Loading...
HomeMy WebLinkAboutMINUTES - 05152001 - C.6 TO: BOARD OF SUPERVISORS FROM: MAURICE M. SHIU, PUBLIC WORKS DIRECTOR DATE: May 15, 2001 SUBJECT: APPROVE the Countywide Sidewalk Gap Closure and San Pablo Dam Road Sidewalk projects and DETERMINE that the projects are California Environmental Quality Act (CEQA) Class Ic Categorical Exemptions, and AUTHORIZE the Public Works Director to ADVERTISE the projects at his discretion, Countywide area. [CDD-CP #00-78]. Project Nos. 0662-6R4340 and 0662-6R4346 Specific Request(s) or Recommendation(s) & Background & Justification I. RECOMMENDED ACTION: APPROVE the Countywide Sidewalk Gap Closure and San Pablo Dam Road Sidewalk projects and, DETERMINE that the project is a California Environmental Quality Act (CEQA) Class Ic Categorical Exemption, and AUTHORIZE the Public Works Director to ADVERTISE the project at his discretion, and DIRECT the Director of Community Development to file a Notice of Exemption with the County Clerk. Continued on Attachment: X SIGNATURE: RECOMMENDATION OF COUNTY ADMINISTRATOR (j RECOMMENDATION OF BOARD COMMITTEE —APPROVE OTHER SIGNATURE(S): ACTION OF BOARD ON May 15, 2001 APPROVED AS RECOMMENDED x OTHER_ VOTE OF SUPERVISORS I hereby certify that this is a true and correct copy of X UNANIMOUS(ABSENT ) an action taken and entered on the minutes of the AYES: NOES: ABSENT: ABSTAIN: Board of Supervisors on the date shown. TT:sd G:\GrpData\SpDist\Board Orders\2001\05 May\ ATTESTED: May 15, 2001 Countywide Gap&San Pablo Dam Rd Sidewalk-Cat Ex(05-15-01).doc Orig.Div: Public Works(Engineering Services Division) JOHN SWEETEN, Clerk of the Board of Contact: Cece Sellgren (925)313-2296 Supervisors and County Administrator cc: Administrator-Attn: E.Kuevor _ Auditor-Controller Community Development–K.Piona Public Works: Accounting By Construction-R. Bruno Design- C. Melendez Deputy \ D.Spoto Engineering Services -T.Torres,Enviro. Transp. Eng.-A.Schaal SUBJECT: APPROVE the Countywide Sidewalk Gap Closure and San Pablo Dam Road Sidewalk projects and DETERMINE that the projects are California Environmental Quality Act (CEQA) Class lc Categorical Exemptions, and AUTHORIZE the Public Works Director to ADVERTISE the projects at his discretion, Countywide area. [CDD-CP#00-78]. Project Nos. 0662-6R4340 and 0662-6R4346 DATE: May 15, 2001 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. I.I. FINANCIAL IMPACT: The estimated project cost for the Countywide Sidewalk Gap Closure is $334,500.00, funded by Transportation Enhancement Activities (TEA)-(88.5%) and Road Funds-(11.5%) The estimated project cost for the San Pablo Dam Road Sidewalk is $225,153.00, funded by Safe Routes to School Program Funds (88.5%) and Local Funds (11.5%). III. REASONS FOR RECOMMENDATION/BACKGROUND: The purpose of this project is to connect sections of sidewalk to provide pedestrian and mobility impaired access to schools and public transit bus stops. The project consists of trimming and removing vegetation; removing and replacing fences; excavating, backfilling, installing retaining walls (less than 18 inches in height and less than 100 feet length); removing and installing sidewalk, ADA compliance (Americans with Disabilities Act) curb ramps, gutters, and pavement for intermittent road widening to align the curbs with the adjacent properties; installing and adjusting drainage inlets and yard drains; installing bike lanes; back filling behind sidewalks; removing burm, restriping the roadway; adjusting mailboxes and utilities. The project also includes conforming driveways as needed throughout the project site. Strips of right-of-way may need to be obtained and a "No Fee Encroachment Pen-nit"will be obtained from the City of Richmond. Throughout portions of the entire project, construction activities may impact the root systems of some trees. In order to minimize damage to any of the trees, any roots exposed during excavation will be cut cleanly and tree branches will be trimmed. In addition, any oak tree root systems greater than 6-inch in diameter (DBH) that are exposed during excavation shall be wrapped with wet.burlap to minimize shock. Also throughout the project, some trees will have to be removed. No stands of trees will be affected. Therefore, these trees do not constitute a 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 COSTA INITIAL STUDY COUNTY OF ENVIRONMENTAL SIGNIFICANCE PROJECT #'s 0662-6R4340 & 0662-6R4346 CP# 00-78 PROJECT NAME: Countywide Sidewalk Gap Closure & San Pablo Dam Road Sidewalk PREPARED BY: Trina Torres �. DATE: March 19, 2001 APPROVED BY: � '�—�� DATE: W,3 RECOMMENDATIONS: ( ✓) Categorical Exemption (Class Ic ) 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 involves the minor alteration of existing public facilities involving no expansion of use beyond previously existing. What changes to the project would mitigate the identified impacts USGS Quad Sheet Richmond, Walnut Creek, &Honker Bay Base Map Sheet # J-6, P-13, E-17, H-13, &H-14 Parcel # N/A GENERAL CONSIDERATIONS: 11 1. Location: There are 5 site locations throughout Contra Costa County. Site 1 is located in the west county area on San Pablo Dam Rd. and May Ave. in the EI Sobrante area. Site 2 is located in the central county area on Olympic Blvd. in the Walnut Creek area. Site 3 is located in the central county area on Alves Lane in the Bay Point area. Site 4 is located in the central county area on Center Ave. in the Pacheco area. Site 5 is located in the central county area on Aspen Drive, in the Pacheco area. (Figures 1-3) 2. Project Description: The purpose of this project is to connect sections of sidewalk to provide pedestrian and mobility impaired access to schools and public transit bus stops. The project consists of trimming and removing vegetation; removing and replacing fences; excavating, backfilling, installing retaining walls (<18 inches in height and <100 feet length); removing and installing sidewalk, ADA(Americans with Disabilities Act)curb ramps, gutters, and pavement for intermittent road widening to align the curbs with the adjacent properties; installing and adjusting drainage inlets and yard drains; installing bike lanes; back filling behind sidewalks; removing burm, restripingthe roadway; adjusting mailboxes and utilities. The project also includes conforming driveways as needed throughout the project site. Strips of right-of-way may need to be obtained and a "No Fee Encroachment Permit" will be obtained from the City of Richmond. Throughout portions of the entire project, construction activities may impact the root systems of some trees. In order to minimize damage to any of the trees, any roots exposed during excavation will be cut cleanly and tree branches will be trimmed. In addition, any oak tree root systems greater than 6-inch in diameter(DBH)that are exposed during excavation shall be wrapped with wet burlap to minimize shock. Also throughout the project, some trees will have to be removed. No stands of trees will be affected. Therefore, these trees do not constitute a scenic resource. (Page 1 of 2) /tt \\PWS4\SHARDATA\GrpData\EngSvc\ENVIRO\2000 projects\CEQAonly\Cat. Ex\Countywide Sidewalk Gap.doc Countywide Sidewalk Gap Closure and Sari Pablo Dam Rd. Sidewalk 0662-6R4340 and 0662-6R4346/CP#00-78 At Site 1 - San Pablo Dam Rd. and May Rd.-E/Sobrante area (Figure 2); On the west side of May Road approximately 500 feet north of Laurel Lane, adjust the existing drainage inlet, install curb, gutter, and sidewalk from the drainage inlet to approximately 100 feet north of Laurel Lane to connect into the existing sidewalk. On the northwest corner of Laurel Lane at May Road adjacent to the Sheldon Elementary School, remove and replace existing curb and sidewalk with ADA curb, gutter,and sidewalk. On the southwest corner of Laurel Lane at May Road, excavate a mounded dirt path that lies between a 16-inch DBH (diameter at breast height) non- native tree and a utility pole, install a 20-foot retaining wall, and replace the dirt path with ADA curb ramps, gutter and sidewalk. Clean cut the roots of the 16-inch DBH non-native tree. On May Rd. from Laurel Lane, south to San Pablo Dam Road install curb, gutter, and sidewalk. On the north side of San Pablo Dam Road west of May Rd., remove two walnut trees (6-inch DBH and a 36-inch DBH), and two non-native maple trees (<10-inch DBH) and install curb, gutter, and sidewalk. On the north side of San Pablo Dam Road at Clark Road, remove and replace existing sidewalk with ADA curb, gutter, and sidewalk. On the south side of San Pablo Dam Road at the east and west corners of Clark Road, remove and replace existing burm with ADA curb ramps, gutter, and sidewalk. On the south side of San Pablo Dam Road, approximately 30 feet west of Greenridge Drive, remove a 6-inch DBH buckeye tree and a 16-inch DBH non-native olive tree. Trim tree branches and/or remove ornamental shrubbery, adjust mailboxes and utilities, as needed, along the project site. Conform driveways, as needed throughout the project site. Strips of right-of-way may need to be obtained from homeowners, as well as "No Fee Encroachment Permit"from the City of Richmond. At Site 2- Olympic Blvd.-Walnut Creek area (Figure 2): On the south side of Olympic Boulevard, from Alder Avenue to Newell Avenue, excavate, install sidewalk,ADA curb ramps, and gutters. Adjust mailboxes, fences, and utilities as needed. Construction activities may impact the root systems of a 20-inch DBH oak tree at the intersection of Olympic Blvd. and Alder Ave, and a 3-inch (DBH)valley oak at 2047-A Olympic Blvd. Any oak tree root systems greater than 6-inch in diameter(DBH), that are exposed during excavation, shall be wrapped with wet burlap to minimize shock. Three elm trees (1-inch <6-inch DBH)at 2095 Olympic Blvd., and a 13-inch DBH elm at the intersection of Crawford Court and Olympic Blvd.will be removed. Bollards will be installed at the west side of Newell Ave. at Olympic Blvd. Trim tree branches and/or remove ornamental shrubbery along project site. At Site 3-Alves Lane-Bay Point area(Figure 3): On the west side of Alves Lane,from 100 feet south of Willow Pass Road to Hill Street, remove and replace existing curb and sidewalk, ADA curb ramps, gutter, and sidewalk to provide access to the Delta De Anza Trail. Remove one non-native tree (<6-inch DBH), approximately 150 feet south of Willow Pass Road. Install a 100-foot retaining wall. Remove one non-native tree (<10-inch DBH), approximately 120 feet north of the intersection of Alves Lane and Hill Street. Remove a non-native carob (<24- inch DBH), approximately 100 feet south of the intersection of Alves Lane and Hill Street. Adjust fences and utilities, trim tree branches and/or remove non-native shrubbery along the project site. At Site 4--Center Avenue-Pacheco area(Figure 3): Along the north side of Center Avenue,from the Grayson Creek Bridge westerly to the Martinez City Limits, widen sections of pavement, install ADA curbs, gutters, sidewalks, and drainage inlets. Also, restripe the roadway for bike lanes from Hidden Lakes Drive to Aspen Drive. Trim tree branches and shrubbery along the project site. At Site 5- Aspen Drive-Pacheco area (Figure 3): Along the west side of Aspen Drive, install ADA curb ramps, gutters, sidewalks, drainage inlets, and pipes, adjust fences and utilities. Remove a non-native willow (approximately 20-inch DBH) and a non-native almond (approximately 4-inch DBH). Adjacent to the Aspen Apartments complex parking lot, remove a 12-inch non-native eucalyptus, backfill the existing earthen ditch (approximately 200' long x 5'wide x 3'deep), install ADA curb, gutter, and sidewalk, adjust drainage inlets to tie into the new curb and gutter. Also, modify the existing driveway to accommodate the driveway ramp. Trim tree branches and/or remove shrubbery along the project site. 3. Does it appear that any feature of the project will generate significant public concern? [] yes [✓] no [] maybe (Nature of concern): 4. Will the project require approval or permits by other than a County agency? [X] yes [ ] no Agency Name(s) City of Richmond — encroachment permit. 5. Is the project within the Sphere of Influence of any city? Yes. (Cities of Richmond, Walnut Creek, Pleasant Hill, and Pittsburg) (Page 2.of 2) At \\PWS4\SHARDATA\GrpData\EngSvc\ENVIRO\2000 projects\CEQAonly\Cat.Ex\Countywide Sidewalk Gap.doc s � n V � O �t � � � \"'•lJ ✓ ^ � no G c� O tP �� `✓� CA o Z CA 0 m J� C O y N _ N pCD CD Z O p � p O s O d � C O C > C p 1 co �N V 2 C r, i fl o p O y. c uJ a� a.1 U j;;; O S� 0 O 4 cd T � 9� co r ! r r � p _ o o � � � � t c � w N 0 N O •r` � 4n W o � a sa o O u U � T V O� � O c f `2 CIS N i � g .o o O `° ♦ i k co 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: (925) 313-2296 Contact Person:Cece Sellgren - Public Works Dept. Project Description, Common Name (if any) and Location: Countywide Sidewalk Gap Closure & San Pablo Dam Road Sidewalk, County File #CP 00-78. Project Description: The purpose of this project is to connect sections of sidewalk to provide pedestrian and mobility The purpose of this project is to connect sections of sidewalk to provide pedestrian and mobility impaired access to schools and public transit bus stops. The project consists of trimming and removing vegetation; removing and replacing fences; excavating, backfilling, installing retaining walls (<18 inches in height and <100 feet length); removing and installing sidewalk,ADA(Americans with Disabilities Act)curb ramps, gutters, and pavement for intermittent road widening to align the curbs with the adjacent properties; installing and adjusting drainage inlets and yard drains; installing bike lanes; back filling behind sidewalks; removing burm, restriping the roadway; adjusting mailboxes and utilities. The project also includes conforming driveways as needed throughout the project site. Strips of right-of-way may need to be obtained and a "No Fee Encroachment Permit'will be obtained from the City of Richmond. Throughout portions of the entire project, construction activities may impact the root systems of some trees. In order to minimize damage to any of the trees, any roots exposed during excavation will be cut cleanly and tree branches will be trimmed. In addition, any oak tree root systems greater than 6-inch in diameter(DBH)that are exposed during excavation shall be wrapped with wet burlap to minimize shock. Also throughout the project, some trees will have to be removed. No stands of trees will be affected. Therefore, these trees do not constitute a scenic resource. Project location: There are 5 site locations throughout Contra Costa County. Site 1 is located in the west county area on San Pablo Dam Rd. and May Ave. in the EI Sobrante area. Site 2 is located in the central county area on Olympic Blvd. in the Walnut Creek area. Site 3 is located in the central county area on Alves Lane in the Bay Point area. Site 4 is located in the central county area on Center Ave. in the Pacheco area. Site 5 is located in the central county area on Aspen Drive, in the Pacheco area. (Figures 1-3) At Site 1 - San Pablo Dam Rd. and May Rd.-EI Sobrante area (Figure 2): On the west side of May Road approximately 500 feet north of Laurel Lane, adjust the existing drainage inlet, install curb, gutter, and sidewalk from the drainage inlet to approximately 100 feet north of Laurel Lane to connect into the existing sidewalk. On the northwest corner of Laurel Lane at May Road adjacent to the Sheldon Elementary School, remove and replace existing curb and sidewalk with ADA curb, gutter, and sidewalk. On the southwest corner of Laurel Lane at May Road, excavate a mounded dirt path that lies between a 16-inch DBH (diameter at breast height) non- native tree and a utility pole, install a 20-foot retaining wall, and replace the dirt path with ADA curb ramps, gutter and sidewalk. Clean cut the roots of the 16-inch DBH non-native tree. On May Rd. from Laurel Lane, south to San Pablo Dam Road install curb, gutter, and sidewalk. On the north side of San Pablo Dam Road west of May Rd., remove two walnut trees (6-inch DBH and a 36-inch DBH), and two non-native maple trees(<10-inch DBH) and install curb, gutter, and sidewalk. On the north side of;San Pablo Dam Road at Clark Road, remove and replace existing sidewalk with ADA curb, gutter, and sidewalk. On the south side of San Pablo Dam Road at the east and west corners of Clark Road, remove and replace existing burm with ADA curb ramps, gutter, and sidewalk. On the south side of San Pablo Dam Road, approximately 30 feet west of Greenridge Drive, remove a 6-inch DBH buckeye tree and a 16-inch DBH non-native olive tree. Trim tree branches and/or remove ornamental shrubbery, adjust mailboxes and utilities, as needed, along the project site. Conform driveways, as needed throughout the project site. Strips of right-of-way may need to be obtained from homeowners, as well as"No Fee.Encroachment Permit'from the City of Richmond. At Site 2 - Olympic Blvd.-Walnut Creek area(Figure 2): On the south side of Olympic Boulevard, from Alder Avenue to Newell Avenue, excavate, install sidewalk, ADA curb ramps, and gutters. Adjust mailboxes, fences, and utilities as needed. Construction activities may impact the root systems of a 20-inch DBH oak tree at the intersection of Olympic Blvd. and Alder Ave, and a 3-inch (DBH) valley oak at 2047-A Olympic Blvd. Any oak tree root systems greater than 6-inch in diameter(DBH), that are exposed during excavation, shall be wrapped with wet burlap to minimize shock. Three elm trees (1-inch <6-inch DBH)at 2095 Olympic Blvd., and a 13-inch DBH elm at the intersection of Crawford Court and Olympic Blvd. will be removed. Bollards will be installed at the west side of Newell Ave. at Olympic Blvd. Trim tree branches and/or remove ornamental shrubbery along project site. Page 1 of 2 G:\GrpData\EngSvc\ENVIRO\2000 projects\CEQAonly\NOE\Countywide Gap&SPDR Sidewalk.doc Countywide Sidewalk Gap Closure and San Pablo Dam Road Sidewalk 062-6R4340 &0662-6R4346/CP#00-78 At Site 3-Alves Lane-Bay Point area(Figure 3): On the west side of Alves Lane,from 100 feet south of Willow Pass Road to Hill Street, remove and replace existing curb and sidewalk, ADA curb ramps, gutter, and sidewalk to provide access to the Delta De Anza Trail. Remove one non-native tree (<6-inch DBH), approximately 150 feet south of Willow Pass Road. Install a 100-foot retaining wall. Remove one non-native tree (<10-inch DBH), approximately 120 feet north of the intersection of Alves Lane and Hill Street. Remove a non-native carob (<24- inch DBH), approximately 100 feet south of the intersection of Alves Lane and Hill Street. Adjust fences and utilities, trim tree branches and/or remove non-native shrubbery along the project site. At Site 4--Center Avenue-Pacheco area(Figure 3):Along the north side of Center Avenue, from the Grayson Creek Bridge westerly to the Martinez City Limits, widen sections of pavement, install ADA curbs, gutters, sidewalks, and drainage inlets. Also, restripe the roadway for bike lanes from Hidden Lakes Drive to Aspen Drive. Trim tree branches and shrubbery along the project site. At Site 5-Aspen Drive-Pacheco area (Figure 3):Along the west side of Aspen Drive, install ADA curb ramps, gutters, sidewalks, drainage inlets, and pipes, adjust fences and utilities. Remove a non-native willow (approximately 20-inch DBH) and a non-native almond (approximately 4-inch DBH). Adjacent to the Aspen Apartments complex parking lot, remove a 12-inch non-native eucalyptus, backfill the existing earthen ditch (approximately 200' long x 5'wide x 3' deep), install ADA curb, gutter, and sidewalk, adjust drainage inlets to tie into the new curb and gutter. Also, modify the existing driveway to accommodate the driveway ramp. Trim tree branches and/or remove shrubbery along the project site. 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)) Categorical Exemption, Class 1c for the following reason(s): The project involves the minor alteration of existing public facilities involving no expansion of use beyond previously existing. Date: By: Community Development Department Representative AFFIDAVIT OF FILING AND POSTING I declare that on I 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: Trina Torres County Clerk Fee $50 Due Page 2 of 2 G:\GrpData\EngSvc\ENVIRO\2000 projects\CEQAonly\NOE\Countywide Gap& SPDR Sidewalk.doc PROOF OF PUBLICATION (2015.5 C.C.P.) Installation of curb, side- I been predetermined and ' walk,storm drain,retaining are cn file with California ; walls, signal detector Dep artment of Industrial STATE OF CALIFORNIA loops,and traffic stripes. Relations are referenced i gen- Countyof Contra Costa 1 eral prevailing wage rates. Engineer's cost estimate: $383,000. I am a citizen Of the United States and a resident of the THIS PROJECT HAS A ' The Federal Minimum County aforesaid; I am over the age of eighteen years, andGOAL OF 12 PERCENT wage rates for this project n01 a party t0 Or Interested In the above entitled matter. DISADVANTAGED BUST- as predetermined by the United States Secretary of NESS ENTERPRISE (DBE) Labor are set forth in the I am the Principal Legal Clerk of the West County Times, a PARTICIPATION PROPOSAL AND CON- newspaper of eneral circulation, printed and published at A prebid meeting will be TRACT BOOK. If there is e 9 P P difference between the 2640 Shadelands Drive in the Cit of Walnut Creek, County held on Monday, AUGUST minimum wage rates pre- y tY 27,2001,at 10:00 a.m.,at of Contra Costa,94598. determined by the re- the Public Works Depart- � torryy.of Labor and thee pre- ment to cover DBE require- vail'ing wage rates And which newspaper has been adjudged a newspaper of ments.Prospective bidders determined by the Director Depart- general circulation b the Superior Court of the Count Of attendance Is recom- of the California Depart- 9 Y P Y mended but not mandato- ment of Industrial Relations Contra Costa, State of California, under the date of August ry for similar classifications of 29, 1978. Case Number 188884, Contract Documents, In- labor, the Contractor and cludin plans and s ecifl- his subcontractors shall The notice, of which the annexed is a printed co set in g p p pay not less than the higher P PY ( cations, may be viewed wage.The County of contra type not smaller than nonpareil),has been published in each and/or obtained at the Pub- Costa will not accept lower ular and entire issue of said newspaper and not in an lic Works Department C. State wage rates not.spe- re gY C. Rich Building, 255 bla- cificalty included in the Fed- supplement thereof on the following dates,to-wit: tier Drive Martinez,Califer- eral,ninimurn wage deter- rile 9455'3-4897, Mone% minations. This includes Thursday, (7:00 a.m. 11 AUQUSt 17 "helper" (or other classifi- noon and 1:00 m.- 5:00 cations based on hours of p.m.) (Closed Fridays). To experience) or any other all in the year of 2001 obtain plans and speafica- classification not appearing tions a service charge is re- in the Federal Wage deter- quired in the amount of minations. Where Federal I certify (or declare) under penalty of perjury that the 532.40(sales tax included). wage determinations do Plans and specifications not contain the State wage foregoing is true and correct. may be ordered by mall for rate determination other- Executed at Walnut Cree alifornia. an additional shipping and wise available for use by handling fee of $3.00. the Contractor and sub- On th' da f tn. WM29C.,l Checks shall be made pa - contractors,the Contractor able to "The County of and subcontractors shall Contra Costa"and may be pay not less than the Fed- .......... ... �! Fed- mailed to the above ad- eral minimum wage rate dress. The Public Works which most closely approx- Signat re Department does not guar- Imates the duties of the antee the arrival of the employees In question. West C Unty Times plans and specifications in The U.S. Department of P O BO 100 time for bidding.Plans and Transportation (DOT) pro- Pinole, A 94564 specifications will not be vides a toll-free hotline" sent overnight mail. service to report bid rigging (510)262-2740 This project is to be adver- activities.Bid rigging activi- tised pursuant to Public ties can be reported Mon- Contract Code 22037. Proof of Publication of: days through Fridays, be- tween 9:00 a.m. and 5:00:00 (attached is a copy of the legal advertisement that published) This contract is subject to P.M. eastern time tele- state contract nondiscriml- phone no.1-800-424-9071. nation and compliance re- Anyone with knowledge of quirements pursuant to possible bid rigging,bidder Government Code,Section collusion, or other fraudu- 12290. lent activitles should use The Contractor shall pos- the "hotline" to report sess a Class A or Class C- these activities. The "hot- 12 Contractor's License at t line" is part of.the DOTS the time the Contract is r continuing effort to Identify awarded. and investigate highway Bids must cover the entire construction contract fraud project, and neither partial 1 and abuse land is operated nor contingent bids willbe under the direction of the considered. DOT Inspector General.All The successful bidder shall I Information will be.treated Contra Costa L;ounty 0 furnish a payment bond f confidentiallyy and caller an- Public Works ar d ape;orrnance bond. nnymity will be respected. Deppartment 255 Glacler Drive Pursuant to Section 1773 of fThe bid o ening date may Martlnez,Callfornl the Labor Code,the gener- bcextandedbyaddendum 94553-4897 al prevailing wage rates in I issued by.the Public Works NOTICE TO the county, or counties, in Department no later than CONTRACTORS which the work is to be September 14, 2001, in done have been deter- which case any bids sub- The Public Works Director mined by the Director of f miffed for the original bid will receive sealed bids at the California Department t opening will be returned the Public Works Depart- of Industrial Relations. unopened and sealed bid ment, C.C. Rich Building, These wage rates are set t proposals for the extended 255 Glacler Drive,Martinez forth in the General Prevail- - bid opening shall be sub- California 94553-4897,until ing Wage Rates for this s mitted on or before Octo- 2 o'clock p m.ion Septem- 3 bar 2, 2001 at 2:00 m. be 18,2001,at which time project available at the and will be opened, read they will be publicly opened above address and avail- and recorded at the same and read for.SAN PABLO able from the California De- place specified above. All DAM RbAD/MAY ROAD partment of Industrial Rela- ,t pro sats received late will SIDEWALK IMPROVE- tions' Internet web site at b p° MENTS http:/Avww.dir.ca.gov. Fu- a returned unopened. ture effective general pre- a The said Board reserves General work description: vailing wages which have the right to reject any and all bids or any portion of any bid and/or waive any ir- regularity in any bid re- ceived. For questions reggardingp the protect contact Dlane 5 to,Design Division,at( 25) 313-2300. By order of the Board of Supervisors of Contra Cos- ta County John Sweeten Clerk of the Board of Supervisors and County Administrator By/s/E.Sharp Dated:May 15 2001 Leal WC T 265 Publish August 17 2 yE . LEGAL PUBLICATION REQU:ISTION Contra Costa County sr+ couil From: Clerk of the Board To: West County Times 651 Pine St., Room 106 PO Box 100 Martinez, CA 94553 Pinole, CA 94564 Requested by: Date: I54, �/ Phone No: - ->� `��- �j�` Reference No: � / 6)602 6�- 3 Org: c��O-Z Sub Object: Task: ` Activity: Publication .Date (s): No. of Pages: .� LEGAL PUBLICATION- ""Immediately upon expiration of publication,"" send in one affidavit for each publication in order that the auditor may be authorized to pay your bill. Authorized Signature: Please confirm date of publication & receipt of this fax. Project Name: SAN PAB.LO DAM ROAD/MAY ROAD SIDEWALK I1VIPROVEMENTS--, Prc jeco-Number: 0662-6.R43 46-01 Contra Costa County Public Works Department 255 Glacier Drive,Martinez, California 94553-4897 NOTICE TO CONTRACTORS The Public Works Director will receive sealed bids at the Public Works Department, C.C. Rich Building, 255 Glacier Drive, Martinez, California 94553-4897, until 2 o'clock p.m., on September 18, 2001, at which time they will be publicly opened and read, for: SAN PABLO DAM ROAD/MAY ROAD SIDEWALK IMPROVEMENTS. General work description: Installation of curb, sidewalk, storm drain,retaining walls, signal detector loops, and traffic stripes. Engineer's cost estimate: $ 383,000 THIS PROJECT HAS A GOAL OF 12 PERCENT DISADVANTAGED BUSINESS ENTERPRISE (DBE)PARTICIPATION. A pre-bid meeting will be held on Monday, August 27, 2001, at 10:00 a.m. at the Public Works Department to cover DBE requirements. Prospective bidders attendance is recommended but not mandatory. Contract Documents, including plans and specifications, may be viewed and/or obtained at the Public Works Department, C.C. Rich Building, 255 Glacier Drive, Martinez, California 94553- 4897, Monday - Thursday (7:00 a.m. - 12 Noon and 1:00 p.m. - .5:00 p.m.) (closed Fridays). To obtain plans and specifications a service charge is required in the amount of $32.40 (sales tax included). Plans and specifications may be ordered by mail for an additional shipping and handling fee of $3.00. Checks shall be made payable to 'The County of Contra Costa' and be mailed to the above address. The Public Works Department does not guarantee the arrival of the plans and specifications in time for bidding. Plans and specifications will not be sent overnight mail. This project is to be advertised pursuant to Public Contract Code 22037. This contract is subject to state contract nondiscrimination and compliance requirements pursuant to Government Code, Section,12990. The Contractor shall possess a Class A or Class C-12 Contractor's License at the time the Contract is awarded. Bids must cover the entire project, and neither partial nor contingent bids will be considered. The successful bidder shall furnish a payment bond and a performance bond. Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates in the county in which the work is to be done have been determined by the Director of the California Department of Industrial Relations. These wages are set forth in the General Prevailing Wage Rates for this project, available at the above address and available from the California Department of Industrial Relations' Internet web site at http://wwkv.dir.ca.gov. Future effective general prevailing wage rates which have been predetermined and are on file with the California Department of Industrial Relations are referenced but not printed in the general prevailing wage rates. The Federal minimum wage rates for this project as predetermined by the United States Secretary of Labor are set forth in the PROPOSAL and CONTRACT book. If there is a difference between the minimum wage rates predetermined by the Secretary of Labor and the prevailing wage rates determined by the Director of the California Department of Industrial Relations for similar classifications of labor, the Contractor and his subcontractors shall pay not less than the higher wage. The County of Contra Costa will not accept lower State wage rates not specifically included in the Federal minimum wage determinations. This includes "helper" (or other classifications based on hours of experience) or any other classification not appearing in the Federal wage determinations. Where Federal wage determinations do not contain the State wage rate determination otherwise available for use by the Contractor and subcontractors, the Contractor and subcontractors shall pay not less than the Federal minimum wage rate which most closely approximates the duties of the employees in question The U.S. Department of Transportation (DOT) provides a toll-free "hotline" service to report bid rigging activities. Bid rigging activities can be reported Mondays through Fridays, between 9:00 a.m. and 5:00 p.m., eastern time, Telephone no. 1-800-424-9071. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report these activities. The "hotline" is part of the DOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the DOT Inspector General. All information will be treated confidentially and caller anonymity will be respected.. The bid opening date may be extended by addendum issued by the Public Works Department no later than September 14, 2001, in which case any bids submitted for the original bid opening will be returned unopened and sealed bid proposals for the extended bid opening shall be submitted on or before October 2, 2001, at 2:00 p.m., and will be opened, read and recorded at the same place specified above. All proposals received late will be returned unopened. The said Board reserves the right to reject any and all bids or any portion of any bid and/or waive any irregularity in any bid received. For questions regarding the project contact Diane Spoto, Design Division, at(925) 313-2308. By order of the Board of Supervisors of Contra Costa County John Sweeten Clerk of the Board of Supervisors and County Administrator By Deput. Dated: MAY 157 2001 Publication dates: AUGUST 17 , 2001 CONTRA COSTA COUNTYPUBLIC WORKS DEPARTMENT 255 GRACIER DRIVE, MARTINEZ, CALIFORNIA DATE: August 14, 2001 TO: Clerk of the Board of Supervisors FROM: Uhael Hollingsworth, Assistant Public Works Director, Design SUBJECT: Authorization to Advertise "San Pablo Dam Road/May Road Sidewalk Improvements" This is your Authorization to advertise the attached Notice to Contractors for the"San Pablo Dam Road/May Road Sidewalk Improvements" project and publish the Notice to Contractors under Public Contract Code: 22037 The attached Board Order authorization the Public Works Director to advertise this project at his discretion was approved on: May 15, 2001 The bid due date for this project is: September 18, 200.1 Project No: 0662-684346-01 N4I-I:DS:mp G:`..Grpl)ata`.Design\Correspondence\San Pablo Dam Road\Authorization to Advertise SPDR.doc Attachments • -� Z. LEGAL PUBLICATION REQUISTION • -•L Contra Costa County From: Clerk of the Board To: Contra Costa Times 651 Pine St., Room 106 PO Box 5124 Martinez, CA 94553 Walnut Creek, CA 94596 Requested by: . y 0;4a_,w-z Date: vkwv 44t*-Yy oZ9, �a2 Phone No: Reference No: 6� Org: NO Sub Object: Task: Activity: Publication Date (s): �'' ''' �p r fyr��-9� cviTl� o y rr� a. , �crr� � o2j, o?-�r o•Z./�'`v�Er No. of Pages: 3 LEGAL PUBLICATION- e ""Immediately upon expiration of publication,""­ send in one affidavit for each publication in order that the auditor may be authorized to pay your bill. Authorized Signature: Please confirm date of publication & receipt of this fax .roP' j�t , 'SN PABLO DAM �AD/MAY SIDE . A K I OVFsIv Is Pr ' ct Num er: 0662=684346=01 Contra Costa County Public Works Department 255 Glacier Drive, Martinez, California 94553-4897 NOTICE TO CONTRACTORS The Public Works Director will receive sealed bids at the Public Works Department, C.C. Rich Building, 255 Glacier Drive, Martinez, California 94553-4897, until 2 o'clock p.m., on March 5, 2002, at which time they will be publicly opened and read, for: SAN PABLO DAM ROAD/MAY ROAD SIDEWALK IMPROVEMENTS. General work description: Installation of curb, sidewalk, storm drain, retaining walls, signal detector loops, and traffic stripes. Engineer's cost estimate: $ 417,000 THIS PROJECT HAS A GOAL OF 12 PERCENT DISADVANTAGED BUSINESS ENTERPRISE (DBE)PARTICIPATION. A pre-bid meeting will be held on Monday, February 11, 2002, at 10:00 a.m. at the Public Works Department to cover DBE requirements. Prospective bidders attendance is recommended but not mandatory. Contract Documents, including plans and specifications, may be viewed and/or obtained at the Public Works Department, C.C. Rich Building, 255 Glacier Drive, Martinez, California 94553- 4897, Monday - Thursday (7:00 a.m. - 12 Noon and 1:00 p.m. - 5:00 p.m.) (closed Fridays). To obtain plans and specifications a service charge is required in the amount of $32.48 (sales tax included). Plans and specifications may be ordered by mail for an additional shipping and handling fee of $3.00. Checks shall be made payable to 'The County of Contra Costa' and be mailed to the above address. The Public Works Department does not guarantee the arrival of the plans and specifications in time for bidding. Plans and specifications will not be sent overnight mail. Contract documents may also be viewed and purchased by members of www.demandstar.com for a fee which may vary from that quoted above. This project is to be advertised pursuant to Public Contract Code 22037. This contract is subject to state contract nondiscrimination and compliance requirements pursuant to Government Code, Section 12990. The Contractor shall possess a Class A or Class C-12 Contractor's License at the time the Contract is awarded. Bids must cover the entire project, and neither partial nor contingent bids will be considered. The successful bidder shall furnish a payment bond and a performance bond. Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates in the county in which the work is to be done have been determined by the Director of the California Department of Industrial Relations. These wages are set forth in the General Prevailing Wage Rates for this project, available at the above address and available from the California Department of Industrial Relations' Internet web site at http://www.dir.ca.gov. Future effective general prevailing wage rates which have been predetermined and are on file with the California Department of Industrial Relations are referenced but not printed in the general prevailing wage rates. The Federal minimum wage rates for this project as predetermined by the United States Secretary of Labor are set forth in the PROPOSAL and CONTRACT book. If there is a difference between the minimum wage rates predetermined by the Secretary of Labor and the prevailing wage rates determined by the Director of the California Department of Industrial Relations for similar classifications of labor, the Contractor and his subcontractors shall pay not less than the higher wage. The County of Contra Costa will not accept lower State wage rates not specifically included in the Federal minimum wage determinations. This includes"helper" (or other classifications based on hours of experience) or any other classification not appearing in the Federal wage determinations. Where Federal wage determinations do not contain the State wage rate determination otherwise available for use by the Contractor and subcontractors, the Contractor and subcontractors shall pay not less than the Federal minimum wage rate which most closely approximates the duties of the employees in question The U.S. Department of Transportation (DOT) provides a toll-free "hotline" service to report bid rigging activities. Bid rigging activities can be reported Mondays through Fridays, between 9:00 a.m. and 5:00 p.m., eastern time, Telephone no. 1-800-424-9071. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report these activities. The "hotline" is part of the DOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the DOT Inspector General. All information will be treated confidentially and caller anonymity will be respected.. The bid opening date may be extended by addendum issued by the Public Works Department no later than February 27, 2002, in which case any bids submitted for the original bid opening will be returned unopened and sealed bid proposals for the extended bid opening shall be submitted on or before March 19, 2002, at 2:00 p.m., and will be opened, read and recorded at the same place specified above. All proposals received late will be returned unopened. The said Board reserves the right to reject any and all bids or any portion of any bid and/or waive any irregularity in any bid received. For questions regarding the project contact Bill Fernandez, Design Division,at(925) 313-2294. By order of the Board of Supervisors of Contra Costa County John Sweeten Clerk of the Board of Supervisors and County Administrator By Deputy Dated: Publication dates: CONTRA COSTA COUNTYPUBLIC WORKS DEPARTMENT 255 GRACIER DRIVE, MARTINEZ, CALIFORNIA DATE: JANUARY . 29 , 2002 TO: Clerk of the Board of Supervisors FROM: Michael Hollingsworth, As ' tant ubl' rector, Co traction SUBJECT: Authorization to Advertise "San Pablo Dam Roa May Road Sidewalk Improvements" Project This is your Authorization to advertise the attached Notice to Contractors for the "San Pablo Dam Road/May Road Sidewalk Improvements" project and publish the Notice to Contractors under Public Contract Code: 22037 The attached Board Order authorization the Public Works Director to advertise this project at his discretion was approved on: May 15, 2001 The bid due date for this project is: March 5, 2002 Project No: 0662-6R4346-01 Federal Project Number: STPLHSR 5928 (05 1) BF:mp March 29,2001 (j:\GpData\Design\Correspondence\San Pablo Dam Rd Sate Routes to School\Instructions to the Clerk.doc Attachments: Notice to Contractors