Loading...
HomeMy WebLinkAboutMINUTES - 04042000 - C1-C6 THE BOARD OF S(1PERVISORS OF CONTRA COSTA COUNTY,CALIFORNIA Adopted this Order on April 4. 2000, by the following vote: AYES: SUPERVISORS GIOIA, UILKEMA, DESAULNIER, CANCIAMIUA AND GERBER NOES: NONE ABSENT: NONE ABSTAIN: NONE SUBJECT: Award of Contract for Lone Tree Way Right Turn Lane, Brentwood area Project No. 0662-6R4006-99 Engineer's Estimate: $106,090.00 Bidd Total Amount Bond Amounts Bay Cities Paving& Grading, Inc. $79,280.00 Payment: 5029 Forni Drive $79,280.00 Concord, CA 94520 Performance: $79,280.00 Rios Grading, Inc. $89,712.00 Concord, CA Gradetech, Inc. $91,040.00 Livermore, CA Bruce Carone Grading $98,995.00 Concord, CA William G. McCullough Co. $102,328.50 Antioch, CA Carone & Sons, Inc. $106,719.80 Crockett, CA MCK. Services $106,745.00 Concord, CA Vargas &Esquivel Construction $108,620.00 San Francisco, CA J.A. Gonsalves & Son $129,929.00 Napa, CA AWARD OF CONTRACT FOR.LONE TREE WAY April 4, 2000 RIGHT TURN LANE,BRENTWOOD AREA The above-captioned project and the plans and specifications therefor having been previously approved,Addendum No. 1 having been previously issued, and bids having been duly invited and received by the Public Works Director on March 14, 2000; and The bidder listed first above, Bay Cities Paving& Grading, Inc. ("Bay Cities"),having submitted the lowest responsive and responsible bid,which is $10,432.00 less than the next lowest bid; and The Affirmative Action Office having reported that Bay Cities has attained DBE participation of .95%, and the Affirmative Action Office having determined that Bay Cities has documented an adequate good faith effort to comply with the DBE goal and requirements for this project; and The Public Works Director recommending that the bid submitted by Bay Cities 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 DETERMINES that Bay Cities, as the lowest responsive and responsible bidder, has documented a good faith effort to comply with the DBE goal and requirements for this project, 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 Bay Cities 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 Public Works Director 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 Public Works Director has reviewed and found them to be sufficient,the Public Works Director 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 Public Works Director, 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 Public Works Director 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 withheld funds,pursuant to Section 22300 of the Public Contract Code; and -2- AWARD OF CONTRACT FOR LONE TREE WAY April 4, 2000 RICHT TURN LANE, BRENTWOOD AREA Pursuant to Public Contract Code Section 4114, the Board DELEGATES its functions under Public Contract Code Sections 4107 and 4110 to the Public Works Director or his designee; and Pursuant to Labor Code Section 6705,the Board FURTHER DELEGATES to the Public Works Director 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 Bay Cities 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, (510) 313-2321 I hereby certify that this is a true and correct Orig. Dept: Public Works (Construction) copy of an action taken and entered on the minutes of the Board of Supervisors on the cc: Public Works date shown. Accounting, R. Gilchrist Administration ATTESTED: Phil Batchelor, Clerk of the Construction, R. Bruno Board of Supervisors and County Design Administrator County Administrator Auditor-Controller ATTESTED: APRIL 4, 2000 County Counsel, D. Schmidt Contractor(Via Const. Div.) BDeputy Surety (Via Const. Div.) S.B.E. 703 Market St. San Francisco, CA 94103-1000 -3- r� TO: BOARD OF SUPERVISORS FROM: J. MICHAEL WALFORD, PUBLIC WORKS DIRECTOR DATE: APRIL 4, 2000 SUBJECT: CONTRACT AWARD RECOMMENDATION: CLEARLAND DRIVE AREA TRAFFIC MEDIAN PROJECT, PROJECT NO. 0662-684245-00, BAY POINT AREA. SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION 1. RECOMMENDED ACTION: AWARD the contract for furnishing labor and materials for the subject project to Vanguard Construction, the low bidder, in the amount of$68,062.95 and at the unit prices submitted; and REQUIRE the contractor to present surety bonds for Payment and Faithful Performance in the amounts of$68,062.95 and $68,062.95, respectively. DIRECT the Public Works Director to prepare the contract for the project. AUTHORIZE the Public Works Director to sign the contract on behalf of the Board subject to the Director having reviewed and found sufficient all required documents, including the contract signed by the contractor, the aforementioned surety bonds, and a c icate of insurance. Continued on Attachment: X SIGNATURE: RECOMMENDATION OF BOARD COMMITTEE ®APPROVE OTHER SIGNATURE(S): ACTION OF BOARD ON APRIL 4, 2000 APPROVED AS RECOMMENDED_X_OTHER VOTE OF SUPERVISORS X UNANIMOUS (ABSENT WNE } AYES: NOES: ABSENT: ABSTAIN: I hereby certify that this is a true and correct copy RB:kj \\CONSl1BO\2000104-APRIL\04-CDTM.DOC of an action taken and entered on the minutes of Orig.Div.: PW(Constr) the Board of Supervisors on the date shown. Contact: Mike Carlson(925)313-2320 cc: County Administrator Auditor-Controller APRIL 4, 2000 Public works; ATTESTED: -R.Brunn,construction PHIL BATCHELOR, Clerk of the Board of -R.Gilchrist,Accounting -Design Supervisors and County Administrator -Transp.Engin. S.B.E. 703 Market St. San Francisca,CA 94103-1000 By Deputy Contractor (1 of 2) SUBJECT: Contract Award Recommendation: Clearland Drive Traffic Median Island Project, Project No. 0662-684245-00, Bay Paint area. BOARD DATE: April 4, 2000 1. RECOMMENDED ACTION: (continued) DIRECT that, in accordance with the project specifications and/or upon the execution of the contract by the Public Works Director, any bid bonds posted by the bidders be exonerated and any checks or cash submitted for bid security be returned. Pursuant to Public Contract Code Section 4114, the Board DELEGATES its functions under Public Contract Code Sections 4107 and 4110 to the Public Works Director or his designee. Pursuant to Section 6705 of the Labor Code, the Board also DELEGATES to the Public Works Director or to any registered civil or structural engineer designated by him the authority to accept detailed plans showing the design of shoring, bracing, sloping or other provisions to be made for worker protection during trench excavating covered by that section. DECLARE that, should the award of the contract to Vanguard Construction be invalidated for any reason, the Board would not in any event have awarded the contract to the second listed bidder or 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). 11. FINANCIAL IMPACT: The project, including engineering and appropriate overhead charges, is funded by Measure C (100%). I11. REASONS FOR RECOMMENDATIONS AND BACKGROUND: The plans and specifications were approved and the project advertised for bids by the Board of Supervisors on Tuesday, February 15, 2000. The bids were received and opened at 255 Glacier Drive, Martinez, California, on Tuesday March 21, 2000. The construction bids received were as follows: 1. Vanguard Constuction..............................................................................$68,062.95 The Engineer's estimated construction cost was $56,248.00. (2 of 2) TO: BOARD OF SUPERVISORS FROM: J. MICHAEL WALFORD, PUBLIC WORKS DIRECTOR DATE: APRIL 4, 2000 SUBJECT: THIRD AMENDMENT TO PROVIDE REAL PROPERTY SERVICES. STATE ROUTE 4 WEST CAP PROJECT, HERCULES AREA. Project No. 46606X4152 SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION 1. Recommended Action: APPROVE and AUTHORIZE the Public Works Director to execute, on behalf of Contra Costa County a Third Amendment to Real Property Services Agreement with Diaz, Diaz & Boyd, Inc. in the amount of$50,000 for additional work due to project changes and expert witness services in connection with the State Route 4 West Gap Project. 11. Financial Impact: Payments under this contract are covered from funding by the Contra Costa Transportation Authority(OCTA). Costs will be charged directly to the project, including additional money beyond the amount of the contract for expert witness services. i Continued on Attachment:x SIGNATURE: —RECOMMENDATION OF COUNTY ADMINISTRATOR _RECOMMENDATION OF BOARD COMMITTEE APPROVE OTHER SIGNATURE(S): ACTION 6F BO RD ON APPROVED AS RECOMMENDED X OTHER APRIL 4, 2000 VOTE OF SUPERVISORS _ UNANIMOUS(ABSENT N NR ) AYES: NOES: ABSENT: ABSTAIN: 1 hereby certify that this is a true and correct copy of an action taken and entered on the cps:eh minutes of the Board of Supervisors on the G:\GrpData\RealProp\2000-Files\BOs&RES\BODIaz Diaz&Boyd.doc date shown. Orig.Div:Public Works(RIP) Contact: C.Pina-Sandoval(313-2306) APRIL 4 2000 cc: County Administrator ATTESTED: Auditor-Controller(via R/P) PHIL BATCHELOR,Clerk of the Board of P.W.Accounting Supervisors and County Administrator By 1h•^-� Deputy j'le IL Third Amendment to Provide Real Property Services— Diaz, Diaz & Boyd, Inc. April 4, 2000 Page 2 111. Background and Reasons for Recommendations: Diaz, Diaz& Boyd, Inc. has provided the primary appraisal services for the State Route 4 West Gap Project with an agreement of$40,755.00 and amended to $50,000.00 and $40,000.00. In the interim, project changes and expert witness services have drawn down the funds available through these agreements. County staff members wish to continue to use this firm because of its current involvement and reliable performance. Therefore, staff is requesting approval of a third amendment for an additional $50,000 for additional project changes and expert witness services. Agreement extends through the completion of all assigned tasks. IV. Conseguences of Negative Action: The County would be unable to retain the services necessary to complete the assigned project in a timely manner. L- J CONTRA COSTA COUNTY 255 Glacier Drive Martinez, California 94553 Project: SR 4 WEST GAP, Hercules to Cummings Skyway THIRD AMENDMENT TO AGREEMENT FOR REAL PROPERTY SERVICES 1. EFFECTIVE DATE AND PARTIES. Effective on February 16, 2000, Contra Costa County (herein called "COUNTY") a political subdivision of the State of California, and Diaz, Diaz & Boyd, Inc. (herein called "CONTRACTOR"), mutually agree as follows: 2. PURPOSE. The parties desire to amend that contract they entered into, effective February 16, 1998, entitled "Agreement for Real Property Services", and amended December 16, 1998 and April 1, 1999, to provide payment for additional work furnished to the Public Agency. 3. AMENDMENT. Said contract is hereby amended as follows: 1.D. Completion date: Change from "February 16, 2000" to "February 16, 2001.° 1.E. Increase payment limit from "$130,755.00" to "$180,755.00.° 4. EFFECT. Except for the amendment agreed to herein, said contract remains in full force and effect. IN WITNESS WHEREOF, this Agreement has been executed, in triplicate by and on behalf of the parties hereto, the day and year first above written. Centra Costa County Contractor Diaz, Diaz, & Boyd, i c. Bv J. Mich I Walford Ad a s: 1056 Division t et Public Works Director Pleasanton, CA 94566 RECOM DED FOR APPROVAL: ByrXV , Principal Real Property Agent :csp G:\GrpData\RealProp\2000-Files\00-3\AG24DIAZ.doc TO: BOARD OF SUPERVISORS FROM: MAURICE M. SHIU, PUBLIC WORKS DIRECTOR DATE: April 4, 20010 SUBJECT: Agreement to Provide Right of Way Services to the Contra Costa Transportation Authority Project No. 4660-6X4287. SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION 1. Recommended Action: APPROVE agreement for $60,000 to provide right of way services to the Contra Costa Transportation Authority (CCTA) for the State Route 4 Widening Project at Railroad Avenue to Loveridge Road, and AUTHORIZE the Board Chair to sign the agreement on behalf of the County. II. Financial Impact: Contra Costa Transportation Authority will pay the actual costs for Real Property staff right of way services. III. Background and Reasons for Recommendations: Contra Costa Transportation Authority requires a variety of right of way services but has no right of way staff and has contracted with the County for these services. IV. Conseguences of Negative Action: Less efficient government because the Contra Costa Transportation Authority would have to hire additional private contractors at a greater expense. Continued on Attachment: SIGNATURE: RECOMMENDATION OF COUNTY ADMINISTRATOR _RECOMMENDATION OF BOARD COMMITTEE APPROVE OTHER SIGNATURE(S): ACTION OF BOARD ON APRIL 4, 2000 APPROVED AS RECOMMENDED A OTHER_ V TE OF SUPERVISORS UNANIMOUS (ABSENT NONE ) 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 shown. KAL:csp:eh ATTESTED: APRIL 4, 2000 G:\GrpData\RealProp\2000-Files\BOs&RES\BO20CCTA.doc PHIL BATCHELOR, Clerk of the Board of Orig. Div: Public Works (R/P) Supervisors and County Administrator Contact: Karen Laws(313-2228) cc: County Administrator By J cA Deputy Auditor-Controller(via R/P) P.W.Accounting ORIGINAL Contract 124 AGREEMENT 1. Effective Date and Parties. Effective as of January 1, 2000, the COUNTY OF CONTRA COSTA, a political subdivision of the State of California (hereinafter referred to as "County"), and the CONTRA COSTA TRANSPORTATION AUTHORITY, a public agency, (hereinafter referred to as "CCTA"), hereby mutually promise and agree as follows: 2. Purpose. OCTA is planning the State Route 4 (e) Widening Project-- Railroad Avenue to Loveridge Road (Project#1405) to be constructed from 2001 through 2003. CCTA has no right of way staff and desires to contract with the County for property appraisal, acquisition, relocation and condemnation services for certain parcels to be identified by OCTA. 3. Services by County. The services to be rendered by County to CCTA include, but are not necessarily limited to right of way services, including appraisal, appraisal review, negotiation, land rights document preparation, right of way acquisition, relocation and/ or supervision of independent contractors providing such services. The services to be rendered by County to CCTA also include legal services to be provided by County Counsel or its designated contractor(s) or expert(s), including but not limited to consultation, research, opinions, and advice and preparation of pleadings and documents, court appearances, supervision and such other services as are requested. County will initially take title to the parcels that are acquired. Subsequently, upon direction from CCTA staff, County will work diligently to cause the right of way needed for the state highway to be transferred expeditiously to the State. Any excess property will be disposed of at direction of OCTA staff in accordance with CCTA adopted policies. The County warrants that it will perform these services in compliance with accepted professional standards and procedures, and that it will, at its cost, re-perform any tasks that fail to meet generally accepted professional standards. 4. Payment for Acquisition Costs. CCTA shall pay all costs of acquisition and settlement, including but not limited to the following: CCTA shall reimburse County for all labor costs and appropriate overhead for County real property agents' and attorneys' labor including overtime rates for evening or weekend work (See Appendix "A"for pay rates). CCTA shall reimburse County for expert, consultant, contractor and other expenses (such as recording fees, title fees, court expenses, etc.) at the actual cost incurred. Total payments shall not exceed $60,000 unless authorized by CCTA in writing. CCTA agrees that in addition to the funds set aside by the Agreement for staff support, it will fund, either by direct reimbursement to the County, or payment directly into escrow, the agreed-upon purchase price, relocation costs, and other related costs (such as title, condemnation, and consultant legal fees, demolition and clearance costs which may be a condition of sale. 5. Indemnification. CCTA agrees to defend, indemnify and save harmless County, its officers, and employees against any and all loss, damage, liability, expense, claims or demands of whatever character, direct or consequential, directly or indirectly contributed to or caused by County assuming and acting for and on behalf of CCTA. 6. Independent Status. Nothing herein shall be construed to imply that any County employee providing services hereunder is a CCTA employee. Contract 124 7. Term. The term of this agreement shall commence on the effective date hereof and shall end upon termination by either party upon 30 days written notice. The rights and obligations of Paragraph 5 "Indemnification" shall survive any such termination. COUNTY OF CONTRA COSTA CONTRA COSTA TRANSPORTATION AUTHORITY By Sn,�2n Chair, Boa f Supervisors Chair, Board of Commissioners ATTEST: Phil Batchelor, ATTEST: Clerk of the Board of Supervisors and County Administrator By ► BY D ty Robert Cleary Executive Director Recommended to the County Approved as to Form: Board of Supervisors for Approval: Legal Counsel for CCTA By ' By Principal Real Propert, gent By Pub 'c VQrks Director Approved as to Form: Victor J. Westman, County Counsel By Deputy _ Contract 124 APPENDIX "A" (Rate Effective October 1, 1999 Dated: March 28, 2000 Real Property Division i Regular Time Rate/Hour Overtime Rate/Hour From j To From To Principal Real Property Agent $110.00 I $150.00 $115.00 $155.00 i Supervising Real Property Agent $ 95.00 $135.00 $100.00 $135.00 Senior Real Property Agent $ 85.00 $120.00 $ 85.00 $125.00 Associate Real Property Agent $ 75.00 $110.00 $ 75.00 $110.O0 Assistant Real Property Agent $ 60.00 $ 85.00 $ 50.00 $ 85.00 Senior Real Property Technical $ 55.00 $ 80.00 $ 55.00 $ 80.00 Assistant Real Property Technical Assistant $ 50.00 $ 70.00 $ 45.00 $ 70.00 County Counsel Billing Rate County Counsel $160.00 Assistant County Counsel $145.00 Deputy County Counsel $115.00 Clerical Support Staff $ 45.00 Note: Rates will change periodically due to contracted salary increases and increases in overhead charges. *Appendix "A" dated March 28, 2000 is effective October 1, 1999 and supersedes all other Appendix "A" documents. TO: BOARD OF SUPERVISORS C-5 X7 FROM: J. MICHAEL WALFORD, PUBLIC WORKS DIRECTOR DATE: APRIL 4, 2000 SUBJECT: APPROVE THE STATE ROUTE 4 AT SELLERS AVENUE INTERSECTION IMPROVEMENTS PROJECT, BRENTWOOD AREA. PROJECT NO. 4660-6X4028. CDD-CP#99-79. Specific Request(s) or Recommendation(s) & Background & Justification I. RECOMMENDED ACTION: APPROVE the State Route 4 at Sellers Avenue Intersection Improvements Project, and DETERMINE that the project is a California Environmental Quality Act (CEQA) Class 1c Categorical Exemption, and DIRECT the Director of Community Development to file a Notice of Exemption with the County Clerk, and 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. Continued on Attachment: X SIGNATURE RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE —APPROVE —OTHER SIGNATURES : ACTION OF BOARD ON APRIL 4, 2000 APPROVED AS RECOMMENDED_OTHER VOTE OF SUPERVISORS X UNANIMOUS(ABSENT NONE } I hereby certify that this is a true and correct AYES: NOES: copy of an action taken and entered on the LC.df ABSENT: ABSTAIN: minutes of the Board of Supervisors on the G:\Grpdata\EngSvc\ENVIRO\2000projects\CEQAonly\BoardOrders\ date shown. BOSR4@Sellers Orig.Div: Public Works(Engineering Services Division) Contact: D.Spoto, Design APRIL 4, 2000 cc: County Administrator ATTESTED: Attn: E. Kuevor Auditor-Controller PHIL BATCHELOR, Clerk of the Board of Community Development—D.Foley PW Accounting Supervisors and County Administrator Construction L. Chavez, Eng.Services By , Deputy SUBJECT: APPROVE THE STATE ROUTE 4 AT SELLERS AVENUE INTERSECTION IMPROVEMENTS PROJECT, BRENTWOOD AREA. PROJECT NO. 4660-6X4028, CDD CP# 99-79. DATE: APRIL 4, 2000 PACE: 2 I1. FINANCIAL IMPACT: The estimated cost of the project is $270,000. Funding will be 100% Hazard Elimination Safety (HES). III. REASONS FOR RECOMMENDATION/BACKGROUND: The project consists of intersection modifications and installation of a traffic signal. The project is needed to provide more efficient traffic flow through the State Route 4 and Sellers Avenue intersection. The project has been determined to be in compliance with the General Plan and is exempt from CEQA because it consists of the minor alteration of existing facilities involving negligible expansion of use beyond that currently existing. The project will not result in the removal of any scenic resource. IV. CONSEQUENCES OF NEGATIVE ACTION: Delay in approving the project will result in a delay of design and construction and may jeopardize funding. CONTRA PUBLIC WORKS DEPARTMENT A COSTA INITIAL STUDY COUNTY OF ENVIRONMENTAL SIGNIFICANCE PROJECT#4860-6X4028 CP# 99-79 PROJECT NAME: State Route 4 at Sellers Avenue Intersection Improvements PREPARED BY: Leigh Chavez DATE: February 23, 2000 APPROVED BY: DATE:,-y RECOMMENDATIONS: (X) Categorical Exemption (Class 1c) ( ) Negative Declaration ( ) Environmental Impact Report Required () Conditional Negative Declaration The project will not have a significant effect on the environment. The recommendation Is based on the following: The project consists of the minor alteration of existing facilities involving negligible expansion of use beyond that currently existing. The project will not result in the removal of any scenic resource. What changes to the project would mitigate the Identified Impacts NIA USGS Quad Sheet Brentwood Base Map Sheet# M26, N26 Parcel # N/A GENERAL CONSIDERATIONS: 1. Location: The project is located at the intersection of State Route 4 and Sellers Avenue in the east county area near the City of Brentwood (Figures 1-3). 2. Project Description: The project consists of intersection modifications and installation of a traffic signal. The eastbound State Route 4 to southbound Sellers Avenue right tum movement will be converted from a free right turn into a right tum pocket. Eastbound State Highway 4 will be widened approximately one meter (approximately 3 feet). The northbound Sellers Avenue to eastbound State Route 4 right turn will remain essentially the same with the exception of the removal of the existing concrete traffic island. Westbound State Route 4 will be widened just before Sellers Avenue to allow for a right turn pocket. This widening will require 2.4 m (8 ft) of additional pavement. Eastbound State Route 4 will be re-striped in order to create a left tum pocket approximately 80 m (260 ft) in length. Installation of the traffic signal will consist of drilling new foundations, trenching for conduit, installing detector loops and other ancillary features. Traffic control will be in conformance with Caltrans Manual of Traffic Controls. In order to minimize traffic impacts on Highway 4 during peak hours, lane closures will be avoided to the extent feasible during the hours of 6 a.m. to 9 a.m. and 4 p.m. to 6.p.m. No acquisition of right of way will be necessary; however, Caltrans will require an encroachment permit for work performed on the State's right of way. 3. Does it appear that any feature of the project will generate significant public concern? [] yes [X] no [] maybe (Nature of concern): 4. Will the project require approval or permits by other than a County agency? [X] yes 0 no Agency Name(s) Caltrans Encroachment Permit, Public Utilities Commission, and Union Pacific Railroad. 5. Is the project within the Sphere of Influence of any city? Yes, the City of Brentwood G:\engserv\enviro\2000projects\CEQAOnly\Catex\SR4-Sellers CALIFORNIA ENVIRONMENTAL QUALITY ACT Notice of Exemption Contra Costa County Community Development Department 651 Pine Street,4th Floor-North Wing,McBrien Administration Building Martinez, CA 94553-0095 Telephone: (510) 313-2296 Contact Person:Cece Sellgren - Public Works Dept. Project Description, Common Name (if any) and Location: State Route 4 at Sellers Avenue Intersection Improvements, County File#CP 99-79. Project Description: The project consists of intersection modifications and installation of a traffic signal. The eastbound State Route 4 to southbound Sellers Avenue right tum movement will be converted from a free right tum into a right tum pocket. Eastbound State Highway 4 will be widened approximately one meter(approximately 3 feet). The northbound Sellers Avenue to eastbound State Route 4 right tum will remain essentially the same with the exception of the removal of the existing concrete traffic island. Westbound State Route 4 will be widened just before Sellers Avenue to allow for a right turn pocket. This widening will require 2.4 m (8 ft) of additional pavement. Eastbound State Route 4 will be re-striped in order to create a left tum pocket approximately 80 m (260 ft) in length. Installation of the traffic signal will consist of drilling new foundations, trenching for conduit, installing detector loops and other ancillary features. Traffic control will be in conformance with Caltrans Manual of Traffic Controls. In order to minimize traffic impacts on Highway 4 during peak hours, lane closures will be avoided to the extent feasible during the hours of 6 a.m. to 9 a.m. and 4 p.m. to 6.p.m. No acquisition of right of way will be necessary; however, Caltrans will require an encroachment permit for work performed on the State's right of way. Project location: The project is located at the intersection of State Route 4 and Sellers Avenue in the east county area near the City of Brentwood. This project is exempt from CEQA as a: — Ministerial Project(Sec. 15268) _ Other Statutory Exemption, Section_ — Declared Emergency(Sec. 15269(a)) _ General Rule of Applicability(Section 15061(b)(3) _ Emergency Project(Sec. 15269(b)or(c)) X. Categorical Exemption, Class I c for the following reason(s): The proposed project consists of minor alteration of existing facilities involving negligible expansion of use beyond that currently existing. The project will not result in the removal of any scenic resource. Date: By: Community Development Department Representative AFFIDAVIT OF FILING AND POSTING I declare that on 1 received and posted this notice as required by California Public Resources Code Section 21152(c). Said notice will remain posted for 30 days from the filing date. Signature Title Applicant: County Public Works Department 255 Glacier Drive Martinez,CA 94553 Attn: Leigh Chavez County Clerk Fee$50 Due G:\engserv\enviro\2000projects\CEQAOnly\NOE\SR4-Sellers Figure 1 �L m � Ui CY_ I- 0 0 0 V) 0 C) . CY H LLJ (r -" W to m 0 0 < c F- Q .1_ W � 0 C) > 1 ; , a 0 0 < 0 (of)� CL z z d Ll 0 _j w —J e .«...�...... Q C..) d F- Q m (a 0 :-i-,: 0 z LL- L ~ " '- • C w w M Of m P-- er w � � w w w w� C) C) p — — ry Cl <" 00 C) 0! F R y' ill �;.��,�►.*�'' i (•r k rr IF" r . j }}��,..�is_.i[ ♦'�' ;1"± s ^.yam+,,. .!' .,.....••...'..,.*.,....r# t 1i 11s �.o .r� lV , I t . ON At 1 rrT��`� rrt MIv, 3 � x> Figum > Ct�i PQEi� ATE MITS Ilk AVKNUIE SELLERS h S ' -- 1 COO TO: Board of Supervisors FROM: Maurice M. Shiu, Public Works Director DATE: April 4, 2000 SUBJECT: Emergency Closure of Dougherty Road and Emergency Repair of Dougherty Road Bridge RESOLUTION 2000/. 15o (RESOLUTION OF ACCEPTANCE AND NOTICE OF COMPLETION) SPECIFIC REQUEST(S) OR RECOMMENDATION(S) & BACKGROUND AND JUSTIFICATION RECOMMENDATIONS) A. RATIFY the emergency closure on January 6, 2000, by the Public Works Director, of Dougherty Road between Old Ranch Road and Bollinger Canyon Road in the San Ramon area, due to the deteriorated condition of the bridge over Alamo Creek. B. FIND and DECLARE,pursuant to Public Contract Code Sections 22035 and 22050,that an emergency has existed since January 6, 2000, due to the deteriorated condition of the above-described bridge, and that the emergency will not and did not permit a delay resulting from a competitive bidding process for the necessary repairs to the bridge. C. DELEGATE to the Public Works Director or his designee the authority to complete the bridge repairs in the most expeditious manner possible and to enter into one or more purchase orders and/or contracts without competitive bidding and RATIFY the actions of the Public Works Director or his designee in entering into a purchase order and/or contract with Inshore Divers, Inc. D. ACCEPT the Dougherty Road Bridge Repair Project as completed on February 9, 2000 by Inshore Divers, Inc., for a total price of$89,441.00, and DIRECT the Clerk of the Board to file with the County Recorder a copy of this Resolution and Notice as a Notice of Completion for said project. CONTINUED ON ATTACHMENT: X YES SIGNATURE RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE APPROVE OTHER SIGNATURE(S): �` !t/i ACTION OF BOARD ON APRIL 4, 2000 APPROVED AS RECOMMENDED X OTHER VOTE OF SUPERVISORS I HEREBY CERTIFY THAT THIS IS A TRUE AND CORRECT COPY OF AN ACTION TAKEN UNANIMOUS (ABSENT MNF. > AND ENTERED ON THE MINUTES OF THE BOARD OF SUPERVISORS ON THE DATE SHOWN, AYES: NOES: ABSENT: ABSTAIN: ATTESTED: PHIL BATCHELOR, CLERK OF THE BOARD OF SUPERVISORS AND COUNTY ADMINISTRATOR Contact: Jerry Fahy(925)313-7012 f Orig.Dept.: Public Works-Maintenance BY Q1 ,rte DEPUTY cc: Public Works Accounting Atte ted: APRIL 4, 2000 Administration Maintenance County Administrator Auditor-Controller County Counsel