Loading...
HomeMy WebLinkAboutMINUTES - 07222003 - C.1-C.4 TIDE BOARD OF SUPERVISORS CONTRA COSTA COUNTY, CALIFORNIA Adopted this Order on July 22, 2003, by the following vote: AYES: SUPERVISORS GIOIA, UILKEMA, GREENBERG AND GLOVER NOES: NONE ABSENT: SUPERVISOR DESAULNIER ABSTAIN: NONE SUBJECT: Award of Contract for Pomona Street Bike Lanes and Sidewalk----Phase I project, Crockett area. (District II) Project No. 0662-684268-03 Bidder Total Amount Bond Amounts Ghilotti Construction Company, Inc. $231,483.20 Payment: 246 Ghilotti Avenue $231,483.20 Santa Rosa, CA 95407 Performance: $231,483.20 Valentine Corporation San Rafael, CA Condon-Johnson&Associates Oakland, CA Cowan& Thompson Construction, Inc. Martinez, CA The above-captioned project having been previously approved, and the plans and specifications having been prepared and filed with the Board of Supervisors, and bids having been duly invited and received by the Director of Public Works on June 17, 2003; and The general prevailing rates of wages, which shall be the minimum rates paid on this project, having been filed with the Clerk of the Board, and copies to be made available to any party upon request; and The Board of Supervisors having determined that the project is exempt from the California Environmental Quality Act as a Class 1(c) categorical exemption, and a Notice of Exemption having been filed with the County Clerk on December 12, 2001; and SUBJECT: AWARD OF CONTRACT FOR POMONA STREET BIKE LANES AND SIDEWALK PHASE I PROJECT, CROCKETT AREA. DATE: JULY 22, 2003 PAGE: 2 OF 3 The bidder listed first above, Ghilotti Construction Company, Inc. ("Ghilotti"), having submitted the lowest responsive and responsible bid, which is $2,885.80 less than the next lowest bid; and The Contract Compliance Officer having reported that Ghilotti has documented an adequate good faith effort to comply with the requirements of the County's Outreach Program; and The Director of Public Works recommending that the bid submitted by Ghilotti is the lowest responsive and responsible bid, and this Board concurring and so finding; NOW, THEREFORE, the Board finds, determines and orders as follows: The Board APPROVES the plans and specifications for the project; and The Board DETERMINES that Ghilotti, as the lowest responsive and responsible bidder, has documented an adequate good faith effort to comply with the specifications and the requirements of the County's Outreach Program; and The Board ORDERS that the contract for the furnishing of labor and materials for said work is awarded to Ghilotti at the listed amount and at the unit prices submitted in said bid, and that said contractor shall present two good and sufficient surety bonds as indicated above, and that the Director of Public Works shall prepare the contract therefor; and The Board FURTHER ORDERS that after the contractor has signed the contract and returned it, together with the bonds as noted above and any required certificates of insurance or other required documents, and the Director of Public Works has reviewed and found them to be sufficient, the Director of Public Works, or designee is authorized to sign the contract for this Board; and The Board FURTHER ORDERS that in accordance with the project specifications and/or upon signature of the contract by the Director of Public Works, any bid bonds posted by the bidders are to be exonerated and any checks or cash submitted for security shall be returned; and The Board FURTHER ORDERS that the Director of Public Works or his designee is authorized to sign any escrow agreements prepared for this project to permit the direct payment of retentions into escrow or the substitution of securities for moneys withheld by the County to ensure performance under the contract, pursuant to Public Contract Code Section 22300; and SUBJECT: AWARD OF CONTRACT FOR POMONA STREET BIKE LANES AND SIDEWALK — PHASE I PROJECT, CROCKETT AREA. DATE: JULY 22, 2003 PAGE: 3 OF 3 Pursuant to Public Contract Code Section 4114, the Board DELEGATES its functions under Public Contract Code Sections 4107 and 4110 to the Director of Public Works or his designee; and Pursuant to Labor Code Section 6705, the Board also DELEGATES to the Director of Public Works or to any registered civil or structural engineer employed by the County the authority to accept detailed plans showing the design of shoring, bracing, sloping or other provisions to be made for worker protection during trench excavation covered by that section; and The Board DECLARES that, should the award of the contract to Ghilotti be invalidated for any reason, the Board would not in any event have awarded the contract to any other bidder, but instead would have exercised its discretion to reject all of the bids received. Nothing herein shall prevent the Board from reawarding the contract to another bidder in cases where the successful bidder establishes a mistake, refuses to sign the contract or fails to furnish required bonds or insurance (see Public Contract Code Sections 51005107). Contact:Mike Carlson,(925)323-2321 Orig.Div.:PW(Constr) cc: Auditor-Controller I hereby certify that this is a true and correct copy of an action E.BmoConstruction, no R , R.Brunotaken and entered on the minutes of the Board of Supervisors on R Accounting the date shown. Consultant Design County Counsel JULY � �� Contractor ATTESTED: Surety JOHN SWEETEN, Clerk of the Board of Supervisors and MC:tb County Administrator G',GRPDATAICONST\BO\2003'vIWARD-POMONASTBIKELN&SFDEW ALK.DOC By ,Deputy THE BOARD OF SUPERVISORS CONTRA COSTA COUNTY, CALIFORNIA Adopted this Order on July 22, 2003, by the following vote: AYES: SUPERVISORS GIOIA, UILM, , GREENPERG AND GLOVER NOES: NONE ABSENT: SUPERVISOR DESAULNIER ABSTAIN: NONE SUBJECT: Award of Contract for Olympic Boulevard Pedestrian Path project, Walnut Creek area. (District II) Project No. 0662-684208-03 Bidder Total Amount Bond Amounts W.R. Porde Associates $289,324.00 Payment: 984 Hensley Street $289,324.00 Richmond, CA 94801 Performance: $289,324.00 Redgwick Construction Company Hayward, CA Bay Cities Paving &Grading, Inc. Concord, CA Fanfa, Inc. San Lorenzo, CA The above-captioned project having been previously approved, and the plans and specifications having been prepared and filed with the Board of Supervisors, and bids having been duly invited and received by the Director of Public Works on June 24, 2003; and The general prevailing rates of wages, which shall be the minimum rates paid on this project, having been filed with the Clerk of the Board, and copies to be made available to any party upon request; and The Board of Supervisors having determined that the project is exempt from the California Environmental Quality Act as a Class 1(c)categorical exemption, and a Notice of Exemption having been filed with the County Clerk.on October 15, 2002; and SUBJECT: AWARD OF CONTRACT FOR OLYMPIC BOULEVARD PEDESTRIAN PATH PROJECT,WALNUT CREEK AREA. DATE: JULY 22, 2003 PAGE: 2 OF 3 The bidder listed first above, W. R. Fordo Associates ("Forde"), having submitted the lowest responsive and responsible bid, which is $79,292.75 less than the next lowest bid; and The Board having evaluated all of the documentation of the good faith effort to comply with the County's Outreach program; and The Director of Public Works recommending that the bid submitted by Forde is the lowest responsive and responsible bid, and this Board concurring and so finding; NOW, THEREFORE, the Board finds, determines and orders as follows: The Board APPROVES the plans and specifications for the project; and The Board DETERMINES that Forde, as the lowest responsive and responsible bidder, has demonstrated an adequate good faith effort,pursuant to the specifications for this project, to comply with the requirements of the County's Outreach Program and the Board WAIVES any irregularities in such compliance; and FURTHER DETERMINES that Forde has complied with the Mandatory Subcontracting Minimum, and the Board WANES any irregularities in such compliance; and The Board ORDERS that the contract for the furnishing of labor and materials for said work is awarded to Forde at the listed amount and at the unit prices submitted in said bid, and that said contractor shall present two good and sufficient surety bonds as indicated above, and that the Director of Public Works shall prepare the contract therefore; and The Board FURTHER ORDERS that after the contractor has signed the contract and returned it, together with the bonds as noted above and any required certificates of insurance or other required documents, and the Director of Public Works has reviewed and found them to be sufficient, the Director of Public Works, or designee, is authorized to sign the contract for this Board; and The Board FURTHER ORDERS that in accordance with the project specifications and/or upon signature of the contract by the Director of Public Works, any bid bonds posted by the bidders are to be exonerated and any checks or cash submitted for security shall be returned; and The Board FURTHER ORDERS that the Director of Public Works or his designee is authorized to sign any escrow agreements prepared for this project to permit the direct payment of retentions into escrow or the substitution of securities for moneys withheld by the County to ensure performance under the contract, pursuant to Public Contract Code Section 22300; and SUBJECT: AWARD OF CONTRACT FOR OLYMPIC BOULEVARD PEDESTRIAN PATH PROJECT, WALNUT CREEK AREA. DATE: JULY 22, 2003 PAGE: 3 OF 3 Pursuant to Public Contract Code Section 4114,the Board DELEGATES its functions under Public Contract Code Sections 4107 and 4110 to the Director of Public Works or his designee; and Pursuant to Labor Code Section 6705, the Board also DELEGATES to the Director of Public Works or to any registered civil or structural engineer employed by the County the authority to accept detailed plans showing the design of shoring, bracing, sloping or other provisions to be made for worker protection during trench excavation covered by that section; and The Board DECLARES that, should the award of the contract to Forde be invalidated for any reason,the Board would not in any event have awarded the contract to any other bidder, but instead would have exercised its discretion to reject all of the bids received. Nothing herein shall prevent the Board from reawarding the contract to another bidder in cases where the successful bidder establishes a mistake, refuses to sign the contract or fails to furnish required bonds or insurance (see Public Contract Code Sections 5100-5107). Contact:Mike Carlson,(925)313-2321 Brig.Div.:PW(Constr) cc: Auditor-Controller I hereby certify that this is a true and correct copy of an action E.KuevBruno,o, Board p CAO Bruno, taken and entered on the minutes of the Bd of Supervisors on Accounting the date shown. Consultant Design County Counsel JULY 22 2003 Contractor ATTESTED: > Surety JOHN SWEETEN, Clerk of the Board of Supervisors and MC:tb County Administrator G:\GRPDATA\CONIMBO\20031AWAR.D•OLYMPICBLV DPEDPA7`Fi.WC By Deputy i County of Contra Costa OFFICE OF THE COUNTY ADMINISTRATOR MEMORANDUM DATE: July 9, 2003 TO: Board of Supervisors FROM: Emma I{uevor Affirmative Action Officer SUBJECT: Olympic Boulevard Pedestrian Path Project Attached for your review and consideration is the documentation of good faith effort submitted by the low bidder, W. R. Forde Associates. Cc: Scott Tandy, Chief Assistant County Administrator Silvano Marchesi, County Counsel Maurice Shiu, Director Public Works Department Wes Cooley/Frank Navarro, Project Engineers Rich Bruno a.Bdgfe0lympicBlvdPedesPath JUL-08-2003 14.2? W.R. FORDE ASSOC 510 215 986? P-01/05 ,AL 8 W. R. FORDS ASSOCIATES 984 Hensley Street Richmond, CA 94801 Phone: 510-215-9338 Fax: 510-215-9867 FAX COVER SHEET 7/812003 Number of Pages(Including Cover): 5 A'TTN: Emma K.uevor Contra Costa County FAX NO: 925646-1353 PROJECT: Olympic Boulevard Pedestrian Pate and Signal Project PROJECT ft; 0662-6R4208-03 SUBJECT: Additional Infonrnation Emma: Please find following, the information you requested: • Attachment letter that was sent to subs, requesting quotes • Oliveira Fence Quote • W.R. Forde Worksheet • Strange & +Chalmers Quote an&ko ,Deschalneon L1--0E-2003 14.28 W.R. iwORDE ASSOC 510 215 9867 P.02/05 OLYMPIC BLVD.PEDESTRIAN PATH & SIGNAL PROJECT - C.C.C. _....._._....__............... ...... _...___ _.._._._... Bid state. 6-24.43 7`0: various Contractors Please submit to us a uote or any of the below items of work in which you are intereste f 1310 I�`EM DESCRIPTION Gt#�ANTf I Y t3NIT PRICE l AANt7t3NT i 1 plan 1 LS want"pollution control 1 ; LS 3 Construction areas ns 1 ! LS .-._.._.... ._____..�. ._._._.__ .. ! .. __..._ ___ __._..... .....t __.__..._._............... .. . 4 traffic eontral system 1 i t S remove fence i 46 LF i .._ _.., remove traffic stripe 295 LP 7 # rsmcrve 22 LF e rtemove metal beam guard rail 61 LF g adjust manhole{case 1) 1 EA ! 10 i relocate chain lints fence 35 LF 11 relocate roadside sign } 16 EA i ............... _...___. __ ,_...__...... .. _.,_._. ..._._.,......_.._........, ! 12 ctearing&grubbing 1 LS ..._.._,........ ..........._ ,_._...a..._.._....,.. .� _ _..... _..._..,.._._. . .. 13 j roadway excavation(F) 493 CY �4 mass 2 AS 983 TON ; 15 AC ftyps A,.318"max,med) 346 T ! 18 ? AC dike($ ) 1.417 LF 17 minor structure{type ll MN;;iFe wf tap slab 2 EA ig....._.. .1 minor structure(type C inlet on type It base 1 EA 19 minor structure c inlet) ! t EA ..... gg 20 minor structure{type Ill MH base wl trap slab 1 EA 21 minor structure(bus pad) 1 ; EA 222 ! roadside sign 41 EA 23µ LL ' timber retaining wall 1 290 SF A a 18"plastic pfpe{MCIPEP) I 24 LF 25 W plastic pips(Y�iDPEP) 5{i t LF 28 1A"plastic flarsd end section('RbPEP2 EA ! 27 single rail wood fo c!! 1,U6I 28 Mermo.Traffic stripe(12"white) I2St3 »LF l 29 ! lbermo.Traffic stripe(detail 22 203 LF 3Q tharrmo.Traffic stripe(detail 38) 53 LP _ 31 thereto.Trak stripe deta'I 3AA) 7 ;-F ! 32 ! tharmm Pavement marking 126 SF txrlw � t geogrid reinforent 1 3,013 SY 34 rarrrovab.e bollard 4 ErA 35 .. signels&li ting TOTAL BID $ i UL-08-2003 14:28 W.R. FORDE ASSIX 510 215 9887 P.O4/05 Item Bid Item Description Unit Quantity Unit Pric-a (in Total(in No. Figures) Figures) 1 Prepare Storm Water Pollution Prevention Plan LS 1 (�Q"" t�, ��� ' 2 Water Pollution Control LS 1 JLC ( ' 3 Construction Area Signs LS 1 f1©r sQd I 4 Traffic Control System LS 1 tot t)c�b 5 Remove Fence LF 45 lbws 6 Remove Traffic Stripe �y LF 295 ct 7 Remove Pipe F 2Z .-- CJ C�. 8 Remove Metal Beam Guard Rail LF 5� IVA- 10 � 9 Adjust Manhole(Case 1) ,���"-- �--- 10 Relocate Chain Link EA 1 S Fence � -- st -° LF 35 11 Relocate Roadside,Sign EA 16 � b 12 Clearing and Grubbing LS 1 13 :Roadway Excavation (F) Cy 493 14 Class 2 Aggregate Base Ton 983 1 _� 15 Asphalt Concrete{Type A,318"Max,Mad} -� - Tan 346 16 ;Asphalt Concrete Dike (8"} LF 1417 F 17 'Minor Structure(Type Ii MH Base w1 Top Slab) EA 2 ` — 1ia�w 1$ Minor Structure(Type C Inlet on Type ll Base) EA 1 o 19 Minor Structure(Type C Inlet) EA 1 20 Minor Structure (Type Ill MH Base w1 Top Slab) EA 1 " 21 Minor Structure(Bus Pad) EA 1 22 Roadside Sign �-�- EA 4 i 23 ITimber Retaining Wall SF 290 24 18"Plastic Pipe (HOPED) LF 24 25 36"Plastic Pipe(HDPEP) LF 501 ._. ' -I51 26 18"Plastic Flared End Section (HDPEP) EA 2 �- 27 Single Rail Wood Fence .- LF 1686 i .�.0 s ra c npe 1 LF 250 29 Thermoplastic Traffic Stripe(Detail 22) LF 203 35 Thermoplastic Traffic Stripe (Detail 38) LF 53 31 Thermoplastic Traffic Stripe (Detail 38A) LF 37 32 Thermoplastic Pavement Marking � SF 726 33 Geogrid Reinforcement Sy 3013 34 Removah#e 8oltard EA 4 .- 35 Sijnals and Lighting i.S 1 TOTAL j U-W 08--2003 14:28 W.R. FORDE ASSOC 510 215 9867 P.05/05 , S` RANG AND CHA ERS, i �_ ZYATt OF tC*LW0 um OATF -JOB: era if .� P' �.ClC7 DCS vp r L- Cr _ Grade*t-.Tc� , cx, J�iv+s furt► hett allor Na traslcn to lrt�i, Noes,tees, diliCi iL•tt. rsorlrJ Co�tpts4 btn b8wclCiJ10 tkt a+cxt dr Natio r iters ce e r+�ib ex att►ers.t+Mt t ,"Wa ter. i�nttts.No J.Jewiate�r JUL-08-2003 14.28 W.R. F'ORDE ASSOC 510 215 %? P.03/05 OLIVEIRA FENCE, IN License No.404243 Gid t IN 400!teed fteek Santo+r two,CA 050 (4W)?27-3011 FAX(AM 72?MO BID TRANSMITTAL 10 DA`F: June 24, 2003 COMPANY ATTN: Estimating Department PROJECT. Olym is 81vd.' Padastrtan Path and Hi nal Proje No. 0662-cR4208-0) FROM : Debbie Garcla A total Of pages Item p Quantity unit Extension Item 0 Quantity Unit Extension 3 45 LI: $ 10.00 $ 450.00 Exclusions I r L i 50.00 $1 .750-001 •Traffic Ccentrol 27 1686 LF $ 20. $33,720.0 'Clearing-Grubbing 34 4 each $ 1 ,000-00 $ 1r,0000.0 'Staking-Grading "Locating under Total Hid $ 39,920.1 0 grouted utilities or liability for 4 move Ins i rt luded a I I other s $500.00 each unlocatedUtilities 4 week notice for materials � Nu care drilling No patching of asphalt * No night work -NQ ba& fill l0 of post-holes t x / S 4 W.B.E.•UnIon Bond Inclu led to P1,40N5$ Certification4l CT-001583 S08E CALTKA Yes 1 No 4 _ x ��f^^'�+�2k 9s�y; y� y�,J�^''�+� r�p,G,fC? y�6 f�^F ty� 3:.i`GINEL�. �F"G taxa'9t'6S f"s4.C 5'ON June 26, 2003 Contra Costa County 255 Glacier Dr. Martinez, Ca 94553 Attn: Rich Bruno RE: Good Faith Effort Documents Project: Olympic Boulevard Pedestrian Path& Signal Project Project#: 0662-684208-03 Rich, Please find enclosed the following Good Faith Effort Documentation: • Letters of Intent • Quotes from Subcontractors • Summary Sheet • Telephone Log • Fax Confirmation of Letters Sent to MBE/WBE/DVBE/LBE/LSBE We are looking forward to a successful project. Thank You, Deschaine Mason Administrative Asst. Contra Costa County OUTREACH PROGRAM AfTumative Action Office 651 Pine Street,Mattine26 CA 94553 (925)335-1045 Fax(925)646-1353 LErrE 4 OF INTENT TO PERFORM AS A SUBCONTRACTOR I SUPPLLER I MANUFACTURER TRUCXER/SUBCONSULTANT Ntrat of Prime Contraotor Name Project �. --0 . �'rGjeciNuCnbar T€te undersigned is a(check one): Sole proprietorship Corporation Limited Liability Partnership _ Joint Venture Check the following which may apply. MBE WEE SHE LEE Subcontractor � Subcontractor __ Subcontractor Subcontraetoi, Supplier Supplier Supplier Supplier Manufacturer -,Manufacturer _ Manufacturer Manufacturer Trucker Trucker Trucker Trucker Other __ Other Other — � ©'cher Describe Describe Deteribe De=ibc __._None ofthe Above Apply The undersigned is prepared to perform the following described work in connection with the above project (specify %I detail the particular work itoms or parts thereof to be performed): T Amoun d t ?rim Contractor:S, 1IL-2.A s ai xi ( :osiiio l TId Date at77e of P rso Co pleting the C } r Company Rame one Simper Fax Number 10 TOTAL P.W:. Comm Costa County OUTREACH PROGRAM Affirmative Action Office 651 Pint Street„Martinez,CA 94553 (925)335-1045 Fax(925)646-1353 LETTER OF INTENT TO PERFORM AS's SUBCONTRACTOR t SUPPLIER/MANUFAC'T URER/TRUCKEWSUBCONSUL7AIST Name of Prime Contractor Name&Project r^� Project Number The undersigned is a(check one): Sole proprietorship Corporation Limited Liability Partnership Joint Venture Check the following which may apply. MBS. WBE SBE LSE Subcoatractor Subcontractor Subcontractor Subcontractor.. — Supplier }` Supplier W Supplier Supplier — Manuracrurer Manufacturer " Manufacturer Manufacturer — Trucker Trucker Trucker Trucker Other Other � Other � Other Dcscribe Describe Describe Describc —None ofthc Above Apply The unders►„tted is prepared to perform the following described work in Connection wilt the above project (specify in detail the particular work items or parts thereof' to be per: rn ered): A Am t B' to F e Contractor:S t_, ll T��r��•1'� � �/�� Jd�� Si atT3re position Title Bate carie of Peon Completing this For;zifjmw 1 ISO Company Name Phone Numb* I:nx 2v u rnber 10 7DTRL P.02 wf Vf`t"'L+V'i.4Ea•r �v :vr ... - - - . _ . .tea U.R. FMN ASSOC 510 215 9e67 P.02/W juN-25-220 05 Camra Loft Courtly OUTREACH PROGRAM A,ffirrnattvs Aod$n(fie$ 651 Plo StmK Medina.CA 90333 (925)331-1041 (933)646.1733 LETTER OF INTENT TO PERFORM AS'A SUBCQxmcTt3R!SUPPMR I M,ANUFACTUR!T'RUCIt PUSUBCONSULTANT Nano ct Prime Contractor mi tom. Nttrhe greet Project Numbn The undersigned is a(*hock oue): Sole proprietorship Corporation Limited Liability Partnership _,,_ X©first Venture Check the following which maty apply. bm war. BS Z Subcontractor subvottt Wr j8ubSocntractor /SubLe;4atr%ctoi` �., Supplier . Supplier Supplier Supplier Menufacturrr ,_, MAnufactsuer Manurtoum MarurfcCWrer Truckar Trucker _ Trucker Trucker ,,.. oshar__ _ Other-...- _ other ,.. Other._,..,_,.._.,..,.,, Dtscribs Describe Describe ,,.._None of the Above Apply The urtdrersigned. is prepared to perrforrn the fallowing described work iu corsrsection with the above project (spa «0 in detsil die particular work: Items or parts thantof to be performed), Total Amount Did to Prima Contractor.S posal dor C►r1 e crf ersctr pl+sti - this �� • + ��`�. �Corr yName Phone umber Pax rsmbar 10 TCfTAL. P,02 510 215 967 P JUN-25-2W3 11 08 W.R. FCRDE RSSOC Contra Costa County OUTREACH PROGRAM Affirmative Action Off= 6$1 Pine Street,Martinez,CA 94553 (925)335-1043 Fine(92S)646-1353 LETTER OF INTENT` TO PERFORM AS'A SUBCONTRACTOR I SUPPLIER 1 MA UFACT'U R I Tit,UCEXR/SUBCONSULTANT Name of Prime Contractor Name Prajecc Projoct Number The undersigned is a(olzeck atte). Sole proprietorship Corporation , Limited Liability Partnership r,_. Joint Venture Check the fallowing which may apply. mgx W$E SBE LBZr Subcontractor ,_, SubcontractorSubrontraotor _ Subcontractor. _ Supplier Supplier Supplier Supplier Manufacturer Manufactures Manufacturer � Manufacturer r Trucker Trucker w. Trucker . _, Trucker Other.___. __ Other_ _ _-- - �,. Odier ._ Other Describe Describe Describe Describe 4 None of the Above Apply The undersigned is prepared to ptrforni die following described work in connection with the: above project (specify in derail the partic won items r pat thereof to be arfvrrrsed): t S t Dp t Total,P,,tnrs nt sd to Prirnz Contractor; S- . C7 M t Position"Title bate Name of Verson Completing this Form kA(�7 Carnparr "aarse Phone Number Fax Number ZtZ abed `•Wg6S� tG ED-SZ•unt' `•Z9r:,1 Cb9 LCiL : 'ONI sV3A1VH0 V BONtrli15 =A9 1u08 Wednesday,June 25,2003 11:39 AM Mike Bruce 707-781.5687 p•02 JUN-25--2083 11.15 W.R. FORlE ASSOC510 215 9867 P.02/02 Contra Cottht county OUTREACH PROGRAM Affirmative Action Office 651 Pirie:Street,Nfartinez,CA 94533 (92S)335-104$ Fxx(92S)646«1353 L ETTSR CF INTENT TO PER"RM AS'A SUBCONTRACTOR t SUPPLIER 1 MANUFAC"I"CIt'P..R!TRUCKER/SLISCO tSWAN'T Name of Prime Corstractor None WP—mJ&t Pmjott Number The undersigned is s(check one): Sole proprietorship Corporation Limited Liability Pa't'tnership Joint"Venture Check flit following which may apply. Mays VVRE SBE Lot Subcontrsctur _,. Subcontractor Subcontractor _ _ Subcontractor— Supplier Supplier ,_ Supplier Supplier Manufacturer . _ Mmiufacruror „ , Manufacturer Manufacturer _._ Trucker _ Trucker Trucker ... Trucker Other _ � Other __ _ _ Other . - ___ � Oihat Describe Deecribe: Describe Descn`tst None of the Above Apply The undersigned is prepared to perform the€ollowing described work in coariection with the above project (spacify in d*Wl the particular work items or pens thereof to be performod): rrr x+� ec K Total Amount Bid to Primo Contracttu:5 ,� • t r- : e>3 Signature Position Title bate at' k.1 19 4t... Name:ofPersor Critlnpiatiag this l`ofm Company Name J Phone N'utnber Pas:Number 10 TOTAL P.02 BRUCE ENTERPRISES PARKING P RO P O AL . 10 AREA LINE STRIPING _.__.. _ --- . t 643 Manuel Drive T3ATE ESTIMATE.N4. f Novato,CA 94945 6124JZOt?3 .' 9667_R .._� . ph (707) 781-9686 Fax(707)781-9687 F�71' ADDRESS V.R.Fordo Associates 91#4 Hensley Richmond,CA 94801 ------TERMS _.... . PROJECT 1 Net 30 Olympic Blvd. DESCRIPTION QTY U-O.M. COST TOTAL Work to be performed for the Olympic Blvd. Pedestrian Path and Signal Project in Contra Costa County includes the following: i Bid Items .- #6-Remove Traffic Stripe 295 LF 2.00 590.00 #11 -Relocate.Roadside Signs 16 EA 150.00 2,400.€0 #22-Roadside Signs 4 EA. 250.00 1,000.00 928-Thermoplastic Trak Stripe(12"White) 250 LF 3.00 750.00 x'29-Thermoplastic Traffic Stripe(Detail 22) 203 LF 2.00 406.00 ##30-Thermoplastic Trafflc Stripe(Detail 38) 53 LF 2.00 I 106.00 '#31.Thermoplastic Traffic Stripe(Detail 38A) 37 LF 2.00 74.0 #32-Thermoplastic Pavement Marldng 1261 SF 5.50 693.00 NOTES: Job is bid to include one move-in. A,ddtiunal movo-fits due to reasons beyond our control `+wiU be hilted as extra @$700.00ea. ° a TOTAL. 16,019.00 A4 n+N1riS i►tif+ b bs M vwi 10 be+s ysir`Md ins rnYct TM&AW4 F'NBG"WIMPWATIONS AND FSMWTXPO ARE WAT1SFACTC7 T AND mmmsr rs rsE�t fr+Dean...F My aMratrn it asyivdar.from p Si1u ARE REMY AOMMOL VOU AM^UTMNIZED 10=MPt$TE THIS C OWMACT imevngsaitaesrfsc STs eaaruasdrapa�+lyin+#stwWanaprrbsca,r414,49+ rInv"+durp lK,�rsd a4r r std frc axn�ada o+r! 4 ra rdirarlari AS SKCIFiED. PAYMENT VALL SE MADE A5 C MNED ASDVE. a.s uay sev.red}�,V w%m'Sws Comps-#Am i mmwtes. 110Mt Tra F'RCiP0SX MAY BE 1eftTti AAM SY US € NOT AGCEp'TC1 MTHN _ 0_ DAYS. COWAXY ACCWTTKO TSA3T.07AC 7 ANM AV HOR SGNAT AVT C) &[CrNh1LIEB TTJ1E G.W-TRUCKING: 5102152292 05124/09 10:22am P. 003 Gloria Washington Trucking, Inc P.O. Box 2884 Richmond Ca.94802 Phone(510)236-5766 Fax(510)215-2232 Project# 0662-6R4208-43 Olympic Boulevard Pedestrian Path & Signal Project 3-Axk LM whe l r Weekdays.................64.50 Saturday...................70.50 Sunday.....................75.50 3 [ m,. trtrl& ,off m Weekdays...............75.00 Saturday.................83.00 Sunday...................91.50 .T'rA».Z Weekdays..............77.00 Saturday.................80.50 Sunday...................94.50 LUghsides Weekdays...............86.50 Saturday.................96.50 Sunday.................108.50 ***.Add 25% to rates shown above if prevailing wage and reporting are required. night shift work. All prices quoted are for work performed through 2003 Add 3 each successive one year for work performed beyond 2003. A minimum of two (2) hours of time will be paid at the appropriate rate for trucks reporting to the plants, or site and not utilized,except if work is cancelled due to weather. A minimum of four(4)hours time will be paid at the appropriate rate for trucks ordered to work that work less than four(4) hours,Except if work is cancelled due to weather. Trucking performed in excess of four('4)hours will be paid at the appropriate rates times the actual hours worked,plus travel time Mwkl tke leading sdr). 06125/2003 09:35 5303475873 REND & GRAHAM, CTWD. PACE 01102 REF-D & GRAHAM, INC. EOSYNTHETICS Supply Design PAGE 1 OF 1 hate 06/1912003 Project OLYMPIC BLVD. PEDEST PATH TO W.R. FORDE ASSOC Agency CONTRA COSTA PW Am. ESTIMATOR Courawo Phone# 415/924-3072 Bid Date 0612412003 Pao 51011216-9867 Quote# 7950 WE ApE PLEASED Ta St:BM17"7WE FOLLOWING QUOTATION.- Quantity Description Quote +t- 3,013.00 SY TENSAR BX 1100 GEOGRID REINFORCEMENT $1.79 SY ROLL SIZES: 3M X 75M OR 4M X 75M PRICE INCLUDES FRT: BASED ON ONE SHIPMENT. +1- 501.0101 LF 36"SUPE-LOK HDPE PIPE (F477)BID ITEM#25 $22.15 LF i{jCr� COMES IN 0" PIPE LENGTHS +l-24.00 LF 18" SUITE-LOK HDPE PIPE (F477)BID ITEM#24 $7.75 LF COMES IN 20" PIPE LENGTHS +/- 2.00 EA 18" HDPE FLARED END SECTION (BID ITEM #26) $65.00 EA t �0 PRICES ON THE ABOVE THREE ITEMS INCLUDE FREIGHT BASED ON TWO DIRECT SHIPMENTS. Contact your saps person for questions regarding this quotation: GEORGE GARRISON - OUTSIDE SALES BOB KLYNE- INSIDE SALES Accepted By(Signature) CART. SPRINGER- INSIDE SAGES 26 LIGHT SKY COURT, SACRAMENTO CA 95828 PHONE: 838/381-01$00 or 916/381-36010 `* FAX: 866/430-1979 Dzte Prices quoted do not include applicable taxes. Quotes are 30 days for acceptance, 90 days to tape delivery. If extended delivery time is required, please contact your sales representative. PLEASE REFER TO PAGE TWO F01?ADDITIONAL T.ERNISAIVD CQND[TIONS w W C B S water components&building supply QUOTE: Mame: Dave V Company: WR Forde Date: 16 June 2003 Fax No.: 510/215-9867 Project: Olympic Boulevard Pedestrian Path& Signal Phone No. 510/215-9338 QTY DESCRIPTION EACH X15 rolls BasXgrid 11 (131' x 164') $395.00 Sub-Total 55,925.00 Tax $429.56 Total $6354.56 Upon approval of engineer Price based on quantities quoted and in single shipment delivery. F.O.B. $15.00 Fuel Sur Charge per WCBS delivery. Add California sales tax. Tums—Less 2% 10th Prox.Net 30 days. CONDITIONS: THE PRICES AND TERMS ON THIS QUOTATION HAVE BEEN PREPARED IN GOOD FAITH AND ARE ACCURATE TO THE BEST OF OUR KNOWLEDGE.WE RESERVE THE RIGHT TO MODIFY THIS QUOTATION BEFORE FINAL ACCEPTANCE IF COSTS OR CONDITIONS CHANGE. ALL QUOTATIONS GOOD FOR 30 DAYS UNLESS NOTED CALTRANS WBE CERTIFIED CT-0273 63 FORDE.QT131 *NOW OF'F'ERING 24 HOUR EMERGENCY SERVICE* 44 simlms street; san rafae4 ca 94901 p.e box 10007,saga rafael,ca 94912 ph: 415.451.1784 fax: 415.451.17861 JUN-24-20OZ 12 :04 PM C0N•f I NEN^rA 1 ✓ELECTR Z C .... .....,...�.. 5x0 7591404 P. 01 CHARLES KOPP INC. aba CONTINENTAL ELECTRIC 2320 DOIDGE AVENUE + PINOLE,CALIFORNIA 64664.1007 gONTAACTORS Mfr, 0314431 (510) 75&1621 • FAX (510)768.1404 FAX COVER LETTER DATE: TIME: FIRM: ATTN: FAX: TOTAL NUMBER OF PAGES (INCLUDING COVER SHEET) RE yd COMMENTS: 'MAaw > 04 ... ,. �t at.�e ear off`rte- , .gyp FROM: From:Brown&Fesler,inc.6I24J03 1:46:40 PM To:W.R.Ford Associates Estimating flats:6/24/03 Time:2:46:44 PM Page I of I (b,11, w & 11"esfer, Inc. June 24, 2043 Project: Olympic Blvd.Pedestrian Path&Signal Project Project#4662-6R4208-03 City Of Concord Dear Gentlemen. Brown&Fesler,Inc. is bidding the complete electrical system for the project named above. Our price is complete per the drawings and specifications with the following exclusions and clarifications. Clarification's 1. Permits and utility fee's to be reimbursed by others. 2. We include traffic control for our portion of work only. 3. Brown&Fesler,Inc. is signatory to the Electrical and Laborers Unions. 4. We are bidding the following items only. Bid Item# Description Quan. Unit Unit Price Total 36 Signals&Lighting i LS 68,919.00 68,919.00 TOTAL QUOTi= 68,919.QI} If you have any questions or need any further information please give us a call at(925)960-9154. Thank you, Brown&Fesler,Inc. 2070 Research 4r. * Livermore,CA 94660 * Lic.#702676 Tel:(925)960-9150 * fax.(925)960-9158 FROM STRIPING EXPRESS INC FAX NO. 510 536 1371 Sun. 24 2003 10:133AM P1 STRIPING EXPRESS INC 2872 EAST 7TH STREETQuotation OAKLAND CA W01 (T) 510-E3E-1969 (F)51 Or 538-1971 Date: June 24, 2003 TO ; tV.R." ORDS ASSC. -~-- f ATTN. ESTIMATING 984 HENSLEY STREET ` (?) 510-215--9338 RIC3iMON0, CA 94801 (F) 5101-215-9B67 PO Number Teems Project NIA R - - _ CONTRACT 1 OLYMPIC BLVD ITEM DESCRIPTION UNIT UNIT PRICE Amount 6 REMOVAL TRAFFIC STRIPE 295.00 2.50, 137.50 11 RELOCATE ROADSIDE SIGN'S 16.00 200.00 3,200.00 22 ROADSIDE SIGN 4.00 400.00 11600.001 28 THERMOPLASTIC TRAFFIC STRIP: (12" WHITE) 250.00 4.00 1,000.00 29 THERMOPLASTIC: TRAFFIC STRIPE (DETAIL 22) 203.00 2.60 527.80 30 THERMOPLASTIC TRAFFIC STRIPE (DETAIL 38) $3.00 2.35 124.55 31 TRERHOPLASTIC TRAFFIC: STRIPE (DETAIL 38A) 37.00 2.00 74.00 32 'THERMOPLASTIC PANT MARKING 326.00 5.00 631.00 4 EXCLUSIONS: TEMPORARY"STRIPLING,CORE HOLE,OVER H9aD S!ON$ Total $7,593.85 OLYMPIC BOULEVARD PEDESTRIAN PATH & SIGNAL PROJECT SUMMARY SHEET CATARGO.RIESWORKAREA COMPANY AMOUNT SELECTED C0NTR4CTOR A ELECTRICAL CONTINENTAL ELECTRIC S 67,277.00 �l CIRIMELLI ELECTRIC NO BID BROWN&FESLER,INC. $ 68,919.00 B TRUCKING GLORIA WASHINGTON SEE RATES SHEET c STRIPING&SIGNAGE BRUCE ENTERPRISES $ 6,019.00 �f STRIPING EXPRESS S 7,893.85 t D MISC.SUPPLIES WATER COMPONENTS $ 6,354.56 �t REED&GRAHAM 5 16,806.00 E FENCING OLIVEIRA FENCE,INC. S 39,920.00 W.R.FORDS ASSOCIATES F MINOR CONCRETE STRANGE&CHALMERS S 31,950.00 G MISC.METALS BAY AREA WELDING NO BID 012812003 summary$hest.xl3 OLYMPIC BOULEVARD PEDESTRIAN PATI) & SIGNAL, PROJECT TELEPHONE LOG COMPANY CONTACT PERSON TELEPHONE# WHO CALLED COMPANY? DATE/TIME RESULTS 4F CALL Continental Electric Bob Kopp__ 510-7581621 Deschaine Mason 6111103 3:00 p.m. Yes he got fax. Bay Area Welding Angel Perez 510-233-3485 Deschatne Mason 6/11/030 3:10 p.m. Yes he gotfax. Water Com onents Pete 415451-1780 Deschalne Mason 6/11103 3:15 p.m. Yes he of fax. Ctrimele Electric GrA 510-620-1150 Deschalne Mason 6111/03 3:15 p.m. Yes he gatfax. Bruce Enterprises Mike Bruce 707-781-9686 David 6112/03 A 10:20 a.m. Yes he got fax. Gloria Washington Yes,he got fax.,will send Truckla Lawrence 510-236-6766 Deschalne Mason 6/12/03!110.00 am. bid Water Components Pete 415451-1780 Deschalne Mason 6116103 g 8:00 a.m. He is sending fax over He is coming to took at Continental Electric Bob Kopp 510-7581621 David 6117/03 12:00 P.m. plans. Bay Area WekttnAn el Perez 510-233-3485 Deschalne Mason 6/17103 1:20 ,m. I Left a messy e Cirlmele Electric Greg 510-620-1150 David 6118103&3:00 a.m. He is coming to sees Altus. Bruce Enterprises Mike Bruce 707-781-96% Deschalne Mason 6/20103 9:30 a.m. He is comm to see any. Bay Area Welding-, Angel Perez 510-233-3485 Deschalne Mason 6/20/03&11:00 a.m. He Is reviewing Plans- ---I asked him to send quote, Continental Electric Bob Kopp 510-758-1621 Deschaine Mason 6123103 A 10:30 a.m. he said tomorrow he will Ba Area Welding An eI Perez 510-233-3485 Deschalne Mason 6123103 @ 1:15 p.m. No Bid?! I asked hits to send quote, Bruce Enterprises Mike Bruce 707-781-9686 Deschalne Mason 6123103 a,1:30 pm. he said tomorrow he will Cirlmele Electric Greg 510-620-1150 David 6123/03 1:45 p.m. No Bldl! Gloria Washington Trucking Lawrence 510-236-6756 Deschalne Masan 6/24/03 8:00 a.m. He is sending rates ���� Ptgns lW.xfn DATE JTUN-12=-20 3 #**** T 1 ME 10.26 *** P.01 MODE - MEMOPY TRANSMISSION START-JUN-12 10 25 END--7LN-12 10.26 PILE ND.- 823 N0. COM ABBR/NTWK STATION NAME/ PAGES PRG.ND. PROGRAM NAME TELEPHONE NO. 001 OK s 1?07?81968? 002✓002 -W.R. FORDS ASSOC - **Hc x***u** ********Km*H K******* * *o --ESTI MAT I NG 510 215 9867- ** ***** r' ENGINEERING CONSTRUCTION 004 k5NSLEY STREET • n1GHMOND.OA 9.1801.7117 PHONE:5 10.215,9aa6 PAX: June 12,2003 Bruce 13nterprlscs 603 Manuel Dr. Novato,Ca 94945 11e.Olympic Boulevard Pedestrian Path&Signal Project Project#:0562-611420$-03 Tai€i Date:June 24,2003 @ 2:00 p.m. Gentlemen: We are preparing a bid on the above referenced project,and soliciting bids from minority,(or disadvantaged)businesses,woman-owned businesses,local business enterprises,disabled veterans enterprises,and suppliers to participate on this project. W.R.Forde Associates will be accepting quotes for any of the items listed on the attached bid,beet.if your firm is intcresting in submitting a quote,please feel free to bid on any item listed that is within your scope of work.When economically feasible,all items of work can and will be divided into small tasks or quantities to permit maximum participation ofMBE/WBE/L 3E,1LSB VBE business. Payinent&Performance Bond may be required. We encourage subcontractors and/or suppliers submitting prices to utilize minority& women owned businesses.This may be accomplished through second tier subcontracting,owner-operator equipment,or purchase of supplies. ,All plans and specifications may be reviewed in our office,or may be obtained from Contra Costa County Public Works Dept,Q 255 Glacier Dr.,Martine,Ca 94553. W.R,Forde Associates would appreciate your interest on the project,and if we can be of any assistance with bonds,lines of credit and insurance,as required by Contra Costa County,please feel free to contact our office at(510)215-9335. Sincerely, W.R.Forde Asso ' tes DtschAwc ason ' Administrative Asst. YES_ —1 will be bidding this project NQ__I will not be bidding this project -COMM.JOURNAL- ** * ** * * DATE ,SUN-12-2003 ***** TIME 10:01 *** P.01 MODE = MEMORY TRANSMISSION START=JUN-12 10*00 ENDaJLN-12 10:01 FILE NO.- 018 NO. COM ABDR/NTW STATION NAME/ PAGES PRG.NO. PRCGRAM NOME TELEPHONE NO. 001 E1aC 2152232 002'002 -W.R. FORDE ASSOC - ***************************** *** -ESTIMATING - ***** - 510 215 8$67- ********* r ENGINEERING CONSTRUCTION Q$4 HENS1,EY STPEET - AlC VONO,CA 94561.2117 . PHONE:67CJ1"s.53$a ('AX 5107;'067 June 12,2003 Gloria Washington'Trucking Inc. 555 De Carlo Avenue. Richmond,Ca' 4801 Re:Olympic Boulevard Pedestrian.Path&Signal Project Project#:0662-6R4208-03 Bid Date:June 24,-7003 C 2:00 p.m. Gentlemen: We are preparing a bid on the above referenced project,and soliciting bids from minority,(or disadvantaged)businesses,woman-owned businesses,local business enterprises,disabled veterans enterprises,and suppliers to participate on this project. W.R.rWdc Associates will be accepting quotes far any of the items listed on the attached bid sheet.If your firm is interesting in submitting a quote,please feel free to bid on any item listed that is within your scope of work.When cconornically feasible,kill items of work can and will be divided into small tasks or quantities to permnit maximum participation of'MBEtV BE/LBB/LSBE/DVBE business. Payment&Performance Bond may be required.. We encourage subcontractors and/or suppliers submitting prices to utilize minority& worsen owned businesses.This may be aocorrmplished through second tier subcontracting,owner-operator equipment,or purchase of supplies. All plans and specifications may be reviewed in our office,or may be obtained from Contra Costa County Public Works Dept. a@t 255 Glacier Dr.,Martinez,Ca 94553, W.R.Forde Associates would appreciate your interest on the project,and if we can be of any assistance with bonds,lines of credit and insurance,as required by Contra Costa County.please feel free to contact our office at(5 10)215-9338, Sincerely, W R.�'Ur Associg es I7eschane Mason Administrative Asst. YES I will be bidding this project NO I will not be bidding this project �KshKc***swwHc,KYkik*M* —COMM.30URNAL— DATE ,TUN-11-2003 * * TIME 13049 * P-01 MODE . MEMORY TRANSMISSION START-JUN-11 13:48 END-JIUi-11 13049 F i 1..E NO.- 006 NO. COM AS$R/NTW STATION NAME/ PAGES PRG.NO. PROGRAM NAME TELEPHONE NO. 001 C73< 7561404 002/002 —E5T I MAT I NG * * — 510 215 9867— * * ENGINEERING CONSTRUCTION 04 HIENSLEY STREET • RICHMOND,CA 94801.21 fT FHONL; 810.215.41338 FAX;5tU,21r,%6/ .lune 11,2003 Continental Electric 2320 Doidge,Avenue Pinole,Ca 94564 Re;Olympic Boulevard'Pedestrian Path&Signal Project Project 9:0662-684208-03 Bid Date:June 24,2003 @,2:00 p.m. Gentlemen-. We are preparing a bid on the above referenced project,and soliciting bids from minority,(or disadvantaged)businesses,woman-owned businesses,local business enterprises,disabled veterans enterprises,and suppliers to participate on this prt�ject. W.R.Forde Associate,,will be accepting quotes for any of the items listed on the attached bid sheet.If your firm is interesting in submitting a quote,please feel free:to bid on any item listed that is within your scope of work.When economically feasible,all items of work can and will be divided into small tasks or quantities to p-rmit maximum participation of MBE/WBE1L8E/LSBE/UVBE business. Payment&Performance Bond may be required. We encourage subcontractors and/or suppliers submitting prices to utilize minority& women owned businesses.This may be accomplished through second tier subcontracting,ovmer-operator equipment,or purchase of supplies. Ali plans and specifications may be reviewed in deur office,or may be obtained from Contra Costa County Public Works Dept.@ 255 Glacier Dr,,Martinez,Ca 94553. W.R.Porde Associates would appreciate your interest on the project,and if we can be of any assistance with bonds,lines of credit and insurance,as required by Contra Costa County,please feel free to contact our office at(510)215.9338. Sincerely, W,R.Ford ssociatesd %Xy� Deschaine Mason Administrative Asst. YES,.—1 will be bidding this project NO I will not be bidding this project rK **%rK kAc kSK kyk -COMM.JOt NAL- * DATE JUN-11-2003 TIME 14:04 **% P-01 END-JUN-11 14.04 M13BE MEMORY TRANSMISSIONSTART-JUN-11 14 03 FIL'c NO.- 010 NO, COM A9BRrNT1JK STATION NAME/ PAGES PRG.NO. PROGRAM i NAME TELEPHONE NO. 001 OK 8 14154511786 0025002 -W.R. FO.RDE ASSOC - -ESTIMATING - ** - 510 215 9$67- » * *** r ENGINEERING CONSTRUCTION 9$4 HENSLEY STREET - RICHMOND,CA 94601.2117 PHONF 5110.21 X338 aAX:S IU 7.35,9861 .Tuna 11,2403 Water Components P.O.Box 10007 San Rafael,Ca 94912 Re:Olympic Boulevard Pedestrian Path&Signal Project Project#:0662-6R42OM3 Bid Date:June 24,2003 @ 2:00 p.m. Gentlemen: We are preparing a bid on the above referenced project,and soliciting bids from minority,(or disadvantaged)businesses,woman-owned businesses,local bmincss enterprises,disabled veterans enterprises,and suppliers to participate on this project. W.R,porde Associates will be accepting quotes for any of the items listed on th.: attached bid sheet.If your firm is interesting in submitting a quote,please reel free to bid on any item listed that is within your scope of work.When economically feasible,all items of work can and will be divided into small tasks or quantities to permit maximum participation of i1fBEIW13IABEJLSBE/DVBE business. Payment&Performance Bond may be required. We encourage subcontractors and/or suppliers submitting prices to utilize minority& women owned businesses.This may be accomplished through second tier subcontracting,owner-operator equipment,or purchase of supplies. All plans and specifications may be reviewed in our office,or may be obtained from Contra Costa County Public Works Dept.@ 255 L'rlacier Dr.,Ma ti=,Ca 94553. W.R.Forde Associates would appreciate your interest on the project,and if we can be of any assistance with bonds,lines of credit and insurance,as required by Contra Costa County,please feel free to contact our office at(510)215-9338. Sincerely, W.R.Forde Associates Deschaineason Administrative Asst. YES,,_„_—1 will be bidding this project NC1____,_ I will not be bidding this project 9 xcKH rx 1 xe Kul zx*tc» e kslc —CLl!"1"t,3CU12NAL- KcMt K*to a He leg»nr K� KcH N M DATE 3LN-11-2003 TIME 13:53 P-01 MODE = M MORY TRANSMISSION START-JUN-11 13:53 END=ZLIN-•11 13:53 FILE NO.= 008 NO. COM ASBR/NTWK STATION NAME/ PAGES PRG.NO. PROGRAM NAME TELEPHONE NO. 001 Olt Z 2365621 002/002 FORDE ASSOC - *»rte w ** * * **gym**» **w*xw*m w* -EST i MAT I NG 510 215 9867- ENGINEERING CONSTRUCTION 984 I49 SLi`Y4"TREET . RICHMOND,Cr 94801-2117 . FHONE:510.21G.f1238 - fAX 510.215.OWI June 11,2003 Bay Area Welding&Maintenance ?,0.Box 5303 Richmond,Ca 94805 Rc:Olympic Boulevard Pedestrian Path &Signal Project Project#:0662-68.4208-03 Bid Date:June 24,2003 @ 2:00 p.m. Gentlemen: We are preparing a bid on the above referenced project,and soliciting;bids from minority,(or disadvantaged)businesses,woman-owned businesses,local business enterprises,disabled veterans enterprises,and supplfcrs to participate on this project. W.R.horde Associates will be accepting quotes for any of the items listed on the attached bid sheet.If your firm is interesting in submitting a quote,please feel free to bid on any item fisted that is within your scope of work.When economically feasible,all items of work can and will be divided into small tasks or gwintities to permit maximum participation of MRF.lWBMBE/LSBVDVBB business. Payment&Perforntance Bond may be required. We encourage subcontractors and/or suppliers submitting prices to utilize minority& women owned businesses.This may be accomplished through second tier subcontracting,owner-operator equipment,or purchase of supplies. All plans and specifications maybe reviewed in our office,or may be obtained frorn Contra Costa County Public Works 'Dept.@ 255 Glacier Dr.,Martinez,Ca 94..553. W.&Fordc Associates would appreciate your interest on the project,and if we can be of any assistance with bonds,lines of credit and insurance,as required by Contra Costa County,please feel free to Contact our office at(5 10)215-9338. Sincerely. WA.Fore Associates n r Deschaine scan Administrative Asst. YES I will be bidding fts project NO I will not be bidding this project —CL31"M.j0L RNpL.— DATE 3UN-1:-2= T I t_ 13:47 *%* P-01 MODE = MARY TRANSMISSION START-JUN-11 13:46 END-JUM-11 13=47 FILE NO.- 004 No. CDM ABBR/NTWK STATION NAME/ PACES PRG.NO. PROGRAM NAME TELEPHONE NO- t1 LK 2 5201155 002/002 _w.R. FORDS ASSOC —ESTIMATING 510 215 5867— * **** •' ENGINEERING CONSTRUCTION 98s HENSLEY STREET - RICHMOND,CA 94$07'2117 PMCNb 510.215,9138 + hAk 5!0.Z't'r.8�t�1 June 11,2003 Cirimcle Electric 507 Marina Way South Richmond,Ca 94804 Rc:Olympic Boulevard Pedestrian Patb&Signal Project Project#:0662-6R4208-03 Sid Date:June 24,2003 r@,x 2:00 p.m. Caentlemen. We are preparing a bid on the above referenced project,and soliciting bids from minority,(or disadvantaged)businesses,women-owned businesses,local business enterprises,disabled veterans enterprises,and suppliers to participate an this project. W.R.Porde Associates will be accepting quotas for any of the items listed on the attached bid sheet.If your firm is interesting in submitting a quote,please feel free to bid on any stern listed that is within your scope of work.V4'hen economically feasible,all items of work can and will be divided into small tasks or quantities to permit maximum participation of MBE/WBEILBE/LSBE1DVBE business. Payment&Performance,Bond may be required. We encourage subcontractors and/or suppliers submitting prices to utilize minority& women owned businesses.This may be accomplished through second tier subcontracting,owner-operator equipment,or purchase of supplies. All plans and specifications may be reviewed in our office,or may be obtained from Contra Costa County Public'Works Dept.C 255 Glacier Dr.,Martinez,Ca 94553. W.R.Fordc Associates would appreciate your interest on the project,and if we can be of any assistance with bonds,lines of credit and insurance,as required by Contra Costa County,please fico#free to contact our office at(5 10)215-933$. Sincerely, W.R.Forde Associates QDes&, ason Administrative Asst. YES, I will be bidding this project NO_l will not be bidding this project TO: BOARD OF SUPERVISORS FROM: Maurice Shiu,Public Works Director DATE: July 22, 2003 SUBJECT: APPROVE and AUTHORIZE the Public Works Director, or designee, to execute a contract amendment extension with Denise Duffy and Associates, Inc., effective December 31, 2002 to December 31, 2003 for environmental assessment associated with the Bethel Island Bridge Replacement project, East County area. (District V) Project No. 0662-684043 /FED BRLS 5928 (024) Specific Request(s)or Recommendation(s)&Background&Justification I. RECOMMENDED ACTION: APPROVE and AUTHORIZE the Public Works Director, or designee, to execute a contract amendment extension with Denise Duffy and Associates,Inc., effective December 31, 2002 to December 31, 2003 for environmental assessment associated with the Bethel Island Bridge Replacement project II. Fiscal Impact: There is no impact to the County General Fund. No change in the contract payment limit. 4 f, i Continued on Attachment: X SIGNATU COMMENDATION OF COUNTY ADMINISTRATOR _RRE OMMENDATION OF BOARD COMMITTEE ® PROVE _OTHER SIGNATURE(S): Xx ACTION OF BOA,0U•bN � ' 2 i 20 APPROVED AS RECOMMENDED OTHER VOTE OF SUPERVISORS xx UNANIMOUS(ABSENT IV ) AYES: NOES: ABSENT: ABSTAIN: I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date TT:sr shown. G:\GrpData\EngSvc\Enviro\BO\2003\(07-22-03)CSA-Amend#3-DDA(Bethel).doc Orig.Div:Public Works Environmental) �� X00 Contact: Cece Seligren(313-2296) ATTESTED: 3 cc: County Administrator,E.Kuevor JOHN SWEETEN, Clerk of the Board of Auditor-Controller Supervisors and County Administrator PW Accounting-L.Holden Enviro.- L.Chavez T.Torres By ,Deputy SUBJECT: APPROVE and AUTHORIZE the Public Works Director, or designee, to execute a contract amendment extension with Denise Duffy and Associates, Inc., effective December 31, 2002 to December 31, 2003 for environmental assessment associated with the Bethel Island Bridge Replacement project, East County area. (District V)Project No. 0662-6R4043 /FED BRLS 5928 (024) DATE: July 22, 2003 PAGE: 2 III. REASONS FOR RECOMMENDATION/BACKGROUND: This amendment is to extend the term of the Consulting Services Agreement in order to assist Public Works Department staff in obtaining environmental clearance associated with the Bethel Island Bridge Replacement project. IV. CONSEQUENCES OF NEGATIVE ACTION: If the Consulting Services Agreement is not amended,the Bethel Island Bridge Replacement will not have the required environmental clearance, causing delays in its replacement. CONSULTING SERVICES AGREEMENT ember .:; AMENDMENTIEXTENS►ION AGREEMENT#3 FundlOrg# Account# 1. Identification of Contract to be Amended. Other# Number: Consulting Services Agreement with Denise Duffy and Associates, Inc. Effective mate: December 31, 2001 to June 30, 2002 Department: Public Works Department Subject: Consultant Duties for the Bethel Island BideReplacement Project Proj. No. 0862-6R4043 I FED BRLS: 5928 (024) Payment Limit (s): $48,500 2. Parties, The County of Contra Costa, California (County),for its Department named above, and the following named Consultant mutually agree and premise as follows: Consultant Name: Denise Duffy and.Associates,Inc. Capacity: Consultant Address: 947 Cass St., Suite 5 Monterey, CA 93940 3. Amendment date. The effective date of this Contract AmendmentlExtension Agreement is December $1,, 2002. 4. Extension of Term. The term of the above described Contract between the parties hereto is hereby extended from December 31, 2002 to December 31, 2003. unless sooner terminated as provided in said contract. 5. Signatures. These signatures attest the parties" agreement hereto: COUNTY GP CONTRA COSTA, CALIFORNIA CONSULTANT Public Agency Denise Duffy Associates, Inc. ,a (1) Sy Sy�Ma ri de. Shiu � {pri nam Public Works Director (Signature and busin s capacity) R*'Cce D R APPROVAL: B (2) SY lgren (print name) ental Planner (Signature and business capacity) Note to Contractor: For corporations(profit or nonprofit),the contract must be signed by two officers. Signature A must be that of the president or vice president and Signature B must be that of the secretary or assistant secretary(Civil Code Section 11913 and Corporations Code Section 313). G:\GrpData\EngSvc\ENVIRONAdminlCSA's\20031AmendmentsZonise Duffy(Bethel)-amend(#3).doc CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT State of OPTIONAL SECTION County of nN n CAPACITY CLAIMED BY SIGNER On_ TC}!: ,before me, —CUEDAl o1 I , Though statute does not require the Notary to flit 'DATE NAME,TITLE OF OFF E E.G.,'JANE DOE, TA Y PUBLIC" In the data below,doing so may prove Invaluable personally appeared_ iQli � 1P�/ to persons relying on the document. NAME(s)O SIGNER(S) ❑ INDIVIDUAL. ❑ personally known to me-OR- proved to me on the basis of satisfactory evidence to ❑ CORPORATE OFFICER(S) be the person(s)whose name(s)islare TITLE(S) subscribed to the within instrument and acknowledged to me that helshelthey ❑ PARTNER(S) C LIMITED executed the same In his/her/their - � authorized capacity(les),and that by ❑ GENERAL ELLEN SELVIG his/her/their signature(s)on the instrument ❑ ATTORNEYAN-FACT commiulon 1111272417 the person(s)or the entity upon behalf of ❑ TRUSTEE(S) Notltty Public.calNt mil which the person{s)acted,executed the ❑ GUARDIANICONSERVATOR Monterey county instrument. ❑ OTHER: MyCgirnm.Eom Jul 30,204 WITN&IS my hTWand official seal, SIGNER IS REPRESENTING: {NAME OF PERSON(S)OR ENTITY(IES)) SIGNATURE OJINOTARY OPTIONAL SECTION THIS CERTIFICATE MUST BE ATTACHED Title or Type of Document TO THE DOCUMENT AT RIGHT. Number of Pages Though the data below is not required by law,it may prove valuable Date of Document to persons relying on the document and could prevent fraudulent Signer(s)Other Than Named Above re-attachment of this form INSTRUCTIONS TO NOTARY The following information is provided in an effort to expedite processing of the documents. Signatures required on documents must comply with the following to be acceptable to Contra Costa County. 1. FOR ALL SIGNATURES -The name and interest of the signer should be typed or printed BENEATH the signature. T56 name must be signets exactly as it is typed or printed. 11. SIGNATURES FOR INDIVIDUALS-The name must be signed exactly as it is printed or typed. The signer's interest in e prope y mus sae . Ill. SIGNATURES FOR PARTNERSHIPS-Signing party must be either a general partner or be authorized in writing to have t5e autlionty to sign for and bind the partnership. IV. SIGNATURES FOR CORPORATIONS acumen s should a signed y two officers, one from each of the following two groups: GROUP 1. (a)The Chair of the Board b})The President c Any Vice-President GROUP 2. a)The Secreta b An Assistantecreta c The Chief Financial Oicer Id The Assistant Treasurer If signatures of officers from each of the above two groups do not a pear on the instrument,a certified copy of a resolution of the Board of directors authorizing the person signing the instrument to execute instruments of the type in question is required. A currently valid power of attorney, notarized, will suffice. Notarization of only one corporate signature or signatures from only onegroup, must contain the following phrase: .and acknowledged to me that such corporation executed the within instrument pursuant to its by-laws or a resolution of its Board of Directors." JC:mw Form Rev,August 1,2001 G:\GrpData\EngSvc\ENVIR01Admin\CSA`s\20031Amendments\Denise Duffy(Bethel)-amend(#3).doc TO: BOARD OF SUPERVISORS FROM: MAURICE M. SHIU, PUBLIC WORKS DIRECTOR DATE: July 22, 2003 SUBJECT: Agreement with the Mt. View Sanitary District, Pacheco area. Project Number 0662-6R4019 SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION I. Recommended Action: APPROVE and AUTHORIZE the Chair, Board of Supervisors to execute an Agreement with the Mt. View Sanitary District effective July 22, 2003 through January 2007 for the Pacheco Boulevard Sewer Relocation Project, Pacheco area. (Tosco Mitigation funds) (District 11). Continued on Attachment: X SIGNATURE: 4 ECOMMENDATION OF COUNTY ADMINISTRATOR RE90MMENDATION OF BOARD COMMITTEE PROVE OTHER SIGNATURE( ). ACTION OF BOR ON JULY 22, 2003 APPROVED AS RECOMMENDED xx OTHER Ll VOTE OF SUPERVISORS xx UNANIMOUS (ABSENT IV ? I hereby certify that this is a true and correct copy of an AYES: NOES: action taken and entered on the minutes of the Board ABSENT: ABSTAIN: of Supervisors on the date shown. AS: G:\GrpData%TransEng\2003\80-TE%BO for Mt View Credit Agreement.doc Orig.Div:Public Works(TE) ATTESTED: JULY 22, 2003 Contact: A.Schaal(313-22234) JOHN SWEETEN, Clerk of the Board of Supervisors c: PW Accounting and County Administrator J.Bueren,Deputy PWD By � , Deputy SUBJECT: Agreement with the Mt. View Sanitary District. DATE: July 22, 2003 PANE 2 Il. Financiallmpact: There will be no impact to the General Fund. The project cast is estimated to be $42,707. The Agreement will give the County a credit of $38,798 towards the sewer connection fee of the Discovery louse project. The County's cast share will be funded with Tosco Mitigation Funds. Ill. Reasons for Recommendations and Background: As a part of the future realignment of Pacheco Boulevard at the Burlington Northern and Santa Fe Railway Company railroad tracks the County will have to relocate a sewer line that is outside of the County right-of-way. The Mt. View Sanitary District has a program such that a portion of the connection fee can be applied towards improving their sewers. By relocating the sewer now we are able to get a credit of $38,708 towards the relocation of the sewer. If we wait until the Pacheco Boulevard Realignment project is constructed the credit will not be available. IV. Consequences of Negative Action: Failure to approve the agreement will delay the project and increase the cost. Recording Requested By Mt. View Sanitary District When recorded mail to: Mt. View Sanitary District P.O.Box 2757 Martinez,CA 94553 AGREEMENT THIS AGREEMENT effective the day of entered into by and between the MT. VIEW SANITARY DISTRICT, a public agency (hereinafter"District") and.Contra Costa County, (hereinafter"County"). WHEREAS, County intends to construct certain improvements known as the Discovery House Expansion(hereinafter"Development"); and WHEREAS, County is currently the owner of the real property which specifically comprises Development, which real property is more particularly described on Exhibit A attached; and WHEREAS,Development lies within the service area of District; and WHEREAS, the construction of Development requires the construction of a new sewer main downstream of Development on Pacheco Boulevard and the abandonment of an existing sewer between Development and Burlington Northern and Santa Fe Railway (hereinafter "Project"); and WHEREAS, as a condition of the District's approval of the Development, the District requires Developer to construct Project in accordance with District regulations; and WHEREAS, the limits and approximate location of Project are generally shown on Exhibit"B",attached hereto and included herein by reference; and WHEREAS, the construction of Project is consistent with the District's Long Range Plan adopted January 1986 and amended in June of 1998; and Page l of 6 w. WHEREAS, construction of Project will provide for the orderly growth and expansion of service to properties generally located south of the BlV&SF Railway on Pacheco Boulevard including but not limited to Development; and WHEREAS, Project is required because the existing sewer downstream of Project is too deep to be serviced by standard maintenance equipment and lack of access thereto; and WHEREAS, Project will be more specifically defined by plans and specifications prepared by County and subject to approval by the District, which approval will not be withheld unreasonably; and WHEREAS, a fair cost for the Project, including all labor, materials, tools, equipment, permits, construction contingencies,engineering and all other incidentals is as set forth in Exhibit "C"attached hereto and included herein; and WHEREAS, by District Ordinance, fees for sewer construction permits are payable to the District prior to the issuance of the construction permit. Such construction permit fees include charges for plan review, mapping, inspection and television inspection. Sewer connection fees as distinguished from construction fees are payable at the time of connection and for each plumbing waste fixture unit presently consist of a plan review fee ($15.92), a trunk sewer fee ($233.74) and a plant capacity fee ($336.79). A building sewer inspection fee ($136.65)per sewer and an interim(monthly)use fee for each remaining month in the applicable fiscal year also apply. NOW THEREFORE, in consideration of the faithful performance of the terms and conditions set forth herein,the parties mutually covenant and agree as follows: 1. Recitals. The foregoing recitals are included herein.. Page 2 of 6 2. Construction. County at its sole cost and expense shall obtain all necessary permits and construct the Project and subject to District's acceptance, convey the main line sanitary sewer improvements to the District. Upon acceptance of the main line sanitary sewer improvements by District, District shall assume, and County shall be released from all maintenance and repair of the main line sanitary sewer improvements. 3. Credits. Upon completion of the Project, the District shall establish a non- modifiable credit(using the methodology set forth in Section 4 below) for the benefit of County in the amount of$39,105,the total amount indicated on Exhibit"C" 4. Application of Credits. For each connection fee that is ordinarily charged to County at the time of connection, a credit is established for the limited purpose of crediting to the County the trunk sewer portion of the District's connection charge,or per plumbing waste fixture unit .as defined in the current Uniform Plumbing Code for each connection within the Development. No trunk sewer or plant capacity fee will be collected for the first 68 fixture units within Development, a credit totaling $38,796.04. The fee for the 69th fixture unit shall be charged $308.96. The remainder of the fees shall be paid pursuant to existing District ordinance as of the date construction and connection permits are issued. 5. Nothing contained herein shall affect the amounts, method of payment or fees for the sewer construction permits nor affect the District's right to change sewer connection fees in the future. 6. The credits described herein are conditioned upon the County commencing construction of Project on or before January 2004 and completion of Project on or before January 2007. Page 3 of 6 7. Assi nment. The described credit is non-refundable and non-assignable to any entity other than property owner and shall "run with the land" and be for the benefit of Development for which connection permits are requested. Credits shall not draw interest. 8. Term. The described credits must be exercised prior to 1t 1C07. After that they terminate and shall no longer exist. 9. Insurance. County shall insure full compliance with Article X of .District's Ordinance 93-68 a copy of which is attached as Exhibit "D". District shall be named as an additional insured with respect to all such insurance. 10. Indemnity. County shall defend, indemnify and hold District harmless from the consequences of County's active negligence, if any, related to the Project. 11. Entire Agreement. This Agreement contains the entire agreement between the parties hereto. No promise, representation, warranty, or covenant not included in the Agreement has been or is relied on by any party hereto. 12. Recordation. This Agreement shall be recorded in the office of the Contra Costa County Recorder. 13. Notice. For purposes of notice and payments from the following addresses apply. Mt. View Sanitary District P.O. Box 2757 Martinez, CA 94553 (925) 228-5635 County of Contra Costa 255 Glacier Drive Martinez , CA 94553 Attn: Public Works Director Page 4 of 6 14. Severability. If any term, covenant, of provision of this Agreement, which dues not materially affect the consideration for this Agreement, is held to be invalid, illegal, or unenforceable in any respect,the validity of the remainder of this Agreement shall not be affected thereby. 15. Controlling Law. This Agreement shall be construed in accordance with the laws of the State of California. In the event of any dispute arising under this Agreement, venue shall be set in Contra Costa County. (Remainder of page intentionally Left blank; signatures on page 6 of 6) Page 5 of 6 AGREED: DISTRICT COUNTY OF CONTRA COSTA Mt. View Sanitary District ; P.O. Boy 2757 A , , Martinez CA 9 .553 B Chair, Board of Supervisors BY ATTEST: f'r �, za-'az Dorothy M. Sakazaki,President John Sweeten�,erk of the Board Of Supervisors and County Administrator By: eputy FORM APPROVED: RECOMMENDED FOR APPROVAL: Maurice E. Hugut, Jr.,District Counsel Maurice Shiu, Public Works Director ' i i.ir+♦ 4 i�.ris ia6• By: rs. . . . . . . FORM APPROVED: Silvano B. Marchesi, County Counsel t By: Deputy ATTACH NOTARY"CERTIFICATE Page 6 of 6 APN # 161-261-003 Exhibit "A" All of that parcel of land in Contra Costa County California being a portion of the Rancho Las Juntas, being all of that parcel granted to Leon M. Knopoff and Jean A. Knopoff, Co- Trustees of the Knopoff Family Trust dated October 12, 1999 by Quitclaim Deed recorded October 18, 1999 as Series Number 1999-0274196-00 described as follows: Beginning on the northeast line of the 0.79 of an acre parcel of land described in the deed from Alfred P. Martignoni, to Contra Costa County recorded december 27, 1946 in Book 960 of Official Records, at page 3301 at the southwest corner of the parcel of land described in the deed from Alvin Blackwell, et ux, to William George Bagshaw, et ux, recorded May 18, 1954 in Book 2318 of Official Records, at page 169; thence from said Paint of Beginning along said northeast line north 86° 35'west and northwesterly along the arc of a curve to the right with the radius of 352 feet tangent to the last course to the southeast line of the parcel of land described in the deed from Alvin Blackwell, et ux,to Ralph Trost, et al, recorded May 29, 1956 in Book 2776 of Official Records, at page 322;thence north 310 29' east, along said southeast line to the southwest line of the Old Country Road from Martinez to Pacheco; thence south 670 44' 30" east, along said southwest line 100 feet to the northwest line of said southwest line of said Bagshaw parcel(2318 OR 169);thence south 310 29' west, along said northwest line to the Point of Beginning, 1 OF 1 DISCOVERY HOUSE `:J EX BLDG DISCOVERY HOUSE 1 NEW BLDG 1 lift f ! rio�ixp dl t-.. p iMR:r S awmaw w, PACHECO BL VD. NOTE:- SANITARY OTE:SANITARY SEWER MAIN - --- IMPROVEMENTS AND LATERALS 'A' & 'B' SHALL BE CONSTRUCTED PER THE IMPROVEMENT PLANS PREPARED BY THE MT. VIEW MT. VIEW SANITARY DISTRICT SANITARY DISTRICT; FILE NO 10003.75 DATED MAY, 2002. SEWER IMPROVEMENTSWER DISCOVERY HOUSE J.E. SCHtJRI CHT & ASSOC. CONTRA COSTA COUNTYJUNE, 20032300 CON 7`RA COSTA BLVD., STS' 220 PLEASANT HILL, CA 94523 SCALE: I" = 20' JES #02-36 EXHIBIT "B" 1 OF 3 Existins,._.30ding 4639 Pacheco Blvd. r_�1 � �A`1•�� .�. r..�........_. r1 �..r,.._.._.:?fes;_.< � W,;p i ;tvirs >rr I Btltilt?C 4 to W N o� ,heco Blvd. ' °ca JJ Z as w O C5 u) 0.0) 44 taJ C7i 6U ; 1 _ U 2 it -F- +i o o c"Z4 C7 :r ..�•./,f{ .r" If"n Cvib �\ as "r� i5 ,4� cc> 10 fr 1 `-� a Yucca ' ant w Vt r3 3 - .. a ✓ e / r'„7 ' v� .. .. mak' e Busk '}? f2•'Eucv ��.1.-. 1) >` _ N �`�' -HCl---^'^-_-y.,"""'t�'. .,,.a 'Yi b�,:: ♦ r�,:f:.`k"f`.@5 kr..ti {�"`R�4j,C;cfiG �``•, C• 7 _ ° 's.; rt "v ..i'.. ire �a kaL �ry rb Gutter W t)lW PACHECOaz 0 BLVD . co i o t -�•�--_.w s,S -- ,... �..__..`�` w...,.._...--�...,.._� ..�.....Y.....r.�y��'�+�`�._.�._,t,i "f*", __�_..• ....�.....�msµ__-_.�..�s._. ��,�_ -" �SS l ,, SS C; .-._�SS 19-- 55 - W fiighGpre ssure) �-'"t7N� fa i4-•tf, � ,a i,��l is G " _ 2" Gas y_. `_^"'7:'..._-`.,`•.�,__Y `-- .!`.__ L--�.._�_.:. .G G—_'..--"""`_ `.._.--.L _ tZ7 2 O 3 SIT T" U � fr t t IL G7 , 446 JA oX _ P Sb- TZA Or t` r $ M. Mais ; MVSD Pacheco Blvd. Sewer Relocation ENGINEER'S ESTIMATE ITEM ESTIMATED UNIT TOTAL NO. DESCRIPTION QUANTITY UNIT PRICE PRICE 1 MOBILIZATION 1 LS $ 1,000.00 $ 1,000.00 2 CONSTRUCTION AREA SIGNS 4 EA $ 250.00 $ 1,000.00 3 TRAFFIC CONTROL 1 LS $ 5,000.00 $ 5,000.00 4 ABANDON EX.MANHOLE 3 EA $ 1,500.00 $ 4,500.00 5 PLUG&ABANDON EX. SEWER MAIN&LATERALS 1 LS $ 2,000.00 $ 2,000.00 6 RESHAPE EX. SSMH BASE 1 LS $ 1,000.00 $ 1,000.00 7 NEW SSMH 1 EA $ 3,500.00 $ 3,500.00 8 NEW BACKWATER OVERFLOW DEVICE(S.W.O.D.) 1 EA $ 300.00 $ 300.00 9 6"C.I.P. 134 LF $ 75.00 $ 10,050.00 10 8"D.I.P. CL 52 36 LF $ 200.00 $ 7,200.00 TOTAL $ 35,550.00 Contingency t@ 10% $ 3,555.00 Total Project Budget" $ 39,105.00 * This construction cost estimate is an opinion of probable construction cost based upon my reasonable professional judgement and experience and does not constitute a warranty,expressed or implied,that the Contractors'bids or the negotiated price of the work will not vary from the budget for this project or from any opinon of probable cost prepared by me. Christine M. Leptien-Parks Exp.6/30103 FESS/0 l LEP �` M LU " No.C 590161 Exp. 7 # 01vt 613103 EXHIBIT"C" 1 OF 1 AR'T'ICLE X Contractor's Insurance Section 10 . 01.. WORKER'S COMPENSATION INSURANCE. The Contractor shall obtain and maintain Worker's Compensation Insurance coverage for all persons performing the work under the permit. This insurance shall be in strict accordance with the requirements of the most current and applicable state Worker's Compensation Insurance laws. The Contractor shall; provide and shall cause each Subcontractor to provide proof of adequate worker's compensation insurance for the protection of all employees. Section 10. 02. COMPREHENSIVE GENERAL LIABILITY. The Contractor shall obtain and maintain for the duration of the project full Comprehensive General. Liability Insurance coverage. This coverage will provide for both bodily injury and property damage including coverage for injury, sickness or disease, death, and destruction of property arising directly or indirectly out of or in connection with the performance of work under the Contract, including explosion, collapse, underground exposure, and floodings, and will provide for a limit of not Less than five hundred thousand dollars ($500 , 000 -00) for all damages arising out of bodily injury, sickness or disease to, or death of one person and a total limit of one million dollars ($1,000,000.00) for damages arising out of bodily injury, sickness or disease, and death of two or more persons in any one occurrence. Section 10. 03 . PERFORMANCE. Any insurance bearing on adequacy of performance shall be maintained after completion of the project for the full guarantee period. None of the limits contained in this Resolution shall be construed as limiting the extent .of the Contractor's responsibility for payment of damages resulting from his operations. EXHIBIT "D" I OF 1 �1 Recording Requested By 111 111 11111 111111111111111111111111111 Mt. `view sanity District CONTRA COSTA Co Recorder Office STPHEN L, WRIR Clerk ecce er When recorded mail to: DOC— 0� -�► �����!-- � Mt. View sanitary District F'r t dray, AUG 15, 2003 14:32:46 P.U. Box 2757 FRE $0.00 Martinez, CA 94553 Tt l Pd $0,00 Nbr•000168 060 lrc�'R9I1-13 AGREEMENT p THIS AGREEMENT effective the—15A day cif , 2Q-Q, vdc�entered into by and between the MT. VIEW SANITARY DISTRICT, a public agency (hereinafter"District!) and Contra Costa County, (hereinafter"County"). WHEREAS, County intends to construct certain improvements known as the Discovery House Expansion(hereinafter"Development"); and WHEREAS, County is currently the owner of the real property which specifically comprises Development, which real property is more particularly described on Exhibit A attached; and WHEREAS,Development lies within the service area of District, and WHEREAS,; the construction of Development requires the construction of a new sewer main downstream of Development on Pacheco Boulevard and the abandonment of an existing sewer between Development and Burlington Northern and Santa Pe Railway (hereinafter "Project"); and WHEREAS, as a condition of the District's approval of the Development, the District requires Developer to construct Project in accordance with District regulations; and WHEREAS, the limits and approximate location of Project are generally shown on Exhibit"B", attached hereto and included herein by reference; and WHEREAS, the construction of Project is consistent with the District's Long Range Plan adopted January 1986 and amended in June of 1998; and Page 1 of 6 r 415542 WHEREAS, construction of Project will provide for the orderly growth and expansion of service to properties generally located south of the BN&SF Railway on Pacheco Boulevard including but not limited to Development; and WHEREAS, Project is required because the existing sewer downstream of Project is too deep to be serviced by standard maintenance equipment and lacy of access thereto; and WHEREAS, Project will be more specifically defined by plans and specifications prepared by County and subject to approval by the District, which approval will not be withheld unreasonably; and WHEREAS, a fair cost for the Project, including all labor, materials, tools, equipment, permits, construction contingencies, engineering and all other incidentals is as set forth in Exhibit "C" attached hereto and included herein; and WHEREAS, by District Ordinance, fees for sewer construction permits are payable to the District prior to the issuance of the construction permit. Such construction permit fees include charges for plan review, mapping, inspection and television inspection. . Sewer connection fees as distinguished from construction fees are payable at the time of connection and for each plumbing waste fixture unit presently consist of a plan review fee ($15.92), a trunk sewer fee ($233.74) and a plant capacity fee ($336.79). A building sewer inspection fee ($136.65)per sewer and an interim(monthly) use fee for each remaining month in the applicable fiscal year also apply. NOW THEREFORE, in consideration of the faithful performance of the terms and conditions set forth herein,the parties mutually covenant and agree as follows. 1. Recitals. The foregoing recitals are included herein. Page 2 of 6 405542 2. Construction. County at its sole cost and expense shall obtain all necessary permits and construct the Project and subject to D'istrict's acceptance, convey the main line sanitary sewer improvements to the District. Upon acceptance of the main line sanitary sewer improvements by .District, District shall assume, and County shall be released from all maintenance and repair of the main line sanitary sewer improvements. 3. Credits. Upon completion of the project, the District shall establish a non- modifiable credit (using the methodology set forth in Section 4 below) for the benefit of County in the amount of$39,105,the total amount indicated on Exhibit"C" 4. AMlication of Credits. For each connection fee that is ordinarily charged to County at the time of connection, a credit is established for the limited purpose of crediting to the County the trunk sewer portion of the District's connection charge,or per plumbing waste fixture unit as defined in the current Uniform Plumbing Code for each connection within the Development. No trunk sewer or plant capacity fee will be collected for the first 68 fixture units within Development, a credit totaling $38,796.04. The fee for the 59th fixture unit shall be charged$305.96. The remainder of the fees shall be paid pursuant to existing District ordinance as of the date construction and connection permits are issued. 5. Nothing contained herein shall affect the amounts, method of payment or fees for the sewer construction permits nor affect the District's right to change sewer connection fees in the future. 6. The credits described herein are conditioned upon the County commencing construction of Project on or before January 2004 and completion of Project on or before January 2007. Page 3 of 6 40554 7. Assignment: The described credit is non-refundable and non-assignable to any entity other than property owner and shall "run with the land" and be for the benefit of Development for which connection permits are requested. Credits shall not draw interest. 8. Term. The described credits must be exercised prior to 1/1/07. After that they terminate and shall no longer exist. 9. Insuranc . County shall insure full compliance with Article X of District's Ordinance 93-68 a copy of which is attached as Exhibit "D". District shall be named as an additional insured with respect to all such insurance. 10. Indemnity. County shall defend, indemnify and hold District harmless from the consequences of County's active negligence, if any,related to the Project. 11. Entire Agreement. This Agreement contains the entire agreement between the parties hereto. No promise, representation, warranty, or covenant not included in the Agreement has been or is relied on by any party hereto. 12. Recordation. This Agreement shall be recorded in the office of the Contra Costa County Recorder. 13. Notice. For purposes of notice and payments from the following addresses apply Mt. View Sanitary District P.C. Box 2757 Martinez,CA 94553 (925) 228-5635 County of Contra Costa 255 Glacier Drive Martinez , CA 94553 Attn: Public Works Director Fuge 4 of 6 405542 14. Severability. If any term, covenant, of provision of this Agreement, which does not materially affect the consideration for this Agreement, is held to be invalid, illegal, or unenforceable in any respect, the validity of the remainder of this Agreement shall not be affected thereby. 15. Controlling Law. This Agreement shall be construed in accordance with the laws of the State of California. In the event of any dispute arising under this Agreement, venue shall be set in Contra Costa County. (Remainder of page intentionally left blank; signatures on page 6 of 6) Page 5 of 6 4015542 AGREED: DISTRICT COUNTY OF CONTRA COSTA Mt. View Sanitary District P.O. Box 2757 Martinez, CA 94553 Cham, Board of Supervisors BY � ATTEST: �Jw�!Y .�, c ,3 Dorothy S aki,;Pre dent John Sweeten, Clerk of the Board Of Supervisors and County Administrator. eputy FORM APPROVED: RECOMMENDED FOR APPROVAL: Maurice E. Huguet, Jr.,District Counsel Maurice Shiu, Public Works Director 1m d n FORM APPROVED: Silvano B. Marchesi,County Counsel By: Deputy ATTACH NOTARY CERTIFICATE Page 6 of 6 4015542 APN # 161-261-003 Exhibit "A" All of that parcel of land in Contra Costa County California being a portion of the Rancho Las Juntas, being all of that parcel granted to Leon M. Knopoff and Jean A. Knopoff, Co- Trustees of the Knopoff Family Trust dated October 12, 1999 by Quitclaim Deed recorded October 18, 1999 as Series Number 1999-0274196-00 described as follows: Beginning on the northeast line of the 0.79 of an acre parcel of land described in the deed from Alfred P. Martignoni, to Contra Costa County recorded December 27, 1946 in Book 960 of Official Records, at page 330 at the southwest comer of the parcel of land described in the deed from Alvin Blackwell, et ux,to William George Bagshaw, et ux, recorded May 18, 1954 in Book 2318 of Official Records, at page 169; thence from said Point of Beginning along said northeast fine north 860 35'west and northwesterly along the arc of a curve to the right with the radius of 352 feet tangent to the last course to the southeast line of the parcel of land described in the deed from Alvin Blackwell, et ux, to Ralph Trost, et al, recorded May 29, 1956 in Book 2776 of Official records, at page 322;thence north 310 29' east, along said southeast lime to the southwest line of the Old Country Road from Martinez to Pacheco; thence south 67° 44' 30" east, along said southwest line 100 feet to the northwest line of said southwest line of said Bagshaw parcel(2318 OR 169);thence south 31' 29' west, along said northwest line to the Point of Beginning. 1 OF 1 42"` •. DISCOVERY HOUSE EX BLDG DISCOVERY HOUSE NEW BLDG f V +�' { •� ter '�rr�"� PACHECO BLVD. � u: rI>r sa NATE: SANITARY SEWER MAIN IMfPRO VEMEN TS AND LATERALS 'A' & 'B' SHALL BE CONSTRUCTED PER THE IMPROVEMENT PLANS PREPARED BY THE MT VIEW SANITARY MT. IEE SANITARY .SIS SANITARY DISTRICT, FILE NO 10003.75 DATED MAY, 2002. 5E#T IMPROVEMENTS MEN1 DISCOVERY HOUSE CONTRA COSTA COUNTY J.E. SCf IURICHT & ASSOC. MUNE, 2003 2300 CONTRA COSTA BLVD., STE 220 PLEASANT HILL, CA 94523 SCALE: 1" = 20' JE'S #02-38 EXHIBIT "B" 1 OF 3 1 42 n. 4055is �o Ghb Existins.-Building 4639 Fochec© Blvd.ewer f jyip roi,eme. boundai les (�j o le ,,fair,I ly000 W"d r wilding z t° to x N ,heco Blvd. '' u' ° L3fan = i "' ♦w c> X cn o l r z z +, a3 W 0 S er Ci t ra' U G7 +d c T 6 v {-• U") O iuw tp � 0 - X ,� U C> V NCL ' ��=�-,�•'' .+''i''" r'" Spr. Gala ,, q � ♦. U �r� " Mlr rte•, Ji7 f'ucV rte' l "F'af r Z ` ! i Yucca ant R Bush 'I- v f?"EUcy 3 fn ^�ti11 -A4 Mir. J' _fitt fi�r✓r- G`F.n� '' � T '` r�'''..,�tt�4�t,. 't;, D r I v a w a Y � S � Sltls_. ....__ l:aia cr Ps,vrrna t _ ` f"D +b.s'• $r�.'h' r�� 'int,?} } t �.�. - ��` ,,.,w_-...-. -..} 'h � ' � • i..+t:urC+ b.'Guttor r "'�' 55 Whlra L7 q �5 SS••,._.-'"'�SS r'trpro. ss-- co D w � sn ...w N V + o o z Ln O N n U)O PACHECO � T `�' c; BLVD z Go � s L4 �c G 1 .8 la I 2" 20.5' C) +to � x 4` o= 2 OF 3 Ex SIT "B" � 0 „ a ........................ t 40 rr d�'3 � ��• � � OD co i 0 co r„ ,r CD �,.,,.:-�" ,r zt +` cz" KIN1 tea•. �' Y� � ♦� r�r � +� Nk EX 1IF31 1 t��N 3 QF'3 405542 1vtVSl� Pacheco Blvd. Sower Relocation ENGINEER'S ESTIMATE ITEM ESTIMATED UNIT TOTAL NO, DESCRIPTION QUANTITY UNIT PRICE PRICE 1 MOBILIZATION 1 L $ 1000.00 $ 110DO L 2 CONSTRUCTION AREA SIGNS 4 EA $ 250.00 $ 1,000.00 3 TRAFFIC CONTROL 1 LS $ 5,000.00 $ 5,000.00 4 ABANDON EX.MANHOLE 3 EA $ 1,500.00 $ 4,500,00 5 PLUG&ABANDON EX, SEWER MAIN&LATERALS 1 LS $ 2,000.00 $_ 2,000.00 6 RESHAPE EX. SSMH BASE 1 LS $ 1,000.00 $ 0000 7 NEW SSMH 1 EA $ 3,500.00 $ 3,500.00 8 NEW BACKWATER OVERFLOW DEVICE(S.W.O.O.) 1 EA $ 300.00 $ 300.00 9 6"C.I.P. 134 LF $ 75.00 $ 10,050.00 10 8"D.I.P. CL 52 36 LF $ 200,00 $ 7,200.00 TOTAL $ 35,550.00 Contingency @ 10% $ 3,555.00 Total Project.Budget* $ 39,105.00 * This construction cost estimate its an opinion of probable construction cost based upon my reasonable professional judgement and experience and does not constitute a warranty,expressed or implied,that the Contractors'bids or the negotiated price of the work will not vary from the budget for this project or from any opinon of probable cost prepared by me, Christine M.Leptlen-Parks Exp.6/30103 EESI(}N N0.C 69061 Exp. �r OF GAO, 6/3/03 EXHIBMIC„ 1 OF 1 405542 ARTICLE X Contractor's Insurance Section 10.01. WORKER'S COMPENSATION INSURANCE. The Contractor shall obtain and maintain Worker's Compensation Insurance coverage for all persons performing the work under the permit. This insurance shall be in strict accordance with the requirements of the most current and applicable State Worker's Compensation Insurance laws. The Contractor shall provide and shall cause each Subcontractor to provide proof of adequate worker's compensation insurance for the protection of all employees. Section 1.0.02. COMPREHENSIVE GENERAL LIABILITY. The Contractor shall obtain and maintain for the duration of the project full Comprehensive General Liability Insurance coverage. This coverage will provide for berth bodily injury and property damage including coverage for injury, sickness or disease, death, and destruction of property arising directly or indirectly out of or in connection with the performance of work under the Contract, including explosion, collapse, underground exposure, and floodings , and will provide for a limit of not less than five hundred thousand dollars ( $500 , 000 .00) for all damages arising out of bodily injury, sickness or disease to, or death of one person and a total Limit of one million dollars ($1,000, 000.00) for damages arising out of bodily injury, sickness or disease, and death of two or more persons in any one occurrence. Section 10. 03. PERFORMANCE. Any .insurance bearing on adequacy of performance shall be maintained after completion of the project for the full guarantee period. None of the limits contained in this Resolution shall be construed as limiting the extent of the Contractor's responsibility for payment of damages resulting from his operations . EXHIBIT "D" 1 OF 1 405542 . M CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California Count of l TwA Ony � 20 �, , before me, , 1 e l' �r Date tName and Title of officer(e.g„„ Doe,Notary Pubr) personally appeared DIM t Narrie(s)of Signers) ,personally known to me ❑ proved to me on the basis of satisfactory evidence TALBMSARAt Y to be the personX whose name�,a') is/ate Commission#1260393 subscribed to the within instrument and 9M, Notary public-CaWornia acknowledged to me that-he/she/thy executed Contra Costa County the same in f /her/949ir authorized Comm,Ex0asion 18,2004 capacity(+es), and that by 4is/herit4 signaturekf on the instrument the personjs', or the entity upon behalf of which the personal acted, executed the instrument. WIT SS my hand and fficial seal. Place Notary Sea]Above S]gnatura at Notary OPTIONAL +"hough the information below is not required by law,It may prove valuable to pdrsons retying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Documentk rr Title or Type of Document: Document bate: Number of Pages:_& -t EX Signer(s)Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: Individual Trip at thumb here ❑ Corporate Officer--Title(s): i ❑ Partner—❑ Limited ❑General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Co serva r VA �/ ` Other: r d .r r ` t Signer Is Representing: r _ ` .e 0 IM National Notary Association-9350 Do Soto Ave.,P.O.Box 2402-Chatsworth,CA 91313-2402-www.Aationainotary.org Prod.No,5807 Raonier:Call Toil-Free 1-8017.878.8827 O DOCUMENT