HomeMy WebLinkAboutMINUTES - 01042000 - C.1 - C.3 TO:' BOARD OF SUPERVISORS
FROM: J. MICHAEL WALFORD, PUBLIC WORKS DIRECTOR
DATE: JANUARY 4, 2000
SUBJECT: APPROVE PROJECT CONTINGENCY FUND INCREASE AND APPROVE CONTRACT
CHANGE ORDER NO. 4 FOR THE CAMINO TASSAJARA ROAD REALIGNMENT
PROJECT, PROJECT NO. 0662-684185-97, IN THE TASSAJARA AREA
peel ie Requesfffl or Recommendation(s)&Bac groun us ica ion
1. Recommended Action:
APPROVE Project Contingency Fund increase of$25,000.00 and Contract Change Order No. 4
in the approximate amount of$40,000.00 and AUTHORIZE the Public Works Director to execute
it in order to compensate the contractor, Carone & Sons, Inc., for unforeseen extra work.
11. Financial Impact:
The Project Contingency Funds are currently insufficient to cover the cost of extra work. The
increase in contingency funds will be funded by the Tassajara Area of Benefiff unds (100%).
Continued on attachment: X yes SIGNATURE:
RECOMMENDATION OF COUNTY ADMINISTRATOR
RECOMMENDATION OF BOARD COMMITTEE
APPROVE OTHER
SIGNATURE (S):
ACTION OF BOARD ON: Mr= 4. 2 0 APPROVED AS RECOMMENDED X OTHER
I hereby certify that this is a true and correct copy of an
action taken and entered on the minutes of the Board of
VOTE OF SUPERVISORS Supervisors on the date shown.
X UNANIMOUS (ABSENT nine}
AYES: NOES:
ABSENT: ABSTAIN: ATTESTED: JANUARY 4, 2000
PHIL BATCHELOR, Clerk of the Board of Supervisors and
Contact: Mike Carlson, (925) 313-2321 County Administrator
Orig. Div.: PW(Construction)
cc: County Administrator By Deputy
61
Auditor-Controller
Public Works
- Accounting, R. Gilchrist
- Construction, R. Bruno
- Design
Contractor
RB:kj
G:\GRPDATA\CONST\B0\2000101-JANUARY\04-CTRR-PCC-CCO.DOC
L tJ
SUBJECT: APPROVAL of Contract Contingency Fund Increase and Contract Change Order No. 4
For the Camino Tassajara Road Realignment Project
DATE: January 4, 2000
PAGE: 2 of 2
111. Reasons for Recommendations and Background:
Additional funding is needed to pay the contractor for extra work performed. The work included,
adjusting a manhole to grade, modifying various drainage facilities and grade back the slope on
the west side of project. Changes made exceed the limits specified in Public Contract Code
Section 20395 and exceeded the project contingency fund. APPROVAL of the Change Order and
project contingency fund increase is REQUIRED.
IV. Consequences of Negative Action:
The lack of APPROVAL would prevent successful completion of this contract and preclude
payment to the contractor for required work.
TO: BOARD OF SUPERVISORS
FROM: J. MICHAEL WALFORD, PUBLIC WORKS DIRECTOR
DATE: January 4, 2000
SUBJECT: Approve the Joint Exercise of Powers Agreement between Contra Costa County and the
City of San Pablo to overlay Rumrill Road, San Pablo area.
Project No.: 4660-6X4191
SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION
I. Recommended Action:
APPROVE the Joint Exercise of Powers Agreement between Contra Costa County and the City
San Pablo to repair, overlay and stripe Rumrill Boulevard between San Pablo Avenue and
Brookside Drive in the City of San Pablo.
AUTHORIZE the Chair of the Board of Supervisors to execute the Joint Exercise of Powers
Agreement.
Cj4t,A,
Continued on Attachment:X SIGNATURE:
RECOMMENDATION OF BOARD COMMITTEE
APPROVE —OTHER
SIGNATURE(S):
ACTION OF BOARD ON APPROVED AS RECOMMENDED f OTHER_
JANUARY 4, 2000
VOTE OF SUPERVISORS
X UNANIMOUS (ABSENT NONE_ )
AYES: NOES: Y
ABSENT: ABSTAIN: I herebycertify 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 shown.
ATTESTED: JANUARY 4, 2000
PHIL BATCHELOR, Clerk of the Board of
RVF:sd Supervisors and County Administrator
G:\GrpData\Design\Board Orders\BO 2000\San Pablo JEPA.doc
Orig. Div: Public Works(Design)
Contact: Bob Faraone(313-2390) By v✓ Deputy
c: M. Shiu,Assistant Public Works Director
Public Works Accounting
rl
Approvw the Joint Exercise of Powers Agreement between Contra Costa County and the City of San
Pablo for the overlay of Rumrill Boulevard.
January 4, 2000
Page 2
II. Financiallmpact:
There is no impact to the General Fund. The project is funded entirely with Federal Highway
Administration funds and City of San Pablo funds.
III. Reasons for Recommendations and Background:
The County is overlaying several of its roads with rubberized asphalt concrete and invited the City
to participate. A larger joint overlay project improves the chance for lower bids. The use of
rubberized asphalt concrete is a relatively new procedure for the County. The two main
advantages for using rubberized asphalt concrete are we use a thinner overlay which means
using less natural resources (rock and oil) and we utilize 50,000 used automobile tires in the
overlay.
IV. Consequences of Negative Action:
If the agreement is not approved the City project will be dropped from our overlay project and
higher bid prices may result.
JOINT EXERCISE OF POWERS AGREEMENT
BETWEEN CONTRA COSTA COUNTY AND THE CITY OF SAN PABLO
TO REPAIR, OVERLAY AND STRIPE CITY STREETS
(County Project No.: 4660-6X4191-2000)
,2a
This AGREEMENT is entered into on the 4q4 day of ,4a v, between the City of
San Pablo, a municipal corporation of the State of Califonfia, hereinafter CITY, and the
County of Contra Costa, a political subdivision of the State of California, hereinafter
COUNTY, pursuant to Government Code section 6500, and following.
The parties to this AGREEMENT mutually agree and promise as follows:
1. Purpose and Scope cif Work. COUNTY and CITY plan to rehabilitate a road within
their respective jurisdictions. It is mutually agreed that merging said roadwork into one
larger construction contract administered by COUNTY should result in lower bid prices and
design costs. The purpose of this AGREEMENT is to provide for the apportionment of
duties and costs between CITY and COUNTY for the inclusion of planned CITY work into
COUNTY construction contract. As used in this AGREEMENT, the term "PROJECT' shall
refer only to CITY work on 1.19 Km (0.74 miles) of Rumrill Boulevard between Brookside
Drive and San Pablo Avenue.
2. Responsibilities of CITY and COUNTY.
A. CITY shall be responsible for the following:
(1) PROJECT environmental compliance.
(2) Review and approve the draft plans, specifications, and cost estimate
for 35%, and 90% design stages.
(3) Approve PROJECT prior to acceptance by COUNTY.
(4) Pay all COUNTY costs incurred whether or not PROJECT is
constructed.
(5) Deposit 50% of engineer's estimate of overlay costs plus 100% of
contingency, design, construction inspection, and materials testing
costs as identified in attached EXHIBIT A, with COUNTY fourteen (14)
days prior to COUNTY advertising PROJECT. On April 15, 2000,
deposit 25% of PROJECT construction contract funds. On June 15,
2000, deposit the remainder of the PROJECT construction funds.
These deposit dates are based on a March 21, 2000, award date.
(6) Authorize COUNTY to act as its agent to obtain State federal-aid
project approval and funding reimbursement.
B. COUNTY shall be responsible for the following:
(1) Act as lead agency.
(2) Prepare design plans, specifications, and engineers cost estimate for
PROJECT.
(3) Obtain State Federal-aid project approval, request funding
reimbursement, and forward reimbursed funds to CITY.
(4) Advertise and award the contract for PROJECT.
1
' 11;j-
(5) Perform construction inspection, contract administration, and
materials testing for PROJECT.
(6) Occasionally meet with CITY inspectors to discuss CITY concerns
or issues regarding construction inspection.
(7) Approve and accept the PROJECT as complete after approval by
CITY.
(8) Pay contractor for completed PROJECT work from CITY funds on
deposit.
(9) Prepare and deliver to CITY a report of final design and PROJECT
costs within 120 days of completion and acceptance of PROJECT.
3. Financial Responsibility.
A. CITY and COUNTY acknowledge and agree that all estimated costs for
design, construction, and materials testing as shown in attached Exhibit "A-(2),"
which is incorporated herein, shall be paid for by CITY. CITY shall pay all PROJECT
and COUNTY costs not reimbursed by federal grant.
B. Fourteen (14) days prior to COUNTY advertising PROJECT CITY shall
deposit with COUNTY design, construction management, materials testing, and
inspection funds, 50% of the estimated PROJECT construction contract, and 100%
of the contingency funds as identified in attached EXHIBIT A, Scope of Work, which
is incorporated herein. On April 15, 2000, CITY shall deposit with COUNTY 25% of
the PROJECT construction contract funds. On June 15, 2000, CITY shall deposit
the remainder of the PROJECT construction funds. These deposit dates are based
on a March 21, 2000, award date.
C. Simple interest generated by CITY funds on deposit with COUNTY shall be
credited to CITY account.
D. COUNTY design costs as identified in Exhibit A, which is incorporated herein,
are estimated as $19,950, and in any case shall not exceed $30,000. COUNTY
construction management, materials testing, and inspection costs are estimated as
$31,500, and in any case shall not exceed $65,000 for the work identified in
EXHIBIT A-(3).
E. Within one (1) week following bid opening, if CITY determines the lowest
responsible bid to be excessive, CITY may terminate this AGREEMENT. CITY shall
still be obligated to pay COUNTY for design engineering and any other COUNTY
costs associated with the elimination of work from the construction contract.
F. If it is found during construction that a cost overrun will exceed 10 percent of
the PROJECT contract amount, CITY shall endeavor to agree upon an alternative
course of action with COUNTY. If after 5 days an alternative course of action is not
agreed upon between CITY and COUNTY, this AGREEMENT shall be deemed
terminated, except for the provisions of Sections 613, 6C and 8, which shall survive
termination of this AGREEMENT upon payment to COUNTY of costs. CITY,s
maximum cost share shall be limited to design costs, and expended or obligated
2
PROJECT costs, plus any CITY approved change orders preceding AGREEMENT
termination date and any costs the contractor may be awarded based on the CITY's
withdrawal of PROJECT work from COUNTY construction contract.
G. When contingency funds are expended so that $5,000 or less remains, CITY
shall promptly agendize for CITY council action the deposit with COUNTY additional
funds to cover the estimated costs of all approved unpaid change orders and
maintain a contingency surplus of $15,000 before the next progress payment to
contractor, unless agreed to otherwise by CITY and COUNTY.
H. COUNTY shall prepare and deliver a report of PROJECT expenditures to
CITY within one hundred twenty (120) days of the last COUNTY construction
contract payment, with a bill for the additional amount owed to COUNTY. Payment
for any additional amount owed to COUNTY, if any, shall be made no later than
forty-five (45) days after the date of billing by COUNTY. If CITY's costs are less
than the deposit paid, the excess shall be refunded to CITY within one hundred
twenty(120) days of the last COUNTY construction contract payment.
I. COUNTY may terminate this AGREEMENT (1) for CITY non-compliance of
AGREEMENT or (2) should CITY approval of PROJECT delay advertising of
COUNTY construction contract. CITY shall still be obligated to pay COUNTY for
design engineering and any other COUNTY costs associated with the elimination of
work from the construction contract.
4. Bid Alternatives. COUNTY may advertise PROJECT with two overlay alternatives,
conventional asphalt concrete overlay or rubberized asphalt concrete overlay. Selection of
the desired alternative shall be determined based on all sites. Alternatives shall not be
mixed from road to road. One alternative shall be chosen for all contract overlay work done
under COUNTY construction contract.
5. Change Orders. Except for the final balancing change order, CITY shall approve
contract change orders within 3 days for CITY work over $5,000 prior to execution by
COUNTY. COUNTY shall perform any modifications to the plans as a result of a change
order at CITY expense.
6. Insurance and Hold Harmless.
A. The contract documents for PROJECT shall include provisions requiring the
successful bidder to:
(1) Secure and maintain in full force and effect during construction of
PROJECT worker's compensation and public liability and property damage
insurance in forms and limits of liability satisfactory to CITY and COUNTY,
naming CITY and COUNTY, their governing bodies, officers, agents, and
employees as additional insureds.
(2) Promise to hold harmless and indemnify CITY, its governing body,
officers, agents, and employees from liability to the same extent as promised
3
� j
to COUNTY.
The aforementioned policy shall contain a provision that the insurance
afforded thereby to the additional insureds shall be primary insurance to the
full limits of the policy and that, if any of the additional insureds has other
insurance or self-insurance against a loss covered by such policy, such
insurance or self-insurance shall be excess insurance only. Before
beginning construction of PROJECT, the contractor shall submit to CITY and
COUNTY a certificate of insurance evidencing the required coverage and
requiring the carrier to give at least thirty (30) days written notice to CITY and
COUNTY of any cancellation, non-renewal, or material modification of the
policy. COUNTY shall be responsible for ensuring that this requirement has
been met before allowing construction work to proceed.
B. Neither COUNTY, nor any officer, agent or employee thereof, shall be
responsible for any damage or liability occurring by reason of anything done or
omitted to be done by CITY or in connection with any work delegated to CITY under
this AGREEMENT, and CITY shall defend, indemnify, save, and hold harmless
COUNTY, its governing body, officers, agents and employees, from the same,
except as provided otherwise in Section 8 below.
C. Neither CITY, nor any officer, agent, or employee thereof, shall be
responsible for any damage or liability occurring by reason of anything done or
omitted to be done by COUNTY or in connection with any work delegated to
COUNTY under this AGREEMENT, and COUNTY shall defend, indemnify, save,
and hold harmless CITY, its governing body, officers, agents, and employees, from
the same, except as provided otherwise in Section 8 below.
D. Nothing in this AGREEMENT is intended or shall be construed to effect the
legal liability of either party to third parties by imposing any standard of care greater
than that imposed by law.
7. Acceptance. Upon completion of PROJECT, COUNTY and CITY shall conduct a
final joint inspection. After CITY has determined that the work performed by the contractor
has been completed in accordance with the PROJECT plans and specifications, COUNTY
shall accept PROJECT as complete for itself and for CITY. CITY shall not unreasonably
withhold or delay its determination of PROJECT completion.
8. Maintenance. After PROJECT is formally accepted by COUNTY, CITY shall own
PROJECT and assume total responsibility for maintenance of the PROJECT and shall
defend, indemnify, save, and hold harmless COUNTY, its governing body, officers, agents
and employees, against all claims, suits, actions, or liability that arises relating to the
design, construction, use, operation, or maintenance of PROJECT.
9. Restrictions. Pursuant to Government Code Section 6509, the powers of the parties
under this AGREEMENT shall be subject to the restrictions on such powers applicable to
COUNTY.
10. Accountability. As required by Government Code Section 6505, both parties to this
4
AGREEMENT shall provide a report providing strict accountability of all funds received and
disbursed for PROJECT.
11. Warranties. All warranty and material guarantees by the contractor shall be written
to apply to both CITY and COUNTY.
12. Agreement Modification. This AGREEMENT shall be subject to modification only
with the written consent of the legislative bodies of both parties. Neither party shall
unreasonably withhold its consent to modification for the implementation and
accomplishment of the overall purpose for which this AGREEMENT is made.
13. Agreement Termination. In accordance with Section 3.E and F, CITY upon payment
to COUNTY of all costs may terminate this AGREEMENT except for the provisions of
Sections 613, 6C, and 8 above, which shall survive termination of this AGREEMENT.
14. Agreement Expiration. kept for the provisions of Sections 66, 6C and 8 above,
this AGREEMENT shall expire upon delivery of the report of final costs and payment of
funds between CITY and COUNTY.
15. Entire Agreement. This AGREEMENT contains the entire understanding of the
parties relating to the subject matter of this AGREEMENT. Any representation or promise
of the parties relating to the work shall not be enforceable unless it is contained in this
AGREEMENT or in a subsequent written modification of this AGREEMENT executed by
the legislative bodies of both parties.
CONT 19T
A UNTY CITY OF SAN PABLO
By
Cha' an, Board of Supervisors By (WJZK,-"
A ST: attlq City Manager
Phil Batchelor, Clerk of the Board of
Supervisors and County Administrator Recommend for Approval:
CITY Engineer
By .�
Degty By 41
Recommend for Approval:
J. Michael Walford, Form Approved:
Public Works Director
CITY Attorne
B
orm Appro By
Victor J estman
County sel
By
Dep qhi l �
RVF:sd
11PWS11SHARDATA\GMData\DeslgnUEPA\,San Pablo overlay JEPA.doe
December 8,1999
5
EXHIBIT A
SCOPE OF WORK
FOR CITY OF SAN PABLO
OVERLAY 0.74 MILES OF RUMRILL BOULEVARD
December 8, 1999
The following scope of work is intended to cover the items of work County will do in order to
complete the design for the overlay of City portion of Rumrill Boulevard between Brookside Drive
and San Pablo Avenue. The County will add the City project to the County's to encourage better bid
prices for the use of rubberized asphalt concrete overlay. All design work will be done in metric
units.
DESIGN
1. There will be two meetings with City staff- a preliminary and final design field review of the
projects.
2. City will supply County with road geometry, utility information, and traffic index
3. County will run deflections tests.
4. County will prepare plans, specification and engineers estimate, (PS&E)
5. City will review draft PS&E at 35%, and 90% completion and return comments within 7 days.
6. County will design and advertise the projects using two alternative designs, conventional asphalt
overlay and rubberized asphalt overlay unless it is determined by City and County that one alternative
is acceptable.
7. County will work with City to determine acceptable traffic control alternatives to keep two lanes (one
in each direction) open at all times.
8. County will advertise, award and administer construction contract.
9. County will make changes to plans and send City two sets of record drawings (as-built plans.)when
project is complete.
10. There will be a $30,000 County PROJECT design cost cap for design scope of work specified herein.
CONSTRUCTION
1. County will supply resident engineer, inspectors, and lab technicians and do all materials testing and
plant inspections on project.
2. There will be a $65,000 County construction management, materials testing, and inspection cost cap.
COST ESTIMATE (Refer EXHIBITS A-2, & 3 attached for itemized listing of estimated costs)
Design (EXHIBIT A-2) $ 19,950
Construction (EXHIBIT A-2) $ 17,800
Materials Testing EXHIBIT A-2) $ 13,700
Rumrill Boulevard Contract Estimate (EXHIBIT A-3) $ 550,000*
Total Cost $ 601,450
* Amount to be adjusted no less than 14 days prior to advertising PROJECT.
G:\CyrpData\Design\BOB\sanpabloseope.doc
r'!y�
EXHIBIT A42) '
City of San Pablo
Rumrill Boulevard Overlay
October 20, 1999
COST SUMMARY
Design: $19,950
Construction-Resident Engr: $17,800
Materials Testing/Inspection: S113700
GRAND TOTAL: $51,450
DESIGN*:
Administration:
Bob: JEPA 10 hrs @ $115/hr - $ 1,150
Counsel 5 hrs @ $230/hr = $ 1,150
Plans:
Henry (Sr. Tec) 8 days x 10 hrs x $ 65 = $ 5,200
Kevin (Assoc.) 2 days x 10 hrs x $105 - $ 2,100
Bob (Senior) 2 days x 10 hrs x $115 = $ 2,300
Mike (Div. Head) 1 day x 10 hrs x $130 - $ 2,600
Specifications:
Henry 3 days a@ 10 x $ 65 = $ 1,950
Kevin 1 days t@ 10 x$105 - $ 1,050
Bob 1 day @a 10 x $115 = $ 1,150
Mike 1 day @a 10 x $130 - $ 1.300
$19,950
CONSTRUCTION*: (County Resident Engineer)
Mobilization 1 days
Signing 1 days
Traffic 2 days
Overlay (day) 5 days
Striping 1 days
Grinding 3 days
Other 2 days
Gary (RE) 15 days c@ 10 hr x $100 = $15,000
Mike (Div Head) 1 day �7a 10 hr x $130 = $ 1,300
Rich (Sr Tech) 2 days @7a 10 hr x $75 - $ 1.500
$17,800
MATERIALS TESTING*:
Deflection Tests - $ 2,000
Plant Insp. & Lab Work - $ 5,000
Test-compaction 5 days t@ 10 hr x $82 = $ 4,100
John/Steve Oversight 2 days a@ 10 hr x $130 = $ 2.600
$13,700
GRAND TOTAL: $51,450
* Labor rates subject to annual cost of living increase.
RVF:gpp
G:\GrpData\Design\BOB\City of San Pablo.doc
EXHIBIT A - (3)
RUMRILL BOULEVARD OVERLAY
CITY of SAN PABLO
Preliminary Contract Cost Estimate
Project Rumrill Avenue Overlay Cost Estimate Date: 12/6/99
Project No.
Item Bid Item Description Unit Quantity Unit Amount
No. Cost. (in figures)
1 Construction Area Si ns LS 1 $3,000.00 $3,000.00
2 Traffic Control System LS 1 $15,000.00 $15,000.00
3 Adjust Manholes EA 18 $1,000.00 $18,000.00
4 Adjust Survey Monuments EA 3 $300.00 $900.00
5 Cold Plane Ashalt Consrete M2 8800 $3.00 $28,400.00
6 Rubberized Ashalt Concrete (Type G) TONNE 3235 $55.00 $177,925.00
7 Pavement Failure Re air M2 42-1*0 10 $50.00 -tJ3$00000
8 Surface Preparation (Crack Sealing) M 2400 $5.00 $12,000.00
9 Minor Concrete Structure (Bus Pads) EA 2 $5,000.00 $10,000.00
10 Misc Concrete (Curb & Gutter) M 100 $40.00 $4,000.00
11 Pavement Markers/Button Striping M 2920 $6.00 $17,520.00
12 Thermoplastic Traffic Stripes M 2,400 $3.50 $8,400.00
13 Thermoplastic Traffic Markings M2 60 $11.00 4660.00
14 Traffic Loop Detectors EA 36 1 $400.00 1 $14,400.00
/�' m�wor' Cawo�oE�a '�cd.t..wa1?L - tVt z- l$30 3t.a0 �"7•,g�
{ Contract Subtotal ' mc),dries°
Contingencies
(10.0 pct of Item •) C ✓al�vl
Total: J r CDD•oo�
RVF:sd
G:\GrpData\Design\B0B\Rumrlii Boulevard Overlay.doc
RESOLUTION NO. 99 - 135
RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN PABLO AUTHORIZING
THE CITY MANAGER TO EXECUTE A JOINT EXERCISE OF POWERS AGREEMENT
WITH CONTRA COSTA COUNTY FOR THE REPAIR, OVERLAY AND STRIPING OF
RUMRILL BOULEVARD NORTH OF BROOI{SIDE DRIVE (PW-409).
WHEREAS, this project consists of the overlay of Rumrill Boulevard between Brookside
Drive and San Pablo Avenue, and includes repair of road base failures and of damaged curb,gutter
and sidewalk, as well as roadway striping and new traffic signal loop detectors at the
Rumrill/Broadway intersection;
WHEREAS, a proposal has been received from the Contra Costa County Public Works
Department to provide, design, project administration, construction management, inspection and
materials testing services for the project;
WHEREAS, by using the County for this work the project can be bid as part of a larger
project, which should result in lower bid prices and make it economical to construct the overlay
using rubberized asphaltic concrete, which can provide a longer lasting driveable surface;
WHEREAS,the County has demonstrated that they have the experience and qualifications
necessary to complete the work;
WHEREAS, Staff has negotiated a Joint Exercise of Powers Agreement with the County,
which includes an estimated cost of$51,450 and a not-to-exceed amount of$85,000,for the required
services;
WHEREAS,funding for this contract is available from approved FY 1999/00 project budget;
and,
AH File:JAWPFlLES\PES0S\rumei1l2
s
WHEREAS,the project has been determined to be categorically exempt from the California
Environmental Quality Act and a Notice of Exemption has been fled with the County Clerk.
NOW,THEREFORE,BE IT RESOLVED,that the City Council hereby authorizes the City
Manager to execute a Joint Exercise of Powers Agreement with Contra Costa County for the Repair,
overlay and striping of Rumrill Boulevard north of Brookside Drive,in a form generally conforming
to the Agreement attached as Exhibit 1.
Adopted this 15" day of November, 1999,by the following vote to wit:
AYES: COUNCILMEMBERS: Vigil, Palmer, Brown, Gomes, Wysinger
NOES: COUNCILMEM 3ERS: None
ABSENT: COUNCILML EMBERS: None
ABSTAIN: COUNCILMEMBERS: None
ATTEST: APPROVED:
/s/_Genoveva Garcia Callowa /-s/_Shirley R. Wvsingaer
Genoveva Garda Calloway, City Clerk Shirley R. Wysinger, Mayor
LL
" R��'T COPY 'r
TO: BOARD OF SUPERVISORS
FROM: J. MICHAEL WALFORD, PUBLIC WORKS DIRECTOR
DATE: January 4, 2000
SUBJECT: APPROVE Withers Ave. Headwall Repair Project and DETERMINE that the
project is a CEQA Class 1d Categorical Exemption. Project No. 0672-602519-
98. CDD-CP#99-76, Withers Ave. Headwall Repair Project is in the central
county area near the city of Pleasant Hill. Funding is 100 % Local Road Funds.
Specific Request(s) or Recommendation(s) & Background do Justification
I. RECOMMENDED ACTION:
APPROVE Withers Ave. Headwall Repair, and
DETERMINE that the project is a California Environmental Quality Act (CEQA) Class
ld Categorical Exemption, and
DIRECT the Public Works Director to prepare contract plans and specifications for
construction, and
DIRECT the Director of Community Development to file a Notice of Exemption with
the County Clerk.
Continued on Attachment: X SIGNATUR :
I k ,c ,tl�
RECOMMENDATION OF COUNTY ADMINISTRATOR
® RECOMMENDATION OF BOARD COMMITTEE
_APPROVE _ OTHER
SKINATURE(S):
ACTION OF BOARD ON JANUARY 4, 2000 APPROVED AS RECOMMENDED X OTHER
I hereby certify that this is a true and
VVE of SUPERVISORS correct copy of an action taken and
X UNANIMOUS (ABSENT None entered on the minutes of the Board of
AYES: NOES: Supervisors on the date shown.
ABSENT: ABSTAIN:
G:\GrpData\EngSvc\ENVIRO\2000projects\BoardOrder ATTESTED: JANUARY 4, 2000
Withers Ave Headwall.doc
Orig.Div: Public Works (Design Division)
Contact: J. Pakpour; (925) 313-2299 PHIL BATCHELOR, Clerk of the Board of
cc: Administrator-Attn: E. Kuevor Supervisors and County Administrator
Auditor-Controller
Community Development-D. Foley
Public Works:Accounting
J. Pakpour, Design By
E. Crosby, Engineering Services
SUBJECT: APPROVE Withers Ave. Headwall Repair Project and DETERMINE that the
project is a CEQA Class ld Categorical Exemption. Project No. 0672-6U2519-
98. CDD-CP#99-76, Withers Ave. Headwall Repair Project is in the central
county area near the city of Pleasant Hill. Funding is 100 % Local Road Funds.
DATE: January 4, 2000
PAGE: 2
RECOMMENDED ACTION (continued):
AUTHORIZE the Public Works Director to arrange for payment of a $25 fee to
Community Development for processing, and a $25 fee to the County Clerk for filing
the Notice of Exemption.
II. FINANCIAL IMPACT:
The estimated project cost is $ 130,000 funded by Local Road Funds 100
III. REASONS FOR RECOMMENDATION/BACKGROUND:
The project consists of repairing a damaged box culvert to meet current standards.
The extent of repairs will be minor and will not change the intended use of this
structure. The existing 7'x 7' box culvert crossing under Withers Avenue will be
extended approximately 33 feet (10 meters) on either side. These extensions will serve
two purposes; first the extensions will allow for a creek embankment to be
constructed, eliminating the need for the existing wingwalls. Second, it will facilitate
the construction of road shoulders and guardrails. Some right-of-way will be obtained
either through fee title or easement. Metal beam guard railing will also be installed at
the approaches to the culvert crossing. The project will not result in the removal of
any scenic resource.
Due to the age and current condition of the existing headwalls, Public Works Design
Engineers have determined the project described above will rectify the current
condition and be the least environmentally disturbing. The potential impacts
identified are the removal of a number trees: 6 almonds (Prunus dulcis) less than
6"diameter at breast height (DBH), 1 California buckeye (Aesculus califomica) less
than 6" DBH, and 2 walnuts (Juglans ssp) greater than 6" DBH, and 1 Valley oak
(Quercus lobata) greater than 6" DBH. The total number of trees that have a 6" DBH
or greater is 3. These trees identified do not constitute a stand and are not a scenic
resource.
An additional California buckeye (Aesculus califomica) less than 6" DBH may need
to be removed dependent upon the contractor choice of access. Minor tree trimming
will be utilized whenever possible to avoid the removal of any trees. The ultimate
number of mature trees (greater than 6" DBH), that are removed from the project
site will be replaced at a rate to be determined through negotiations with a CA Dept.
of Fish and game representative. The replacement ratio will be no less than a 3:1
ratio per Contra Costa County General Plan. If water is present in the creek at the
time of construction, the contractor will determine the appropriate dewatering or
water diversion technique. Erosion control BMPs will be implemented to prevent
SUBJECT: APPROVE Withers Ave. Headwall Repair Project and DETERMINE that the
project is a CE+QA Class ld Categorical Exemption. Project No. 0572-6U2519-
98. CDD-CP#99-75, Withers Ave. Headwall Repair Project is in the central
county area near the city of Pleasant Hill. Funding is 100 % Local Road Funds.
DATE: January 4, 2000
PAGE: 3
sediment or sediment laden water from entering the creek, and stabilize any
disturbed areas and minimize impacts. Traffic flow will be maintained when
practical. Traffic management when needed will be implemented in a safe manner.
The contractor will determine the exact manner of traffic management. This project
has been determined by the United States Fish and Wildlife Service to not adversely
impact the California red-legged frog (Rana aurora draytont). This project is
consistent with CEQA Guidelines § 15301(d).
IV. CONSEQUENCES OF NEGATIVE ACTION:
Delay in approving the project will result in a delay of design and construction and
may jeopardize funding.