Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
MINUTES - 10142003 - C1-C5
V. THE BOARD OF SUPERVISORS CONTRA COSTA COUNTY, CALIFORNIA Adopted this Order on October 14, 2003,by the following vote: AYES: SUPERVISORS GIOIA, UILKEMA, GREENBERG, GLOVER AND DESAULTNIEF NOES: NONE ABSENT: NONE ABSTAIN: NONE SUBJECT: Award of Contract for Bay Point Parks Renovation project,Bay Point area. (District V)Project No. 7788-6X5426-03 Bidder Total Amount Bond.Amounts DK Environmental $204,421.00 Payment: 77 Quail Lane $204,421.00 Martinez, CA 94553 Performance: $204,421.00 J. W. Riley& Son, Inc. Richmond, 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 September 2, 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 November 25, 2002; and The bidder listed first above, D. K. Environmental ("Environmental"), having submitted the lowest responsive and responsible bid, which is $54,701.00 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 Environmental is the lowest responsive and responsible bid, and this Board concurring and so finding; SUBJECT: AWARD OF CONTRACT FOR BAY POINT PARKS RENOVATION PROJECT, BAY POINT AREA. DATE: OCTOBER 14, 2003 PAGE: 2 OF 3 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 Environmental, 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 Environmental has complied with the Mandatory Subcontracting Minimum, and the Board WAIVES 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 Environmental 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 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 SUBJECT: AWARD OF CONTRACT FOR BAY POINT PARKS RENOVATION PROJECT, BAY POINT AREA. DATE: OCTOBER 14, 2003 PACE: 3 OF 3 The Board DECLARES that, should the award of the contract to Environmental be invalidated for any reason, the Beard 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 re-awarding 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 Orig.Div.:PW(Constr) cc: Auditor-Controller I hereby certify that this is a true and correct copy of an action E.K or, taken and entered on the minutes of the Board of Supervisors on R.Arununa,Construction l� Accounting the date shown. Consultant i Design County Counsel OCTOBER 14 2003 Contractor ATTESTED: y Surety JOHN SWEETEN, Clerk of the Board of Supervisors and f MC:tb:lad County Administrator GIGRPDATANCONS-aO'20031A W ARD-BAMINTPARKSRENO VAT.GN.DOC By Deputy County of Contra Costa Office of the County Administrator Affirmative Action Office 651 Pine Street,Martinez, CA 94553 (925) 335-10145 fax: (925) 646-1353 Ekuev@cao.co-contra-co,sta.ca.us Memorandum Date: October 9, 2003 To: Board of Supervisors Frani: Emma Kuevor Affirmative Action Officer Subject: Bay Point Parks Renovation 7788-6X5426-03 Attached for your review and consideration is the documentation of good faith effort submitted by the low bidder, DTA Environmental. cc: Scott Tandy, Chief Assistant County Administrator Silvano Marchesi, County Counsel Maurice Shiu, Director Public Works Department Mike Carlson, Assistant Director Public Works Department Monish Sen, Project Manager Public Works Department Rich Bruno, Public Works Department a:B©SBayPointParksRenovDKEnvironmentaI ,hurSday; uctaber U9,Z)U3 9:27 AM Dave McNabb 925.225,4797 p.01 DK Environmental 77 Quail Lane Martinez, CA 94553 Office# 925,228,4777 Fax## 525.228.4797 Recipient: Emma Kuevor Company: DK Environmental Company: CDC Sent 13y: Cave McNabb Fax Number: 645-1353 Fax Number: 925228.4797 Voice Number: 335-1045 Voice Number: 925.228.4777 Date: 10!9/2003 Time: 9:27:18 AM Total No. Mages: 2 Subject: Message: E i I E I nursday, UCtODet Uti, i=1 V;2I AM Uave MoNaou V1t.z15.4(W t p,u1 -------------- gl C Ci a. C; c> ed ,c m ad V. CL 4 8 4 A J'5' A A m � c h CL t� m inurscsay, urcionerute, zvuooS I! i4m WaveEYUN300YtL�.td�.4(`JJ DK Environmental 77 Quail Lane Martinez, CA 94553 Office# 925.228.4777 OCT 9 Fax# 925.228.4797w Recipient: Emma Kuevor Company: DK Environmental Company: CCC Sent 8y: Dave McNabb Fax Number: 646-1353 Fax Number: 925.228.4797 Voice Number: 335-1045 Voice Number: 925.228.4777 Date: 10/9/2003 Time: 8:17:27 AM Total No. Pages: 16 Subject: Say Point Parke Message: Hi Emma, This is what I have on this project. The did not get a formal quote from Western Star as I Know what they charge for products The quote for Sierra Organics is written on the bottom of their Outreach forme The rest is all the information that I have on the project. Regards, Dave f i Jul 07 03 12131p North St.Playgrcunds 530-246-0518 p. 1 NOTZ-rft STATE Pco AYCjROL L DS 605 OveyKU 1>YWe" CA rou FAX: 530-246-0619 FACSIMILE MESSAGE Pax#: ZZ- 22.S-A77q- vv�te: - `tom.) ` Otal No.Pero.. Nov-��l state- T>LcfboYau s bewt� ca rter� CP5 t ;%n.d u amper, cl>s c jokvLJO�A&OP6 SaLts Ura-sok(Ler, Of fLce Adm1#11strator N, Pa-nT H C.arkr+ti+Cwts: ZO'd L$Lb'8ZZ SU ggeN OA 9neQ AV Ll'$6OflZ °Sfl iega�epslnyy Jul 07 03 12131p North 6t-pley6rounds 630--246-CS18 p. 2 FORTH STATE PLAYGROUNDS A FW 3wWW MmnrmWComp ryr QUOTE July 2, 2003 Dealer Name TO: Prospective Bidders North Slane Playgrounds 805 overhiN Drive Redding, California MI RE: Bey Point Parks QTY. Mm" QESORIPTIOM PRICE I Playaw t 3p lect structure—Proposi d 04A(Hickory Meadows) $13.423.00 2 Playrrs}t Dash drivers w8#t seait—Model OPC221 (Hickory Meadows) $ 860.00 1 Platycra t SpecNied structure—Proposal#48(Lehrman Park) $12,045M 1 Playereft Specified structure—Proposal 048(Lynbrook perk) $12,645.00 1 Playeraf! Spee f ed structure—Proposal#10(Lynbmok Park) $14,000,00 (Includes 2 addit oral ground lure!events) Sub-Total $5+1,263.00 Sales Tax 8.25% $ 4,477.DO Freight(2 trucks) $ 1.320.00 TOTAL AMLRJl'8tA PAYMENT TERMS: Purchase coder needed to order. Balancer due within 30 days of delivery. 01floadinp, storing and installation are customer's responsibility. A fcsrklift will be needed to offload. idem allow 8-7 weeks for delivery. Please erhedule delivery tkrne wltn commercial freight company. North State Playgrounds will provide name: and phone number of freight company. Freight is for 2 trucks, separate delivery dates, (An additional charge of $660 par truck will be applied N more than 2 de3llvery dates are requested.) W6 Mtrzt D AW RSO,GOMO 9lf M Tatlilrse PM 4IX7619 Far(SM 2 616 60'd L6Ll 9ZZ'9Z6 ggeNoW eneQ Wd Lt:g£00Z "60 jego�o0 'Aepsjrgj Jul 07 03 12:32p North St.Platiground 5317-246-0515 p.6 di0 vt � C7 C s 0 m N Ct o � .. aL ` u m ca 0 @ -� to 0 Z �' n� ren Aj tA© � �2 th K d4 tL �e� �• CL 3i ;EA AMI N IMigliIAw$ -� � IHun' i . SIA " ,. � a °" a f;fi 90'� L6Lb'BZZ M ggeNOV4 Sne0 W1+LY'$EOOZ'60 isgO100 'Aepslnq j , u: 07 03 12s 32p North st.Plaugrounda p.6 0 �# C') w� � w � � c Z a {!1 m � xAft ? r ujn to 0 130 X v Ila roan 1xam OIM ei 2w , R, 9 d 12- cl LO`d LGV*QZZ SZ6 ggeNON ene(j INV LL'9£OOZ'60 aeq©;Op ,Aepsjnyl SEP-02-03 TUE 18::7 CMM TERR' P1gyWork-,o5 (Agcd-,n, foo RG Octme s&Associates 1105 Cao Pablo "Ccrtitled D"VBE,** &m Jose,CA 95125 Ba Butko,L.A. Steelcrait Custom Campy,Bolander To: Bay P'o r Parke Renovatloa Contra Costar County Bid Date: July S,2003 at 2?M ReBid Date; September 212003 at 2p'M Playground EquJpment (there are items included in this section that are not iocluded in this bid) 1 ea. 5-12 Flay Structure Equipment for Hickory park-EQUAL As xmmubotUred by Btu Burke FOB Jobsrte,Concord,CA S 21,75b,00 1 ca. 2-5 Play Structure Eq*rAent for Lehman park-EQUA1 A.s uawfactured by BCI Burke FOB to Jobsitc,Coward,CA 3 20,4022 00 Ica. 5-12 Play Structure Equtpnvwt for Lynbrook Park-LQUAL As m u&etured by BCI Burke FOB Jobeite,Cozaoord,CA $ 19,712.00 i ea. 2~5 Play Struaturo Bquipwi tt for Lynbrook Park EQUAL As nmufactured by 13CI Burke FOB to Jobsite,Concord,CA $20,402.00 300 Cubic Yards EngiweroA Playground C,h3ps 1,40€1 Squaw Feet of Dra ittoge pelt As me uhictured by MJ8 POB to Job siite,C.oincord,CA. 3 7,974. 10 9 es. Fiber Ware Wts fc+r slide exits FOB to Concord,CA. $EXCLUDE 3 ea. V.S. Trash,Iteccptacles EQUAL as detailed Fob to Jobsite,Concord,Ca. $ 3,215,00 1 ca. Hows Drinkirg F'ountaih EQUAL as detalla d Fob to Jobsite,Concord,Ca. S 2,900.00 (grace includes Tax and FareW Exclude: Temporary Burin$ *0 Subjeot to Manufacturer's ttrr s and condblow t-N6uiv dn or mnd Terri Barber (488)295-6846 (408)292-9085 Quotation subject to mvicw rifler 60 Days fvm dates. t'd L6Lb'9ZZ 9Z6 ggeNoW aAero Ab L t"61COOZ'60 iegOx3O 'Aepsjnq . From 707.658-2513 to 92522 4797 at 7/7/2003 5,41 PDQ 001/001 y..� •... 717!2003 WHO UI L 1 5.35 PM CREATIVE BUILDERS INSTALLATION QUOTE TO, Prospecflve Bidders PRCaTEa NAMt Bay Pohl Parke Reno Mlon ATTN-. Estimator ADDRM Various Locations FROM: Parra 6cbhordt Nay Point, CA 090WIPTION OF WORK A3 FOLLOWS CITY UNITS TOTAL 3A) irmtshation Only of play 8truc#urre(5-12 y,m)Hie"park 1 EA $4,863 4A installation Only of Dash brivers Hickory Park 2 EA $$445 n206) Installa#ion Only of flay Stwture(2,5 y.o.)Lehman Park 1 EA $4,918 36C Installation Only of Play Structure 6712 .o. L nbrook mark 1 EA $4,554 377) installation only of lel Structure(2-5 .a)Lynbrook Park 1 EA $4,918 TOTAL $49,496 TERMS AND CONDITIONS: l vtimcfe good for 90 mays-Installation balance 27a upon completion of p%Ject. 1WalWt n of equipment only,includes layout,post hole drilling,concrete for footings,complete amembly and!recitation. EXGLUSION5:Off haul of epolle mooted from footings and packaging of egulpment,receive or off loading equipment,landscape repair. A00I TIMAL CHARGES WILL BE RKUTRED IF ANY OF THE FOLLOWING ARE I"WOI NTERED: D egging in rock or unstable soils,existing ground cover materials interfering with Installation,delays or returns due to inadequate space,play equipment shortages and/or damage causing delays or,requiring a reurn trip or Separate mobilization,inadequate equipment access,play equipment certifitatlons and or project eiecurity. E•MAtL;wbobailt@whoba t biz • • PHONE: 707-763-6210 - FAX. 707.650-2313 • LIC.#809069 • 1',0.BOX 5207, PETALUMA, CA 94955 - Zl'd LSLb'9ZZ'SZS ggeNON eget] Wd LL'@ 000Z'80 rago4op'AepssnyL Tuesdaiy,September 2003 IVO(AM Rich4fd R MaCDeim*2t 1.209-830.9343 phi MAL Axwdateriy Inc, DJk Wbob li.4567 PlayGrounds Unlimited Ver.1 1175 WHIOW AVenue Sunnyvale, CA 940M EWMaxL Phone.,4W244-OW RW afrd MecCi#innott Phon r:40843MO98 FAX:408-24"847 PAX:200-MO-M3 Ucense#: 756794 ohm" -lax C*rntjct Marine Ail F.z{edWs Company ft Pdnt Parke Ranovs0on Addr*"i Address 1 _ Addm9s 2 MOW"2 Cay aftft Zip Phone FAX Estirnerl♦e No —W _.. Ver o1 Dide ?f!� ocbde RM Pavy Terme: VtWor Ili OLMN Job No .tot,ramcK 3�ks ftnc v�rrn Job Cont wt fllefine scopes of marl: Ce>rrlratest 01 Hid Item 03A F"ory Mwdwm Park lnertallefiom only of tive spectTod 131eycra t ploy Structure. 51225M 02 Did ftm#tA Nit*ory Mena("Psf'k: harts 11stbn eutly of tine spewTod Playc€ai°t Dash DrImrs wisest. S2r4(M 03 M hem 020B LshffM Park:IrIMMOM only ar the erp #wd Pleycrafk play s ucwre. $$C335.{3f7 04 Hid them MC LynbMck park€wk:M$Mb t nn only of tttst tr ocillied fty cre pleb struckn. 3$,035.00 06 fold ttf m$370 Lynbtovk Park:WftlWwm only of(tae►spedf4d PlWaaft play sl#%Kturo. $3,875.00 Total* $13,110.00 Other Grand Tout *13,110.00 .....f� �Tenrra<A Ce►ad" as ... .. ..,.�...r._ ............. .,. _....,..�._ .....,�! IG6rxis and r+ortc!#tfil_n#iii IbUov Dellmy or off load"�8'aclu3pcx►rerrt La ndwve repair,delays or raturrrs due to de qu sp ace,mb*V or dernagecl Kulpment or parts,toc4ng unditVu nd AMM.pipes,or obftMx*rw,permb, ��6nglrteering r+ep ft,matef9et to strig,grades(roto gra aft ter b+s 11*0n+Or-cure lerfth of one Gnarl,adegwfe agWpfr wd ' 'or esss,,wit rrerrnpl es,platy eex mind cerIffiGefims and or pro1ed secu*.l mabfl gaud fest go Days,Je rms: Ittretai MUO" ralonco lost►up"oolftplef on of~t £t d L6Lb'8ZZ'5Z6 ggeNOW GAeq Wed L 1:9 BOOZ'60 Jeg0l0o 'Aepsjnq i SCP-02-03 TUE 10 :37 AM TERR I 1 083 P.02 I I IOS Camino Pab)o 8*1attder,Custom Canopies San Jose,CA 95125 Date: September 2,2003 To. Bay Point Parks Renovation Bid Date. Stptembsr 212003 03 at 2PM Contra Costa County Add to the Equip rit prices,the roWv tng iostabdon paces. Add; Std.Installation.of(4)BCI Burkc Play Structures Add: Std. Assembly&Ancbor4 of(3)VS Trash Receptacles Add: Std.Anchoring of(l)Haws Water 1?buntain(No Plumbum Total Installattou cost for all the equipment sussed above $ 25,000.00 Contract for Insttal ation must be addressed to: RCA Construction 9031 Orchid Shades Dr.,lel Dorado Hilt,CA 95762 CSLB#478578 *+ Location and/or rcpair of any underpo and utility Unes and lrription des are the zonhe f the owner &JO 'Ferri Barber (4038)295-6846 (408)292-9085 Quotation subject to review afttt 60 Days from date, S vd L6Lti'8ZZ 916 ggeNoW a^eQ Wd LG'B COOL`60 iegoPO 'Aepsjnq I 7-08-24W3 1 s02PM FROM M.F FIC..IM AND SON. A08 271 W61 P. 1 M. F. Filtice Son Surfaces 711 !.nol�Co.vs+ }py� Sw Jofi�R126 +8271-8041 Fox 4DS-2714M IAMN Filioc Son Swfam*wV*MAR SYSUM Egonmcd"'QiTood FAW Job BAY Pte'TS EMM RENOVATION MO=T CC)'NT of CONTRA COSTA AQP --- rtt� �:•�.fx � >. ut. _ �i--s� � � :.. '. �•� � ��L } r` " .'., �. , fr Irk; S.furii .f.R., 4.,. x.. r xr. ,i4f I` '•:1°v v4 v ° ri�,a ir.s � 4 ...5� i r I ,.•1�'tlN:-k'"• rr �U'' :i. t 4 '� q r. t sa'ii. to >.t.'J°—••¢',sFf{ ,r Sy a f.} t''>�a 4 ..xE�i ;.`t; i�. }ar�,.' i.i'� j�: t f .'.'�"s�`t,. .:�``;.�•:t.'�'°TM.},'.i at ;� �f.ei}»�'=i5 ,r,N 375 Cy. A T WOOD FIBER $14.50 $5,437.50 '+i'i;�vcir eE• r ., n.•te. f. 7•f•• .P.e.�i t.plt:f 9:'+4�4. bt':. +�s,�. 'r .i..... �?s. 1r , ,�t.". •. ,. .._ ' 1z U-1119' 4 ROLL AR LT�I1.7 A'8I1;1�C 250 �F 5325.00 $130 0.00 ".,..i•.f7.�..�..F• .rrL �ft$ik�t Aid�iit G��{l4�Cf11t,if °.� .... ." ..y, I.ptrt.Fj f-151Yj .. �Y'r� ��. `'F ..4�'Y� «' • �.L,t!�25 ROLL ROLL CO 3001 .FT 5117 S5.003 ., w ,a i�' t� "�rr4, 4i: �'}.d. �i`f �..� �>� �d' x �r ..td{ •r%}�'; w� �v y,��y /y�y •. art'!.• ;�,'i $144jOO $1 40 r .y f... sµ a r Stitt'rsyr,.��yEr.r ,° ''f'�t.?';'.w:?,'ir•h { n t� tr 4 r ze i.:q }yG�fYi'+# �� .'..*'}.» x.,•?I: ;a:�sz.i.�.«.},�,i4w .rf•.. '��.; ":iT'. s":3::. a�'r... ati.nr. . f.t:�'�. /Y�y{�y+y/��y�y fly 9Mlty .*r« q*OU"1Is fcw faVoti4i&gWnvd o*. AottW Kjti N m%*b0 vtiVW by Pod=W: u its t�fi4 iri :'Nt7'w'it 9y t i;L F .r# TAX: $904.06 WZ Lrr $1531168 B d 16Lb'3ZL SZ6 qgeNoW eneQ Wed ZVQ£o0z '60 jegojop'Aepsaryj 7"Ursday,OCtoDer U9, 2UQ3 e:17 AM Days McNab4 925.215.4781 p.-it Pam S2S 492 9"1 7. IM109 094974m P, =2 ANTIOCH BUILDING MATERIALS Srentwod Readymlx Office(825)432-0171 Dispatch(M)432-3828 Fox(825)432-9441 P.D.Bax 870 Antioch,CA 94509 QUOTA TION DATE: �oq0 CUSTOMER: JOB. � ��il)tl'roVi�'��v PERSON QUOTED: DELIVERY DATE: *APPROX.TIME: MATiWMAL CUOTED:(mxerial.size.4Uar}RiGS,etc.) tre4 � 7v- ' V' M 2 P P I Ve YV P'R4CEt)UCTEDper ton.Yard, .) to TRUCK RENTAL CHARGES: PRICE TO BE DISCOUNTED: YES NO CHARGE FOR SHORTLOADS: YES �j_! NO CHARGE FOR STANDBY: YES j r" NO CHmGE FOR OVERTIME: YES I/ NO i PRICE GOOD TILL, f3tJOTEC?8Y. � pRiIC ES QUOMD ON TwrS D0CUA0E14T P9R'rAtM TO 7WE JOB DESCRIBED ABOVE ANIS"JURIE SIX MONTHS FROM THE JDA7'�QF THIS QUOTE, STRANGE and CHA.LMERS, INC. STA'M OF CAGIFOMA CONTRACTORS LICENSE NUMBER 472376 924 LEMON STREET VALLEJO, CALIFORNIA 945"-7249 PHONE;(707)643-9475 FAX;(707) 6434362 FAX TRANSMITTAL COVER SHEET TO: ATTENTION,- FROW NUMBER OF PAGES INCLUDING TMS COYER SHEET: �• � IF YOU HAVE ANY PROBLEMS IN RECEIVING THIS TRANSMISSION, � PLEASE CONTACT THE S"MER H SENDER FACSIMILE PHONE NUMBER: (707) 643-1361 SENDER,OFFICE PHONE NUMZRR, (707) 643-"75 MESSAGE l4` l 1 �f ,eS .-r IA) It �6�d -tY'Cfi0.0( 6D-8•Tnr Inet ctg loz >'3NI SUNlYHO 1 30NY818 :A9 :ues 60 d L6Lt�'8 Z S�6 ggcNDW gnsa vqv z VQ coot 160 legolao `Aspsinq I him I v ri W, MR KqPM �.�:��R+:��.i -- '�. �� "�. �„�17�_. ,i l .��'�. `'!ti`l.w���lt �- ei �■r�fr���r�,�..i pr���� : tel-L �•� (D M =r 0 � C6 C ? w 03 w43 o W a) m CD , M0 CR ca ia: � w 0 CL W j m C> -4 -� w Im G iii c7 rn o (3) o �. 0 C) 0 rn` �'x X Cl t7 Cl N C w O c, tow o a a o � CD C� C5 © O wtDOw o - -80- co co � oco CCIl imr" 6 is b 0 OD CD mwow le 92S 492 9441 09/e4/09 09121PM P. 002 ASM McNabb 025,228.4797 P'02 Thw!g!L Septernbot 04.2=2:42 PM #NaveCOAUA COAA C01114Y OUTREACH PRC GRAM Affinnetive Action Office 651 Kne Street,Martia*4 CA 94553 (925)335-1045 Fax(925)646-1353 LEITER OF INTERT ro PERFORM AS A SUBCONTRACTOR 1 SU PT. i MANUFACTURER 1 TWILIUCKWSUBCONSULTANT -----------� Z K -r&" Namo of Prime Contractor Name of Project 4 Projea Number T"undarSiOwd is a(check One)', Sole proprietorship _ Corporation Limited Liability Partmwship — Joint Vonturt Check the following which may apply, ME wet SOP LRE Subcontractor Subcontractor SUbC0IVtIACWr Subcontractov asupplier supplier Supplier Supplier MWtu&rAurfr MannEwtircr Manubduror MIXIM&MIM Trucker TrueW Thicker Trucker OtIler-- Describe Describe Describe newribe None of the Above Apply The undemigned is prepared to perform the following 4oscribed work in corntetiork With the Above project (specify in detail the particular work hems or Potts thcmf to be P$Irftm*4- Total Am ttm tune Contract=$ q A "S",Iau Position TWO Na e,of I OMPI Ing thi IF 4r vOn e- company Name Phone}Number Fax Number ds 530-246-0518 Sep 04 03 0 57P Nor�th St•P l t$troum um 228.4797 `Thutod$v.S�rptembv(?4,2t1G3 2:34 PM Contra Cook C+rsatq OUMEA+CW SRAM Affirmative Action Office 651 Pine Stmt.Marti,CA 94533 (925)335-1045 Pax(925)646-1353 LEMR OFiN TO PERMRMAS A SUBCONTRACTOR/SUPPLIER t MANUFACTUMER 1 TRUCNEWSUBCONSULTANT ZK %, Name,o ritxta Contractor -[ - 0 i A T^ek`mss f t? �aR C Nra fffProje�trt -7,72$ Pro}tet Numia�r The underaigad is a(chock one): sole propritcarship Corporation ._ Limited Liability Partnership ltsint�ertturt► Check the following which may apply. Mas Wa 5E Ltd Subcontractor Subcontrwor — Subcontractor — Subcontractor Supplier V__ Supplier Supplior Supplier Menufaoturer , „ Munuf'actum — Manuhaturer — Manalacturer Trucker w Trucker — Trucker — Trucketr other - - -- Met — other ,„.q., 061ar ----- D"Cribe D"cribe Descr%e Describe —None,ofthr Above Apply Elie undrxsigtod is spared to pesrfbrm thet following described work in connection with the above project (specify in detail the particular want ite ms or patu dwrreof to be performed): Tocol Aaawwd Bid to Prime Contractor.S 0- 04D_0 0 C? ZW t'. 4. 2-005 Ste, ure Dates k tyf on c IkItl th Int tt __ t ��y • - t U( Company 14 Pttone Number �5 051� Pax Number tG��taiCfu�ntG`r'Sr'�ctlrtttlt*Cx9xill�cimem�vc itO4srii ri t ewe:moo p.Q2 bergs#,taw 2:43 PM Deere VcNabb s�'�•228.d7�7 ThuredaY,gsptam Contm Co9ts.CQUilty OUTREACH PROGRAM Affirmative Aottot►Office 651 Pitta Street,Martinez,CA 94553 (92S)33S-1045 rxx(925)646.1353 LEMR OF J'IVTENT TO P RPURV AS A SUBCONTRAC'T'OR I SUPPLIER 1 MANUFACTURER/TRUCK`t1SUBCONSULTANfi K r en t» Nancy prune Contrsetor Name o i'ra,ect P ,j bef The undersigned is a(check ono): Sole proprietorship .,_ Corporotiari Llmited'Liability Partnership Joint Venture Check the fallowing whiait mcy apply. MOE WEE SHE Lot: Subcontractor Subcontractor Subcontractor ___. Subcontractor Supplier i Supplier . Supplier supplier �-.. MAnufacturor mactufkoturer Manufacturer Manufwtu ger _ fi er �. Trt+okor Trucker Trucker sr Other Other . C 01or - --- Deseribe -_ 17esarcbe Demibe Describe None of the Above Apply The undersigned is prepared to perform the following described worts in connection with the above prgject (specify in detail tate actiattfar work items or parol thereof to bo perfonined): T At old P irne Contsamr. 0 Name t per l�#et this l ti Company Name Phssne Number 81., 00 Fax Nutter t�.lL►rot ���Cvl'LtSnt.�tn�ast,d�c ttavbvd MOW*st3"Q 14 100Mxvs.s r xx.t. �� anna zea eza vv.a ac:rx IIT r.niWnJR Nb.504 P.2 •4.cexa rc� a�rri LAbNt li C i:t� Coat.Cartat Cot"nty OV" 14 PROOPAM Afl nutift Action Of%$ b51 Pine Stroaas l Risme CA 94353 (925)33$-1045 vvx(nS)fi 4&&333 TO PMFOAW AS A S'E BCO?gTRACTQR 1"PLIMR/1 Nl ACS' RZR J TRUC CKWSMCONSMTAM wwrs• ,nr. Nasus of Prftt CortttvAor R;M,a3"Proect Tha undarmlima d is a(mac cane). C:ot lm 44/ 1-it nited WabMW Joint V'"tW* Chock tftes following which may apply. ma W09 SUS l St bconta ¢sr ,, 3ubamtra Subcot*mctar .,� liabcoo*aor .,.� St OOr Supplier Supplier Supplier _.., Moms t tuRrer 1oImmftmmr membo rmr Mfrtttthattarar Tt^ttakor Trudw Trucker Tntokear ..�.. Ottw� , .. Other ,..., O*or—. .� Other_ Dacdba tYot dbo D alba None offt Abo"Apply The trt+si"Snad tf prepetati to pa tem the following daacaared wa*is musttecdau a+lela the xbovo projm (spocify in deall dw par+pular isle it"" or parte thereof to be pe r t'smsed)c er tt Am=BW 0 Pri 0 Castqmr.S )k4d 05 w1 fIrm-Won Two AY Fax'hTumbar 10 tt; ► ita istentdcc k-1G.18.2003 2:20PM CCC PUBLIC WORKS NO.815 P.1 Maurice Shlu Public Works Director Contra R.Mitch Avaion Costa Public Works Department Deputy-Englneertng 255 G!ader Dive Patricia R.McNamee County Martinez, CA 94553-4897 Deputy.Operattans Julie Duaron Deputy-Transport tion Jacqueline.dames Deputy-AdmiNstration -----FAX TRANSMITTAL (925) 313-2333 AUG 18 ACC $� �} DATE: TIME: DELIVER TO; FIRM: Ati-t k�Ak -A6 t h,,,...r FAx NO. SUBJECT: FROM., Paula Edmonds, Administrative Services Assistant 11, Administration Division PHONE: (925) 313-2389 NUMBER OF SHEETS: (including Cover) If you have any problems with this transmittal, please ,wall (925) 313-2000. MESSAGE: (0 [ ] Original will follow, SatAUG_18.20030,: 2.2OPMPM CLC PUBLIC WC WC 4cNsbb 925 228.4797 P.2 p,fl1 a DK Environmental 77 Quail Lane Martinez, CA 94553 Phone 1-925-228-4777 Fix 1.925-228-4797 General,rilgin,*ering Contractors.License# 728118 Fax Cover Sheet Cate : August 16,2003 Pages : 1 To : Morrish Sen V� From : Dave McNabb Company : Contra Costa.County Company : DX. Environmental Fax: +1 (925)313-2333 Fax: 1,925.228.4797 Prone : t1 (925)313-2187 Phone : 1.925,228,4777 Subject : Bay Poim Parks Renovation.Project project#7788-6X5426.03 August 18 Pre-Bid Meeting-County's Outreach Program Comments: Dear Monissh, I am sending ttuc fax because I went to the Pre-Biel Meeting-County s Outreach Program thr,1ait time thiA projovt bid, I will not bo ablc to attend thLs timr.but would,like to S t the credit for the meeting. Ewe accept this letter as the requirernei�t far the Outreach meeting portion of the Good Faith Effort, Regards, Dave McNabb "Recording Requested By: Contra Costa 0ounty Public Works Dept. CONTRA COSTA Co Recorder Office Construction Division STEPHEN L, WEIR Clerk-Recorder 255 Glacier Drive DOC— 200 —0512588-00 Martinez, CA 94553 Tuesday, OCT 14, 2003 14:32:50 Return to: FRE $0.00 WHEN RECORDE% Tt1 Pd $0.00 Nbr-NO1804411 1rc/R9/1-1 RETURN TO PUBLIC WORKS - BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA In the Matter of Accepting and Giving ) RESOLUTION OF ACCEPTANCE Notice of Completion of Contract for ) and NOTICE OF COMPLETION Clark Street Reconstruction ) (C.C. § 3086, 3093) Proiect No.0662-6R4298-02 ) RESOLUTION NO.-2003/616 The Board of Supervisors of Contra Costa County RESOLVES that: The County of Contra Costa on July 9, 2003 contracted with Gh'ilotti Construction Company, Inc., for the reconstructing of Clark Street between Edwards Street and Alexander Street in the Crockett area, with Safeco Insurance Company of America as surety, for work to be performed on the grounds of the County; and The Public Works Director reports that said work has been inspected and complies with the approved plans, special provisions and standard specifications and recommends its acceptance as complete as of September 12, 2003. Therefore, said work is ACCEPTED as completed on said date, and the Clerk shall file with the County Recorder a copy of this Resolution and Notice as a Notice of Completion for said contract. PASSED BY THE BOARD on October 14, 2003 by the following vote: AYES: SUPERVISORS GIOIA, UILKEMA, GREENBERG, GLOVER AND DESAULNIER NOES: DONE ABSENT: NQNF CERTIFICATION AND VERIFICATION ABSTAIN: NONE 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 shown. Contact: Mike Carlson (925)313-2321 Orig. Dept.:Public works(Const.) cc: Record and Return ATTESTED: 0QMBER 14, 20303 Auditor JOHN SWEETEN, Clerk of the Board of Supervisors and Public works Accounting County Administrator - Construction, R. Bruno - Env., C. Sellgren Contractor Traffic BY Deputy RBAb G:1GrpData\Const\BO\20031ACCE PIAN C E-B C-C IarkStReconstru ctio n.doc RESOLUTION NO. 2003/ 616 i ii � e-3 ecording Requested By: � �!� � I� Contra Cosh County Public Works Dept. CONTRA COSTA Co Recorder Office Construction Division STEPHEN L. WEIR Clerk-Recorder 255 Glacier Drive Martine, CA 94553 DOC— 200° —0512589-00 Tuesday, OCT 14, 2003 14:53:00 Return to: FRE $0.00 WHEN RECORDED, Ttl Pd $0.00 Nbr-0001804412 RETURN TO PtJ$LIC Ire/R9/1-1 —WORKS - BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA In the Matter of Accepting and Giving } RESOLUTION OF ACCEPTANCE Notice of Completion of Contract for } and NOTICE OF COMPLETION Bailey Road Bridge Replacement } (C.C. § 3086, 3093) Project No.0662-6R4249-95 ) RESOLUTION NO. 2003/617 The Board of Supervisors of Contra Costa County RESOLVES that: The County of Contra Cosh on April 16, 2003 contracted with Ghilotti Construction Company, Inc., for the replacement of the Bailey Road bridge at Mt. Diablo Creek located '14 Mile north of Concord Boulevard in the Concord area, with Safeco Insurance Company of America as surety, for work to be performed on the grounds of the County; and The Public Works Director reports that said work has been inspected and complies with the approved plans, special provisions and standard specifications and recommends its acceptance as complete as of September 25, 2003. Therefore, said work is ACCEPTED as completed on said date, and the Clerk shall file with the County Recorder a copy of this Resolution and Notice as a Notice of Completion for said contract. PASSED BY THE BOARD on October 14, 2003 by the following vote: AYES: SUPERVISORS GIOIA, UILKEMA, GREENBERG, GLOVER AND DESAULNIER NOES: NONE ABSENT: NONE ABS'T'AIN: NONE CERTIFICATION AND VERIFICATION 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 shown. Contact: Mike Carlson (925)313-2321 Orig. Dept.:Public Warks(Const.) cc: Record and Return ATTESTED: OCTOBER 14, 2003 Auditor JOHN SWEETEN, Clerk of the Board of Supervisors and Public works- Accounting County Administrator - Construction, R. Bruno - Env., C.Sellgren Traffic By Deputy RB:tb G:\GrpData\Co nst\BO\20031ACC E PTANCE-ISO--BalieyRdBridgeRepi acement.do c RESOLUTION NO. 2003/ 617 THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA Adopted this Resolution on October 14, 2003 by the following vote: AYES: SUPERVISORS GIOIA, UILKEMA, GREENBERG, GLOVER AND DESAULNIER NOES: NONE ABSENT: NONE ABS'T'AIN: NONE RESOLUTION NO, 2003/ 618 SUBJECT: Ratify prior decision of the Public Works Director to fully close a portion of Cummings Skyway on October 5, 2003 to October 6, 2003 from 10:00 pm through 5:00 am, for the purpose of the grinding and repaving intersection of Cummings Skyway and Interstate 80, Crockett area. (District II) RC-03-18 The Public Works Director having reported that prior approval has been granted to Caltrans to fully close Cummings Skyway, except for emergency traffic, on October 5, 2003 to October 6, 2003 for the period of 10:00 pm through 5:00 am, subject to the following conditions: 1. Traffic will be detoured via neighboring streets. 2. All signing to be in accordance with the State of California Manual of Traffic Controls. 3. Caltrans shall comply with the requirements of the Ordinance Code of Contra Costa County. 4. Have on file with the County Public Works Department at the Application and Permit Center a Certificate of Insurance in the amount of$1,000,000 for Comprehensive General Public Liability which names the County as an additional insured. 5. Obtain approval for the closure from the Sheriff s Department,the California Highway Patrol and the Fire District. IT IS BY THE BOARD RESOLVED that the action taken by the Public Works Director is approved. I hereby certify that this is a true and correct copy of an action taken and entered on the ininutes of the Board of Supervisors on the date shown. $x nn G:%GrpData'�EngSvc\Bfl\2003\10-}4-03\RC-03-18$O.doc Contact: TTESTED: OMBER 14 3 2003 ontJOHN SWEETEN, Pcilslie wogs(APC) ATTESTED: othe Board of Supervisors and County Cact: Bob$ob Hendry(335-1375) i ClkfhB p Administrator cc: CHP Sheriff'-Patrol Div.Conurwnder By_ �'d ' ,Deputy RESOLUTION NO.2003/618 THE BOAR OF SUPERVISORS OF CONTRA COSTA COUNTY,CALIFORNIA Adopted this Resolution on October 14, 2003 by the following vote: AYES: SUPERVISORS GIOIA, UILKEMA, GREENBERG, GLOVER AND DESAULNIER NOES: NONE ABSENT: NONE ABSTAIN: NONE RESOLUTION NO. 2003/619 SUBJECT: Ratify prior decision of the Public Works Director to fully close a portion of Winterbrook Drive on October 4, 2003 from 10:45 am through 11:15 am, for the purpose of the church procession,Bay Point area. (District V) RC-03-17 The Public Works Director having reported that prior approval has been granted to Our Lady {ween of the World to fully close Winterbrook,except for emergency traffic,on October 4,2003 for the period.of 10:45 am through 11:15 am, subject to the following conditions: 1. Traffic will be detoured via neighboring streets. 2. All signing to be in accordance with the State of California Manual of Traffic Controls. 3. Our Lady{ween.of the World shall comply with the requirements of the Ordinance Code of Contra Costa County. 4. Have on file with the County Public Works Department at the Application and Permit Center a Certificate of Insurance in the amount of$1,000,000 for Comprehensive General Public Liability which names the County as an additional insured. 5. Obtain approval for the closure from the Sheriff's Department,the California Highway Patrol and the Fire District. IT IS BY THE BOARD RESOLVED that the action taken by the Public Works Director is approved. 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 shown. BH:rm G.\CirpData\EngSvc\BO\2009\I0-14-03\RC-03-17 80.doc ATTESTED. OCTOBER 14, 2003 orlgtnstor:Puhlic works(APC) JOHN SWEETEN,Clerk of the Board of Supervisors and County contucv Bob Hendry(335-1375) Administrator cc: CHP Sherif-Patrol Div.Commander ByZ"z ,Deputy RESOLUTION NO.2003/ 619