Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
MINUTES - 07152003 - C.1-C.4
SUBJECT: A-uitlicrize the Public Works D reC:4�,or designee;to approve a C,on u!t3n,-Services Agreement Arn.andmene w'Un TRS Coons pants, £ncc DATE: JULY 15, 2003 :PAGE: 2 of 2 M. Reasons for Recommendations and Bac �� - Due to the amount f extra work, it is necessary to offer further ss� t ;,ce tie field for con tr€c'io-n :.m.a ?ageme t erv!ces. ;t anticiDated the ev to r-er t work wH con nue four another th,ree months, which ill require this addrdona' a to Gle. IM Consequences of f t' o ��tant encs re em Amendment fit TRS Consultants, ;°�c. is not, approved, Ft y not be possible to b ete the work. fi .. .s f'y CONSULTING SERViCES AGREEMENT PROJECT ME: BRIDGE ;SMIC REHABUTATION PROJECT PROj E4 . 0662-6.R42 1 7-9 Parties. Effective on May 15, 2001 the County of Centra Costa, a political subdivision. of the State of Ca:ifornse, here:na ter referre o as ° u ..o. geney," and TRS Consuitants, 1nc., hereinafter Waxed ed to as "Consultant" mutuai;y agree and promise as follows: Z1y s : The parties desire to amend the agreement they entered into effective Juy 1, 2002, entitle "Con fling Services Agreement," hereinafter r eferrec to as the"Agreement, The Agreement is for providing construction management services as in construction engineering, project management, and construction inspection. This Amendment roar;des for anincreased pay limit due to the continued assisonce required for this proiect, and increases the payment limit$201000 for a new totes: of$200,000. 3. ,AmiensrrnentQsQl ; Agpee "° -olt: A. The Payment Urnit, item 1(e)of the existing Consulting Services Agreement is amended to now reed $2010,00)0, 4o Rernainina Provisions: Except for he changes made bythsAmendrnent, ali provisions of tide Agreemesnt small re a nn. fui; force and effect. 5. Sicn tures` These Qn tures attest the parties' agreement to this Arnendment. �Ae rr�te,,��' ���33 �1 T UQDC AGENCY BY: M- rice Mt "Eu By; Az Ya _ ig Works LJ r v emir (Designate" '�'; .,apaci y in fi e buslnessj e Note to Co�t iM -w For Claroorafkor�s, tris contract must e signed by faro officers. The first si n f re e V y�, i 2 �i �%�:�o iy�4��w t epws ?� ys^i w,:s�✓ 3 ¢ ga 5^ c� t yv P� �i e� �a ';dpi ?J' w:SQL p% taE fc2F d d i `3 sc� i1 t a� .IY ov%�c #i'.moi f�4� ��.r` i i�G":is iS}°d. Co,—,Lc &g , -Ur 4..i»S vim✓tC. f the secretary, ass�stanf secretary, chief f;nand al officer or asslsrnt treasure. ,Civ, Code, Sts, 1190, :gid s, ;� �, I he acknows'edgement, bepow must be signed by a Notar-y ub"c, State of , ) se Or f s safe wr€f en below, before me,the undersigned Notary Pubic, ersona fy appeared the erson(s) sign-Ing above for moons uta f; personaify known to me (or proved t e on the basis of satisfactory ev,;de ce) ;o be the person(s) Whose rroame(s)mare subscribed to the within i sPrume i and �iccknowied to rna.that ,'f h ey executedt he ?`;} i" h4ePw.--/their authorized oriz c acit l(; ), and that by heir s tuire(s) or.. the insfru enf +,he person\s; or the entity j;j3cr, behaif of wh;c�- qhs P' ei �j L�a�L4:''sag iC�� ;i av S:lfr's.i::tea:P:d —Mess my hand and offilcial sea;. - df " g f APPROVED AS TO FORM: VANO A-cr-'sHE ! Comfy cone' G 1GrpDatalC0nsi\CC n:raCtS\CSA12003%CC-A-"RS-Bri dgaSeismic-Amend2.d 0c VOL 7 HE B 0 ARD OF S LT EIRIIVIS0R CONTRA COQ b'A CO-TUN Y, CA-LIFOR IA o `et': is rd�r ply 15, 2003, by the foll�va ng vo ce SUPERTIS'37GI-01A UH DOES: Nie ABSENT: SUPER ISCR "��RK DeS. L7LIK A3STAA a 5 - S 7�ACA SCJ EC . Award sof Contract for Byron Highway Modificationroject9 Byron. area. (District IIID Project No. 0662-6R4240a01 Bidder b utas Amount Bard Amounts 0. C. Jones & Sods, Inc. 38, IePayment: 1520 Fourth Street $638;518.00 Berkeley, CA 94710 P�rb,ri a icy. Granite Coristraction Company Watsonville, CA Bay Cities Paving &Grading, ar°c. Concord, CA 1 5e above-captioned prgject and he plans and specifications Lix�S 0.�+�V.a�v ii�t�d1:.�' :l'+✓4�1L previously approved, Addend '-,N�oa z having beer.issued, and bids bavi.g been invited and receives by the Director of ub1 c w o-&Ks or Jae 109 2fl`D3; and The general prevailing rates €forages, which sb.all be the nniniris°c$m rates paid on this project, having been --led with, the Cleric of the Board, and she Board o'Sumervisors having deterinii_cd that the project is exd t from the California Er viro=_—ntal Quality Act, as a Mass <(c) categorical exe:- tion:, and a Notice of Exeimption having been fit,.d wvitl_the Co:qty Clerk- or.Aa3gust 179 2000; and ne bidder listed first above, 0. C. Jones & Sons, _1 c. ("Tones"), having svbrnit e � t e :owest responsive aid responsible bid, which is $65,414.00 less than the next lowest bid; and SUBJECT: AWARD OF CONTIR-ACT FOR BYRON HIGHWAY MODIFICATION PROJECT, BYRON AREA. DA'I'S; :---ULY 15,2003 PAGE: 2 GF 3 The AninnativeAction Office Having reported that Jones has attained Disadva:,taged Business Erle rises (DBE)participation of(54,7%), and the Affirmative Action Office having deters i red that,Jones has documented an. adequate good faith effort to comply with the DBE goal and re uirehients for this pro• ect, and The Director of Public Works recommending that the bid s- mitted by Jones is the r.£3west respon sive, and responsible bid, and this Board concurring and so finding; INOW, THEREFORE, the Board is ds, determines arid orders as follows: The Board APPROVES the plans and specifications for this protect, including Addendum Tc. l; and The Board DETERIAINES that Jones, as the lowest responsive and responsible bidder, has doc: hienzed a good faith effof to comply with the DISE goal and requirements for this project, and the Board WAIVES any irregularities in such compliance; and he Board ORDERS that the contract for the fu nishing of labor and rnaterials .fon said work is awarded to Jones at the listed amount and at the unit prices s: omitted in said bid, amid that said contractor shall present two good and sufficient surety bonds as indicated above, and that the Director of P:;:blic Works shall prepare,the contract therefore, and The Board FTURTHER ORDERS that after the contractor has signed the contract and returned it, together with the bonds as ;voted above and any reqnired certificates of insurance or othcr required documents, and the Director of Public Works has reviewed and found'hem to be suffEcient, the Director or Public Works, on designee, is at thoiizeo to sign the contract `or this Board; and The Board FURTHER E ORDERS that in accordance with the project spccificationis ano/cr uconi signature of the contract by the Director of Public Works, or designee, any bid bonds posted by the bidders are to be exonerated and any checks or cash submitted for security shall-be returned; and T'---.e Board FURTHER O E .S that the Director of Public Works or designee is authorized to sigh any escrow agreements prepared for this project to uearnnit the direct payment ofretertiohs into escrow or tie s�ostit,i'-ion ofsec ,ties ion moi•ieys w±vl—ricid by the County to ensure perforni&nce ander the contract, puny ms to Public Contract Code Section 22300; and SUBJECT; AWA vE 'CONTRACT FOR BYRON H.vLWAY M-OD'F ':A AION A OJEC'.', BYRON ASA. DA—E: s ULY 15,2003 PAGE: 3 OF 3 arsamt to P- lic Contract Code Sectie;-1 41 I4, the Board DEL-17GATES its functions ander ,-Elie Contract Code Sections 4107 and 4110 to the Director of Public Works or desi ee, and f::rs pant to Labor Code Section 6705, tine Bread also DELEGATES to tie Dire-.or of P,abllic Worms or to any registered civil or structural engineer err toyed by the County the authority to accept detailed la—Tis showing the desip j sho-ring, bracing, slo-3i ag or other -orovisions isionS to be m-ade for wore—mr protection dun-ng trench excavetro--,q covered by that section; and Tie U LAE tl at, should t re award of contract t� es -i validated for any reason. the Board vreald not in. any event have awarded the contract to any other bidder,but St ud RFd dill av u �rdrSa d tS mi?S retion to reject : bRf tl -bids received, Nothing l ererr? shall revert tie Board from reavdardirag tie -ontraet to anot�er idoer it uses where t ze saveessf l bidder establishes a mistake, refuses to sign the contract or fails to famish required bo--nds or rsuranee (see Public Contract Code Sections 5100-5107) Contact:Wl:ke Car`_son,(925)313-2321 O;g. " hereby certifytllhat this is a tree and correct copy of a< ac id cc: Au�3W'Jr�Ccntros?ar,IAC taken and entered on the xirmtes of the Board of Supervisors on -uevor, " i } R.Bruno,COnstractian thedate s'own. Accounr?ng i DCS_ Coa�tyCcrYsel AA Z : 3 15- 2003 suetyJOHN S�vEETENT, Cleric of t1he Board of supervisors and surety County Adrministrato-- C:\GRFDATA\CONST\SO\iC0]\A W RRL`-RYRONHIGBWAY-VOD[21CATION.DOC 1r j By � `� �" _ Deputy I �' TLE BOA OF SUPERVISORS CONTRA COST. C'OLNI T Y, CAL4a ; ITA Adopted t-his Order on July 15, 2003, by the following vote: AYES: NONE ISMS G LA, vT-LK�, AND GLCU O S E NT Ta SrI UPERVISOR MARK DeSA,; NT S"TAEN- f oda DIS IVT VELI SEAT VAC.ANT SUBJECT: sward of Contract for Stene Valley load Ren. xantin &Beautifloation project, Ala�~n- area. (District .Ab) Project No. 7758-6X5551-03 'Bidder Total fou;at Bond Amounts % easy Bros. Landscape, inc. $180,300,00 Payment: 521 Diablo Road $180,300.100 Dai vi'Ie, CA 94526 Perf nt ance: .Enviro=ental Martinez, CA ' T Landscape Contractors, Lnc. San.Leandro, CA Pacheco Brothers Gardening, inc, award, CA The a ove®cap`ioned protect having been previ asiy app.-ved, and 11-he plans and spec _cations havkrig been prepared and filled with the Board of Supervisors, and bids Navin been d.;dy invited and received by the Director of w ile Works on June 10, 2003; and The general prevailing rues cfwages, which shall be the minim arates paid or.this yr sect, having been fired with the Glee ofthe Board, and copbes to be made avai`a 1e t0 any partydupon request; and he Board cf Su pervisors havin.2 deer ined the tie project is exempt from, tie California Envi-ronniental Quality pct as a Mass s(c) categorical exemption, and a Notice of Exe nnts.on Davin been died with the County Clem on April 27, 2000; and S' T: AWARD OF i C3NLRACT FOR STONE VALLEY ROAD REPLANTING & PEAU TFICAIO PROJECT,ALAR 0 AREA. DA'I: T'..lL J,2003 PAGE: 2 OF 3 he bidder irsted fast above, Cleary Bros. Lmidscape, Inc. ("Cleary"), having submitted ffie lowest responsive and responsi.: e , w,-.cis $5,900.00 less than the next lowest bid, arra The Board'having evaluated aii of the docarrertatiorr of the food faith e Bort to Coml- with the County's Outreach programs.; an The Director of-Public Works-eco ending that the bid submitted by Mary is the lowest responsive and responsible bid, and this hoard con-curring and so find-ing; OW, THEIRE.F01RE, the Board finds, determines and orders as follows he Board APPROVES the D1ms and specA icataors for the res ect; and The BoardETERTM that Cleary, as the lowest responsive arud responsible bidder, laas deIMonstrateC. air ade. ate good faith effort, pzmrsaant to the specifications for this project, to commly with the requirements of the Comity's Outreach Program and the Board WAIVES any irreg.:iarities in such.conpliance; and s JIRIT_IIER DETER M-11ITNES that Cleary has co plied.with the Lmcontracting Minimum, and the:hoard WAIVES arty irregularities in such corrpiiar ne, and The Board O ERS that the contract for the furnishing of labor an.d ---materials for said ",oris is awarded to Cleary at the listed a oant and at the unit prices submitted in said bid, and mat said corntractor sbaii present two good and sufficient surety boards as indicated above, and that the Director of Public arks shall prepare the contract therefor; and T' eBoard FU oardFUTHER 0-1ZDERS tatt after+,he contractor has sigied the contract and ieted it, togetherwith,the bonds as noted above and any required certificates of insurance o other required documents, and the Director of Public Works has reviewed and found them to be suf cie;nt, the Director of Public Works, or designee is authorized to sib the con tract for this Board; and The Board TLI that in accordance with tier d ect spec and/or upon, signature of the contract by tea Director of Public Works, or designee -P-,y bid boars Posted by tie bidders are to be eXor erated and any checks or cash submitted for security shall be r etunned; and The Board'FURTHER ORDERS that the Director of Pub is Works or des°gnee is authorized to sign any escrow agreements prepared for this project to pe it tae direct paymol t or retertio.;s i----'Lo escrow or the s- stit- ion of securities for moneys withheld by the Cour-iv to ensure Perform. a^ce under th: co-ntract,pursuant to Public Contract :�e Section 22300; arid County of Contra Costa OFFICE OF THE COUNTY ADMINISTRATOR MEMORANDUM TE- July 9, 2003 TO: Board of Supervisors FROM: Emma Kuevor l' ' � After°mauve Action Oyer SUBJECT: Stone Valley Road Replanting And eautificat.o r t Attached n=or your review and consideration is the documentation of good faith effort submitted by the lour bidder, Cleary Bras. Landscape, Inc. cc: Scott Tandy, Chief Assistawqt County Adrni .-strat r Silvano Marches-1, County Counsel Maurice Shia, Director Public; Works epwtme "- :r is June ".', 2003 Contra Costa County P.W. Attn: Rich Br=avo 255 Glacier Dlive Martinez, CA 94553-4897 Dear Mr. Bruno, T is letter is in response to your request or the setters ofIntent and documentations or the Good a aio E fiort or Stone valley Road replanting and Beautification; Project No. 7758-6X555":-03. Due to tib ir<e constraints between the tar---..e ffiat we Nicked up that plans and the prcjject, was to lb d, we did not place an add requesting sub-bids or this prgject, We will be using our own,forces to do the project in -,its entirety. However, we d-d use the EIlterpr se Program,Lndex e3-.1-the +^.C'eunty website (wF I,,y.co,coa tr,a-c..sSta.ca.us/) as a resource, and the tvac su-on ers that vve listed are Sniall Business end Local Business Enterprises, Cleary Brass, Landscape, Inc, is also a Small Business and Local Bush-ess Enterprise. Upon exa irFin these documents,Tease do not hesitate to contact me should you have any other questions or concerns. I have also included a list of project references that you may find helpful as wel'. Thank you or your brie. Sincerely, Kii sta Bull: Mime Cleary secretary/Treas arer Teary Bros. Landscape, Inc. 521 DlablQ Road,Danvffle,CA 94526 F,7 (325)838-2551 :; FAx(925)838-8715 LIC.#778704 rS f t £ ' E CW 4 e r s � S° ia� # � i �• E r Contra Costa Coun"y OUTREACH PROGRAM Af"rmative Ac tmn office &51 Vire Street, Miartinez, CA 94553 L925)335- 5 fax X925;6 - 353 LETTER OF IT TO PERFORM SUBCONTRACTOR!SUPPLIER lMANUFACTURER/'FRUCKERJSUBCONSULTANT Name of pw.-me Contractor Name of Project xPrcC ii ct` ian"bes The u ndersi ,ed :s a^check one): ✓`: e /SSIe � fi�rietoys m Coypopa¢on Unied Liabi. far`? ersi a Joint Venture Check tie fo-lowing which may apply. NIBE WEE SBE LEE Subcontractor _. Sdiboontraotor _ Si,b^contra too -ibc ntractor Supplier Uppiter Supplier k, SuppHe, Manufacturer _ Manufacturer � Manus a`cturer — V. Ianufaclurer Trucker � Trucker � Trucker — Trucker Other - -- _ Other __ Other - - Other Describe Describe Describe Describe None oft e Above;Apply The =undersigned es prepared to perform the following described work in connection with the above project (Spd if1 d n detail this particular work iter is 0n parts thereof to be performed,: otai Amount Bid to prime Contractor M1n+ tui Position T" Date Name on P- so A Completing his Form .r, Company Marne -Phone Number Fax Number Rev;sea Efrtct:ve 9!3/2000" a� Contra Costa Co n't-V CH PR06RAM A,f f r ative Ac on f-Rc e 651 Pine Street, Martinez, CA 94553 1925, 335-11045 Fax(925)646-.,'153 LETTER OF ITS` TO PERFORM AS A SUBCONTRACTOR SUPPLIER l MANUFACTURER t T U KEWSUB ONSUL AN Name of Prime Contractor Nam .�pp...:ppryry ✓ -.M.,�/a��y/. .✓:_1. v'� V� . I �_.Xlu - M�. .,.:r d'. /r.:. :..r a./'l.iu .w�un f Prej 1 df � 9,. ✓ r� Project Number .'"rte undersigned is a,check Soeotos i Limited i bi tyip Partnership Joint Venture Check the fol owi g wf :ch may apply. RE WBE SBE LB Subcontractor _ Subcontractor Subcontractor Subcontractor r 5t piier 5 r Supplier Manufacturer �aa�ya {- e �fCp Ycufey y+ u p V ty qc¢i rrvyP Manufacturer yY-+ /aye _ Trucker I nicker _ Trucker ®_ Trucker of er - - - - ti es, Other Other-- Describe t e?_Describe Describe Describe Describe i o- e of the Above Apply The undersigned is prepared, to er"ortn tie following t escribed work in Connection with the above project spec fy il n. detail the particular work items Or parts thereof to be Total Amount Bid to Prime Con-tractor: Signature Position 'T`it.e Date Name of Person Completing this Form Compiny Na me Nutnber Fax Number ---;sed E:feceive 813/2000 mat?_a r b 15,2" WATERSMrERS INC PAGE 22 PAGE eln -48 �MSS11987 j ;. PAM 09 OUTREACH PROGRAM Affuwmtiwm 1 Pi=Rem Msruhiff,CA 94533 LE"Eft OF, WNW TO SER ' MAWVyAMIRXR J TRUCKWSUBCONSULTANT r ' � — na m4owvw b gk: ca Lirpi*d @��}+y 3 era, �€ 99 l$ . E _ mufoobvw — ger e" 6 �, N*ne of the A Th U,�gd ollwi t In "Arloctim With lot'n ;%Ou tmqww to down IM pw.uW WC& itwff 8r Pam lbawr ; `6 N '$ No" waumo 3pkli thioFqm 3 Contra Costa Cour OUTREACH PROGRAM Affirmative Action Office, 651 Pane;'gree*, Martinez, CA 94553 (925)335-1045 Fax (925)646-1353 LETTER OF INTENT TO PERFORM SUBCONTRACTOR 1 SUPPLIER i MANUFACTURERlTRUCKEWSUBCONSULTANT '`;frt t -- r Name Contractor Names of PrC ec` J Prc'--.ci Nu-rber The€ndersig add is a(check orae`,: _ Sale proprietorship Corporation �4 mited br ablity m _ Partnership Join:Venfur e Check t re following which ray apply, BE W BE SBE LB _ Subcontra^lo �4 Subcont r � �h i3wL�Y3«3�i� dSubcontractor Supplier _ Supplier — Supplier __,_ Supplier Manufacture- .�..�. <v anuface°carer — Manufacturer Manufacturer Trucker � Trucker — r*ticker — Trucker O ber - - otne - - - - -- €Other - - - 0-her escr be Describe Describe Describe None of¢he Above Apply The wnicu,,signed is prepared to perform, tine fbllowing described work in connection with the above project ;Spic. i'_'s detailthe pa-,fic lar work items `Ja parts thereof to be =-<formed,: pcaal Amount Bid to Prune Contractor:� nature Position a.tle babe Name ot'lle-son(—'ommleting this Form _ t ompainy Name Phone Num- 'be Fax Number Rev:scn Ef fec"We 8/3/2000 s� g 3 3 com coma Qwty OUTREACH A =vivr,Acfi ire ,551 s'r�v ftwoct,Mgffirm CA 94553 LETTER' FhT ? PW AS A ,U-SCONTRACTOR I SUPPLIER I MANUFACTURER I TRUCKERISUBCONSULTANT b� - a ,;mam,8 a£ :cc wt Numb, SON mpridofthip Zum�ted Liiabffity MEE W29 Suit Anu k �� m --- ThOwffodw " -.__ ..,; , Vii` zones Nom d1v We Ap&y #' r sg, pmwed d 'of the lso ing es,pr. o € cannadan it'I the above projftt $ �f, devai" the particuiv w0ek items or party tharcof to �g t e je W Pi' s AAMWsg , "�� O Date amp lig this �fty-lmzmn %wn WHOM k 1 { 222,6, 2-9t7'-CN Contra Costa County OUTREACH PROGRAM Affirmative Action Office 651 P'net.eet,Martinez, CA 94553 1925)335-1� 5 Fax`925)646-1353 LETTER OF INTENT TO PERFORM AS A SUBCONTRACTOR./SUPPLIER MANUFACTURER TRUCKERISUBCONSULTANT N `ractor "tip r �W�: .✓.. J r tir "ey+.-a' „.r•.. ,,r� -`-, --'a./: T e undersigned .is a(check one); Sole-proprietorship t�1ryryrorat-on Y¢ed Liability Check .fie folilowing which may apply. _ MBE YBESBE 3 Subcontractor Subcontractor - StibwJH ra $o — Subcontractor r Manufacturer Manufacturer acturer — Manufacturer — V.11anufacturer Tracker _ Trucker — Fri cker — racier Othe,- Other-- — ,,ther - - - Other-- Describe therOweribe Describe Describe Describe a'i ont,of the Above Apply The undersigned is prepared to perform the fbilo vi g described work an connection with the above project ( yec,. 'nyy detail t Particular work ` ems parts thereof to be Da�-brr,mdj; s n, Os.� SG4 iD G. i+3W bbf WCL w3 GdA Le.4.+A:6J 4� �d 1✓:9UbL.3V .`�._._, y""'.. yJ"'. �'�..'✓ jam. •.."!'' .�u Tctc Amount Bid to Prime Contra.cto �. Signati re Position TitM Date Narne of Person Complet "ca,this Form ^�s F !. ✓'� �'^�.�',n, icy Name Phone Number Fax Number AOr Dataiw3es \CrSO C1.�ROPOSAL\itrinter:t.doc G.�: R y sed B ect°ye 8/3/2-0001 1 : s 'I 24� x; € s A LLE' �^eIRb4T TREE 00 ;#RM. AAT ;-i a• P35 ti r. k.''OUTREACH PROGRAM ;kz*on Office d. .'651-P Uw..StrW,; 8 e A 94553 P5-1045' -(92., ' I NTEW TO PERFORM AS> '`7SV: . 'l', I TRS; -N a s LS 11465 TIP.wden€ mrd is a,'check ano% Umft- d Liability check the fbilowing W`rno3e May apply? Ta. LEE mar vl Mhi�b?d9i.R 'W'st Supplier Not o fvy - wko is pmpatW tow'*rm €Ae wuk in cg jt)n vita til bo p in s: , • 4 TaveS- --, pr— ftait �� i�trs € 9 6.� e >. .. '+ e w,o a c f Fan on LO 0%�6 Let i ' - o SP,fj.R, y,.av�i�wM•.:m `TL:sS�i - 0 Number .:•'1���4.�• i��p $gip{ >f i•?• G: � Sff9 9l nr * 1998- SUMMIT RESERVOIR, MU : lmdscape, irrigation, paver installation. Contract ap.1rox, $270,000, complete January 1999, contact: Tint Khine .510.287.1241 * 1.999- IRON HORSE T AILH AD, TOWN OF DANVILLE, landscape, irrigation, site f.. iture. Contract approx, $90,000, complete March 2000, contact: Bob Rulell 925.314.3415 1999-200€3- OAKHILL PARK, TOWN OF DANVILLE: landscape, i .rigation, oncrete-oaving, concrete work, woodwork, 1`encing site Umiture, play equipment. Contract appr x. $350,000, complete March 2000, contact: Bob Russell 925.314.3415 1999-2000- A CI1M X ELEMENTARY PLAYGROUND, BERKELEY UNIFIED SCHOOL DISTRICT: landscape, iz rigation, concrete paving, concrete wor.K, fencing, site fu_=ture, platy equipment. Contract approx. $300,000, complete May 20100, contact: Jourdan Arcilla 510.644.7752 0 2000- WILDWOOD PARK ENTRY, CITY OF PIEDMONT: landscape, irrigation,, flagstone paving, retaining walls, concrete work, site furn. iture. Contract approx, $200,000, complete yune 2000, contact: Mar Fe1d?Cam. p 510.420.31364 4 20006 'TAR ',YTON AVENUE, CITY OF SAN ON: landscape, irrigation, as-ohah'. Contract approx. $250,000, complete February 2001, contact: Roy Shiclds 925.9712610 0 2€300- COUNTY COMMUNICATION CENTER, SANTA CLA A. COUNTY: ardscape, irrigation. Cont-ract approx. $70,000, complete July 2000, coa tact: David Melvin 405.299.4181 #2135 0 200€19 STONE VALLEY ROAD MITIGATION,ATION, CONTRA COS'T'A COUNTY: I andscape, it igaticir, asphalt concrete paving. Contract approx. $80,000, complete October 2000, contact: Les Richardson. 925.313.7200 200€3- ALCOSTA DOG PARK, CITY OF SAN RA ON: landscape, irrigation, ncing, site f�'rniture. Contract approx, $50,000., complete September 2000, contact: Toby Fernandez 925.973.265 0 21100- SYCAMORE PARK PICNIC AREA, TOWN OF DANVILLE: landscape, irrigation, DG, asphalt, site furniture. Contract approx. $85,000, complete July 2000, cor_tact: Bob Russell: 925.314.34"i 5 \\Otd-compaq\ y docu. encs\Corisera.:ct or\Req ests\- erercrces\Co ebcial Re eres ces.doc 521 Diable Road,Danville,CA 94526 - (925)838-2553 FAX(925)838-8715 Llc: #778704 ff 4 � ffi� 31b v A:r: 0 2€ 00-2001¢ STULSAFT PARK PLAY AREA., CITY OF REDWOOD CITY. :a dscape, irrigation,play equip- went, side burnite, LG, concrete pavin , concrete seatwa ls, concrete wore, iron rails, safety s rrfacrng, fencing. Contract above $530,000, cor'jplete F- ruary 2001, co tact; • Evora 650.7 0.732 & 2000-2001- SENIOR CENTER PACITY OF SAN MON: landscape, irrigation, site furniturc, vroodwo lk, DG, concrete,Ia ing, concre c work, rerainang walls. Contract $576,000, co-mplete May 2001, contact: Fred homer 925.973.2610 * 2€01- BERKELEY HIGH SCHOOL SOFTBALL FIELD RENOVATION, BERKELEY UNIFIED SCHOOL DISTRICT: i-.ngalion, infield fines, sod. Contract $45,000, complete lru e 2001, contact: Am. on Evans 510.644.8778 0 2001- €3W CANYON FRONTA IALCOSTA MEDIAN LANDSCAPE, CITE' OF SAN RAMON: irrigation, minor paving,planting. Contract $340,350, anticipate Cornp`ction.,;ply 2001, contact: Fred homer 925.973.2610 1� 2001- LINDA PARK STAIRWAY, CITY OF PI D-MONT: concrete work, iron handrails. Contract $43,000, com-olete.lune 2001, contact: lark Feldka~rnp 510.420.3064 0 200Im20026 MADDUX PARK PLAY AREA RENOVATION, CITY OF REDWOOD CITY: landscape, irrigation, play equiliprneinti, site fi rnittre, ISG, concrete paving, concrete seatwalls, safety surfacing, fencing. Contract $525,000, complete May 2002, contact: Tonia Tabucchi 650.780.7397 a 2002- PLEASANT HIDE Y.M. .A.: landscape and irrigation. Contract $40,000, complete May 2002, contact: Jay Lofthouse 925.✓13.5999 0 2002- TEA HOUSE A.D.A. PATH, CITY € F PIEDMONT: concrete. Contract $23,000, complete April 2002, contact Mark Fe>dka-np 510.420.3064 0 20029 CASA VERDE PARK, CI'T'Y OF UNION CITY: irrigation, sod, landscape. Contract S240,000, cornplete Septe ber 2002, contact Phil Sacs 510,675.5355 2002- SEA REZE PARK IMPROVEMENTS, CITY OF UNION CITY: landscape, it i ation, ^lay stmcture installation. Contract $185,000, complete November 2002, contact Phil Sachs 510.675.5355 2002= EXEDRA PLAZA AT PIEDMONT PARYC, CITY OF PIEDMONT: landscape, sod, irrigation, drainage, concrete paving, concrete site work (walls), fountain \\01d-co paq\_—,,.y dot er is\ o sty.ctio � eq ests� eferences\vo r crc al eferellices.doc 52€Mable Road,Da-rndlle,CA 94526 _ (925)838-2551 Lic.#7787€4 LF 1a stal ation. Contract $420,00£3, complete October 2002, contact Mark Feldkam. U 510.420.3064 & 2002-2003-TREAT BOULEVARD MEDIAN LANDSCAPE, CITY OF CONCORD; gat10 , landscape, staniped concrete paving, special medial-arb, Contract $440,000, complete January 2003, contact Mark Mighore 925.671.3422 0 2002-2003- MORAGA HERI'T'AGE PARK, TOWN OF AGA: irrigation, ardveape, concrete paving, concrete seatwall, granite seal. Contract $155,000, complete March 2003, contact Karen Alley 925.631.5842 \\011,-'-cu paq\ y References.d©d 521,Diable Road,Danvffle,CA 94526 - (925)838-2551 FAx(925)838-8716 >- Lic.#7`8704 BOARD OF SU-PERVlSORSContra FROM: SAA%JRlC.I IM. SHS , PUBUC WORKS DiRECTOR a �tCosta ATE: ju`y 15, 2 0 County SU B,j'—P T: APPROVE AND AUT-iO 0� a contract with the California Highway Patrol t a cost not to exceed $50,000, CountyvAde. (Local Road Funds) (Al. Dilorkcss) [Project No, Various' S=ECF�:C IREQUES (S)OR RECONS(b3ENDAT;ON(S)&BACKGROUND AND JUSTiF:CAT O:'V APPROVE and AUTHORIZE the Pub:";c Works Director, or designee, 10 execute a Conitract wits she California Highway Patrol for State provided traffic control or.. County maintenance and constructor° Drojects at a cost -not to exceed $50;000 for the period & October 1, 2003 through June 30, 2004. the contract cost of $50,000 available and VIII be paid from local road funds. COQ � m O A AC S/ N X YES S€OSA URE ___ __ee_es_ __ ___e_e__e__e_______________ _____________-________ --------------------------- ,.,., ?tEC0M,,M_.NDA.'..ON OF COUNTY ADVWN;STRATI OR RFCOMMENDA.ION OF BOARD COM E:7 EE APPROVE -OTHER S.GNA R (S° _. y W______ ______ _____ae_ _ _. ._ 6______o_ __e__v.Ly �_n__________________________________________________e___a_e__e________.v..__e__s_ A.CTiON OE SOARD ON JULY 15 a 2003 APPROVE ASRECOMMENDED MENCED OTHER VOTE OA SUPEWSORS ?HEREBY CERTIFY TEAT T€j€S iS A TRUE AND CORREC4 COPY OF AN ACT ON TAKEN E: jNAN€v 0 U(ABST i`� ; AND ENTERED'ON"HE MNU 3 ES OF THE BOARD OF SUPERVISORS ON THE DATE AYES;_ NOES: SHOWN. A3SEN T: ABSTA€ ; DISTRICT 17T SEA.a 11A LN." ATTESTE -Y 15, 4003 RBT:kd. ,OHN SWEETEN,CLERK OF TRE BOARD OF G: a n\ i riB01B07 1 SJPERV;SORS AND COUNTY AC}MMS T RAT OR C€v: P4 €ic Wcrks(-Mai:^¢4nance) Cor-'act Re Tavan#ar 313-7006 CC. Goon y Adm;.;lira icry / o ra o: B .DEPUTY P.Rflt.Acccun`ng Ca!€forma"H€g way Pa#rci SUBJECT: APPROVE AND XUTHORIZE a cor tract with the €fornix Highway Patroi at a cost not to exceed $50,000, � unty e. (Local Road Funds) (All trot ) [Project No. various] DATE: july 15, 2003 PAGE, f. REASONS POR —r=CQMMENQATiON AMD' BACKGROUND: the Public Works Department plans to apply surface treatments to various roads throughout the o-nty n addition to regular maintenance work. Some of thee roads c;edged for treatment and maintenance work -ave relatively high traffic volumes. To promote o�Mlc and worker safety during surface treatment processes and so x regular maintenance activities the Department desires to eater into an agreernent with the %'-'�Io tra Costa Area Office of the California Highway Patrol for State furnished patrol services to enhance traffic control in work zone(s). The Headquarters Office of 'he C €forma Highway Patrol has provided theou. ty w4h a standard State of a[<fornia Department of California Highway Patrol Traffic Enforcement Agreement for executor: to accomplish the above goal, ;VQ -N` 'Q® S Or EGA—iVE ACTION: The California Highway Patrol ill° be ;,Jnabie to provide services to en-hance enhancethe traffic control in maintenance and Construction zones. DEPARWENT OF of UFORMA"�WM RC- N REIMBURSABLE SERVICES AGREEMENT CHP 465 IRV."U11)ON 071 THiS AGREEMENT, eimburs ble Services Control Log# R43,3-320-W39 made and erite red i ito this 2 AaY 2003 , by and between the State of California, ming by and through the Department of California Higb;,Yay Patrol, hereinafter called CHP, and Contra Costa Qgi i'y bfie Works Dar me,, s hereina�er called Works WITNESSETHa By sr d in consideration of the covenants and conditions herein oontsined, ba_e Forks and CHP do hereby agree to the foie ing tears and conditions., I. When traffic control se ices for Public clerks are r-quired, CHP agrees to provide is niforded personnel with miotorcycies ander patrol vehicles to assist with the 2. The term, of this agreament will be 07/0112003 tip 091303'20-03 3. CHP Coordinator shall be Offlicer Reggie Gayles , telephone number (925)646-498.0 4a in the anent of a disaster er unforeseen emergency, this agreement may be canceled without prier notice by CHPa 5a This agreement may be amended its writing by rn-utual consent of the parties hereto. . The hours and miles indicated in this agreement.are for estimate purposes on}yo Actual tlme and vehicle mileage will be charged. This Includes travel between:the CHP Division or area office and the service location. 7o The rates Indicated in this agreem ent are for estimate purposes ony. Any increases in overhead, mileage, damaged uniforms, privately-awned safety equipment, saiades and benefits are governed by collective bargaining agreement ndlor statute. in the event oil a rate Increase, biic Forks agrees to pay the increased rates. S. In consideration for the above servfces and =upon receipt of an eternized invoice, t Nbl;c Works agrees to reimburse CHP for the actuai costs Bosun,ed at the time ssi�u ire i ided. Rates larged to Public Works _ shall in vri the actual scans to the CHP to perform the requested services. The fc€imOng �nformi ton is for estimate purposes only: Personnel Costs. officer. 300 hrs, 49.46 14b839,00 vehide mileage; 1.000 miles 0,52_ 520.00 `lctercycie mileage: M, #las Other exv-arises; 15 358M TOTAL ESTMAATED COSTS: 9. Public Woks agrees that additional charges,which are directy related ;o the services provided, may be assessed for CJHP supplies, additional equipment utilized, damage to uniforms, or property aired or replaced at CHP' .fexpense. CNiP 4aSrid .`, ij O?i 071 fr—mv.3 Desires;Prev:Suis EditiOr66s 04e6-=Ap 10. invoices for additional Charges will be bided separately from other Charges, and will be acc parried by a c or d'um containing a fulli description of the additional charges. I a if the P unVorrned employea has reported to the ass€geed location and has w rked less than four(4) hours, Ptotic works agrees to pay every assigned uniform employes a minimum of four(4) hours ova dime. Exception: This does not apply to those oases when the hours worked are part of an extended shift. 12. f vAll not be charged for C ncei: icons made more then 24 hours prior to the scheduled assignment. 13. Public Mors agrees that if cancellation is made withli. 24 hours pelor to the scheduled assignment and the assigned CHF1 uniformed employee(s) cannot be notified of such cancellation, a rrunim, um of four(4)hours overtime will be charged for each assigned uniformed employee. 14. blic 'x_r s ---- agrees that if cancellation is made within 24 hours prior to the scheduled assignment and the CHP employee is notified of such, cancellation, Public Worms - will only be charged a short notice cancellation fee of$50.00 per assigned CHP uniformed employee. 15. Ali cancellation notices to CHP must be made dunr normal CHP business hours of :00 a.m. to 5.00 p.m., Monday through Friday, excluding legal boll ys. . CHIP agrees to make reasonable efforts to notify those CHP uniformed employees of the cancAllation. 17e Cancellation notices shawl only be accepted by tine approp ate CHP Division or Area office. 18. No additional gifts,donations, or gratuities may be accepted by'the CaPfomia Highway Pati of employees on their behalf or on behalf of the Department, info al squad fund or altar local fords. 811"ATE OF CALIFORNIA REQUESTOR'S NAME cepam form highway Patrol � f zAA ,Captain Awe o °t:'3`sander Joe Y ee Contra cos°.a CHP PfIred Name 5.001 Bluna Rd INrtinez, CA 94553 SUEvising Civil Engineer PH: 925-646-4980 This AX925 4&®49 2475 aterblyd Way Acldnm rtfirez, CA 94553 c. S O Zip Code (925)313-7002 This agree:neat is exempt from Department of Genera;Services' approval in accordance with tie State AdmW r wa tutanual. Crim 4 Rev.`"!)OPi 071(Sack) Destroy Firebious Edffl'Ons «4 =.?;p