees, hereinafter "participants ,referred to it by the Department. - Employment of . participants shall . not conflict with any applicable collective bargainir;g agreement, nor shall operation of the Project result in either full- or partial .displacement of the E'mployer' s current full—tune employees. If a collective bargain— ing agreement -is applicable, appropriate union officials shall . be informed of the hirirg of the- participants? and participa=s shall be informed of the existence of the collective bargainir agreement. 3. The E`nployer shall provide such supervision, safety instructions, materials, space, equipment and timely job instruction as are necessary for the operation. of the Project. ;mere special cloth— ing or equipment is provided to the &,iployer' s regular employees, the Employer shall, provide the same type of clothirb; or equi=ent to the participants. The Employer' s facilities and equipment used under this agreement .shall comply rith all applicable Federal; State, and local health and safety laws. 41401 Awe Microfilmed with board order DE 830 .. . a 12'--76) , provide thc :niton ::-o.-i%-A' j' Si C.`:: r:::S s-aon' i ed by t'rte Depart:N:: :i, _or. � ?:. e= i nad 'r'�.t1:taLiort vi• par;.i;.in�rnt pro�TrE:--s ,anti i7i•7G;ra:n t-!f- . es,: reporr.s shall include: records .of. parti ciaant, performance . and atter:•dance: i l jobs d- elorr.:d ar'ier this contract s h a I _ b e L or the rork— ::E:Ci:, tiles £rirge benefit'., . ri t!"e ::i,rt�E':5 preva.ilirrF; ., �.r'ci i'or simil;ir occupations. by the - same ennloy 6r:. . ''tie. Employer shall a:ay to ail a:. ..icipants a ;nage which. sha.il at lE ast .je e._1:x41 to. she higher of the applicable State or Federal mirirram wage, or the prevailirz .Nra e for the work performed i;y persons in similar nubli.c. occupations by the same employer. :..e E-iol6ver shall .-provide .:vorkersI . comp.erisation. coverage to all o:articipaitts. in no case shall the :vor.%ers'.. _coTpp.,nsation.:c.over-- ai e :iroviu ..d such participants be less tha"- :the!-. coverage . provided uyt tie Earploye:• for- i.;,s regular' ernployees. Depart-merit, or its designee and, in addition, the Secretary_ cf Labor or itis duly authorized representative anti/or the. :,oa::ptroller General or. his duly authorized representative have, tza ..right,. to observe. and to. monitor all the conditions. 'and activities inv�l ed in the Project under this contract, with prior perr"i ssio.i 4f the Strployer. Such permission shall 'not :;e ...; Lhheid unre..tsoriably. ^:t)loyer shall r:aintain such program and fiscal records and make such .program and .fiscal reports as are r`:.�isonauly required by -the Denart;n:ent Ind shall maintain such records and reports for three rears fro!', Lhe termination of this agreement. a. T_rsofar . a, futnds are available to the Department under Section 431(a) of the Social Security Act, .for the purpose of -financing this- contract for Federal Fiscal Year . 8 , and Federal iscal Year, 78fj9 the Deoartment snall reimburse the r^roioye:• a total cost under this contract of V7,104.32 , as shown in the Cost Schedule and Budget 'ummary, att.;achecl hereto and incoroorate! herein as Attachment 1. The total cost to be roi:ioursed to the S:mployer shall not exceed 3 1" 104'. 2 in ederal Fiscal year 77/78 with the balance of ttie total cost .undler this contract; to'be reimbursed to the Employer in .n:3eral Fiscal Year 78Z_79 This total shall be an amount .not . to exceed 1OD;:, of the Em-p'Toyer' s costs, including the cost . or cove,-,IgIL, Cor fringe benefits, of employing participants, as soecified in Attachment 1; provided, however, that overture shall be paid by the Employer and shall r:ot be a cost . reimburs- able under this contract. The cost of coverage for fringe benefits shall ba based upon and, is limited to the premium. cost. incurred by the asployer or, :,There the Employer is self-insured, the averse benefit cost per employee Uncludirg nonparticipant employees}i of Lite employer. .Ln no cvc�ht s:ra'__ Employer incurCOsts rei-bursable under this contract in eycess of the total amou:rt foreach federal fiscal s sp?ap.;rf fed in or computed pursuant to this p ramraph 8, —7. U140'�. nor shall the Employer. ue. r`imbursed for. its costs, includint; t!'tc cost uf' covc:rUge foc• fri:v;c .bcur!f'it.:., for any .indi•:idual participant in excess of S12,.000 .per. artr=,n- (:'51,600 per month) f ror. funds made available under this contract; provided, ' ho�rrever, subject to availability of funds under this contract, .the Employer may be reimbursed for its costs incurred for providing uniforms and/or pre-employment physical examinations to participants irrespective of the $12,000 per annum ($1,003 per month) limita-. tion. 9. The Employer shall maintain the confidentiality of any information regarding participants or their immediate families. which may be obtained through application forms, interviews, tests, . reports from public agencies or counselors, or, any other source. Without the permission of the Department, such information shall be di- vulged only as necessary for the performance or evaluation of this contract and to persons having responsibilities under the contract. . 1.0. The Employer shall request reimourserhent monthly within 30 days following the last payroll period .of the preceding month for participants' salaries, including the costs of coverage for fringe benefits, by means of a ;SIN-PSE invoice form supplied by the Department. The invoice form, .together :vith a completed Employer payroll report, shall be submitted in triplicate monthly in arrears to: Employment Development Department 2126 Lido Souare - Pittsburg, California 94565 Attention: WIN Supervisor 11. -=This contract is subject to Title VI of the Civil Rights Act of 1964 and the regulations issued under that title. Any service, lini ancial aid, or other benefits to be provided under this con- tract shall be provided without discrimination because of. race, color, or national origin. The Employer shall permit reasonable inspection of its .records by the Department to insure compliance With this paragraph. 12. This contract may be amended only by written agreement of both parties. There are no oral understandings or agreements: not incorporated herein. 13. The Department may terminate this contract at any time, upon written notice to the Employer; the Employer may terminate this contract upon ten days' written notice to the Department. In the event this contract is terminated pursuant to this paragraph, the Employer shall be paid for its actual -allowable cost of pro- vidirg employment to Project. participants in accordance with the terms of this contract prior to tez=rination. The Employer shall it a final invoice within 60 days follvaing. termination. awl DE 83661 (F%.bv.' 12{_76) —3— �� 14. Employer may ter•:;ina.te participants) in accordattce with iss regular e,tploy:,:�•nL practices,,; but otzly at'tc:r notifyi;r thear- ticiparit . a hi's or her unsatisfactory in-erfor%bice and. prwrld .;� . him or her :lith an apportuni.ty. to-.improve !chercon;. provided . further, that Employer may terminate su^h. :Dar riciN4nt(s:) .on'y after riot'fyiriy the Department. prior to- -th:c- te : rm nation: or notification! oz. cLrmination, whl chewer LCC ur•s -fi1•st. . 15. Any and all tools and equipment purchascd c t:ie }epartment, for the purpose of this contract, except thus . provide.4: Lo;;the . :. -oartici,Dants as uniforms, are the property Of he United States Ddpartt?ent of Lsbior And the State of IC-.il;-i c►rni.z, -BTp?oy eM: Development :Department. .. Upon the t ermi-nati.on :of:,the aoreemerrt, the Employer shall ,ittunediately. return to the Department, :such. tools And/&— e-_uinrnent. �.o. The E!r;p?oy e r Ar-.,d =its 'agents and employees '(i.ncluding partici, arts) shah act -in an independent capacity in th-e .p,er ff orima-nC.e of this contract and nor. as officers or employees or a -ants of the .. Department and/or the Federal Government. to addition, t-he Employer and its a-ents and employees (including, :participants) shall- noL ercumoo.r or in any way . contract, on behalf of. .r_or.in the name of the Department and/or the Federal- Government, l7. Employer a ;rees to provide .permanent e:rflo.rrent :i.n its....regmlar work-force, :rtic:. shall be financed from :£unds.-other than:fru rds from the ::1. frc.):.,r•am, to all participants L•:►:o pe i'or m satieac- torily 1P. their respective work. assigr_!:ertts :after- the subsidized period spe.cZ re3 .i.n . Ar tachment 1. This unsuusidize-d emplo3tnent shall be a-, a level o£`responsibil i ty aIi p<<y comparable to that which orov-i ded each- respective participant durirg the period of s:i:�si., :� :Z ..�:c��rlay�tent under: the pry;rar.:. It is o:::.:,.�.:ied�,r�a that there :ire contitkasci-Z!S not within the control 13f. .L.ho ..:;:::pl. oyer ir4ich would limit - its. ability to cum ply in full :r this paragraph 17. Such circu:r."stances include cases where: the participant does not perform satisfactorily on the job; il, X,�'s to provide for continued er^p-o.ymert of the participant are regUestEd b;; the Employer from its aporopriatirZ author-i ty but are not: :gip proved; the Employer places a freeze on further hiring, afr.L er: the- contract is signed; the° participant is urable to comply Civil Service regulations irrhich are regaired by lair and are :i ?so r1 7?c and s appropriate to the. job. H .wever, this cornmitr^ens re-iuir•es all good-faith ef£or•ts to- provide such unsub- s;diccd c: ;Llo;;Tient for eachparticipant who performs satisfactorily. 1< . As required y 41 Code of Federal Regulations 29-61.1.(a), ryo inc:ivi'Z1:al retained or hired by the Employer. htrt .perfortned or will norf'orm. "representational activities." beVore the United States Depart:"•::::_ of Labor if such individual. was- formerly er:nlo-cL in the Gf fi'ce of the Assistant start 3ecr�:t-Ir-, mor DnDlo mert 1nc': Trairirti,, the 'rn.loynent and. TrairCL.v ,.dmir_istratian, or any subci'iv* sicr. thereof in a position GS 14 or :. o�.e :•:within ttro (2) fears prior. to the performance : o suc;r rep_• s`_n,ritional activity, def ined tc ; r,?-J'•.'<ie any appeara.r:ce., .ccnvar--::a-�;ion)' or other .d-irect -�'- 01404 1 . contact in relation to the contract with any employee of the United. States Department of Labor. Upon breach or violation of. this. condition, the contract i s terminable at the option.. of the United States Department of Labor vrithout: liability to the Department. .19. Every reasonable course of .action will be taken by irployer in: order to maintain the integrity of this expenditure of public funds and to avoid any favoritism, questionable or improper conduct. This contract will be administered in an impartial manner, free from .personal, financial, or political gain. Employer, its agents and employees shall, in administering the contract, avoid situations which give rise to a suggestion that any decision was influenced by prejudice, bias or personal gain. 20. Attachment 2, Summary of Public Service Dnployment Provided to . Participants, is attached hereto and. incorporated herein by this reference. .21. Notwithstanding any other provision'of this 'contract, if the Er:ployer is a state agency, since performance of this contract.. .. gill benefit both state agencies., costs under this contract are. not computed .in accordance with Section 5760 of the -State: Administrative Manual. . .... ...::.:. DE 8306 (Rev. 12-76) _5_ 014 Registration No. 77008.181 ATTACHMENT Z COST SCHEDULE AND BUDGET Supp.%* Il',ARY 3zree: Clerk Typists 209.388 7 Months at 5634.00 per month X 3 positions Fringe Benefits at 2$% $1j,314 C0 1':edical It, Includes: Workers Compensation* I� C. A., Retirement, 3 Physical Examinations at $20.80 each TOTAL COST 62.40 . - $17,204.32. 3 X1406 Registration No. 77co818I 'ATTAC HrlENT 2 SUD414ARY OF PUBLIC SERVICE -EMPLOYMENT PROVIDED FOR PARTICIPANTS List each occupation-and a descriptive sumary of the duties .involved. Attach additional sheets as necessary. Typist Clerk: Under supervision to perform typing and clerical work of a varied and routine nature; other work required. Typical Tasks: Will participate in record conversion for Medical Department.. . Will type case histories, memoranda, reports, documents, and miscellaneous forms peculiar to department assigned to. Will operate office equipment such as mimeograph and xerox as recuired. Will perform various filing duties as assigned either numerical or alphabetical. 014Orl • 29 - 233 INd tllTNL:SS iflEREOFI , this contract has been executed :in quadruplicate, by and on behalf of the parties hereto, the day and year first above written. LL Y=,R N. r'tiTPLOYTT:�i DE'VE 0P? k-;NvT6DPAJR1'T1*"_E"'NT gnature� �. Jlgr'.r�i:ure tilarren N. Bo a�sss Rex. C. Batchelor, Jr. 1•r, ntecocame erintea riame Chairman;6-f the Board Manager Title FORM APPROVED itie I i ' HRA rQ _ntr/acts Administrator 651 Pine Street 2126-t 2126 Lido Square Tr_e_s_s_'w Aclaress Martinez, CA 94553 Pittsburg, CA 94565 If Employer is a public agency, a resolution, order, motion, or ordinance confirming the above certification must be attached to this agreement. Do Not Write in This Space AMOUNT OF TICS ESTIMATE APPROPRIATION FUND S UNEMCUMBEPEO BALANCE ITEM CHAPTER STATUTES FISCAL YEAR AU). INCREASING ENCUMBRANCE FUNCTION - 5 ADI. DECREASING ENCUMBRANCE UNE ITEM ALLOTMENT - - 5 1 hereby rertily upr)u my rTh nrr•rt peronal knowledge at T.B.A. NO. aR. NO. irudtgvled %urrds un• availahle jor the perind and purpose of Mr. e.Y•pendilnrr stated alItive. _. SIGNATURE OF ACCOUNTING OFFICE4 DATE - 1� I hereby certify that all conditions for exemption set forth in State Administrative Manual Section 1201) have been complied with and this document is exempt from review or approva! by th:• Department of Finance. I hereby certify that all conditions for exemption have been complied with and this contract is exempt from approval by the Department of General Services. SIGNATURE OF OFFICER SIGNING ON BEHALF OF THE AGENCY I► DE 8306 (Rev. 12-76) -6 Microfilmed with b a d ` r t(j/ 4 i In `the Board of Supervisors of Contra Costa County, State of California September, 27 , 19 77. In the Matter of Contract #77-209 Bilingual Assistant to Head Start Speech Pathologist IT IS BY THE BOARD ORDERED that. its Chairman is AUTHORIZED to execute the following Short Form Service Contract: NUMBER: 77-209 _ CONTRACTOR: Mrs. Maria Diaz TERM: September 12, 1977 - June 9, 1978 PAYMENT LIMIT: $3,204 DEPARTMENT: Office of Economic Opportunity - Head Start SERVICE: Bilingual Assistant to Head Start Speech Pathologist FUNDING: OfTice of Chile Development, Department of Health, 'Education and welfare PASSED BY THE BOARD on September 27, 1977 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the data aforesaid. Orig• Office of Economic Opportunity Witness my hand and the Seal of the Board of cc: County Administrator Supervisors County Auditor-Controller affixed this 27tt^.day of Sentember 19 77 Contractor J. R. OLSSON, Clerk .Al Deputy Clerk Klaxine M Xe 4fe1d 14-243/76 ISm �14� S alt T F014•S S�.P1*k1 (;E Gji'JZ'11i!c, 1. Contract Identification. NLwiter 77-209 Department: Office of Economic Opportunity - Head Start Subject: Parent Assistant to Head Start Speech Pathologist 2. Parties. The County of Contra Costa, California (County) , for its Department named above, and the folloiing named Contractor mutually agree and promise as follo�.s: Contractor: tars, Maria Diaz Capacity: Individual Contractor Address: 1922 Market' Avenue, San Pablo, CA 94806 3. Term. The effective date of this Contract is September 12, 1977 and it terminates June 9, 1978 unless sooner terminated as provided herein. 4. Termination. This Contract may be terminated by the County, at its sole discretion, upon five-day advance irritten notice thereof to the Contractor, or cancelled immediately by written mutual consent. 5. Pay,ment Limit. County's total payments to Contractor under this Contract shall not exceed 3,204 6. County's Obli motions. In consideration of Contractor's provision of services as described 'below, and subject to the payment limit expressed herein, County shall pay Contractor, upon sutEission of a properly documented demand for payment in the manner and form prescribed. by County. (Demand Foam D-15) and upon approval of such demand by the head of- the County Department for wihich this Contract _Js made or his designee, . according to the follot-ding fee schedule: (X) hour; or FEE RATE: $ 4.50 per service unit: ( ) session, as defined below; or ( ) calendar . (iinFR� day, week or MOR NOT TO EXCEED a total of 712 service unit(s).. 7. Contractor's Obli;.tions. Contractor shall provide the following described services: Consultation, specialized instruction and training in language assessment of Spanish speaking children in Head Start; assist in the development and implementation of appropriate parent education projects and the development and implementation of Spanish language related naterials and activities for County selected persons in the time, place, and manner required by the County, including the provisions of any related materials and su_p;ies. 8. Indeoendent Contractor Status. This Contract is by and between tuo 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. Inder..-nification. 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 w'natsoever arising from or connected t7ith the operations or the services of the Contractor hereunder, resulting from the conduct, negligent or otheridse, of the Contractor, its agents or employees, the County, its agents or employees, or any other person or entity. 10, Leal Authority. This Contract is entered into under and subject to the following legl authorities: California Government Code Sections 26227 and 31000. 11. Sip-natures. These signatures attest the parties' agreement hereto: COUNTY OF WITRA COSTRCPZIFOR*tIA--1 `A J CONTRACTOR �'�/ ,, ��'G - l •tel� f, ::,�"C.' .,t; '' :::�r, ..r' ' By Designee Recommended by Department r '('Designate official capacity) Form Approved 01410 ' By �---'` John B. Clausen, County Counsel Desioiee L M16xleraa wlf6 its s (10/76) BY" �y In the Board of Supervisors - of Contra Costa County, State of California September 27 , 1977 In the Matter.of ) Approval of the Joint Exercise ) of Powers Agreement with Pinole ) and Hercules , Establishing the ) Western Contra Costa County ) Transit Authority. ) The Public Works Director, having advised that: 1. On June 24, 1975 , the County entered into a joint powers agreement with Pinole and Hercules to study existing` and "future transit needs in Western Contra Costa County; 2 . The Study is now substantially completed, with a recommendation that a fixed-route public bus transit system be implemented initially through contracting for the service with Alameda-Contra Costa Transit District with supplemental demand responsive service in Rodeo-Crockett ; 3. A new joint powers agreement creating a new authority is necessary to provide the agency the power to contract for the service , own and operate the system, receive and utilize Federal and State funds , and accomplish other works necessary, to provide the public transit system; 4. The yroject conforms to the Local Transit Policy (Resolution 76/319) adopted by the Board of Supervisors ; 5 . The Cities of Pinole and Hercules have approved the agreement ; 6 . WCCCTA will be governed by a seven-member board, three of which will be County appointees and two each from the Cities of Pinole and Hercules ; 7 . A Negative Declaration of environmental impact pre- pared for the project was posted on September 1, 1977 , with Ino protest received, and the project has been designed to conform to General Plan. The Public Works Director having recommended that the Board: 1. Determine that the project will not have a significant effect on the environment and direct the Planning Director to file a Notice of Determination with the County Clerk. 2 . Authorize the Chairman of the Board of Supervisors to. execute the Joint Exercise of Powers Agreement on behalf of Contra Costa County. 3 . Instruct the Clerk of the Board to post and publicize Notice of Vacancies to the WCCCTA Board of Directors OvZoXoIL r IT IS BY .THE BOARD :ORDERED that the aforesaid recoalmenda:- _ tions of the Public 'Works Director are approved. PII ASSED by the Board on September 1I.71 1 1977 . ,, :. .,. . ceizrn��i coPY . .�arti[y that thin is n full, true & correct copy o[ thu original doc:went K hich is on Pile In my office. end than i[.was_pati5ed S adopted by the Board o[ Sui)eivis, of Contra Costa County. California, on the date shown. ATTG::T: J. R. OLSSO\, County. Clerk g ex-of[irlo Clerk of said Board of Supervisors, -by Deputy Clerk. on 2 1'77 Originating Department: Public. Works (Transportat. ion .Planning) cc: Cities of: Pinole With executed copies of the JEPA Tia P/W Hercules Public Works Director C2 ) Director of Planning County Auditor-Controller County Administrator I . �., , ,.-. � . ,�",� - 9 - , . ,�e : -2, :. ,�,,� �: . I -. I L ,,� .I�:,",- , ,: � I c I .I -,���, ,. . ..--mow ..'�, ,.R 1 � .1 • JOINT EXERCISEOF YOt: RS AGREE,'-fl--INT ESTABLISHING WESTERN CONTM COSTA COUNTY 1'sZ%NS I T AUTHORITY Contra Costa County, Pinole, and Hercules 1 PARTIES AND DATE. Effective on 1977 and Eursuant to Covernment Code Section 0500 et seq , herein called the 'Law") , the COUNTY OF CONTRA COSTA, a political subdivision of the State of California, herein called "County", the' CITY OF PINOLE, and the CITY OF HERCULES, all situated in Contra Costa County, California, and herein collectively referred to as "Cities", as individual public entities mutually promise and agree as herein- after set forth. 2. PURPOSE. There exist opportunities for nr`eting public trans- portation needs in Western Contra Costa County; and COUNTY and CITIES now desire to provide for the development and im- plementation of public transportation services in WESTERN COWMA COSTA COUNTY, said program to be integrated with, and otherwise constitute a part of, the regional transportation plan; and affirm the need for an organizational framework through which they may provide public transit service to all their citizens recognizing .. that many persons are dependent upon others to furnish them mobi- lity, that an alternative to the private automobile is needed, and that a viable transit service can assist in carrying out environ- mental and conservation policies , and certain efficiencies of operation and service are available through a unified, cooperative effort; and The State of California Transportation Development Act, as enacted by Chapter 1400, Statutes 1971, as revised by Chapter 1408 of the Statutes of 1972, and Chapters 740 and 873 of the Statutes of 1973, and the Urban Mass Transportation Administration Act of 1964 as amended, and _the Federal Highway Act of 1973, make available fin- ancial assistance for transit_ capital and operating expenses ; and G' The purpose of this agreement is to enable the COUNTY and CITIES to provide public transit service to all their citizens within the area encompassed by this agreement. 3. METHOD. The parties to this agreement desire by a joint exer- cise o�tFei.r common powers to create and constitute a new public transportation authority separate and distinct from each party to this agreement, with the authority to : (a) pkan, operate, and idtvini_st:er a public transportation sys- tem, both within and without the corporate limits of its mei,.ibers . (b) Con's:]-�Ct t:7 th any pczSOn, firm, OL' pil[�liC agency t0 use, manage, an-id operate its transportation facilities , or any portion t..l,c�rc.of. (c) Contract with any person, firm, or public agency to pro- vide transportation facilities and service or to improve transit facilities and service being operated by said person, Firm, or public agency. oin-3 i s (d) Recc'.ive ?T1CI 111:1I.iIe ;:ill forms of Federal, State and other grants or revenue-s ITva_ilable for transit purposes and apportioned to cacti of the parties taitlii_n the area encompassed by this agroo-ment. 4. CKEATIONN OF AUTHORITY. Upon the effective date of this agree- ment, thee-re is established and constituted the Western Contra Costa County Transit Authority, hereinafter referred to as ` WCCCTA" or "AUTHORITY, " a. separate and distinct public entity, as the author- ity to exercise the common powers provided for in this agreement and to administer or other-7ise execute this agreement. S. MAIM. tdCCCTA shall be governed by a Board of Directors, here- inafter referred to as "Board", comprised of seven members, with the governing body of each party to this agreement appointing mem- ber_s as follows : County, three members ; Pinole, two members, at least one of whom shall be an elected official; and Hercules ; two members , at least one of whom shall be an elect-- ed official. Members selected will serve terms set forth by their respective governing bodies. A majority of the members of the BOARD shall constitute a quorum for the conducting of business, except that less than a quorum may adjourn a meeting. At its first meeting the BOARD shall: (a) Appoint a chairperson and vice-chairperson; (b) Establish necessary rules of procedure; and (c) Establish a time and place for regular meetings. At any meeting, including its organizational meeting, the BOARD may coaisider such matters as it deems proper for carrying -out the pur- poses of this agreement, provided that no item shall be considered,- except by unanimous consent of the BOARD, unless written notice shall have been provided to the BOARD at leasttwenty-four hours in advance of the meeting at which such item is to be considered. 6. POT.LRS AND FUNCTIONS. WCCCTA shall have the common power of the parties to own, operate, and/or maintain a public transit 'sys- tem and, in the exercise of the power under this agreement, I%TCCCTA is authorized in its own name to: (a) Employ agents and employees and contract for professional services; (b) IIake and enter into contracts for transit operations and othor purposes ; (c) Incur debts, obligations , and liabilities; (d) Accent contributions , grants , or loans from any public .:agency, or the United States or any department, instru-- mentality, or agency thereof, for the purpose of financ in,, the planning, acquisition! construction, maintenance, or operation of transit facilities. W000TA may also 0lu4 accept contributions, grants, or loans from other than the foregoing sources ; (e) Invest in the treasury of the County of Contra Costa money that i.s not needed for iii-imediate necessities, as the BOARD determines advisable, in the sane manner and upon the same conditions as other -local entities in ac- cordance with Section 53601 of the Government Code; (f_) Do all other acts reasonable and necessary to carry out the purpose of this agreement; and (g) Sue and be sued. The powers to be exercised by 14CCCTA are subject to such restric- tions upon the manner of exercising such powers as are imposed upon the County of Contra Costa in the exercise of similar powers.- - jdCCCTA shall be held strictly accountable for all funds received, held, and disbursed by it. 7. TRA\;SIT NiUkNAGER. The Transit Manager shall be selected by, and shall serve at the pleasure. of or upon the terms prescribed by, the BOARD. Under rules and regulations provided by the BOARD, the powers and duties of the Transit Manager are (a) To lead and coordinate the technical and administrative office of I%TCCCTA and to be responsible- to the BOARD for proper administration of all affairsofWCCCTA. (b) To supervise and direct the preparation of the annual operating and capital improvement budgets for the BOARD and be responsible for their administration after adop- tion by the BOARD. (c) To :formulate and present to the BOARD plans for transit facilities within the AUTHORITY and the means to finance them. (d) To supervise the planning, acquisition, construction, maintenance,- and operation of the transit facilities of the AUTHORITY. (e) To attend all meetings of the BOARD and act as the secre- tary of the BOA RD. (f) To perform such other duties' as the BOARD may require in - carrying out the policies and directives of the BOARD. 3. FINANCING AND BUDGET. The fiscal period of the AUTHORITY shall be tiic year beginning July 1 and ending June 30. For each fiscal year, the BOARD shall adopt capital and operating budgets which are consistent with funding ability and the requirements of the Metro poli.tan Transportation Commission, the California Transportation Dove lc-lpment Act, the Federal HighX7ay Act: of 1973, and UMTA Act of 1964 as amended from time to time, and all other funding and regu- latory agencies involved in the execution of the purpose of this AUTHORITY. 9. C"IRITAL AND 01'E.RA_TTo'.S rU 1)i' G. At: the time of submitting. its prop.sed budget and proposed capital improvement program to the governing bodies of the parties for approval, the BOARD shall Simi -3 0la 1 :il:ly SUbmiL an est-hi,ate of i:oquired operating 1_linds sufficient to sus-Lain opi-2r .dons . Operating funds shall be- provided by p._iri:'ies in such :mz:inner t?s is deist rmined by L', 50 yD� s��.Ji - X13 utilization of Feda al, State, and ot:?;cr funds available front othar ti7c?n tine parties to this agreement shall be actively sought. The support required for the cps_-rating budget- and the capital ex po.ad:i.ture budget shall be equitably apportioned among the parties by the BOARD on the basis of the population within each party 's jurisdiction, after consideration of the following factors : (a) Funds available from State and Federal grants and other sources ; (b) Transportation service requirements for capital expendi- ture for replacement and general system uses; - (c) Special capital costs required for equipment and facili- ties to provide additional or increased services within any party's jurisdiction; and (d) Such other factors as the BOARD may deem appropriate. Administrative, planning, and other costs incurred by 14CCCTA that are not directly attributable to the cost of transportation services provided within each party's jurisdiction shall be proportioned to each party based on the direct cost of transportation services re- quested and provided within each party's jurisdiction. In such case ofiere I-,CCCTA does not provide transportation services within a party 's jurisdiction, the BOARD shall determine an equitable sum required of said party to support indirect costs incurred by WCCCTA. Following the adoption of WCCCTA's budget, the BOARD shall inform the legislative body of each party of the BOARD 's determination of financial support required for the budget period and the computa- tion of each party 's share. No party shall be required to contri- bute any money from its general fund for any fiscal period until the governing board of that party shall have specifically approved the share allocated the party by the BOARD. When the share allocat- ed to a particular party has been approved by the governing body ' of that party, the party shall be required to deposit its share allocated within thirty days of the beginning of the fiscal period established by the BOARD. The legislative body of each party shall assign by resolution the portion of its Local Transportation Fund (TDA) or other fund cello- cation required to finance its share of the operating budget and. capital expenditure budget. The assignment of I.,ocal Transporta- tion Fund allocation shall be made in accordance with the claim prcaceduccs established by the Metropolitan Transportation Agency and other appropriate entities . 10. COMPLIAICE t;TI:TH FET)FRAT, STANDARDS. In the performance of its C t•iCCUVA st)a cor,,ply w cfi T Lle VI of the Civil Rights Act of 19643 as amended (Public La-v? 83-352) , and all requirements im- posed by the U. S. Department of Transparration. ECCCTA's function shall be perforin.--d in accordance with 'title VI of that Act to the end that no person in the United St=ates shall, on the ground of -4- 01416 rCice, color, or national or:i.gi_n, be oxcluded from participation in, be rleniod t-he bcnei:its of, or otherwise be subjected to d i_scrinii.na tion under WCCCTA operations. 1.J.. TRANSPORTATION SEi:VICES TO BE PROVIDED. All transportation scrvices prcv ate ��by ?:CCCTA shall be in substantial conformance with the regional translortation plan adopted by the ;tetropolitan Transportation Commission, Each party, by resolution of its governing body, may submit a -re- quest to 17CCCTA for transportation service changes within said parry 's jurisdictional boundaries . Said request shall include an . adequate description of the requested transportation services . . WCCCTA may provide said transportation service changes provided they are in substantial conformance with the adopted regional transpor- tation .plan and compatible with the overall service being provided. The BOARD shill male a finding and report to the party of the dis- position of each request. This agreement shall in no way prohibit any party from providing its own transportation services or from contracting with WCCCTA or with any other transportation operator to provide transportation services , except that such transportation services may not be funded with Transportation Development Act funds or other funds originally allo- cated to AUTHORITY by a party for the budget period. 14CCCTA may provide service to points outside the corporate and jur isdictional limits of any of the parties . ..... The area encompassed by this agreement shall be in the area shown on the exhibit marked Exhibit ?'A" which is attached hereto and in- corporated herein. In the performance of its function, _14CCCTA shall utilize. all avail- able assistance programs and shall establish and maintain close liaison with other transit operators and with Federal, State and regional advisory and regulatory agencies . WCCCTA shall strive to provide for the reasonable needs of the trans- portation dependent, the elderly, handicapped, and poor through spe- cial programs or the inauguration of innovative 'concepts . WCCTA shall cooperate fully with BART, AC Transit, and other transit . providers to the end that a mutually compatible and integrated trans- portation service is provided. 7.2. FU?:DS� AUDITS AND ACCOUNTING SERVICES. Pursuant to the require- nients- of Secl:ion USO�. 5—ufiha Government Code, the Treasurer of Contra Costa County is designated to be the depository and to have custody of all 1•:000TA funds , from whatever source, and to perform the following :functions : (a) Receive and receipt for all money for the 1•CCCTA and place it in the Trcasury of COUNTY Lo the credit of WCCCTA; (b) Be responsible upon his official bond for the safekeeping and disbursement of all 17CCCTA money so held by him; (c) Pay any sums clue from the 1•.1CCCTA or its assigns from 1.CCCTA, or any portion thereof, only upon ;;Iarrant-s of the public of- fic;>r perfor,fi.rlg tale functions of auditor or controller who shall be so designated pursuant to this agreement; and (d) Verify and report, in writing, within 15 days following the first clay of July, October, January, and April year 5 01417 to the VXCCTA �-tnd to COUNTY, PINOLE3 and 1I1;l2CULES the a-mount of money he. holds for WCCCTA, the amount of receipts since 111-s last rcport :end the amount paid out since his last report. Fursuant to ttie roquiremerit of Section 6505.5 of the Government Code, the Auditor of COUN'YY shall perform the functions of audi- tor/controller. lie shall draw warrants to pay demands against the i�?CCC'i'A ,Then the e�f�EFands have been approved by the tdCCCTA. There shall be strict accountability of all funds and the Audi- tor of COUNTY will report to the TNICCCTA all receipts and dis-- burscnients . In addition, Auditor of COUNTY will either make, or contract for, an audit of the accounts and records at least annually, as prescribed by Section 6505 of the Government Code. In each case, the minimum requirements of the audit shall be those prescribed by -the State Controller for special districts' under Section 26909 of the Government Code, and the audit shall conform to generally accepted auditing standards. The books of account shall include records of assets, liabilities, and con- tributions made by each party. 13. PARTIES ` LIABILITY. The debts, liabilities, and obliga- tions of WCCCTA shall not be the debts, liabilities, or obliga- tions of the parties to this agreement or of any of them. 14. TERM OF AGREEMENT, This agreement shall become effective on the day and date first above written and shall continue in force for a period of two (2) years thereafter. 15. EXTENSION OF AGREEMENT. By mutual consent- of all parties to this agreement, said agreement may be extended for additional periods of tLne upon teras and conditions as may be mutually agreed upon. 16. DISPOSITION OF PROPERTY, EQUIPMEIN'T AND SURPLUS FUNDS. In the event this agreement is not extended beyond said two (2) year term, or if it is so extended, at the end of the period of such extension(s) , all property, equipment and surplus funds shall be distributed to the parties in the same proportion as the contributions made by the respective parties. If the par ties cannot agree as to valuation of property or the amount of the respective distributions, the valuation or distribution shall be made by a panel of three referees. One referee shall be nppoi_nted by the party or parties disputing the valuation or distribution, one referee shall be appointed by the party or parties supporting the valuation or distribution, and one referee shall be appointed by the two referees first appointed. 17. f1 M—NDIME.NTS. This agreement may be amended by a written a=.,iendmiant unanimously approved by the parties . 18. SUCCESSORS. This agrecr,;ent shall be binding upon and shall inure to the benefit of any successors to or assigns of the parties . 19. SEVERABILITY. Should Zny part, term, portion, or provision of this a ireement be finally decided to be in conflict with any -6- 01418 i lata of the United States or of the State of California, or otherwise be unenforceable or ineffectual, the validity of the remaining parts , terms , portions , or provisions shall be deem= ed severable and shall not be affected thereby, provided such remaining portions or provisions can be construed in substance to constitute the agreement the parties intended to enter into in the first instance. IN WITNESS WHEREOF, the parties hereto have executed this agree- ment by their duly authorized officers and representatives s of the day and year first above writ n. ' 7 (C-WPOVED AS T FORM: CI7 OF PI By ... � Cit ttor 44ayor EST- / City Clerk APPROVED AS TOfr'ORr1: CITY OF 11RCULES /-- City Attorney Acting yor �-' ATTEST: city clz—"rk, , APPROVED AS TO FORM: CO RA sT tbuNTY, JOHN B. CLAUSEN, COUNTY COUNSEL By Qh firman, Board of S isors By DeAttfATTEST: JAMES R. OLSSON, CLERK By DepilEy _7_ 1 01419 •I' - ,,,,Y.'..G:1:.:'JL.Lt•.•T .lila!..r•�.•_��._:'.t1 Ls- ,JJ_Yl'."a:lJiL�t1•�I:ir:L•.••�•�_•r.a::,.•..y..IJr...:+e...e..:.. t-r•.�.... )y ,,. ��, .. .. ... .. ::��.aa.�•'-1L•'x•'=-y''.�a:.:( ..�t. :::'i JtJ.7C:i.S. �..� / ,.�` i• a•�•t- - •t.alL' r��.•S.ir:oji-. ::..T..�ii. '.'-1i':�r'•%•_`.,i�..u.:.'."+:M.:4.r,.,.'d.:..,:.is7:r:t,: :::1'.•:Z::J...7.:.,:�...:.R'.:a:� 1 _ y` !•j'• �' Lias..+•-...'}�' �.�...,�. •\ r �� .,`• _� .• � �1• x• ^l. , \ •w,. / t � .� l••t ^�• I `•` 1. • t � 31 34 .1111011111 _ - a Z. F" 1 -/J• YL.Err Mie \\ ( I • ,\' 1 - 3 A fi L O B A Y .� i•It'y' I �• f� -.� c.: 11 _ ..a,•t r � •/ ,•moi--._`�_�`-.___._'/_. y-t---- 1- / I - arti ,. ! •• ��/•-'-- -- ------- _ ••.T'+• ... '`�. •t•••lf �• �J`` .. I- i� �, i I r MIAMI + i.. ".,+. _ .; u:)y..r 'k_.. «♦a.•x' L:.a4,nG. '• .Py s��a� .•a \�'.wr. ..t , h'r MAINE !E%IC•IT. , 1 c•/ -._.�_ 1 M O ) • ' •y',1•: t_._. ••f•ri�-/ •• ..'•� »r " P•ft Cow•r. •• , ''� /. •� J�'F %' ' ` - ..,. 'r/ i d • • _ •war- _` '• - - .. .�/...•• � - '{(1• - __ O T' I •i ''r••a .• •;!i• •'• 'T , "'♦ .f Vic•.••..,.. r.. - _ • •r,•4.•• ••• • •� .. + C A A E •L H AK 8, R E ..� .. •"'- -- _ _ l•w•Trw li••II ',,t' •• •) •. a1 • ..rr•lrra •�- •u1 L� : r,.o•{ _ - r~ r j `sfjs Rodeo• w ... 1ti t• '•e -� -�cc`t� 4, • T _ •�If' -}!'` •��a .�.�.. �••- 1./ L A 31 •O L 5 A S wxlu••S•• 117a i � ' i = ,' .vim d' , a vVCCCTA '* LZ !{,,w: �� :• .•i•_ �• .i. .. '_E• I trw SCALE- I•t 2600 Icm.•0.24Ixa. •z.r• .f w. ••. I t.�..... i• •••,1 ``,, 4 Y,. t. a . •_ , ♦• \ •rf r a" �'JJ j .r•'•:.I. I . _ •_ • t2#7 •w,�/ �• i=J,rJ/ •• f' •au::• ''� /� rha•,- Vii- •. .. - w, ,•~4 ��{• i. •• 1�� �•Y`.�.. ....' rads _ . ♦•• ...��5t j. • �Jt`•-�'•--•• - rrf•O an• ,� s..r./ �., _. __ � a...._f 1.-�, •1 1' •PJ.;•<.�^... cM� - .. • !1 •H•• .� a•ww ai til. ( -w•<Mt •.•rr•' ,j.'I t•f'• '\q .�». •a Y•••r.• _ ..w• h•� wnr • ~ •a1 'I. __ _- — - - _- tT' �— _ - _ ._ ._ -._ ([rr • A..•.• r _ Irl •- ,. J �' .f wv��l.a \ ' - F! •: s ••_��{ - arw• - 0 na.K waw. .•w• u•w• r :w.,f.• •� `. rr�aLL rc / I• K asli a ,,(_ ._ - -- = T f • ''•�• {. _ '`'�• •_- •yi4• r �ti •«r �' _ .° ��'' -r•rw O O � ••tar 'aa•.. ••wr � "' ^: z♦ •� i i'w L \ •� 1.� (/ \ t 1 % fy , w l •"-• . -.� • : M., ,� •1w ,\ \- / !''i'I aaN:rn•! .«n• ' ... t ._ ' •'a �••.• i, •�N•fNa Pwle \ r•saJ•.+L - � r«+�• nnr o ••— — •'t •: aerr. a _ _ _ r' I••' r r• t_J . .. .1 F r /r \_ 1fwas+•Yi•wsJ: r� 1„r•: - �. '_•/t• r•r. _'w. r1.••fa l•-e YT� /�.� '��` '1.' 't•• . �A_ �• / , J_ }i.•,.T r•ir w••. :•� ••»r '"y.•C .� • •• • yr - w M r ••1••. i .ft•.La rK - ^ I. _ V {\r� 77, .. �s.w• to •'1•. .._ . - �. _I• i / • •K _ - t••••ar a g+ussS. / / (.SS ••r ,:ihn f' ••ar A,�\• h�....••' •a y,Yl. .4'. i A I./ +�/.qtr .}{ x �� �.: .�� ��` t'' r I 1 t� �' ;� / �w \• i• r' z r�i..l.. C.y—_ 2; -� _t :f ^ =r�s�1 sT �• c•yl�� • at _\\\.•✓. • • �•C:.. -•77 / _ s• ! •« ••.r /ang, -1•6 .. •t.••.4a•er.ri�-- .t.::• _ K•w..• •t �� a"�.l •S f, •if •'a• T 1 ��._• J•a► f--• I`_ . _ `:� .t••�_-.1��• ��� -� --. •L yy.•rK ... -_ f •fir �•' } 1 •��a� 'T••I• `� eV�i1a•.._ , wr • ,•M ' j yYYT -�••:• _rrK ^�a . _ __.. _ _.. ; .t .',F•+ ..,aK { '•`•' •yos i•' _ ' \ • ... N• .w«K ya ••i• { -• _a - �•�/ s i-"'. ; •.V- ,. ,.f' " �, •, air �•`_ •o•r tr••a ..: - - - •' a 1=.. - I i �. ! . •. yM \ y .... '.: •./- '�a`i i' - •r•.0[wiai a • • J •\ `_. <'. • rr■ •.r , a.Mit, ar,r'►rr 2 - • I S �• �' 1 - / :� ' • 1 4 w.. _ y e .»s.K •••,r.w'r"'r •ww». ; \'� • •• ��! 16: / 1 _ t w 0 E [ A 1 O G [ 1.. • so..* ` •w w r nqi w • '1 w K � ••• _7 �i v •_ • �. � go r=!:r.^ `•• / f1-��.—- - - -pall L E - •• T O E - Y -- w.. ..x it�..t M' eta .. �'• ....� i S•:. �. . / /. �•��.J 7�� /✓•/ 1 . wow • [ ww.e. y •y•- _ •,� 'l � y O - M•.• prat -• - - _. •... ►V- _ !r �•', `.h ��>• - J`t'r'`�'/ rw4 a• .• rrr _ww V• .• .'a', nar•.• w, w ••r'1 *` \. 1. r ri I- - O Q 1 rrr� r _ 3_ �.•j ♦w• psc 10 -.. i!,• /7 1'. 'w J' ' 1♦Mf qKM Mi.r •--Ma.i 1 •r•M• M•••• �. 1 ) '•' _ =on �'. ' ,, C' t a ♦•a... rsur -J.' _� man rr • t �. w•r \ wn lr'1� � �•1r-ri +: • ` rte' ' 1/ 11 1 . `•�. .rr:.-., -•; .: �:•.:::ai � \;> ' .. � t ��,_ -- . ..;a` ._. r;..l. , . a' � --•�� EXHIBITED BY THE — •r. �., '• d' -:-��- - ••-•• I I AREA EMCOMPASS f _. a.s•a el I— .r •� -•-/` .r .. eK4 .1 .c.... . O F P O W E RS AGREEMENT t _ ••-- JOINT EXERCISE If • -....r a.NK i•• ( O�.•.r••ww•Nu w •rw 3 • �,• ,.•�'�,'� •• ••-- ESTABLISHING - a • �K '�„ WESTERN CONTRA COSTA COUNTY T�ANS�T AUTHORITY HE —, w••» COUN'T'Y PINOLE & CONTRA COSTA - ;, .,.4 ., ..,.... «.rw�•� REVISES 6-17-77 V w is, r �',�'b]!s• ,.J,, a;J• �:1r„ n••. , '~ 1 '� Mt • wn.wr l •ii•lL"' i '� '``. h /•1•i •" �ruL•�ti` .1.. '. ,. 1� A• • .ow • I.. •.� ti �.,w l ••I' / p`jill • wM .! �• , Jw t.w •w•'1'r -. —.go •,� „ i � . i J� •Yatr�.,• 1 wr.t••/w � �' , --� ` I f� 1 / •� r '•. ..•�•� ....�r S.. 1y., '•�, .` %.' u a a r Z O /,•" _ rJ.r r � � T T 1 e'• ':�;3� •� '� •..Tar:::; . q y 1� ,,J ',/ • t � •� '' : _ ,r.:: i �� � "'p - .. •ti..n t f Ne t f .� •••.• Qp 0' t ' to 0 A M A D A ' 17' A- AA. . • . �} / yrr•y , !: '. L fill �. t 1 J••Jw 1 wrl A. .'.1, ♦ 1 : ♦ f 1 4 Iy /»INN ', •• • '. www rrJ/e <� •1, ' � '1 • 1 . T v: -.... a .. „ .., .. .. .. .. .:.., r.. .. _. ... .. .. .. .. . .,. 4. r..:,. t. ':'F-. ,.-.f.. .,..1 ...:.,1 za�o ,....,•.,..._ ... .w•,:- � ti...a;r,a s..-...-:u., P.e..w 1 irt.. t,b $-- In the Board of Supervisors of Contra Costa County, State of California September 27 19: 77 In the Matter of Approval of Women Infants and Children (WIC) State Department of Health Contract IT IS BY THE BOARD ORDERED that it's Chairman is AUTHORIZED to execute State Department of Health Contract #29-203-6 (State #77-58551) for provision of Women, Infants, and Children (WIC) Services, Special Supplemental Program, administered by the Health Department for the period October 1, 1,977 to September 30, 1978 at a cost of $96,219 in Federal funds. PASSED BY THE BOARD on September 27, 1977. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the data aforesaid. Orig: Human Resources Agency Witness my hand and the Seal of the Board of Attn: Contracts & Grants Unit Supervisors cc: County Admini •,trutor County Auditor/Controller affixed this27-t1Zday of Seo-tember ig 77 Department of Health J. R. OLSSON, Clerk Deputy Clerk 14axine N. Neu&d EH:sh H- 24 3/76 ism 01421 PPROVED BY THE 0 CONTRACTOR -STANDARD AGREEMENT — A STATE AGENCY ATTORNEY GENERAL. STATE OF,CALIFORP41A ❑ DEPT.OF GEN. SER. STO. 2 iREV 11/75) I ❑ CONTROLLER THIS AGREENtENT, made and entered into this__-I-st day of July 19 77 , 11 in the State of California, by and between State of California, through its duly elected or appointed, ❑ qualified and acting I TITLE OF OFFICER ACTING FOR STATE AGENCY NUMBER 77-58939 Chief, Program Services Branch De,2artment _of_Health he;eufter called the state,and COUNTY OF CONTRA COSTA- (Health Department) 29 - 208 , 5 - hereal ter called the Contractor. WITNESSETH: That.the Contractor for and in consideration of the covenants, conditions, agreements, and stipulations of the State hereinafter expressed, does hereby agree to furnish to the State services and materials, as follows: (Set forth service to be rendered by Contractor,amount to be paid contractor,time for performance or completion,and attach plans and specifications,it any.) The Contractor shall render performance under this agreement according to the terms and conditions set forth in attached Exhibits A(A) entitled "Terms and Conditions", A(F) entitled "Additional Provisions", B entitled "Project Budget" consisting of 3 pages and C entitled "Project Narrative" consisting of 9 pages which are made a part hereof and constitute the additional provisions of this agreement. FORM APPROVED JOHN !B,.�CEN oun u By 0.4 DANEEN C.FLYN The provisions an the reverse side hereof constitute a part of this agreement. IIN WITNESS WHEREOF, this agreement has been executed by the parties hereto, upon the date first above written. STATE OF CALIFORNIA CONTRACTOR INOIVIOU&I.. ST&Irlt w"r.1rNxpI A CORPORATION .AR AGENCY c A C TO.Wtir OTMER THA AN Fc.) He Department (.9 Health- UNTX;0F 00 STA alt-h Department BY jAuTHORIZEO SIGNATURKI Y K 0 RXA-6 "'E' N. 1309ge" > TITLE - Edward Stahlberg77 TI Chief, Program Services Branch Chairman, Board of Super ors S�EP 2 0 ADONF-33 651 Pine Street !CONTINUED ON 5"RETS EACH ISTAIMIl G NAME ON, CQN-rq^ Art-i n P7- C)4551 AmoumT cNcumnaRerz APPROPRIATION FUND Deportment of conarol Services Us&ONLY S 26L281.00 Local Assist a_nCe_ General- UNLI.NCUMUIERCO 13ALANCit ITEM CHAPrKPI STATUT93 ills A1_ YCAR S 254(l AD). %%CRCA54"*C%CUM%%^"C1C l-UNCTtQ?44§=:) 8 -;2/�i - 1977 1972ZIU_ fi Pediatric Immunization Pro ram ADJ. GCCR=ASIw. [w CUM rRAwtt LINE I7EM ALLOTMENT 8lo-26o-48-oo I hereby certify upon my own personal knowledge that budgeted fund T.S.&I NO. D.R. NO. are available for the period and purpose of the expenditure stated above SioNATUAVE OF ACCOUNTING OFFICER DATE I hereby certify that off conditions for exemption set forth in State Administrative Manual Section 1209 have been complied with and this document is exempt from review by the DepartmentofFinance. SIGNATURE OF OFFICER !IIZ.JNG ON g1t,4AL-111 OF THE AGENCYDAT[ Microfilmwl with board order '- R7: The„Contractor agrees to indemnify, defend Viand save harmless the State,its officers, agents 'and employees from any and all claims and losses accruing or resulting to any and all contractors, subcontractors, materialmen, laborers and any other person, firm or corporation furnishing or supplying work, services, materials or supplies in connection with the performance of this contract, and from any and all claims and losses accruing or resulting to any person, firm or corporation who may be injured or damaged by the Contractor in the performance of this contract. ?. The Contractor, and the agents and employees of Contractor, in the performance of this agreement, shall act in an independent capacity and not as officers or employees or agents of State of California. v. The State may terminate this agreement and be relieved of the payment of any consideration to Contractor should Contractor fail to perform the covenants herein contained at the time and in the manner herein provided. In the event of such termination the State may proceed with the work in any manner deemed proper by the State. The cost to the State shall be deducted from any sum due the Contractor under this agreement, and the balance, if any, shall be paid the Contractor upon demand. 4. Without the written consent of the State, this agreement is not assignable by Contractor either:in whole or in part. 5. Time is the essence of this agreement. 6. No alteration or variation of the terms of this contr4et shall be valid unless made in writing and signed by the parties hereto, and no oral understanding or agreement not incorporated herein, shall be binding on any of the parties hereto. 7. The consideration to be paid Contractor, as provided herein, shall be in compensation for all of Contractor's expenses incurred in the performance hereof,including travel and per diem, unless otherwise expressly so provided. 1. Tlae Contractor agrees to indemnify, defend and s:t%%c harmless.the State; its officers, agents and employees from any and all,claims and losses accruing or reselling to any and all contractors, subcontractors, materialznen,.laborers and any other person, firm or corporation furnishing or . supplying%vork, services, materials or snpplie•s in contu•e•tion with the performance of this contract, and from any and all.claims and losses accruing or resulting to airy person. Frm or corporation who may be iniured or daenaged by the Contractor in the perfortnatace of this contract. 2. The Contractor, and the agents and employces of Contractor, in the performance of this . agreement; shall act in an independent capacity and not as officers or employees or agents of State of California. , 3. 1'Ile State may terminate this*agrreancnt and be relieved of the pa ynient'of any consideration to Contractor should Contractor fail to perform the c6ven:uts herein contained at the time and , in the manner herein provided. In the event of such termination the Stale may.proceed with the work in any manner deemed proper by the State. The cost to the State shall he deducted from . any sum clue the Contractor under this aagrcemezlt, and the balance, if any, shall b4 paid.the . Contractor upon demand. .. 4. Without the written rorase:rt of t}le State, this agreement isnot assignable by'Contractor- ' either in.Whole or in part. b.•Time is the esseuee of this agreement. 6.*No alteration or variationof the terms of this eorltmet shalt be valid unless made.in`.criting'• and signed by the:parties hereto, and no oral understanding or agreement not incorporated herein, shall be binding oil any of the parties hereto. 7. The consideration to be paid Contractor, as provided herein, shall be in compensation for all of Contractors expenses incurred in the performance hereof, including travel and per diem, unless otherwise expressly so provided. t - 01424 Contra Costa County Page 2 •77-58551 E. Determine eligibility according to the criteria prescribed in the "Program Manual for Special Supplemental Food Program for Women, Infants, and Children" published by the State Department of Health, and determine eli- gibility on the form entitled "Certificate of WIC Eligibility." F. Enroll only those eligible persons Contra Costa County G. Provide WIC Program participants with ongoing pre-natal or well-child care from a Clinic operated by Contractor and monitor receipt of health care including maintenance of records in accordance with State directives for those participants receiving pre-natal or well-child care from providers possessing WIC Project Provider Agreements with Contractor. H. Collect such medical information as is required by the State to evaluate the Program, issue identification cards, and distribute food vouchers to eli- gible individuals- I. Submit reports in the format and in accordance with the time schedule pre- scribed by the State, which reserves the right to assess a 1.5% penalty to the monthly claim for reimbursement for failure to adhere to specified time schedules. J. Assume liability for identification cards and food vouchers during the inter- val between Contractor's receipt from the State and issuance to eligible WIC participants. The State reserves the right to assess a penalty equal to any monetary loss resulting from unauthorized persons redeeming vouchers stolen from or lost by the Contractor or such loss resulting from vouchers issued to ineligible persons. K. Conduct a nutrition education program in accordance with a plan approved by the State for nutrition education including in-service training for the Con- tractor's staff, and offer such approved nutrition education services accord- ing to the following priorities: First, pregnant and lactating women; Second, parents or guardians of infants and children; and Third, children if appro- priate. L. Orally inform each WIC applicant of her right to a fair hearing. M. Neither deny nor threaten to deny services to participants on any basis other than those defined in State and Federal eligibility guidelines nor shall Con- tractor use the WIC Program to prom. to interests other than those described in Federal regulations and the State WIC Program Manual. 2. Contractor agrees upon notification of termination of contract to cooperate in any and all efforts to refer participants to other WIC agencies in 01425 Contra Costa County Page 3 77-58551 g maintain continuity of participation in the WIC Program. 3. The period of this contract shall be from October 1, 1977 through September 30, 1978 4. This contract may be cancelled by either party by giving 30 days written notice to the other party. 5. The attached Exhibit "A(F)," entitled "Additional Provisions," is made a part hereof by this reference. 6. The State shall provide direct assistance by issuing food vouchers to the Contractor for distribution to a maximum of 2,800 participants monthly. Contractor will be notified in writing by the State of periodic adjustments in caseload and shall adhere to any changes made in maximum caseload. 7. This agreement is funded entirely from Federal funds made available to the State by the United States Department of Agriculture. The State may termi- nate this agreement whenever such federal funds are no longer made available; and the State shall immediately notify the Contractor of such termination. 8. In consideration of the above services, performed in a t•.tanner acceptable to the State, the State shall reimburse the Contractor monthly, in arrears, upon submission of an invoice in auadriplicate stating the time period covered, and stating the contract number, for actual expenditures in accor- dance with the budget (attached hereto and shown as Exhibit "B"), to: De- -partmcntof Health, WIC Supplemental Food Section, 714 P Street, Zoom 300, Sacramento, California 95814. The Contractor may make changes in any indi- vidual line item in the budget, provided chat such changes in the aggregate as to any line item shall not exceed $2,000; that the Contractor submit an explanation of the need for such excess with the claim for reimbursement and to specifically identify the line item(s) to be reduced in order to increase the excess item(s) and provided further that the State reserves the right to deny any such claim for any excess reimbursement on any item. It is further understood that in no event shall the maximum amount payable under this agreement exceed the maximum amount specified in paragraph 9 of this agreement. 9. The total amount of this contract shall not exceed $ 96,219 10. Budget: See attached Exhibit 'B' . 01426 Exhibit A(F) STATE OF CAUFORNIA DEPARTMENT OF HEALTH ADDITIONAL PROVISIONS (1) The Contractor will not discriminate against any employee or- applicant for - employment because of race, color, religion, sex or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex or national origin. Such action shall include, but not be limited to the following: employment, upgrading demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the Contracting Officer setting forth the provisions of the Equal Opportunity clause. (2) The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex or national origin. (3) The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding a notice, to be provided by the agency Contracting Officer, advertising the labor union or workers' representative of the Contractor's commitments under this Equal Opportunity clause and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (4) The Contractor will comply with all provisions of Federal Executive Order No. 11246 of September 24, 1965, and of the rules, regulations and relevant orders of the Secretary of Labor. (5) The Contractor will furnish all information and reports required by Federal Executive Order No. 11246 of September 24, 1965, and by the rules, regulations and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations and orders. (6) In the event of the Contractor's noncompliance with the discrimination clause of this contract or with any of such Federal rules, regulations, or orders, this contract may be cancelled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further State contracts in accordance with procedures authorized in Federal Executive Order No. 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Federal Executive Order No. 11246 of September 24, 1965,. or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (7) The Contractor will include the provisions of paragraphs (1) through (7) in every vubcontract or purchase order unless exempted by niles, regulations, or orders of the Secretary of labor issued pursuant to Section 204 of Federal Executive Order No. 112.16 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontmr or purchase order as the State may direct as a HAS 1197 (4176) 1V means of enforcing such provisions including sanctions for noncompliance provided, however, that in the event the Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the State, the Contractor may request in writing to the State, who, in turn, may request the United States to enter into such litigation to protect the interests of the State and of the United States. ( F) Any reimbursement for necessary traveling expenses and per diem shall be at rates not to exceed those applicable to regular State employees under State Board of Control rules. No travel outside the State of California shall be reimbursed unless prior written authorization is obtained from the State. ( 9) All equipment, material, supplies, or property of any kind purchased from funds advanced or reimbursed under the terms of this agreement and not fully consumed in the work described herein shall be the property of the State. At the time of purchase of equipment under the terms hereof the Contractor shall submit a list of such equipment in accordance with the instructions and format contained in the attached Exhibit A-1. Contractor shall at the request of the State, submit an inventory of equipment purchased under the terms of this contract or any predecessor contract for the same purpose. Such inventory will be required not more frequently than annually. At the close of the project covered by this agreement the Contractor shall provide a final inventory to the State and shall at that time query the State as to the disposition of said equipment. final disposition of such equipment shall be in accordance with instructions from the State to be issued immediately after receipt of the final inventory and request for disposition instructions. (10) Prior authorization- in writing by the State will be required before the Contractor will be reimbursed for any purchase order or subcontract exceeding $1,000 for any articles, supplies, equipment or services or for any fee, or other payment, for consultation of one hundred fifty dollars ($150) or more per day. The Contractor must provide in its request for authorization all particulars necesiary for evaluation of the necessity or desirability of incurring such cost, and as to the reasonableness of the price or cost. For purchase of any item exceeding such minimum dollar amount, three competitive quotations must be submitted with the request, or the absence of bidding must be adequately justified. The Contractor must include in a written agreement with the vendor, or the subcontractor the following clause: "Name of Vendor or Subcontractor) agrees to maintain and preserve, until three years after termination of (Contractor's narne)'s agreement with the State of California, and to permit the State of California or any of its duly authorized representatives to have access to and to examine and audit any pertinent books, documents, papers and records of (Nameof Vendor or Subcontractor) related to this (purchase order) or (subcontract)." The terms "purchase order" and "subcontract" as used in this paragraph (10) only, excludes: (a) purchase orders not exceeding $1,000; and (b) subcontracts or purchase orders for public utility services at rates established for uniform applicability to the general public. 0 1) All personnel employed by the Contractor under this contract shall meet the standards of training and experience required for comparable positions in State employment, as determined by the State. If the Contractor maintains a local merit or civil service system, then the personnel employed under the budget shall be subject thereto, providing such local system is generally comparable to standards with the State civil service system as determined by;the State- -2- 01428 � Q a Exhibit A (F) (12), Examination of Records (a) The Contractor agrees to maintain books, records, documents, and other evidence pertaining to the costs and expenses of this contract (hereinafter collectively called the "records") to the extent and in such detail as will properly reflect all net costs,direct and indirect, of labor, materials, equipment, Supplies and services and other costs and expenses of whatever nature for which reimbursement is claimed under the provisions of this contract. (b) The Contractor agrees to make available at the office of the Contractor at all reasonable times during the period set forth in subparagraph (c) below any of the records for inspection, audit or reproduction by an authorized representative of the State. (c) The Contractor shall preserve and make available his records(i) for a period of - four years from the date of final payment under this contract, and (ii) for such longer period, if any, as is required by applicable statute, by any other clause of this contract, or by subparagraphs I or 2 below. 1. If this contract is completely or partially terminated, the records relating to the work terminated shall be preserved and made available for a period of three years from the date of any resulting final settlement. 2. Records which relate to (i) litigation or the settlement of claims arising out of the performance of this contract, or (ii) costs and expenses of this contract as to which exception has been taken by the- State or any of its duly authorized representatives, shall be retained by the Contractor until disposition of such appeals, litigation, claims, or exceptions. (d) Except for the records described in subparagraph (c) 2 above, the Contractor may.in fulfillment of his obligation to retain the records as required by this clause substitute photographs, microphotographs, or other authentic reproductions of such records, after the expiration of two years following the last day of the month of reimbursement to the Contractor of the invoice or voucher to which such records relate, unless a shorter period is authorized by the State or its duly authorized representative. (I 3) A final invoice and, if required by this contract, a final report shall be submitted by the contractor within 45 days after toe termination date hereof except as may be otherwise specified herein. If a final report is required by this contract final payment hereon shall be withheld until after receipt by the State of an acceptable report. (14) Any inventions made in the: course of or under this contract shall be promptly and fully reported to the Chief Deputy Director, California State Department of Health. Patent applications shall not be filed on such inventions without the prior written consent of the aforementioned individual. (15) Officials Not to Benefit No member of or delegate to Congress or the State Legislature shall be admitted to Shy shirt- or part of this contract, or to any benefit that may arise therefrom; but this provisioa shell not Inc construed to extend to this contract if Made-with a corporation for its general benefit. 3 - V�� (16) Covenant Against Contingent Fees The Contractor warrants that no person or selling agency has been employed or retained to solicit or secure this contract upon an agreement or understandi,:z•for a commission, percentage, brokerage, or contingent fee, excepting Fiona fide employees or bona fide established commercial or selling agencies maintained by the Contractor for the purpose: of securing business. For breach or violation of this warranty the State shall have the right to annul this contract without liability or in its discretion to deduct from the contract price or consideration, or otherwise recover,' the full amount of such commission, percentage, brokerage, or contingent fee. (17) Inspection The State, through its authorized representatives, has the right at all reasonable times to inspect or otherwise evaluate the work performed or being performed hereunder and the premises in which it is being performed. (18) Nondiscrimination in Services, Benefits, and Facilities The Contractor will not discriminate in the provision of services because of race, color, creed, national origin, sex, age, or physical or mental handicap in accordance with Title VI of the Civil Rights Act of 1964, 42 U.S.C. Section 2000d, rules and regulations promulgated pursuant thereto, or as otherwise provided by state and federal law. For the purpose of this contract, distinctions on the grounds of race, color, creed, or national origin include but are not limited to the following: denying-a participant any service or benefit or availability of a facility;providing any set-vice or benefit to a participant which is different, or is provided in a different manner or at a different time from that provided to other participants under this contract;subjecting a participant to segregation or separate treatment in any matter related to his receipt of any service;restricting a participant in any way in the enjoyment of any advantage or privilege enjoyed by others receiving any service or benefit; treating a participant differently from others in determining whether he satisfied any admission, enrollment quota, eligibility, membership, or other requirement or condition which individuals must meet in order to be provided any service or benefit; the assignment of times or places for the provision of services on the basis of the race, color, creed, or national origin of the participants to be served. The Contractor will take affirmative action to ensure that intended beneficiaries are provided services without regard to race, color, creed, national origin, sex, age, or physical or mental handicap. (19) Procedure for Complaint Process The Contractor agrees that complaints alleging discrimination in the delivery of services by the contractor or his or her subcontractor because of race, color, national origin, creed, sex, age, or physical or mental handicap, wilt be resolved by the State through the Department of I lealth's Affirmative Action Complaint Process. OW 11 iii 4_ 01430 Exhibit (F) (20) Notice of Complaint Procedure The Contractor shall, subject to the approval of the Department of Health, establish procedures under which recipients of service are informed of their rights to file a complaint alleging discrimination or a violation of their civil rights with the.Department of Health. (21) Only Applicable to Hospitals The Contractor will not discriminate against the intended beneficiaries of funds monitored by the State because of race, color, creed, national origin, or sex, in accordance with Title VI of the Civil Rights Act of 1964, 42 U.S.C. § 2000d, rules and regulations promulgated pursuant thereto, or gas otherwise provided by law. The Contractor will take affirmative action to ensure that intended beneficiaries are provided services without regard to race, color, religion, sex, or national origin. Such action shall include, but not be limited to the following: advertisement conspicuously displayed advising the public that emergency health services are available without regard to race, color, religion, sex, or national origin and without regard to ability to pay. (22) Only Applicable to Hospitals Accepting Medi-Cal Patients The Contractor will not discriminate against the intended beneficiaries of funds monitored by the State because of race, color, religion, sex, or national origin in accordance with Title VI of the Civil Rights Act of 1964, 42 U.S.C. § 2000d, rules and regulations promulgated pursuant thereto, or as otherwise provided by law. The Contractor will take affirmative action to ensure that intended beneficiaries are provided services without regard to race, color, religion, sex, or national origin. Such action shall include, but not be limited to the following: advertising conspicuously displayed advising the public that Medi-Cal services are available to the public without regard to race, color, religion,sex, or national origin. .5_ o1�s i EXHIBIT NO. A 1 INSTRUCTIONS Please complete this report in triplicate, return. the original to the Department of Health, Business Services Section, 744 P Street, Sacramento, California 95814, Attention: Property Control Element. The second copy should be forwarded with your WIC Invoice requesting reimbursement for the item to: WIC Program, 714 P Street, Room 300, Sacramento, California 95814. The third copy should be retained by you for your records. For infor- mation - Telephone: (916) 322-5277. Upon receipt of the report listing non-expendable equipment that has been acquired, the Department of Health will forward to you identi- fication dentification decals which are to be affixed to the equipment by you or, your staff. IDENTIFICATION OF NON-EXPENDABLE EQUIPMENT _. Within practical limits all equipment to be identified will be tagged. as follows: Tables, desks, "and Place tag on upper left-hand similar articles corner of the front of the left leg or pedestal just' under the top. Chairs Place tag at center of the rear edge of the seat. One piece files Place tag on the upper left- or cabinets hand corner of the front of the frame. Upholstered furniture Place tag on the side of an exposed leg. All items will have tags so placed as to be in plain sight and easily read. Manufacturer's marks will be left intact. " � 01432 ATE OF CALIFORNIA-NEALTH AND WELFARE AGENCY DEPARTMENT OF HEALTH* EXHI BIT NO. A 1 , EXPENDABLE AND NON-EXPENDABLE EQUIPMENT ACQUIRED UNDER CONTRACT List each Item of expendable and non-expendable DATE: equipment having a unit value of $100.00 or more and a life expectancy of two years or more. CONTRACT NUMBER: NAME OF CONTRACTOR: NAME OF CONTRACTOR'S CONTRACTOR'S PHONE ff: AUTHORIZED REPRESENTATIVE: CONTRACT EQUIPMENT ALLOTMENT Address : FROM BUDGET EXHIBIT: PURCHASE ORDER COST OR QUANTITY DESCRIPTION STATE I.D. SERIAL PER DATE DOCUMENT NO. (Including Mfg., Model, Type, Size and/or Capacity) TAG NO. NUMBER UNIT RECEIVED 1� MAf 120) l0l751 September 27, 1977 Summary, continued Page 5 Appointed D. Nomellini and D1. Davis to the Boards of Trustees of Reclamation Districts No. 2025 (Holland Tract) and 2059 (Bradford Island) , respectively. Approved recommendation of Internal Operations Committee that the Director, Human Resources Agency, be instructed to review the bylaws on Council on Aging and advise said Council of any inconsistencies between - the bylaws and the Board' s policy on appointments. Denied proposal to amend the Cardroom Ordinance to permit the inclusion of the card games panguingue and lowball in cardrooms. Acknowledged receipt of report from County Administrator on County administered federal grant programs. Referred to Finance Committee request of Director, Human Resources Agency, Medicare F510. Fixed Oct. 18 at 2 p.m. for hearing on provisions of SB 201. F �i La September 27, 1977 Summary, continued '. ' `{: age 4 Approved recommendation of Planning Commission with respect to recuest of R. Costa & Associates, Inc. (2143-RZ3 to rezone lard in the Danville area, waived reading and fi Xed CCI. for adoption of ordinance. Adopted the following numbered resolutions: 77/784, fixing Oct. 27 at 2 p.m. as time to receive bids for Montarabay Recreation Center at BaTiiew Park, San Pablo Area, CSA IM-17; 77/785, as ex-officio the Board of ,Directors of Contra Costa County Sanitation District 11o. 5, determining that future annexations to District 0o. 5 will be viewed unfavorably until such time as the District' s sewage treatment facility is brought into compliance with Federal Law; 77/76, accepting Grant Deed from First Baptist Church, Pacheco, and authorizing Chairman to execute Deed to same, conveying excess County property in exchange for the property acquired by aforesaid Deed; 77/787, fixing Nov. 1 at 10:55 a.m. as time to consider property acquisition from Mutual Investment Co. required for the Parks and Open Space Bond Program for CSA R-8, Walnut Creek; 77/788, accepting as complete contract with Ransome Co. for shoulder widenir. and asphalt concrete overlay on Moraga Way, Orinda area; 77789, accepting as complete improvements in Sub. 3844, San Ramon area, declaring certain roads as County roads, and retaining cash deposit as surety for one year; 77/790, authorizing Chairman to execute Program Supplement No. 4 of County-State Master Agreement, Federal Aid Secondary Pro,;ect, Marsh Creek Road Bridge, Brentwood area; 77/791, fixing Oct. 27 at 2 p.m. as time to receive bids for Flood Control Building Addition at 255 Glacier Dr. , Martinez; 77/792, fixing Oct. 20 at 2 p.m. as time to receive bids for mechani- cal and Safety Alternations, Civic Center Improvements, Martinez area; 77/793, consummating purchase and accepting deed of The Chase Co. property in Martinez, County Civic Center; 77/794, amending Resolution :?o. 77/602 for additional compensation adjustments for certain County offices and employees; 77/795, fixing Oct. 20 at 2 p.m. to receive bids for construction of ;Miscellaneous Storm Drains Project, Crockett, L1 Sobrante and Alamo areas; 77/796, designating the Board as Solid ,taste Management Agency and the Solid Waste Coordinating Body as the Solid Waste Commission; 77/797, designating the Health Department as Enforcement Agency for the Solid Waste Control Act of 1976; 77/798, authorizing City of Concord to conduct building inspections in connection with Krona Lane ;;7 annexation, 77/799, approving final map of Sub. 4931, San Ramon area. Acknowledged receipt of memorandum from Director, Human Resources Agency, relative to communication from Napa State Hospital re appointments to its Advisory Boards. Approved recommendations of Internal Operations Committee on appoint- ments to Manpower Advisory Council. Awarded contract for the Juvenile Hall Personal Security System, Martinez, to Lloyd F. MCTIinney Associates. Approved Consulting Services Agreement ,wit' Woodward-Clyde Consultants for soil testing for the kitchen/dining hall at the Sheriff' s Rehabilitation Center, Clayton. 01435 September 27, 1977 Summary, continued Pare = i -4 Approved recommendation of Internal OperBt-ions Co Supervisors H. Hasseltine and N. C. F anden) that the EMO Qualifi plication be submitted to the State DeDartmert of HEW. Authorized Public forks Director, as ex officio Street Superintendent, to file amended assessments for Assessment Nos. 15-A-7 and 15-A-8, Assess- ment District 1969-1, Alamo area. Approved request of Citizens Advisory Committee, CSA LIB-11, for release of certain Park Dedication Trust Funds to the Oakley Union School District. Acknowledged receipt of communication from the Crockett Park and Recreation Association certifying to a donation to CSA P-1. As ex officio the Board of Supervisors of the Contra Costa County Flood Control and Water Conservation District, accepted deed from N. r,rb for property acquisition_, Pine Creek, Concord area. Referred to Finance Committee (Supervisors R. I. Schroder and J. P. Kenny) request of Director, Human Resources Agency, to approve submission_ to State Department of Health project application for coordinating hyper- tension activities. Authorized refund of park dedication fee to C. Dickinson. Approved City-County Thoroughfare Project priority list for 1977-1979. Approved issuance of Addendum No. 1 to the Special Provisions for the Traffic Signals and Highway Flashing Beacons Project, various areas. Referred to Public Works Director for report request from Byong Yu Karate Studio for permission to use certain roads on Nov. 6 for a 7-mile run_. Accepted as complete private improvements in Sub. 4927, Alamo area. Accepted Grant Deed from Architectural Glass and Aluminum Co. , Inc. and Offer of Dedication for Drainage Purposes from M. McKeown, et al, for recording only. Authorized Public Works Director to execute: Deferred Improvement Agreement with G. Marshall, et al, for MS 2-76, Knightsen area; Consulting Services Agreement with J. M. Nelson for plan review and construction supervision for the new County Detention Facility. Approved Right-of-'clay contract with U.S. Postal Service for the Civic Center Detention Facility Site, 101artinez area. Appointed J. Bylund to the Family and Children' s Services Advisory Committee. Approved recommendation of Planning Commission on request of Isakson. 6: Associates (2095-RZ) to rezone land in the Alamo area; waived reading and fi?:e3 Oct. 4 for adoption of ordinance. Approved rezoning request of R. Taylor (2124-RZ) for Single Family Residential R-12 , Ifartinez/Vine dill area. 0143.3 September 27, 1977 Summary, continued rage 2 Authorized Director, Human Resources Agency, to Su�Sgrari Modification agreements with 30 CETA Title vZ PS. "Sustainment Program" subgrantees. Authorized the Chairman to execute: and submit to Community Services Administration grant proposal for continuation and exDar_sion of the Emergency Energy Conservation Program to be administered by 012"0; Satisfaction of Lien and/or Judgments taken to guarantee repayment of of cost of services rendered by the County to 4.. Avila and A. L. , Maria, and Antonio Vellos, Jr. , respectively, who have made repayment in full; agreement with AEP Associates for consulting services in preparation of EIR for "Market Plaza Shopping Center, " Alamo; State Department of Health Contract for Special Supplemental Program for Women, Infants, and Children (WIC) Services; contract with J. 1allace, PhD. , for consultation and technical services for Civil Service Department; documents approving the Annual Program Progress Review Report for the Economic Opportunity Program; contract with T. Broome, Attorney at Law, for a Staff Development and Training Session for Social Service Department; contract with International Institute of the Past Day for Social Service Department staff training; contract with State Employment Development Department to provide Public Service Employment for WIN participants for Health Department; contract amendment with Neighborhood House of North Richmond, Inc. to increase payment limit for additional CETA Title I classroom training services; contract with M. Diaz for bilingual services to Head Start Speech Pathologist, OEO; contract with Mt. Diablo Rehabilitation Center for continuation of patient services for County Medical Services; Community Development Block Grant Program Project Agreement with Carquinez Women' s Club for Activity ;,40 of Third Year Program; Amendments to 1977 Head Start Delegate Agency contract with Neighbor- hood 'House of North Richmond, Inc. , Bayo Nista Tiny Tots Nursery School, Inc. , Martinez Unified School District, First Baptist Church of Pittsburg, United Council of Spanish Speaking Organizations, and Mt. Diablo Unified School District; contract amendment (CETA Title I) with Superintendent of Schools for increased payment limit for summer work experience for youth; contract with J. Owen for fiscal and statistical consultation services for the Nutrition Project; leases with Joseph Buhlman et ux and L. Wyckoff for use of premises in Martinez for continued occupancy by the Social Service and Health Depart- ments. Authorized Director, Human Resources Agency, or his designee to conduct contract negotiations with certain service providers. Directed Auditor-Con-troller to submit a certification to State Office of Criminal Justice Planning that local law enforcement expenditures are not being supplanted by grant funds. Determined utility easement rights for Minor Subdivisions 59-77, 73-779 and 53-77, Lafayette, Oakley, and Orinda, respectively. 0143.1 r SUID, ARY OF PROCEEDI?�GS BEFORE THE BOAPJ_ OF SUPERVISORS OF CONTRA COSTA COLFAT.,.,, SEPTEI�ER 27, 1977, PREPARED BY J. R. OLSSON., COUETY CLERK AND EX-OFFICIO CLERK OF THE BOA-RD. Approved personnel actions for Board of Supervisors, Civil Service (PSE-CF.TA and Exempt Medical Staff classifications) , Health Department, M-edical Services, and authorized appointment from eligible list of S. IY;orse in the class of Associate Environmental Engineer at the third step. Approved appropriation adjustments for Riverview Fire Protection District and internal adjustments not affecting totals for Building Inspection, Planning and Orinda Fire Protection District. Authorized attendance at meetings as follows: P. Ledesma, Community Services Administration, to National Conference on Parent Involvement in Estes Park, CO, Oct. 31-Nov. 6; IM. Richards, Health Department, to Rational Association of Home Health ' Agencies in Portland, OR, Oct. 3-7; G. Harmon, CSA, to American Speech and Hearing Association Convention in Chicago, IL, Nov. 1-5; i. Clausen, County Counsel, to Annual NIh^ZO at Williamsburg, VA, Oct. 29-Nov. 3. Denied claims for damages filed by Y. Crail, F. Eaton, D. Bellani, FG&E, J. Robinson, and amended claim filed by M. Medina. Authorized Auditor-Controller to make special one-time payment of $15 to certain unrepresented exempt classifications at the same time the payment is made to certain represented employees. Acknowledged receipt of 1977-73 Overall Economic Development Program Progress Report and authorized Chairman to submit same to the U.S. ;✓conomic Development Administration. Fixed Oct. 4 at 2 p.m. for discussion of the County' s Surface Runoff Management Plan. Approved relocation assistance claim payment to J. Rhines in connection with Oak Road Widening Project, 'Valnut Creek area. Approved Traffic Resolutions Nos. 2368 through 2379• Approved Joint Exercise of Powers Agreement with Pinole and Hercules, establishing 'the v,estern Contra Costa County Transit Authority. Acknowledged receipt of "Comments on the Report of the 1976-77 Grand Jury" from the County Administrator. Referred to Director, Human Resources Agency, request of ?Manpower Advisory Council for an opportunity in the future to participate in the selection or a Director. Fixed Oct. 13 at 11:03 a.m. and Oct. 25 at 10:50 a.m. for hearings on recommendation of Planning Commission with respect to applications of X. Tart (2135-RZ) and R. Reimche (2139-RZ) to rezone land in the Danville and Oakley areas, respectively. �)1�38 statr,of Callfornla—f•Icalth and Welfar.Agency , DeRartTent of Healte f EXHIBIT'B' CALIFORNIA I'VIC PROGRAAg1 - PROJECT BUDGET Contractor Name Contra Costa County Contract Number 77-55551 Contract Period 10-1-77 to 9-30-78 A. Personal Services Hours or Salary Total Per Budget Position Employee %Time Rate Position Item Total Nutritionist D. Lowitz 100% $1,231/mo. $14,772 Nutrition Aide I. Ureta 100% 870/mo. 10,440 Clerk P. Pubanz 100% 850/mo. 102200 S. McCoy 100% 938/mo. 11,256 H. Wacek 100% 772/r..o. 9,264 1,100 hrs. 4.90/hr. 5,390 PHN 1,400 hrs. 9.16/hr. 12,824 7 Less salary savings -1,000 1� K p. 5 \. c $ 73,146 Total Salaries and Wages B. Operating Expenses Fringe Benefits 16.091 Travel: Mileage at 151r,/mile and State Approved Passenger Fare and Per Diem 4,063 Office Supplies 2,200 Rent. 719 NOTE: Average salary rates adjusted for-automatic step increases and/or anticipated cost-of- - living adjustments during term of contract. . 01439 BUDGET TOTAL (809-797-65-00) $ 96,219 Pfd 159 (3/77) :s , In the Board of Supervisors of Contra Costa County, State of California September 27 , 1977 , In the Matter of Agreement with AEP Associates for Consulting Services � IT IS BY THE BOARD ORDERED that the Chairman is AUTHORIZED to execute an agreement with AEP Associates of Walnut Creek, effec- tive September 28, 1977, in connection with the preparation of the Environmental Impact Report for Development Plan No. 3052, "Market Plaza Shopping Center" in Alamo, at a cost not to exceed $3, 700 under the terms and conditions as set forth in said agreement . PASSED by the Board on September 27, 1977. 1 hereby certify that the foregoing is a`true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Orig. : Planning Department Witness my hand and the Seal of the Board of Supervisors cc: AEP Associates affixed this27thday of_September 19 77 c/o Planning Dept . Director of Planning County Auditor-Controller ` J. R. OLSSON, Clerk County Administrator g f � Deputy Clerk Flaxin'a Ti. n� 1 ---- 01440 H .24 31'r1 15m CONSULTING SERVICES AGREEMENT 1. Special Conditions. These special conditions are incorporated below by reference: (a) Consultant's Name and Address: AEP Associates, 1620 North Main Street, (b) Effective Date: SFP 2 81977 Walnut Creek, CA 94596 (c) Project Name, Number and Location: Environmental Impact Report for Development Plan No. 3052, ' Market Plaza Shopping Center", Alamo (d) Payment Limit: Three Thousand Seven Hundred Dollars ($3,700) 2. Si r s. ese signatures attest the parties' agreement hereto: TRA C CONSULTANT B p '� G, A Chairman, Board of Designate official ca ity in business Supervisors " $ogge�s �/�-__ __7 _ __7 4X� ATTEST: J. R. OLSSON, (CORPORATE SEAL) County Clerk and ex-officio Clerk of the Board State of California ) ss Contra Costa County ) ACKNOWLEDGEMENT iId. 17 The person(s) signing above for.Consultant, known eputy to me in those individual and business capacities, personally appeared before me today and acknow- Reco - Tended ledged that he/they signed it and that the corporation or partnership named above executed it. Mthont A. Dehaesu5 .,k SO. Diiect r of Planning Form approved: ' v o'x! @��• MISN'sisS y John B. Clausen rricint SEAL Count Counsel Y ,��.:',?��I�IPt�t"1�.�°�l�- FIR. Qi NOTAI:V Pultur. . CM IFORNIA By; �� L:T�C};' p1FINl IPAI /�FF1 IN S �a:� CIIN tI:A CUM• IU 1rMF) Deputy My commission £Api/es ADFII 99, {'I,1 3. Parties. Effective on the above date, Contra Costa County and the above-named Consul ant mutually agree and promise as follows: 4. Employment. County hereby employs Consultant, and Consultant accepts such employment to perform the professional services described herein, upon the terms and in consideration of the payments stated herein. 5. Scope of Service. Scope of Service shall be as described in Appendix A attached hereto and incorporate �ier`ein by this reference. 6. Insurance. The Consultant shall, at no expense to the County, furnish certificates or other evz ence 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. ,t Pagel of 2 Microfilmed with board order -~ ..i.�'`�7tf�:�r .: rr.7-7 , .`,.":...+F. ; i}�.'r..;eea"•i< t� s~ .. :t +4 . r... ...t'G.•• 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 i(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 (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 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. 8. Termination. At its option, County may terminate this agreement at any time by written notice to the Consultant, whether or not the Consultant is in default. Upon such termination Consultant agrees to deliver to the County everything pertaining to the work in the possession of Consultant or under its control at that time, and will be paid, except as provided below, without duplication, all amounts due or thereafter becoming due for services rendered to the date of termination. If the Consultant is in default at the time of termination, County may complete the work (scope of service) and deduct the reasonable expenses thereof from the fee and from any funds otherwise due and payable to the Consultant. 9. Status. The Consultant is an independent contractor and is not to be considered an employee of the County. 10. Exclusive Services. Consultant agrees to restrict its firm and its subcontractors from any employment, other' than for the County, in any way pertaining to the subject of this employment or to the proposed project which this report will review, for a period of two years after the effective date of this agreement without first obtaining the prior written consent of the Director of Planning for such employment. Consultant further agrees to. insert this condition into all contracts or work agreements with is subcontractors. 11. Status of Product. It is understood that the Final Consultant Draft accepted by the County will utilized as background or source material by the Planning Department for its exclusive use, all or in part, as it sees fit. The Consultant agrees not to release, disclose or otherwise make available copies of its written documents, their contents, any views or opinions contained therein, or any other written or oral material, data, views, opinions or other information in any way arising out of or connected with the subject of this employment to other than the Planning Department without first obtaining the prior written consent of the Director of Planning for such disclosure. Attachments: Appendix A Page 2 of 2 0 .442 - APPENDIX "K' 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 tite 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: 0144 aep associates CONSULTANTS IN ARCHITECTURE ENGINEERING PLANNING- September 16, 1977 Arnold Jonas E•IR Division, Planning Dept`. Admin. Bldg. ' Martinez, Calif. , Re: Alamo Plaza EIR I Dear Arnold: This letter is intended to confirm our telephone conversation today regarding our proposal ' to prepare the Alamo P-laza Shopping Center Draft EIR for your Department. As verbally outlined to both you and Mr. Redman, project applicant, we (propose to prepare the Draft EIR within 30 days of authorization to proceed for a contract price not to exceed $3,700 unless site plan modifications are made or otherwise authorized. A Preliminary Archeological Survey will be conducted by Dr. David Frederickson as part of the Draft. The Traffic Report by Renato G. Martinez, C.E. , dated August 1977 should be satisfactory for impact analysis and consideration of measures of mitigation, and we-will make minor revisions of the basic data based on the proposed elimination of the Payless Drug Store by the applicant. .It is our understanding that the Marketing Study submitted by the applicant will be expanded by John S. Thompson Co. , Inc. to include an analysis of the entire shopping center; and that this study will be available to us within 10 days of authorization to proceed. We understand that the contract will be authorized on Tuesday September 27 at the earliest, and we will be prepared to proceed with the work at that time. Cordially, Robert R. Graham, AIP Alice E. Bonner Planning Consultant �� Environmental Consultant 100 RRG:AEB:bg Enc: None 01444 1620 NORTH MAIN STREET WALNUT CREEK. CALIFORNIA 94596 (415) 938-1242 i In the Board of Supervisors of Contra Costa County, State of California September 27 19 77 In the Matter of Request to use certain roads for seven-mile run. having advised that he had Supervisor W. N. Boggess received a September 20, X977 letter from Kerry Gardette, representing Byong Yu Karate 1839 East Street, Concord, on California 94520 requesting permission to use certain roads. November 6, 1977 for a seven-mile run; IT IS BY THE BOARD ORDERED tforthe reportaforesaid soonuast is REFERRED to the Publid .Works Director possible. PASSED by the Board on September 27, 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 zrc Byong Yu Karate Studio Supervisors Public Works Director affixed this 2 thday of September 1977 J. R. OLSSON, Clerk By A� /� 1 ^� Clerk k.,"'- ; /: �� .;" _ Deputy Helen C . Triarsnall 01445 H-24 3/76 15m In the Board of Supervisors of Contra Costa County, State of California SEP 2 7 1977 , 19 In the Matter of Contract #103-77-1031-77 with John Wallace, PhD. for provision of Consultation and Technical Services. IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute Contract #103-77-1031-77 with John Wallace (self-employed consultant) for the provision of consultation and technical services from October 3, 1977 through October 31, 1977 with a contract payment limit of $600.00, under the County Civil Service Department's budget for FY 77-78 and under terms and conditions as more particularly set forth in said contract. PASSED BY THE BOARD on SEP .2 7 1977 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Orig: Civil Service Department Witness my hand and the Seal of the Board of cc: County Administrator Supervisors SEP 2 7 1977 County Auditor/Controller affixed this day of 19 Contractor — J. R. OISSON, Clerk Deputy Clerk Q�.).�is Eutierrez ; FI -24 3/7() 15n, 01446 - Contra Costa County Standard Form SHORT FORM SERVICE CONTRACT 1. Contract Identification. Number 103-77-1031-77 Department: Civil Service Subject: Consultation and Technical Services 2. Parties. The County of Contra Costa, California (County) , for its Department named above, and the following named Contractor mutually agree and promise as follows: Contractor: John Wallace, PhD Capacity: Self-employed individual ( consultant) Address: 1491 St. James Parkway, Concord, California 94521 3. Term. The effective date of this Contract is October 3p 1977 and it terminates October 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 nett exceed $ 600.00 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: $ 30.00 per service unit: ( ) session, as defined below; or (X) calendar day (insert day, week or month) NOT TO EXCEED a total of 20 service unit(s). 7. Contractor's Obligations. Contractor shall provide the following uescribed services: Consultation and technical assistance with County personnel in conducting and evaluating a group assessment exercise in a County facility (Administration Building) on County designed reporting forms for the designated term above. One session for payment purposes shall be defined as the provision of at least 8 full hours of such services. 8. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture, or association. 9. Indemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the • operations or the services of the Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor, its agents or employees# 10. Legal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code Sections JJ;U,:& 31000. 11. Signatures. These signatures attest the parties' agreement hereto: COUN OF .CONT OSTA CALIFORV4A CONTRACTOR B BY d4 Designee Recommended by Department (Designate official capacity) By /�/�''J De i nee (Form approved by County Counsel) (j 6) v ''!!4 (A-4620 7 11 ��- o5 X-,— Microfilmed a:: rra order In the Board of Supervisors of Contra Costa County, State of California SEP 2 7 1977 , 19 In the Matter of Termination of Reimbursement Agreement cilia Avila On recommendation of the County Auditor-Controller IT TS BY TIM BOARD ORD�^D TIUT the Chairman TS HEREBY AUTHORIZED to execute Termination of Reimbursement Agreement which was taken tc guarantee repayment of the cost of services rendered by the County to Emilia Avila who has made repayment in full. Passed by the Board on SEP 2 7 1977 �. hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Originating Dept: Auditor-Controller Witness my hand and the Seal of the Board_of Supervisors SEP 2 7 1977 cc: County AdministratorSupervisors this day of 19 ` J. R. OLSSON, Clerk BY f Deputy Clerk H 24 12174 - 15•M RObbie ,i,e:rEz r .r .01-44S -7 TERMINATION OF REIMBURSEMENT AGREEMENT-., . . . The REIMBURSEMENT AGREEMENT and NOTICE OF LIEN executed on .]dine 17, 1960 by Emilia .avila and recorded in the' official records in the office of the County Recorder of this County on jung 91, 1160 in Volume �6 at page 164 is hereby released. Dated: SEP 2 7 1977 By order of the Board of Supervisors CHAIRMAN OF 3HE BOARD OF SUPERVISORS Contra Costa County STATE OF CALIFORNIA County of Contra Costa On (date) SEP 2 7 1977 before me, Robbie Gutierrez a deputcounty clerk of this county, personally appeared ?V. N. 800-2- css known to me to be the person who subscribed this instrument and to the Chairman of the Board of Supervisors of this County and acknow- ledged that he executed it. James R. Olsson, County Clerk 01449 ' Deputy Coulity Clerk (M 2(Y29 21/72) Micro`itm^dboard order In the Board of Supervisors of Contra Costa County, State of California SEP 27 1977 I9 In the Matter of Satisfaction. of Judgments Antonio Vellos, Jr., and Maria Vellos A. L. Vellos On recommendation of the County Auditor-Controller IT IS BY THE' BOARD ORDERED THAT the Chairman IS HERMY AUTHORIZED to execute satisfaction of judgments which were taken to guarantee repayment of the cost of services rendered by the County to Antonio Vellosl Jr., and Maria Vellos, A. L. Vellos who have made repayment 'in full. Passed by the Board on SEP 2 7, 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. Supervisors SEP 42 "1197 7 cc: County Administrator affixed this day of. 19 r , J. R. OLSSON, Clerk BY �U ,_; ��, pH 24 12/74 15.M eputy Clerk bie ` 01450 ■ IN THE MU14ICIPAL COURT-FOR THE MT. DIABLO JUDICIAL DISTRICT IN AND FOR THE COUNTY OF CONTRA COSTA, STATE OF CALIFORNIA COUNTY OF CONTRA COSTA, a body ) corporate and political of the ) State of California, ) No. 14626 Plaintiff ) SATISFACTION OF JUDGMENT V's. ) Antonio Vellos, Jr. and ) Maria Vellos Defendant ) The Judgment of County of Contra Costa, entered on October 23, 1969 in the above Court, recorded in Book 5989 , at Page 226 having been paid in full is hereby fully satisfied. Dated: SEP 2 7 1977 By order of the Board of Supervisors f Chairman of the Board of Supervisors Contra Costa County, California State of California ) ss. ACKNOWLEDGMENT (CC 1181, 1184) County of Contra Costa) On SEP 2 7 i977 , before me, RobEie Gutierrez , a Deputy County Clerk of this County, personally appeared V, M , known to me to be the person who subscribed this instrument and to be the Chairman of the Board of Supervisors of this County, and acknowledged that he executed it. By lw , ri ,t-.- -Teputy Countnplerk of s CouRty (M 2100 7/75) 01451 " J11 " IN THE MUNICIPAL COURT FOR THE HT. DIABLO JUDICIAL DISTRICT IN AND FOR THE COUNTY OF CONTRA COSTAE STATE OF CALIFORNIA COUNTY OF CONTRA COSTA, a body ) corporate and political of the .) State of California, ) No. . 19260 Plaintiff ) SATISFACTION OF JUDGI�Ji T vs, ) A. L. Vellos Defendant ) The Judgment of County of Contra Costa, entered on .December 14, 1972 in the above Court, recorded in Book 6821 , at Page 220 having been paid in full is hereby fully satisfied. Dated: SEP 2 7 1977 By order of the Board of Supervisors Ole Chairman of the Board of Supervisors Contra Costa County, California State of. California ) ss. ACKNOWLEDGMENT (CC 11819 1184) County of Contra Costa) On SEP 2 7 1977 , before me, Robbin Gutierrez , a Deputy County Clerk of this County, personally appeared W. N. Boggess known to me to be the person who subscribed this instrument and to be the Chairman of the Board of Supervisors of this County, and acknowledged that he executed it. BY aputy icountOlerk of this County (x 2100 775) 01452 In the Board of Supervisors of Contra Costa County, State of California September 27 ,.19 77 In the Matter of Authorizing County Auditor-Controller to submit Certification required by the State of California Office of Criminal Justice Planning. WHEREAS the State of California Office of Criminal Justice Planning requires a certification that local law enforcement expenditures are not being - supplanted by grant funds; and WHEREAS such certification must be submitted within 90 days after the end of each fiscal year; NOW, THEREFORE, IT IS BY THE BOARD ORDERED that the County Auditor Controller is AUTHORIZED and DIRECTED to submit the certification required by the Office of Criminal Justice Planning. PASSED by the Board on September 27, 1977. hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Supervisors S E P ) 7 1977 affixed this day of 19 — jj' J. R. OLSSON, Clerk By `f.� /I !' riF".a Deputy Clerk H 24 12/74 - 15•M /t Rab!li- ticr rc Originating office Auditor-Controller v� cc: State of California Office of Criminal Justice Planning c/o County Auditor Regional Office of OCJP c/o County Auditor County Administrator County Auditor _.i 01453 In the Board of Supervisors of Contra Costa County, State of Colifomia September 27 , 19 77.E In the Matter of Authorizing Attendance at Meeting IT IS BY THE BOARD ORDERED that Margaret Richards, Home Health Agency Coordinator, Home Health Agency, Contra Costa County Health Department is AUTHORIZED to attend the Annual Meeting of the National Association of Home Health Agencies in Portland, Oregon, from October 3, 1977 through October 7, 1977. Costs will be charged to the Home Health Agency. Passed on September 27, 1977. I hereby certify that the foregoing is a true and correct copy of an ord*r entered on the. minutes of said Board of Supervisors on the date aforesaid. Witness.my hand and the Seat of the Board of Orig. : Director, HRA Supervisors affixed this 27th day of September 19 77 cc: County Health Officer J. R. OLSSON, Clerk County Administrator ; �^ �. County Auditor BY=�%�L��z-t.r_ ,,�.- 1 tirv���. Deputy Clerk M. Richards Jamie L. Johnson 0 .454 H 24 8/75 10M In the Board of Supervisors of Contra Costa County, State of Califomia September 27, 19 7.7 In the Matter of Appointment of Stephen I. Morse in the class of Associate Environmental Engineer On the recommendation of the Civil Service Commission, IT IS BY THE BOARD ORDERED that appointment from the eligible list of Stephen I. Morse in the class of Associate Environmental Engineer at the third step ($1827) of Salary Level 493 ($1, 657 - $2, 014), is AUTHORIZED, as requested by the Public Works Director, effective October 11, 1977. Passed by the Board on September 27, 1977. 1 hereby certify that the foregoing is a true and correct copy of an orderr entered on the- minutes of said Board of Supervisors on the date aforesaid. Orig: Civil Service DepartmHnt Witness my hand and the Seal of the Board of Supervisor cc: Public Works Department Auditor-Controller affixed this 27thday of_ September 19 77 Administrator J. R. OLSSON, Clerk Deputy Clerk Jamie L. Johnson H.2-13/76 15m 01455 In the Board of Supervisors of Contra Costa County, State of Californi a September 27 19 77 In the Matter of _ APPROVAL OF TRAVEL REQUEST FOR HEAD START SPEECH PATHOLOGIST TO ATTEND THE ANNUAL AMERICAN SPEECH AND HEARING ASSOCIATION CONVENTION IN CHICAGO, ILLINOIS, NOVEMBER A-5, 1977 The Board of Supervisors hereby AUTHORIZES the attendance of Ms. Gloria Harmon, Head Start Speech Pathologist at the Annual American Speech and Hearing Association Convention in Chicago, Illinois, November 1 - 5, 1977 with the understanding that the Economic Opportunity Council at its September 15, 1977 meeting approved of this request and the expense will be charged to the Special Handicap Grant under the Head Start Program which is entirely Federal Funds. APPROVED BY THE BOARD on September 27 1977. hereby certify that the foregoing is a true and correct copy of an oder entered on minutes of said Board of Supervisors on the date aforesaid. the Orig. Dept. : OEO Witness my hand and the Seal of the Board of cc: County Administrator Supervisors Auditor-Control ler affixed this27th day of September 19 77 Head Start J. R. OLSSON, Clerk Deputy Clerk Jamie L. Johnson H 24 3/76 15m 016 In the Board of Supervisors of Contra Costa County, State of California September 27 __.,._, i9 77 In the Matter of APPROVAL OF TRAVEL REQUEST FOR HEAD START PARENT COORDINATOR TO ATTEND THE SECOND NATIONAL CONFERENCE ON PARENT INVOLVEMENT IN ESTES PARK, COLORADO OCTOBER 31 - NOVEMBER 6, 1977 The Board of Supervisors hereby. AUTHORIZES the attendance of Ms. Prisci I la Ledesma, Head Start Parent Coordinator, at the Second National Conference on Parent involvement In Estes Park, Colorado, October 31 —November 6, 1977 with the understanding. that the Economic Opportunity Council at its September 15, 1977 meeting . approved of the request and the expense wi I I be charged to the Training and Technical Assistance Grant under the Head Start Program. APPROVED BY THE BOARD September 27 , 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 this27thday of Seotemher 19 77 Head Start —' J. R. OLSSON, Clerk l By, Deputy Clerk Jamie L. Johnson H -24 3J76 15m BOARD ACTION •✓ BOARD OF S'IPERVISORS OF CONTRA COSTA COUNTY, CALIFOR;FIA Sept. 27, 1977 Second Amended NOTE TO CL4I�L�Y'I' Claim Against the County, ) The copy o6 .t<t Zs document maiZed to you iA you t Routing Endorsements, and } notice o6 t(Le action men on your ct:_aZ-t by vie Board Action. (All Section ) Boand o6 SupeAvisou (Fanagnaph III, be2ocv), refefences are to California ) . given pwt4uant to Govetament Code Seet ona.911.8, Government Code.)' ) 913, 6 915.4. . Mase note the "wcvcr�ing" beEocv Claimant: Yvonne L. Grail, 1004 AppianWay, E1 Sobrante, California Attorney: Pelletreau, Moses & .Larson Address: 2090 — 23rd Street, San Pablo, California 94806 Amount: $300 ,000.00 Date Received: Aug. 26 , 1977 By delivery to Clerk on hand dp1 j_vered " By mail, postmarked on I. FRo51: Clerk of the.Board of Supervisors TO: County Counsel Amended Attached is a copy of the above-noted^Claim or Application to File Late Claim. DATED: Aug. 29 , 19?7J. R_ OLSSON, Clerk, By Deputy Jamie L_ Tnhnsnn II. FROM: County Counsel TO: Clerk of the Board of Supervisors (Check one only) ( ,i) Th* Cl�" complies substantially with Sections 910 and 910.2. . ( ) This Claim FAILS to comply substantially with Sections 910 and 910.2, and we are so notifying claimant. The Board cannot act for 15 days (Section 910.8) . _ ( ) Claim is not timely filed. Board should take no action (Section 911.2) . ( ) The Board should deny this Application to File a Claim (Section 911.6) . DATED: J00 B. CLAUSELN, County Counsel, By Deputy TII. BOARD ORDER By unanimous vote of Supervisors present (Check 'one only) ( XX) TrisYClaim is rejected in full. An-ended ( ) This Application to File Late Claim is denied (Section 911.6) . I certify that this is a true and correct copy of the Boards Order entered in its minutes for this date. DATED: R. OLS50v, Clerk, by Z�AAtd���. Le Deputy ` -7 sancLra 7 nleisqn IVARNING TO CLAIbONT Government Code Sections 911.8 & 913) you have onZy 3 ma`ZM atom .tne maizZng 06 thi.6 notice to you UZOzin A ieh to Vle a count action on thiA neje:cted C& m twee Govt. Code Sec. 945.6) wt 6 mon th6 atom the den iat oa ,your AppZizati.an .to F.i.Ze a Late M m w'Wtin which to peti�i,on a count &o2 net,c.e& &nom Section 945.4'.6 etaim-a-i.ting deadZ ne (,see Section 946.6) . Vou may .aeek th.e advice o6 any attonney o6 youlc choice in connection tenth .tfti.6 mattes. 16 you want to eon4a t an attorney, you shcuZd do so immediatay. IV. FRO"-1: Clerk of the Board T0: 1) County Counsel, (2) County Administrator, 8 (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 Application by mailing a copy of this document,-anti a memo thereof has been filed and endorsed on the Board's copy- of this Claim in accordance with"Section 29703. DATED: Sept _ 97 - 3S127J. R. OLSSON, Clerk-, By e�-yr ? Deputy 'Sandra V. FROM: (1) County Counsel, (2) County Administrator, TO: Clert, of the Board (3) Public Works of Supervisors Received copies of this Claim or Application and Board Order. DATED: Sept, 27, 1977 County Counsel, By County Administrator, By Public Works, By 8. 1 01455 Rev. 3/77 ENDQRSfEDn t A�1 2 6 1977 1 CLAIM FOR DAMAGES FOR PERSONAL INJ RIES R OLSSON - CLERIC BOARD OF SUPERVI3ORS 2 TO: THE BOARD OF SUPERVISORS a CONTRA COS A CO. . 0 .aCo.. COUNTY OF CONTRA COSTA 3 COURTHOUSE MARTINEZ, CALIFORNIA 94553 4 5 YVONNE L. CRAIL presents her claim for damages against the 6 COUNTY OF CONTRA COSTA, a political subdivision of the State of 7 California, in the sum of Three Hundred Thousand ($300,000.00) 8 Dollars for damages for personal injuries received by said claimant 9 on June 26, 1977 when struck by a Sheriff' s vehicle in front of the 10 Rio Theatre, 140 Parker Avenue, Rodeo, Contra Costa County, 11 California. 12 This claim arises from the following circumstances: On June _.13 26, 1977 claimant was struck by a police car. driven by an employee 14 of the County of Contra Costa, Don Stuart Bell, a deputy sheriff in 15 and::br said county and knocked to the ground. Claimant received 16 injuries to all of her body and has since had knee surgery. Said 17 accident was caused by the negligent and careless operation of 18 said police vehicle by said Don Stuart Bell, an employee of the 19 County of Contra Costa, acting within the course and scope of his 20 employment. 21 The claimant resides at 1004 Appian Way, EI Sobrante, California 22 Notices are to be sent to: 23 PELLETREAU, TIOSES & LARSO` 2090 - 23rd Street 24 San Pablo, California 94806 Telephone: (415) 234-8890 25 Attorneys for Claimant 26 Dated: August 24, 1977V't 'ELLETREAU. MOSES YTV = E L• CRNIL, Claimant & LARSON ATTORNEYS AT LAW � ^ 2090.23RD STREET _J eJ, -N' PABLO. CALIF. 94806 Microfilmed With board order (Y 234.8890 1 STATE OF CALIFORNIA ) ss. 2 COUNTY OF CONTRA COSTA) 3 YVONNE L. CRAIL, being first duly sworn, deposes and says : 4 That she is the claimant in the above-entitled matter; that 5 she has read the foregoing CLAIM FOR DAMAGES FOR PERSONAL INJURIES, 6 and knows the contents thereof, and, that the same is true of her 7 own knowledge, save and except as to the matters which are therein 8 stated on her information and belief, and as to those matters that 9 she believes it to be true. 10 11 ,11/ti YVCVNE L. CRAZL, Claimant 12 13 Subscribed and sworn to before me this eZ day of August, 1977. 14 -- r. 15 f l/L `:%l-� l - Lt� ice : WILLIAhI'P.SEA[ _ `? 1 h40-SES WI LIAM P. MOSES, Notary Public yIvct;�. o!i?,.,� C;�._CUN!A •..x..- �finlClvgi .7:c-F Ind 16 in and for the County of Contra CONTRA COSTA COUNT My Costa, State of California. Y Commission Expires September 4, 1978 17 My commission expires: 18 19 20 21 22 " 23 24 25 26 ELLETREAU. MOSES 0 " '• B� LARS CARSON V ATTORNEYS AT LAW - 2090.23RD STREET - - SAN PABLO. CALIF. 9AB0t1 234.8890 - - - BOARD ACTION BOARD OF SUPERVISORS 01' CONTRA COSTA COUNTY, CALIFORNIA Sept. 27 , 1977 NOTE TO CLAIA-%NT Claim against the County, ) Th-Z copy o6 trLZ6 document r-aiZe—d to you .is yow4 Routing Endorsements, and ) notice 06 Vie action men on yowtc,�..aim by v,e Board Action. (All Section ) Boa&d o6 SupeAvizou (Paitagrtaph 111, bei.oty}, references are to California ) given pwrbuant to .Govetrtmentt Code Seettiona 911 .8, Governmerit"Code.) - ' , ) 913; 5 915:4. .. PUa4e note the "watni.ng" beeow.* Claimant: Francis D. Eaton, 2919 Roosevelt Ave. , Richmond, California 94804 Attorney: John R. Pierce Address: Grydyk & Pierce, 4006 Macdonald Avenue , Richmond, California 94805 Amount: not presently known Date Received: Aug. 24 , 1977 By delivery to Clerk on By mail, postmarked on Aug. 23 , 1977 I. FROM: Clerk of the Board of Supervisors TO: County.Counsel Attached is a copy of the above-noted Claim or Application to File Late Claim. DATED: Aug. 24 , 1977 J. R. OLSSON, Clerk, By --��ify�uf ��i�t( -�7-� Deputy .TnrniP T. Tnbncznn II. FROM: County Counsel TO: Clerk of the Board of Supervisors (Check one only) ( ✓) This Claim complies substantially with Sections 910 and 910.2. ( ) This Claim FAILS to comply substantially with Sections 910 and 910.2, and we. are so notifying claimant. The Board cannot act for 15 days (Section 910.8) . ( ) Claim is not timely filed. Board should take no action (Section 911.2) . ( ) The Board should deny this Application to File a Late_Claim (�Ieetion,911.6) :'' . DATED: JOLN B. CLAUSEN, County Counsel, B}�-,�ii-- 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: SeT)t, 27 . 19771- R. OLSSON, Clerk, by , d1e12 �{ �, �,/, Deputy Sandra Z_ i el gnii 1VARNIN,G TO CLAIMANT Government Code Sections 911.8 & 913) you [Lave o y 6 moa atom .ane m tg o n0 Ce oto you � whic, to 6iZe a eowtt action on thio xej ec ted C.ea.im (.6ee Govt. Code Sec. 445.6) on 6 month,6 'nom the deniaZ 06 yowl. AppZicati.on .to Fite a Late Uaim wiXtin tufUch to pest tZon a count bon %eZZe6 6nom Section 945.4'.6 ct im-6iZ ng deadline (.6ee Section 946.6) . You may seek tAe advice o 6 any a aonney o6 your choice .in connection avian ;6i i3 mattest. I' you want to comu,et tint atto,-utey, you .6houZd do so .immedi.ateZf. _ IV. FROM: Clerk of the Board T0: 1) County Counsel, (2) County Administrator, & (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 Application by mailing a copy of this document,-and a memo thereof has been filed and endorsed on the Board's copy of this Claim in accordance with Section 29703.../ DATED:Sept. 27 , 1977 J. R. OLSSON, Clerk, Byh��;� t t,�i�iT_. .��~� Lz���1 f;1r ), Deputy 'Sandra Z. Iiielson l V. FROM: (1) County Counsel, (2) County administrator, TO: Clerk of the Board (3) Public Works of Supervisors Received copies bf this Claim or Application and Board Order_ DATED:Sept. 27, 1977 County Counsel, By County Administrator, By Public Works, By 8 . 1 � Rev. 3/77 M .NDORSM _ 1 GRYDYK & PIERCE Attorneys at Law F I L E 2 4006 Macdonald Avenue Richmond, CA 94805 AUG2 } 1977 3 (415)233-8787 •" J. R. OLSSON 4 Attorneys for Clamant CLERK BOARD OF SUPERVISORS CONTTA CO. U 5 7 8 In the Matter of the Claim of ) 9 FRANCIS D. EATON, ) l0 ) - Claimant, ) I 1 vs. ) i 12 THE COUNTY OF CONTRA COSTA, ) STATE OF CALIFORNIA. ) 13 ) 14 GRYDYK & PIERCE, on behalf of FRANCIS D. EATON, .claimant, hereby 15 presents this claim to the County of Contra Costa, State of California. 16 1. The claimant's name and post office address are as follows: 17 FRANCIS D. EATON, 2919 Roosevelt Ave., Richmond, CA 94804 18 2. The post office address to which GRYDYK & PIERCE desires notices 19 of this claim to be sent is as follows: 20 GRYDYK & PIERCE, 4006 Macdonald Ave. , Richmond, CA 94805 21 3. The date, place and other circumstances of the occurrence or trans- 22 action that gave rise to this claim areas follows: 23 The date of the occurrence was May 31, 1977 at approximately 1 24 - 1:49 a.m. " The location of the occurrence was at Church Lane and San Pablo 25 Avenue in the City of San Pablo, County of Contra Costa, State of California. 26 The facts of the occurrence are that the claimant was driving westbound on 1 Microfilmed with board order I � is 1 Church Lane and was crossing San Pablo Avenue with the green.signal light 2 when claimant's vehicle was struck by a Contra Costa. Sheriff's Department 3 patrol car which was northbound on San Pablo Avenue. 4 4. A general description of the injury incurred so far as it is now 5 known to claimant is as follows: 6 Severe multiple injuries, including but not limited to, severe 7 concussion, fractured ribs, pelvis and left shoulder, and ruptured spleen. ' 8 Additionally, the vehicle which claimant was driving, a 1965 Chevrolet pick-up 9 truck with camper, was rendered a total loss. 10 5. The name of the public employee causing the injury as now known by 11 iclaimant is Daryl R. Olsen. 12 6. The amount claimed on account of claimant's said injuries is not. 13- presently known inasmuch as claimant is still undergoing treatment for said 14 injuries and the prognosis for his recovery therefrom is not presently known. 15 Dated: August 23, 1977 16 GRYDYK & PIERCE 17 By L -2`it 18 ZOHM R. PIERCE Attorneys for Claimant �I 19 o 20 ?1 22 ,3 i 24 ,. 25 ! 26 1 CLAIM AGAINST THE COUNTY OF CONTRA COSTA, STATE OF CALIFORNIA 2 Declaration.of Presentation of Claim by Mail 3 I am over the age of 18 years and am not party to the claim affixed 4 to this declaration. I am employed in the County of Contra Costa, California. i My business address is 4006 Macdonald Ave. , Richmond, California. I presented 6 the affixed claim by depositing three originals thereof .iu the United States 7 Mail in Richmond, California, on August 23, 1977, at the United States Post 8 Office in Richmond, California, on August 23, 1977, in a sealed envelope, with 9 postage thereon fully prepaid, with the name and address shown on envelope 10 being as follows: 11 Clerk of Board of Supervisors 651 Pine Street 12 Martinez, CA 94553 13 Dated: August 23, 1977, at Richmond, California. 14 I declare under the penalty of perjury that `the foregoing is true and 15 correct. 16 1' _ 18 - 19 20 21 22 i . 23 2 i 25 26 � AA A. BOARD ACTION BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALI FORK!TA Sept. 27 , 1977 NOTE TO C LA I!iaNT Claim Against the County, ) TILe copy oQ tr'Lis documvit ma te., to you iz uov,+ Routing Endorsements, and ) notice ob -6te action taken on your c.c.s: ;,y he Board Action. (All Section } $oand oS Supe1tv.c.so&,5 (Pattagttaph 111, be,-oat}, references are .to California ) given puAAuant to Govelutmeitt Code Sections 911 .8, Government--Code..) ) 913, 6 9 t5.4. PZ&u a note -.tne "Warning" b eZocv: - Claimant: Pacific Gas and Electric Company, 1030 Detroit Avenue, Concord California 94524 (D&C 26488F) - Attorney: Pacific Gas and Electric Company, Attn: K. R. Nielsen Address: P.O. Box 5308 , Concord, California 94524 Anount: $200.00 via Public Works Date Received: August 24 , 1977 By delivery to Clerk on Aug. 2.4 , 1977 By mail, postmarked on 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: Aucr.. 2 5 ,19 7 7 J. R. OLSSON, Clerk, Deputy Jamie L_ Tnhnsnn II. FROM: County Counsel . TO: Clerk of the Board of Supervisors- (Check one only) ( ) This Claim complies substantially with Sections 910 and 910.2. ( L,-f This Claim FAILS to comply substantially with Sections 910 and 910.2, and we are so notifying claimant. The Board cannot act for 15 days (Section 910.8) . ( ) Claim is not timely filed. Board should take no action (Section 911_2) . ( The Board should deny this Application to File a Late Iaim (Sec on 911.6) . DikTED: -3 r JOHN B. CLAUSEN, County Counsel, By �� a. Deputy M. 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 Boards Order entered in its minutes for this date. DATED: Sept. ?_ 1g77J. R. OLSSON, Clerk, by )., Deputy ra ii. i ielson WAq.-N NG TO CLAIM4NP Government Code Sections 911.8 & 913) you have of y a moi atom a tg o notc.ce you which to &Ue a cowtt action on thio tcejerted Claim (see Govt. Code Sec. 945.6) of 6 moytthz atom the d¢n iaZ of youtc Appticati.on to File a Late Cta im uu.L'u.n cti•Vch to pe t`tion a eouxt bot teP,i.e6 Jtom Section 945.4's c&im-biting deadt ne (see Section 946.05) . you may seek the advice og any attonney o' your choice in eonneeti.on with #his rra,`.i en. 1,j you want to eonzaU cu-L attwotey, you 6houfd do so immed i.ate,Ze . IV. FROM: Clerk of the Board T0: 1) County Counsel, (2) County Administrator, G (3) Public Works, Business 4 Services Division Attached are copies of the above Clain or Application. We notified the claimant 05 the Board's action on this Claim or application by mailing a copy of this dac=,ent,-and a memo thereof has been filed and endorsed on the Board's copy of this Claim in accordance with_Section 29703. DATED: Se^t 97 , 1-Q-7:7 J. R. OLSSON, Clerk, By 4 1 � �� ,xl .4 il.-'�1 t ,��� Deputy T -Sandra L. A i lsorV V. FROM: (1) County Counsel, (2) County Administrator, TO: Clerk of the Board (3) Public Works of Supervisors Received copies of this Claim or Application and Board Order. DATED:Seut. 27, 1977 County Counsel, By County Administrator, By Public Works, By (, V J 8. 1 Rev. 3/77 w ENDO A. i1 FIL E AUG 2�. 1977 L AUG 2 4 7977 PUBLIC WORKS DEPARTME-I,T �. R. olssoN CLERK BOARD OF SUpERvI50RS CLAIM AGAINST THE COUNTY OF CONTRA COSTA CONTRIA o Tn Co. �7� l�1,?LsIs. De u Pacific Gas and Electric.Company presents a claim for damages against the County of Contra Costa as provided in Government Code Sections 900 et. seq. Claimant's Name and Address: Pacific Gas and Electric Company, 1030 Detroit Avenue, Concord, CA 94524 Send Notices To: Pacific Gas and Electric Company, Attn: K. R. Nielsen, P. 0. Box 5308, Concord, CA 94524 Date of Occurrence: August 8, 1977 Place of Occurrence: 104, 104A, 106, . 243 Center Avenue, Pacheco Circumstances Causing Claim: A grader operated by Ernie George for Gallagher & Burk, Inc., broke a gas service while grading for street reconstruction for Contra Costa County. Total Amount of Claim: $200.00 PACIFIC GAS AND ELECTRIC COMPANY Maofiimad wish board order 01 13, BOARD ACTION BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CAL I FOR.UA Sept. 27 , 1977 INOTE TO C LA Ekt1kNT Claim Against the County, ) The cony o6 t,'t.ib document rr.aiZed to you is your Routing Endorsements, and } notice o6 dte action .taken opt yowt c..aZr. oy tie Board Action. (All Section ) Boand o6 Supenv-iz o4z (Pan.agnaph III, befoul, references are to.California ) __ g.iveyt puIL4uant* to GoveUtment Code Sect.Zona 911 .5, Government Code.) ) 913, 5 915.4. PZea6e note the "waning" betow.- Claimant: Pacific Gas and Electric Co . any, 1030 Detroit Avenue, Concord California 94524 (D&C 26486F - Attorney: Pacific Gas and Electric Company, Attn: K. R. Nielsen Address: P. O. Box 5308 , Concord, California 94524 Amount: $200. 00 via Public Works Date Received: August 24 , 1977 By delivery to. Clerk on Auq_. 24 , 1977 By mail, postmarked on 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- Aug. 25 , 1977 J. R. O LSSON, Clerk, By _,Alwuy . ��i �, Deputy Jamie L. Johngon II. FROM: County Counsel TO: Clerk of the Board of Supervisors (Check one only) ( ) This Claim complies substantially with Sections 910 and 910.2. ( ✓) This Claim FAILS to comply substantially with Sections 910 and 910.2, and we are so notifying claimant. The Board cannot act for 15 days (Section 910.8) . ( ) Claim is not timely filed. Board should take no action (Section 911.2) . ( ) The Board should deny this Application to File a Late Claim (Section DATED: Y -3j ' 7? JOHN B. CLAUSEN, County Counsel, By 1 . LT�— Deputy III. BOARD ORDER By unanimous vote of Supervisors present (Check 'one only) (X ) This Claim is rejected in full. ( ) This Application to File Late Claim is denied (Section 911.6) . I certify that this is a true and correct copy of the Board's Order entered in its minutes for this date. . DATED:Sept. 27, 1977 J. R. OLSSON, Clerk, by ,4 WhAZ--Y Deputy WARNING TO CLAI�RZNT Government Code Sections 911.8 8 913) You have onZy 6 montM 6n.om ZLe m tg 06 thiA notice to yo-a-UMin which to �ZU a eowtt action on th i.6 ne.j ee ted UA m (zee Govt. Code Sec. 9145.6) on 6 mon thA atom .the den iae o6 yours AppZ,4c tEon .to F.i.te a Laze Cta im with in tvlti h to ,ae tt tion a court Son n.eZ i.e6 6tom Sect-ion 945.4's cta im-6.i ting deudUne (.6 e2 Section 946.6) . you may b eek tte advice o S any atto2ney a6 youa choice in Connection caL& t t i s ma,Llx e? . 16 you want :to eonauZt an attorney, you .6hould do bo .limned atezy. IV. FR02•1: Clerk of the Board TO: (1) County Counsel, (2) County Administrator, b (3) Public Works, Business & Services Division Attached are copies of the above Clam, or Application. We notified the claimant oz the Board's action on this Claim or Application by mailing a copy of this document,-and a memo thereof has been filed and endorsed on the Board's copy of this Claim in accordance with•Section 29703. DATED:Sept. 27_ 1977 J. R. OLSSOiN, Clerk, By C tt . 4r. U!6&v Deputy 'Sandra h. IUeisoti V. FROM: (1) County Counsel, (2) County Administrator, TO: Clerk- of the Board (3) Public Works of Supervisors Received copies of this Claim or Application and Board Order. DATED:Sart_ 97, 1977 County Counsel, 3y County Administrator, By Public Works, By 8. 1 Rev. 3/77 I r I �� � 4j !� j � .� 1 , � AUG 2 15 r1 -L-E-D •" - 1977 PUBLIC WORKS DLpARTN1EAUL] J. R. OLMN CIA&M AGAINST THE COUNTY OF CONTRA COSTA CLERK coNi A CARD OFSSUPERVISORS oe Pacific Gas and Electric Company presents a claim for damages against the County of Contra Costa as provided in Government Code Sections 900 et. seq. Claimant's Name and Address: Pacific Gas and Electric Company, 1030 Detroit Avenue, Concord, CA 94524 Send Notices to: Pacific Gas and Electric Company, Attn: K. R. Nielsen, P. 0. Box 5308, Concord; CA 94524 Date of Occurrence: August 4, 1977 1 Place of Occurrence: 218 Center Avenue, Pacheco Circumstances Causing Claim: A loader operated by Andy Hughes for Heim Brothers broke our gas service while removing trees and pieces of cement sidewalk as subcontractor for Gallagher & Burk doing road reconstruction for Contra Costa County. Total Amount of Claim: $200.00 PACIFIC GAS AND ELECTRIC COMPANY Microfilmed with Soard order 01468 ' C. BOARD ACTION BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFOIL`�IA Sept. 27 , 1977 NOTE TO C LA INVXNT Claim Against the County, ) The copy o6 ;dti.6 document -m77-e7 to Jou is your Routing Endorsements, and ) notice o6 the action taken on you t cZa n by vte Board Action. (All Section ) Boaltd o6 SupeAvi4ou (Ptvtagluapft III, be-aev}, references are to California ) given pun3uan.t to Goveluunent Code Sectio n.6 .911..8, Government Code.}•- ) 913, 5 915.4. Pt ea.6 a note the "Wain ing"' b e dtv. Claimant: Pacific Gas and Electric Company, 1030 Detroit Avenue, Concord - California, 94524 (D&C 26487F) Attorney: Pacific Gas and Electric Company, Attn: K. R. Nielsen Address: P. 0. Box 5308, Concord, California 94524 Amount: $200. 00 via Public Works Date Received: August 24 , 1977 By delivery to Clerk on Aug. 24 , 1977 By mail, postmarked on 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: Auq. 25 , 1977J. R. OLSSON, Clerk, By h921W,57,�V, Deputy Jamie L. Johnson II. FROM: County Counsel TO: Clerk of the -Board of Supervisors. (Check one only) ( ) This Claim complies substantially with Sections 910 and 910.2. ( �) This Claim FAILS to comply substantially with Sections 910 and 910.2, and we are so notifying claimant. The Board cannot act for 15 days (Section 910.8) _ ( ) Claim is not timely filed. Board should take no action (Section 911.2) . ( ) The Board'should deny this Application to File a Late Claim (Section 911.6) . DATED: 74 • `77 JO.LM B. CLAUSEN, County Counsel, By 7111�1_ r_ � Deputy IIT. 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. y� DATED SoRt. 27, 1977 J. R. OLSSON, Clerk, by �� .� � � / [tet �. .n .A-vC�, Deputy an3ra U. z i WARNING TO CLAIMANT (Government Code Sections 911.8 8 913) you have oniy 6 month4 Daom the maiZing o ,ZA notice to you tathin which .to 6.i.ee a count action on this aejeeted Uaim (bee Govt. Code Sec_ 945.6) on 6 mond 6aom the den iat o6 yours AppZi.eati.on to File a Late CU.& uri.L'•r i.n tvft.ich .to petition a count boa aeli.e6 6aom Section 945.4'.6 ctaim-6iZi,ng deadtine (Aee Section 946.6) . You may Geek t1te advice o6 any a tonney o6 yowt choice .in connection tuith tti6 maZten. 16 you want to eonztL t an attorney, you 4houtd do .6o .cmmediateey. IV_ FROM: Clerk of the Board TO: (1) County Counsel, (2) County Administrator, G (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 application by mailing a copy of this document,-and a memo thereof has been filed and endorsed on the Board's copy of this Claim in accordance with Section 29703. DATED:Sept. 27, 1977 J. R. OLSSON, Clerk, By �,,,,��•�r%,?,�. C/1 ��,{ ;G,� r'-+.� , Deputy Samara L. Nle sot V. FROM: (1) County Counsel, (2) County Administrator, TO: Clerk of the Board (3) Public P:orks of Supervisors Received copies of this Claim or Application and Board Order. DATED:Sept. 27, 1977 County Counsel, By County Administrator, By Public 11orks, By 8. 1 01469 Rev. 3/77 ENDO_RSEDG. q LED 2 AUG 4 19-1'7 PUBLIC WORKS p ' �r <T AUG 2 4 1977 S AR i G DE, ::!'. J. R. OLSSON CLAIM AGAINST THE COUNTY OF CONTRA COSTA CLERK BOARD OF SUPERVISORS ?11 CONT..G�RA�yOSjA CO. B . Pacific Gas and Electric Company presents a claim for damages against the County of Contra Costa as provided in Government Code Sections 900 et. seq. Claimant's Name and Address: Pacific Gas and Electric Company, 1030 Detroit Avenue, Concord, CA 94524 Send Notices To: Pacific Gas and Electric Company, Attn: R. R. Nielsen, P. O. Box 5308, Concord, CA 94524 Date of Occurrence: August 4, 1977 Place of Occurrence: - 104, 104A, 106, and 243 Center Avenue, Pacheco Circumstances Causing Claim: A grader operated by Ernie George for Gallagher and Burk, Inc., broke a gas service while grading curb return for street reconstruction for Contra Costa County. Total Amount of Claim: $200.00 PACIFIC GAS AND ELECTRIC COMPANY Microfilmed with :board order 014 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of: ) Approval of HMO ) September 27 , 1977 Qualification Application } The Board on October 26, 1976 having approved a contract with the Social Security Administration under which the County would operate a Health Maintenance Organization (HMO) for Medicare eligible enrollees; and The Board on March 22, 1977 having authorized limited enrollment of the patients already enrolled in the Prepaid Health Plan who were eligible for both Medicare and Medi-Cal ; and The Board on September 20, 1977 having referred to the Internal Operations Committee (Supervisor Eric Hasseltine and Supervisor Nancy Fanden) a report from the Director, Human Resources Agency, transmitting a proposed HMO Qualification Application for submission to the Department of Health, Education and Welfare, which was a condition of the County's Prepaid Health Plan contract with the State of California; and The Internal Operations Committee (Supervisors Hasseltine and Fanden) - having met with the Director, Human Resources Agency; and Medical Services staff on September 21 , 1977 to fully consider the proposed HMO Qualification Application; IT IS BY THE BOARD ORDERED that the report of the Internal Operations Committee (Supervisor Eric Hasseltine and Supervisor Nancy Fanden) dated September 27, 1977 is HEREBY APPROVED and the Contra Costa. County Board of Supervisors ENDORSES the HMO Qualification Application, with the following two stipulations on policy issues to which they have taken exception: I. The standard 50-50 enrollment mix requirement should be waived and a substitute proposal submitted under which non-cash grant Medi-Cal and other low-income individuals and families are allowed to enroll and are counted as part of the "private sector" for purposes of meeting the 50-50 ratio requirement; and 2. Pages 73-83 of the HMO Qualification Application are withdrawn and replaced with the Board's statement reflecting its responsibilities in the matter of membership on the HMO's Governing Board. IT IS FURTHER ORDERED that the County Medical Director is HEREBY AUTHORIZED to submit the HMO Qualification Application to the Department of Health, Education and Welfare, and appropriate staff of the Human Resources Agency and the Medical Services Department are AUTHORIZED to negotiate solutions to the two aforementioned policy issues with which the Board is not in agreement and report back to the Board at the earliest opportunity for its consideration and resolution of these policy issues. PASSED BY THE BOARD ON SEPTEMBER 27, 1977. CERTIFIED Copy T certify that this In a full. true & correct copy of the original document %rhich Is on file to my officd. and that it ra_• passed & adopted by the nrmrd o! Ori g: Human Resources Agency Supervisors of Cunrrra f,nrta Cmunrv. c:allfornla. , Medical Director the date shown. ATTE.Wr: J. it. t)LSSpY. Count;. Clerk&exoriiclo Clerk of a11d Board of Superti•isoro. PHP Administrator by Deputy Clerk. Department of HEW _.�� �,, ;, SEP 27 1977 County Administrator ^-- - -- - pit- - on County Counsel Contracts Unit, HRA 01.471 ■ The -Board of Supervisors Contra James R.otaraon County Clerk and Costa Eu Officio Clerk of the Board County Administration BuildingMrs.Geraldine Russ $) P.U. Box 911 ate` Chief Clerk Nlartinez.California 94553 t,,,Ount f {c:st�a2-zax t James P.Kenny-Richmond tst District Nancy C.Fanden-Martinez ° 2nd District Robert 1.Schroder-Lafayette - 3rd District *' Warren N.Boggess-Concord 4th District Erlc H.Masseuine-Pittsburg SEPTEMBER 27, 1977 5th District REPORT OF INTERNAL OPERATIONS COMMITTEE ON SUBMISSION OF THE HMO QUALIFICATION APPLICATION On September 20, 1977 the Board referred to our Committee the Human Resources Director's report which transmitted a proposed HMO Qualification Application. Submission of this application to the Department of Health, Education and 'Welfare is a condition of our PHP contract with the State and is essential if we are to maintain our PHP program and our HMO Medicare program. The Committee met with the Human Resources Director and Medical Services staff on September 21 . Two policy questions are raised by the application. First is a request to waive the 50-50 enrollment mix and substitute .a proposal under which non-cash grant Medi-Cal and other low income individuals and - families are allowed to enroll and are counted as part of the "private sector" for purposes of meeting the 50-50 ratio. Although technically Medi-Cal beneficiaries, most of them are able to pay at least part of the cost of their medical care and are, in fact, seldom making use of their Title 18 or 19 benefits. Our Committee believes this to be a far more realistic method of meeting the enrollment mix requirement. Rigid conformity to the enrollment mix requirement as reflected in federal regulations is unrealistic for our medical system. The second policy issue involves the requirement that within one year from the date of qualification, one-third of the members of the HMO's Governing Board will be members of the HMO. Since the governing board of our HM0 is the Board of Supervisors, it is clearly ;impossible and, in fact, inappropriate for Contra Costa County, or any other publicly sponsored Hi10, to meet this requirement. The basis for the requirement is sound. In a privately managed HMO, the enrollees, and particularly the medically under- served enrollees should have input to the policy-making process. Of course, as elected officials, we have a responsibility to represent the interests of all citizens, including the medically underserved. In addition, as an elected body, all our deliberations are public and individual citizens are encouraged to provide input to our policy-making deliberations. Again, the HMO legislation never considered the possibility of a publicly operated HMO. The proposed resolution to this issue recommended by Medical Services is to w*h,boord order 014 timed r -2- form a Health Commission to which this Board would delegate many of its policy-making and contracting powers in the area of medical care. The Committee believes this proposal , which has been sent to each Board member, . goes farther than is necessary for HMO qualification and requires that the Board delegate to the proposed Commission powers which the Board cannot legally delegate to any other body under California law. Our Committee therefore recommends that pages 73-83 of the application be withdrawn and replaced with the attached statement. This statement reflects the Board's commitment to an open public process of policy deliberation and a desire for input from the medically underserved population. It requests further negotiation with the Federal Government over a mutually acceptable method of meeting this requirement. With this change, the Committee recommends that the Board of Supervisors endorse the HMO Qualification Application as presented, authorize the Medical Director to submit it to the Department of Health, Education and Welfare, and authorize appropriate staff to negotiate proposed solutions to the two policy issues we have identified for presentation back to this Board for consideration. C��•t � Eric H: Hasseltine Nancy C. Fah en Supervisor, District V Supervisor, District II _ 01473 SECTION I, SUB-SECTION A, ITEM 4. Toward Reconciling the HMO Governing Board: The statutory requirement for one-third enrollee representation on the governing board is dramatically contrary to structures inherent in local government. Of course, as far as the HMO laws are concerned, this is simply a late-developing artifact: such relationships were not contemplated, or intended, in the legislation, and matters of compatibility with local political-legal systems were not assessed. DHEW regulations, Section 110.108 (b) is clear: "No later than one year after becoming operational as a qualified health maintenance organization, at least one-third of the membership of the Board of Directors of the health maintenance organization or in the absence of such, its equivalent policy-making body, will be members of the organization. No member having ownership or interest in, or employed by or gaining financing (sic) reward from direct dealings with, the health maintenance organization, or with a plan-affiliated institution or organization, and no members of his immediate family shall be included in the minimum one-third member representation on the board or policy-making body . . . . There shall be equitable representation on the member portion of such policy-making body of members from the medically underserved populations in proportion to their enrollment relative to the entire enrollment; except that if the medically underserved membership is at least 5% of the total enrollment, then such popilation shall not be without representation; The policy-making and governing board of the Contra Costa County KEY Plan is the Board of Supervisors of the County. Unlike the 50-50 enrollment issue, it is more difficult to make an argument on the merits of not meeting this requirement for enrollee-representation on the policy making board of the Plan. In a large sense, of course, the Board of Supervisors, as elected officials, represent the interests of all Contra Costa County -73- X14~!1 voters whenever setting policy for the KEY Plan; however, nothing in the history of this legislation indicates any congressional willingness to permit this interpretation. The mandate provides for direct representation of enrollees on the policy-making apparatus. There is extensive discussion, moreover, of the desirability of a model delivery system in which the users have more than a token say in how the program will serve them. Nor would an advisory committee apparently meet the requirements of the law. The governing board is charged with directing the program, not advising others who may actually direct it. Although an advisory committee would be highly desirable, especially a committee more broadly representative of the membership than a small one-third component of a governing board might be, such a committee would have to be willing and able to deal with operational questions that do not require significant policy choices. An advisory committee would not, in the end, be able to assume responsibility for the management decisions necessary to maintain a workable health maintenance organization. Meeting the governing board requirements poses a number of problems. The mere fact that each member of the Board stands for election every four years means that no one can ever guarantee what the economic, social , ethnic or sexual makeup of the Board will be or how it may change from time to time. Thus, even if one-third (at least two members) of the Board were to join the HMO now, and assuming one or more of them could qualify as medically under- served, there is no way to guarantee that that situation would continue indefinitely. Also, that really doesn't seem to get at the spirit of the legislation. It would provide for technical compliance, but provides no more or less input from the members of the HMO than they have now. The Board of Supervisors wishes to make clear at this juncture its commitment to citizen input in all aspects of its decision-making processes. 014'75 -74- '� The Board also believes it is aware of the underlying spirit and intent . of the legislation and regulations governing HMO' s and is sincerely committed to finding a vehicle which will permit achievement of that spirit and intent. The Board is, however, concerned about its ability to delegate certain of its statutory responsibilities to any other body,- not necessarily because of an unwillingness to do so, but because of the intent of California law. However, the Board is vitally concerned about finding a mechanism which is acceptable to the Federal Government and within the parameters of the Board's ability to share its decision-making authority in the policy area. The proposal originally presented is under study by the Board and is therefore not included in the application at this time. We are hopeful that a mutually acceptable mechanism can be devised through discussions between county and federal staff and hereby commit ourselves and our staff to seeking such a solution: ' y -75- I loll ■ i And the Board adjourns to meet on 7 , l9 7 7 at q.'Qcj O. V. in the Board Chambers, Room 107 , County Administration Building, Martinez , California. W. N. Bo gess , Chairman ATTEST: J. R. OLSSON, CLERK De -ut y. 01477 ru :i SUIOaRv ?F FROCEEDII.'S BEFORE THE( )A,-),D K3�: OF SUP,"VISORS OF CONTRA COSTA CObieTY, SEPTEIBZR 27, 1977, PREPARED BY J. R. OLSSO.1r, COLT TY CLERK AND EX-OFFICIO CI.ERK 4F THE BOARD. Approved personnel actions for Board of Supervisors, Civil Service (PS-_7-CZ-TA and Exempt Kedical Staff classifications) , Health Department, Medical Services, and authorized appointment from eligible list of S. Morse in the class of Associate Environmental Engineer at the third step. Approved appropriation adjustments for Riverview Fire Protection District and internal adjustments not affecting totals for Building Inspection, Flaring and Orinda Fire Protection District. Authorized attendance at meetings as follows: P. Ledesma, Community Services Administration, to rational Conference on Parent Involvement in Estes Park, CO, Oct. 31-Nov. 6; M. Richards, Health Department, to National Association of Home Health Agencies in Portland, OR, Oct. 3-7; G. Harmon, CSA, to American Speech and Hearing Association Convention in Chicago, IL, Nov. 1-5; J. Clausen, County Counsel, to Annual NIIZO at Williamsburg, VA, Oct. 29-Nov. 3. _ Denied claims for damages filed by Y. Crail, F. Eaton, D. Bellani, PG&E, J. Robinson, and amended claim filed by M. Medina. Authorized Auditor-Controller to make special one-time payment of $15 to certain unrepresented exempt classifications at the same time the payment is made to certain represented employees. Acl=�owledged receipt of 1977-73 Overall Economic Development Program Progress Report and authorized Chairman to submit same to the U.S. Economic Development Administration. Fixed Oct. 4 at 2 p.m. for discussion of the County's Surface Runoff 14anagement Plan. Approved relocation assistance claim payment to J. Rhines in connection with Oak Road Widening Project, Idalnut Creek area. Approved Traffic Resolutions Nos. 2363 through 2379. Approved Joint Exercise of Powers Agreement with Pinole and Hercules, establishing the r��estern Contra Costa County Transit Authority. Acknowledged receipt of "Comments on the Report of the 1976-77 Grand Jury" from the County Administrator. Referred to Director, Human Resources Agency, request of Manpower rdvisory Council for an opportunity in the future to participate in the select.-Lon of a Director. Fixed Oct. 18 at 11:03 a.m. and Oct. 23 at 10:50 a.m. for hearings on recommendation of Planning Commission with respect to applications of Hart (2135-RZ) and R. Reim-- (2139-RZ) to rezone land in the Danville and Oakley areas, respectively. o � y79 a; September 27, 1977 Summary, continuedaEe 2 Authorized Director, Human Resources Agency, to execute Subgrant Modi"i cation Agreements with 30 CV ET: Title . PSE "Sustainment Program" subgrantees. Authorized the Chairman to execute: and submit to Cormunity Services Administration grant proposal for cor_tinuation and exnar_sion of the Emergency Energy Conservation Program to be administered by OEO; Satisfaction of Lien arid/or Judgments taken to guarantee repayment of of cos.o of sex-rices rendered by the County to Avila and A. L. , ;i aria; and Antonio Vellos, Jr. , respectively, who have made repayment in f'111; agreement with AEP Associates for consulting services in preparation of EIR for "Market Plaza Shopping Center, " Alamo; State Department of Health Contract for Special Supplemental Program for vlomen, Infants, and Children (WIC) Services; contract with J. yrallace, PhD. , for consultation and technical services for Civil Service Department; documents approving the Annual Program Progress Review Report for the Economic Opportunity Program; contract with T. Broome, Attorney at Law, for a Staff Development and Training Session for Social Service Department; contract with International Institute of the East Bay for Social Service Department staff training; contract with State Employment Development Department to provide Public Service Employment for WIN participants for Health Department; contract amendment with Neighborhood House of :dorth Richmond, Inc. to increase payment limit for additional CETA Title I classroom training services; contract with M. Diaz for bilingual services to Head Start Speech Pathologist, OEO; contract with Mt. Diablo Rehabilitation Center for continuation of patient services for County Medical Services; Community Development Block Grant Program Project Agreement with Carquinez iomen' s Club for Activity n40 of Third Year Program; Amendments to 1977 Head Start Delegate Agency contract with deighbor- - --hood House of- Piorth Richmond, Inc. , Bayo Vista Tiny Tots Nursery School, Inc. , Martinez Unified School District, First Baptist Church of Pittsburg, United Council of Spanish Speaking Organizations, and Mt. Diablo Unified School: District; contract amendment (CETA Title I) with Superintendent of Schools for increased payment limit for summer work experience for youth; contract with J. Owen for fiscal and statistical consultation services for the iutrition Project; leases with Joseph Buhlman et ux and L. Wyckoff for use of premises in Martinez for continued occupancy by the Social Service and Health Depart- ments. Authorized Director, Human Resources Agency, or his designee to conduct contract negotiations with certain service providers. Directed Auditor-Controller to submit a certification to State Office of Criminal Justice Planning that local law enforcement expenditures are not being supplanted by grant funds. Determined utility easement rights for Minor Subdivisions 59-77, 73-771 and 83-77, Lafayette, Oakley, and Orinda, respectively. 0lg7 V. Ffi A&251 t} September 27, 1977 Summa—,-, continued �, Page j Approved recommendation of Internal Operations Committee (Supervisors E. H. Hasseltine and N. C. Fanden) that the HP10 Quali--cation Application be submitted to the State Department of Authorized Public Vorks Director, as ex officio Street Superintendent, to file amended assessments for Assessment Bios. 15-A-7 and 15-A-8Assess- ment District 1969-1, Alamo area. Approved request of Citizens Advisory Committee, CSA LiB-11, for .release of certain Park Dedication Trust Funds to the Oakley Union School District. Acknowledged receipt of communication from the Crockett Park and Recreation Association certifying to a donation to CSA P-1. As ex officio the Board of Supervisors of the Contra Costa County Flood Control and 1,.ater Conservation District, accepted deed from M. Erb for property acquisition, Pine Creek, Concord area. Referred to Finance Committee (Supervisors R. I. Schroder and J. P. Kenny) request of Director, Human Resources Agency, to approve submission to State. Department of Health project application for coordinating hyper— tension activities. Authorized refund of park dedication fee to C. Dickinson. Approved City-County Thoroughfare Project priority list for 1977-1979. Approved issuance of Addendum No. 1 to the upecial Provisions for the Traffic Signals and Highway Flashing Beacons Project, various areas. Referred to Public Works Director for report request from Byong Yu Karate Studio for permission to use certain roads on Nov. 6 for a 7-mile run. Accepted as complete private improvements in Sub. 4927, Alamo area. Accepted Grant Deed from Architectural Glass and Aluminum Co. , Inc. and Offer of Dedication for Drainage Purposes from M. McKeown, et al, for recording only. Authorized Public Works Director to execute: Deferred Improvement agreement with G. Marshall, et al, for MS 2-76, i Knightsen area; Consulting Services Agreement with J. M. Nelson for plan review and construction supervision for the new County Detention Facility. Approved Right-of-Way contract with U.S. Postal Service for the Civic Center Detention Facility Site, Martinez area. Appointed J. Bylund to the Family and Children' s Services Advisory Committee. Approved recommendation of Planning Commission on request of Isakson Associates (2095-i?) to rezone 1—and inn the Alamo area, waived reading and fixed Oct. 4 for adoption of ordinance. approved rezoning request of R. Taylor (2124-RZ) for Single Family Residential R-12 , Mlartinez/Vine Hill area. Se^tember 27, 1977 Summary, continued Page 4 Approved recommendation of Flannirlg Commission with respect to request of R. Costa & Associates, Inc. (2143-RZ) to rezone land in the Danville area, waived reading and fixed Cct. for adoption of ordinance. Adopted the following numbered resolutions: 77/784, fixing Oct. 27 at 2 p.m. as time to receive bids for iontarabay Recreation Center at Bayview Park, San Pablo Area, CSA M-17; 77/785, as ex-officio the Board of Directors of Contra Costa County Sanitation District No. 5, determining that future annexations to District i:o. 5 will be viewed unfavorably until such time as the District' s sewage treatrnent facility is brought into compliance with Federal Law; 77/796, accepting Grant Deed from First Baptist Church, Pacheco, and authorizing Chairman to execute Deed to same, conveying excess County property in exch�.ge for the property acquired by aforesaid Deed; 77/787, fixing IVov. 1 at 10:55 a.m. as time to consider property acquisition from Mutual Investment Co. required for the Parks and Gpen Space Bond Program for CSA R-a. Walnut Creek; 77/788, accepting as complete contract with Ransome Co. for shoulder widenin and asphalt concrete overlay on Moraga play, Orinda area; 77789, accepting as complete improvements in Sub. 3844, San Ramon area, declaring certain roads as County roads, and retaining cash deposit as surety for one year; 77/790, authorizing Chairman to execute Program Supplement No. 4 of County-State Master Agreement, Federal Aid Secondary Project, Marsh Creek Road Bridge, Brentwood area; 77/791, fixing Oct. 27 at 2 p.m. as time to receive bids for Flood Control Building Addition at 255 Glacier Dr. , lartinez; 77/792, fixing Oct. 20 at 2 p.m, as time to receive bids for Mechani- cal and Safety Alternations, Civic Center Improvements, Martinez area; 77/793, consummating purchase and accepting deed of The Chase Co. property in Martinez, County Civic Center; 77/794, amending Resolution ?o. 77/602 for additional compensation adjustments for certain County offices and employees; 77/795, fixing Oct. 20 at 2 p.m. to receive bids for construction of Miscellaneous Storm Drains Project, Crockett, L1 Sobrante and Alamo areas; 77/796, designating the Board as Solid :,9aste Management Agency and the Solid Waste Coordinating Body as the Solid ~Taste Commission; 77/797, designating the Health Department as Enforcement Agency for the Solid Waste Control Act of 1976; 77/798, authorizing City of Concord to conduct building inspections in connection with Krona LaneT7 annexation; 77/799, approving final map of Sub. 4931, San Ramon area. Acknowledged receipt of memorandum from Director, Human Resources Agency, relative to communication from Napa State Hospital re appointments to its Advisory Boards. Approved recommendations of Internal Operations Committee on appoint- , ments to Manpower Advisory Council. Awarded contract for the Juvenile Hall Personal Security System, Martinez, to Lloyd F. McKinney Associates. Approved Consulting Services Agreement with Woodward-Clyde Consultants for soil testing for the _titchen/dining hall at the Sheriff's Rehabilitation Center, Clayton. ON 9 r September 27, 1977 Sumo- y, continued Page 5 appointed D. P omellini and M. Davis to the 3oards of Trustees of Reclamation Districts No. 2025 (Holland Tract) and 2059 (Bradford island) , respectively. Approved recommendation of Internal Operations Committee that the Director, Human Resources Agency, be -instructed to review the bylaws on Council on Aging and advise said Council of any inconsistencies between the by-laws- and the Board' s policy on appointments. Denied proposal to amend the Cardroom Ordinance to permit the inclusion of the card games panguingue and lowball in cardrooms. Acknowledged receipt of report from County Administrator on County administered federal grant programs. Referred to Finance Committee request of Director, Human Resources Agency, Medicare H1410. Fixed Oct. 18 at 2 p.m. for hearing on provisions of SB 201. 0/ l ul '5� ( .� x (1F'- 1 Y . ti } _ _ _ ,.� h 1 Yt - J� ` , ,.:: The Y l 4 (M b 'f T ! preceding documents consist of 1482 pages }ti - - ` 9 Jt SC e j�. 3I "`[ M h Y y . .': x _ - _ t ' i dimmomvor E s z I r y r - 7 Y .,. ..<: - -Av { r y Sup t L