Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
MINUTES - 06082004 - C1-C5
TO: BOARD OF SUPERVISORS FROM: MAURICE M. SHIU, PUBLIC WORKS DIRECTOR DATE: JUNE 8, 2004 SUBJECT: AUTHORIZE THE PUBLIC WORKS DIRECTOR, OR DESIGNEE, TO EXECUTE A CONSULTING SERVICES AGREEMENT WITH PARSONS BRINCKERHOFF CONSTRUCTION SERVICES, INC. FOR THE ASBURY GRAPHITE LEACHFIELD PHASE 2 PROJECT IN THE AMOUNT OF $45,000, RODEO AREA, PROJECT NO.: 4560-6X4152, (DISTRICT 11) Specific Requests)or Recommendation(s)&Background&Justification I. Recommended Action: AUTHORIZE the Public Warks Director, or designee,to execute a Consulting Services Agreement with Persons Brinckerhoff Construction Services, Inc. for the Asbury Graphite Leachfield Phase 2 project in the amount of$45,000 for the period May 1, 2004 through July 31, 2005. 11. Financial Impact: There will be no impact on the County General Fund. The Consulting Services Agreement is for $45,000. (100% Contra Costa Transportation Authority Funds) Continued on attachment: X yes SIGNATURE: NIJ ` RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE APPROVE OTHER SIGNATURES ACTION OF BOAMD ON: JUNE 08, 2004 APPROVED AS RECOMMENDED xx OTHER VOTE OF SUPERVISORS XX UNANIMOUS {ABSENT NONE) action hereby certify that this is a true and correct copy of an AYES: NOES: action taken and entered on the minutes of the Board of ABSENT: ABSTAIN: Supervisors on the date shown. Contact: Mike Carlson,(925)313-2321 ATTESTED: JUNE 08, 2004 Crig.Div.: PW(Constr) JOHN SWEETEN, Clerk of the Board of Supervisors and cc: Auditor-Controller E.Kuevor,CAO County Administrator R.Bruno,Construction Accounting Consultant � By Deputy MC:tb l G:IGRPDATAICON 5718©1200a5CSA•P8•ASBURYLEACIiF1ElOPHASE2.DOC SUBJECT: AUTHORIZE PUBLIC WORKS DIRECTOR, OR DESIGNEE, TO EXECUTE A CONSULTING SERVICES AGREEMENT WITH PARSONS BRINCKERHOFF CONSTRUCTION SERVICES, INC. DATE: JUNE 8, 2004 PAGE 2 OF 2 Ill. Reasons for Recommendations and Background: The construction contract for the Asbury Graphite Leachfield project was awarded May 17, 2004 and Construction activities will start June 14, 2004. The Consulting Services Agreement is from May 1, 2004 to July 31, 2005. The construction management services include construction engineering, project management,and construction inspection. Parsons Brinckerhoff Construction Services, Inc. was selected for the contract from a field of eight consulting firms. IV. Consequences of Negative Action: If the Consultant Services Agreement with Parsons Brinckerhoff Construction Services, Inc. is not approved, it may not be possible to complete construction of the approved project. CONSULTING SERVICES AGREEMENT 1. Special Conditions. These Special Conditions are incorporated below by reference. (a) Public Agency: Contra Costa County Public Works Department (b) Consultant's Name &Address: Parsons Brinckerhoff Construction Services, Inc. 3260 Lone Tree Way Suite 104 Antioch, CA 94509 (c) Project Name,Number&Location: Asbury Graphite Leachfield Phase 2 Project,Rodeo Area,Project No.4660-6X4152,(District 2) (d) Effective Date: May 1, 2004 (e) Payment Limit(s): $45,000 (f) Completion Date(s): July 31, 2005 2. Signatures. These signatures attest the parties'&mereto: Recommended by De artment ONS LANT By: Maurice M. Shiu Charlie J. Herndon, Sr.V.P. Public Works Director By (Designate ffici i capacity in the business Type,of Business: (sole propri o hip, government agency, partnership, corporation, etc.) If Corporation, State of corporation: npI awa re Approvea a!;to�onn By: C:� By: (Designate official capacity in the business) Parsons Er-Kernoff David Vanaman, Assistant Secretary By Logi,SaMcm Note to Consultant: For corporations, the contract must be signed by two officers. The first signature must be that of the chairman of the board, president, or vice-president; the second signature must be that of the secretary,assistant secretary, chief financial officer,or assistant treasurer. (Civ.Code,Sec. 1190 and Corps.Code.Sec.313.)The acknowledgment below must be signed by a Notary Public. CERTIFICATE OF ACKNOWLEDGMENT State of #4o4;4a 111VIAM4 ) } ss. County of ) On the date written below, before me, the undersigned Notary Public, personally appeared the person(s) signing above for Consultant,personally known to me(or proved to me on the basis of satisfactory evidence)to be the person(s)whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s)acted, executed the instrument. W ITINIESS my hand and official seal. Dated: Notary Public (Notary's Sea[) t,ENJ1t411b11�S Gmn►tsrn mallh Of V110116 My Coerrmm*wj fxpmm AM 31,20WO7 _. 3. Parties. Effective on the above date,the above-named Public Agency and Consultant mutually agree and promise as follows: 4. Employment, Public Agency hereby employs Consultant, and Consultant accepts such employment, to perform the professional services described herein, upon the terms and in consideration of the payments stated herein. 5. Scope of Service. Scope of service shall be as described in Appendix A,attached hereto and made a part hereof by this reference. 6. Report Disclosure Section.Any document or written report prepared hereunder by Consultant,or a subcontractor,for Public Agency shall contain,in a separate section,the numbers and dollar amounts of this contract and all subcontracts relating to the preparation of such document or written report, provided that the payment limit specified in Sec. 1(e) exceeds $5,000. When multiple documents or written reports are the subject or products of this agreement, the disclosure section may also contain a statement indicating that the total contract amount represents compensation for multiple documents or written reports. 7. Insurance. Consultant shall, at no cost to Public Agency, obtain and maintain during the term hereof: (a)Workers' Compensation Insurance pursuant to state law; (b) Professional Liability Insurance with minimum coverage of $1,000,000.00 and a maximum deductible of$50,000.00; and (c)Commercial General Liability Insurance, including blanket contractual(or contractual liability)coverage,broad form property damage coverage,and coverage for owned and non-owned vehicles, with a minimum combined single limit coverage of$1,000,000.00 for all damages due to bodily injury, sickness or disease, or death to any person,and damage to property, including the loss of use thereof, arising out of each accident or occurrence, and naming Public Agency, its/their governing bodies, officers and employees as additional insureds. Consultant shall promptly furnish to Public Agency certificates of insurance evidencing such coverage and requiring 30 days'written notice to Public Agency of policy lapse,cancellation or material change in coverage. 8. Payment. Public Agency shall pay Consultant for professional services performed at the rates shown in Appendix B attached hereto, which include all overhead and incidental expenses, for which no additional compensation shall be allowed. Notwithstanding the foregoing, those incidental expenses specifically itemized in Appendix B shall be reimbursable by Public Agency to Consultant,provided that Consultant submits copies of receipts and, if applicable,a detailed mileage log to Public Agency. In no event shall the total amount paid to Consultant exceed the payment iimit(s) specified in Sec.. 1(e) without prior written approval of the Public Agency. Consultant's billing statements shall be submitted at convenient intervals approved by Public Agency and shall fist, for each item of services, the employee categories, hours and rates. Public Agency will pay consultant in accordance with the requirements of Civil Code Section 3320 as applicable. 9. Status. The Consultant is an independent contractor, and shall not be considered an employee of Public Agency. 10. Time for Completion. Unless the time is extended in writing by Public Agency, Consultant shall complete all services covered by this Agreement no later than the Completion Date(s) listed above. 11. Record Retention and Auditing. Except for materials and records delivered to Public Agency,Consultant shall retain all materials and records prepared or obtained in the performance of this Agreement, including financial records,for a period of at least three years after Consultant's receipt of the final payment under this Agreement. Upon request by Public Agency,at no additional charge,Consultant shall promptly make such records available to Public Agency,or to authorized representatives of the state and federal governments,at a convenient location within Contra Costa County designated by Public Agency, and without restriction or limitation on their use. 12. Documentation.Consultant shall prepare and deliver to Public Agency at no additional charge,the items described in Appendix A to document the performance of this Agreement and shall furnish to Public Agency such information as is necessary to enable Public Agency to monitor the performance of this Agreement. 13. Ownership of Documents. All materials and records of a finished nature, such as final plans, specifications, reports, and maps, prepared or obtained in the performance of this Agreement,shall be delivered to and become the property of Public Agency.All materials of a preliminary nature,such as survey notes,sketches,preliminary plans,computations and other data, prepared or obtained in the performance of this Agreement,shall be made available, upon request,to Public Agency at no additional charge and without restriction or limitation on their use. 14. Extra Work. Any work or services in addition to the work or services described in Appendix A shall be performed by Consultant according to the rates or charges listed in Appendix B. In the event that no rate or charge is listed for a particular type of extra work, Consultant shall be paid for the extra work at a rate to be mutually agreed on prior to commencement of the extra work. in no event shall Consultant be entitled to compensation for extra work unless a written authorization or change order describing the work and payment terms has been executed by Public Agency prior to the commencement of the work. 15. Payment Retention. No retention will be withheld. 16. Termination by Public Agency.At its option,Public Agency shall have the right to terminate this Agreement at anytime by written notice to Consultant,whether or not Consultant is then in default. Upon such termination,Consultant shall, without delay, deliver to Public Agency all materials and records prepared or obtained in the performance of this Agreement, and shall be paid, without duplication, all amounts due for the services rendered up to the date of termination. 17. Abandonment by Consultant. In the event the Consultant ceases performing services under this Agreement or otherwise abandons the project prior to completing all of the services described in this Agreement, Consultant shall, without delay, deliver to Public Agency all materials and records prepared or obtained in the performance of this Agreement,and shall be paid for the services performed up to the time of cessation or abandonment,less a deduction for any damages or additional expenses which Public Agency incurs as a result of such cessation or abandonment. 18. Breach. In the event that Consultant fails to perform any of the services described in this Agreement or otherwise breaches this Agreement, Public Agency shall have the right to pursue all remedies provided by law or equity. Any disputes relating to the performance of this Agreement shall not be subject to non-judicial arbitration. Any litigation involving this Agreement or relating to the work shall be brought in Contra Costa County,and Consultant herebywaives the removal provisions of Code of Civil Procedure Section 394. 19. Compliance with Laws, in performing this Agreement, Consultant shall comply with all applicable laws, statutes, ordinances, rules and regulations,whether federal, state, or local in origin.This includes compliance with prevailing wage rates and their payment in accordance with California Labor Code, Section 1775. 20. Assignment. This Agreement shall not be assignable or transferable in whole or in part by Consultant, whether voluntarily,by operation of law or otherwise;provided, however,that Consultant shall have the right to sub-contract that portion of the services for which Consultant does not have the facilities to perform so long as Consultant notifies Public Agency of such subcontracting prior to execution of this Agreement.Any other purported assignment,transfer or sub- contracting shall be void. 21 Subcontracting.All subcontracts exceeding$25,000 in cost shall contain all of the required provisions of this contract. Consultant will pay each subconsuitant in accordance with the requirements of Civil Code Section 3321 as applicable. 22. Endorsement on Plans. Consultant shall endorse all plans,specifications,estimates,reports and other items described in Appendix A that they produce prior to delivering them to Public Agency, and where appropriate, indicate his/her registration number. 23. Patents and Co2yrights.The issuance of a patent or copyright to Consultant or any other person shall not affect Public Agency's rights to the materials and records prepared or obtained in the performance of this Agreement.Public Agency reserves a license to use such materials and records without restriction or limitation, and Public Agency shall not be required to pay any additional fee or royalty for such materials or records.The license reserved by Public Agency shall continue for a period of fifty years from the date of execution of this Agreement,unless extended by operation of law or otherwise. 24. Indemnification. Consultant shall defend, indemnify, save, and hold harmless Public Agency, its governing body, officers,and employees from any and all claims,costs,and liability for any damages,injury,or death arising directly or indirectly from, or connected with, the services provided hereunder and due to, or claimed or alleged to be due to, negligence or willful misconduct of Consultant,its officers,employees,agents,subconsultants,or any person under its direction or control,save and except claims or litigation arising through the sole negligence or sole willful misconduct of Public Agency, and will make good to and reimburse the indemnitees for any expenditures, including reasonable attorney's fees,the indemnitees may make by reason of such matters and,if requested by any of the indemnitees,will defend any such suits at the cost and expense of Consultant. Consultant's obligations under this section shall exist regardless of concurrent negligence or willful misconduct on the part of Public Agency or any other person but shall be limited to the proportion of negligence or willful misconduct attributable to Consultant, its officers,employees,agents, subconsultants, or any person under its direction or control. 25. Heirs, Successors and Assigns. Except as provided otherwise in Section 20 above,this Agreement shall inure to the benefit of and bind the heirs, successors, executors, personal representatives, and assigns of the parties. 26. Public Endorsements. Consultant shall not in its capacity as a Consultant with Public Agency publicly endorse or oppose the use of any particular brand name or commercial product without the prior approval of the Public Agency's governing board. In its Public Agency Consultant capacity, Consultant shall not publicly attribute qualities or lack of qualities to a particular brand name or commercial product in the absence of a well-established and widely accepted scientific basis for such claims or without the prior approval of the Public Agency's governing board.In its Public Agency Consultant capacity, Consultant shall not participate or appear in any commercially-produced advertisements designed to promote a particular brand name or commercial product,even if Consultant is not publicly endorsing a product,as long as the Consultant's presence in the advertisement can reasonably be interpreted as an endorsement of the product by or on behalf of Public Agency.Notwithstanding the foregoing,Consultant may express its views on products to other Consultants,the Public Agency's governing board, its officers,or others who may be authorized by the Public Agency's governing board or by law to receive such views. 27. Project Personnel. In performing the services under this Agreement, Consultant shall use the personnel listed in Appendix C, attached hereto and made a part hereof by this reference. Changes in project personnel may only be made with Public Agency's written consent,and Consultant shall notify Public Agency in writing at feast thirty(30)days in advance of any proposed change. Any person proposed as a replacement shall possess training,experience and credentials comparable to those of the person being replaced. Attachments:Appendix A,Appendix B,and Appendix C Form approved by County Counsel(WOO) G:\GrpOata\ConstiContracts\C SA\2OO4\CSA-P B-AsburyLeachfieidPh2.doc Ivo YEARS 0 Appendix A Scope of Services Materials Testing + Coordinate Field and Laboratory Testing Services Pre-Job Coordination and Administration + Establish Project Documents and Procedures with County + Establish Project Filing System with County + Coordinate and/or Conduct/Attend Pre-construction Conferences Construction Coordination Act as Point of Contact between Contractors, County and Third Parties + Coordinate with Utility Companies • Coordinate Shop Drawing Reviews, BFI's & Submittals with Designers and County + Coordinate and Review SWPPP Inspection + Provide Inspection Services for Projects Construction Management and Contract Administration • Oversee Contractor Compliance to Contract Documents • Maintain Construction Document Files • Develop Photographic Documentation of Project Before, During and After Construction Construction Engineering + Review Contractor RFI's, Shop Drawings, Samples, and other Submittals + Oversee Development of Record Drawings, Coordinate with Designer and Review Final Record Drawings. Public Information + Assist County in Implementation of a Proactive Public Information Program Close Out • Collect and Furnish As-Built Information to Designers for Preparation of Final Drawings Perform Final Walk-Through of Project with County and Contractor • Prepare Final Construction Reports for Project Over a Century of Engineering Excellence I =�Y�►� YEARS� Appendix B Billing Rates for Construction Management Services Contra Costa County Asbury Graphite L.eachfield - Phase 2 Job Classification Hourly Rate Overtime Project Manager: $150 Project Engineer: $94 $122 inspector: $90 $110 Office Support: $44 Over a Century of Engineering Excellence = =too YEARS e Appendix C Staff Proposal for Construction Management Services Contra Costa County Asbury Graphite Leachfield - Phase 2 Project Manager: Bart Littell Project Engineer: Gene Russell Randy Felkner Jack Magnone Kevin Byers Mike Lyons Jay Treadwell Inspector: Jim LaBonte Matt Bohlander Bill Beck Office Support: Elayne Navarrette Over a Century of Engineering Excellence TO: BOARD OF SUPERVISORS FROM: MAURICE SHIU, PUBLIC WORKS DIRECTOR DATE: June 8, 2004 SUBJECT: APPROVE Amendment No. 3 to the Consulting Services Agreement with Nolte Associates, Inc. to provide additional design services for the State Route 4 Bypass Project, Segment 3. Brentwood Area, (District 111) Project Nos. 6X4472,4482,4492. Specific Request(s) or Recornmandation(s) & Background & Justification 1. RECOMMENDED ACTION: 1. APPROVE and Authorize the Public Works Director, or designee to execute Amendment No. 3 to the Consulting Services Agreement with Nolte Associates, Inc. (Nolte) effective May 15, 2004 to increase the State Route 4 Bypass Project payment limit by$225,000 for a new payment limit of$525,000 to provide design services for the State Route 4 Bypass Project, Segment 3, resulting in a total agreement payment limit of $630,000 (total agreement payment limit includes engineering services for Vasco Safety Improvements as well as State Route 4 Bypass Project). Continued on Attachment:X SIGNATURE NJ RECOMMENDATION OF COUNTY ADMINISTRATOR R COMMENDATION OF BOARD COMMITTEE , PROVE OTHER SIGNATURE(S): ACTION OF BO ON APPROVED AS JUNE 08, 2004 RECOMMENDED_OTHER VOTE.OF SUPERVISORS xx UNANIMOUS(ASSENT NONE j I hereby Certify that this is a true and Correct AYES: NOES: Copy of an action taken and entered on the ABSENT:-ABSTAIN: minutes of the Board of Supervisors on the GH: date shown. G:\GrpData\Design\BOARD ORDERS\2004\NofteSR4BPammend3.doc Orig.Div: Public Works(Design Division) Contact: Gary Nulsingh(925-313-2257) C: Public Works Accounting ATTESTED: JUNE 08, 2004 Auditor-Controller John Sweeten, Clerk of the Board of Supervisors and County Administrator By , Deputy SUBJECT: APPROVE Amendment No. 3 to the Consulting Services Agreement with Nolte Associates, Inc. to provide additional design services for the State Route 4 Bypass Project, Segment 3. Brentwood Area, (District 111) Project Nos. 6X4472, 4482, 4492. DATE: June 8, 2004 PAGE: 2 11. FISCAL IMPACT: This agreement amount is included in the overall estimated budget for the Public Works Department to complete the design of this project for $2.6 million. Project design costs are accounted for in the budget of the State Route 4 Bypass Authority (Authority). The Authority is funding the design and will be constructing the State Route 4 Bypass project. County staff has presented the design budget to the Authority Board and there is no impact to the County's general fund. 111. REASONS FOR RECOMMENDATION/BACKGROUND: Design Staff has currently brought the project to the 65% level and is proceeding to 100%design completion. Under this original contract, Nolte's staff has been augmenting Public Works staff by providing specific expertise and help in order to meet the design schedule. This amendment will allow Nolte to provide additional drainage design services to further augment Public Works staff. IV. CONSEQUENCES OF NEGATIVE ACTION: If this amendment to the agreement is not approved, it could delay completion of State Route 4 Bypass, Segment 3, design and subsequent construction. a--- �' AMENDMENT No. 3 CONSULTING SERVICES AGREEMENT PROJECT NAME: State Route 4 Bypass Project, Segment 3 Project Nos.: 6X4472, 4482, 4492 1. Parties: Effective on May 15, 2004, the County of Contra Costa, a political subdivision of the State of California, hereinafter referred to as "Public Agency," and Nolte Associates Inc., hereinafter referred to as "Consultant," mutually agree and promise as follows: A. To increase agreement payment limits by $225,000. 2. Purpose: The parties desire to amend the agreement they entered into effective December 9, 2003, and amended January 20" and May 0, 2004, entitled "Consulting Services Agreement," hereinafter referred to as the "Agreement." The Agreement is to provide design services for the State Route 4 Bypass Project, Segment 3 and to provide engineering analysis and recommendations for potential safety improvements along Vasco Road in the Brentwood area. This amendment is necessary to reimburse the Consultant for additional work beyond the original scope of work. 3. Amendment(s) to Agreement: Amend Section 1(e): Agreement Payment Limits to $630,000. Drainage Design Payment Limits to $324,000. 4. Remaining Provisions: Except for the changes made by this Amendment, all provisions of the Agreement shall remain in full force and effect. 5. Signatures: These signatures attest the parties' agreement to this Amendment. PUBLIC AGENCY CONSULTANT By: Mauri u Thomas O. Kurk5ree Public Works Director Executive Vice ident By: By: r � Mar ela M. Eggle n Sedretary Note to Consultant: For corporations, the contract must be signed by two officers. The first signature must be that of the chairman of the board, president or vice-president; the second signature must be that of the secretary, assistant secretary, chief financial officer or assistant treasure. (Civ. Code, Sec. 1190 and Corps. Code, Sec. 313). The acknowledgement below must be signed by a Notary Public. CERTIFICATE OF ACKNOWLEDGEMENT State of California, ) )ss. County ofc;:g j On this date written below, before me, the undersigned Notary Public, personally appeared the person(s) signing above for Consultant, personally known to me auidsaQ4i� to be the person(s) whose name(s) ie/are subscribed to the within instrument and acknowledged to me that ho44e/they executed the same in 4i&Aw/their authorized capacity(ies), and that by Oise their signature(s) on the instrument the person(s) or the entity upon behalf of which the person(s) acted, executed the instrument. .�. '& A Witness my hand and official seal. Co m'ssiocn 136 M Notary Pubk-Caiitorrthi satx mimtb County Dated: Vd&U It, Mycornm-€vivest�ac�,3C0a [Notary's Sear NOTARY PUBLIC APPROVED AS TO FORM: SILVANO B. MARCHESI County Counsel G:1GrpData\Design180ARD ORDERSM041Nolte SR4BP 3rd amend agreement.doc THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA Adopted this Resolution on June 8, 2004 by the following vote: AYES: SUPERVISORS GIOIA, UILKEMA., GREENBERG, DESAULNIER AND GLOVER NOES: NONE ABSENT: NONE ABSTAIN: NONE RESOLUTION NO. 2004/ 287 SUBJECT: Approve and Authorize the Public Works Director to fully close a portion of Canyon Lake Drive on July 4, 2004 from 6:00pm through 10:00pm, for the purpose of a block party, Port Costa area. {District II} RC-04-8 IT IS BY THE BOARD RESOLVED that permission is granted to Jennifer Holmes to fully close Canyon Lake Drive, except for emergency traffic, on July 4, 2004 for the period of 6:00pm through 10:00pm subject to the following conditions: 1. Traffic will be detoured via neighboring streets per plan reviewed by Public Works. 2. All signing to be in accordance with the State of California Manual of Traffic Controls. 3. Jennifer Holmes shall comply with the requirements of the Ordinance Code of Contra Costa County. 4. Have on file with the County Public Works Department at the Application and Permit Center a Certificate of Insurance in the amount of$1,000,000 for Comprehensive General Public Liability which names the County as an additional insured. 5. Obtain approval for the closure from the Sheriff's Department,the California Highway Patrol and the Fire District. 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 sx= the date shown. 0:\(3rpData\EngSvc\BO\2004\06-08-04\RC-04-8 BO.doc Originator: Public Works(APC) ATTESTED: JUNE 081 2004 Contact: Bob Hendry(335-1375) JOHN SWEETEN,Clerk of the Board of Supervisors and County cc: CHP Administrator sheriff-Patrol Div.Commander By ", ,Deputy RESOLUTION NO.2004/ 287 �t THE BOARD OF SUPERVISORS OF CONTRA.COSTA COUNTY, CALIFORNIA Adopted this Resolution on June 8, 2004 by the following vote: AYES: SUPERVIOSRS GIOIA, UILKEMA, GREENBERG, DESAULNIER AND GLOVER NOES: NONE ABSENT: NONE ABSTAIN: NONE RESOLUTION NO. 2004/ 288 SUBJECT: Approve and Authorize the Public Works Director to fully close a portion of 3rd Street on June 12,2004 from 11:00 a.m.through 3:00 p.m.,for the purpose of the 3rd Street Improvement Celebration,N. Richmond area. (District I) RC-04-9 IT IS BY THE BOARD RESOLVED that permission is granted to fully close 3rd Street, except for emergency traffic, on June 12, 2004 for the period of 11:00 a.m. through 3:00 p.m. The Public Works Director shall provide traffic control for the road closure. 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. BRCR:lad G:',GrpDatalEng3vc\BO\2004106-08-04\RC-04-9 BO.doc Originator. Public Works(APC) ATTESTED: .TUNE 08 2004 Contact: Bob Hendry(335-1375) JOHN SWEETEN, Clerk of the Beard of Supervisors and County Administrator ccs CHP Sheriff-Patrol Div.Commander , By ,Deputy RESOLUTION NO.2004/ 288 TO: BOARD OF SUPERVISORS FROM: MAURICE M. SHIU, PUBLIC WORKS DIRECTOR DATE: June 8, 2004 SUBJECT: DETERMINE that the Crockett Overlays and Reconstruction project is a California Environmental Quality Act(CEQA)Class 2c Categorical Exemption;APPROVE the project and AUTHORIZE the Public Works Director or designee to advertise the project,Crockett [CDD-CP#04-04] Measure C Funds (100%) (District II), Project No. 0662-6R4214 Specific Request(s)or Recommendation(s)&Background&Justification I. RECOMMENDED ACTION: DETERMINE that the Crockett Overlays and Reconstruction project is a California Environmental Quality Act(CEQA) Class 2c 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, and APPROVE the project, and AUTHORIZE the Public Works Director or designee to advertise the project. Continued on Attachment: X SIGNATURE: ,ItFr.9MMENDATION OF COUNTY ADMINISTRATOR i kCOMMENDATION OF BOARD COMMITTEE ,.,-"PROVE —OTHER., SIGNATURES ACTION OF B(Y6�D) ON JUNE 08, 2004 APPROVED AS RECOMMENDED XX OTHER VOTE OF SUPERVISORS XX UNANIMOUS(ABSENT NONE } AYES: NOES: ABSENT: ABSTAIN: I hereby certify that this is a true and correct copy of an TT: action taken and entered on the minutes of the Board of G:\GrpData\EngSvc\ENVIRO\BO\2004\ Supervisors on the date shown. (06-08-04)CEQA-Crockett Overlays&Recon.doc Orig.Div: Public Works(Transportation) JUNE 08 2004 Contact: Leigh Chavez(313-2366) ATTESTED: y cc: Administrator-Atte: E.Kuevor JOHN SWEETEN,Clerk of the Board of Supervisors and Auditor-Controller County Administrator Community Development–M.Whigham Public Works: Accounting Construction -P.Edwards Design -S.Torchia By =Deputy Eng. Serv. -T.Torres Trans.Eng. -B.Louis SUBJECT: DETERMINE that the Crockett Overlays and Reconstruction project is a California Environmental Quality Act(CEQA)Class 2c Categorical Exemption;APPROVE the project and AUTHORIZE the Public Works Director or designee to advertise the project,Crockett[CDD-CP#04-04]Measure C Funds (100%) (District 1I), Project No. 0662-6R4214 DATE: June 8, 2004 PAGE: 2 IL FISCAL IMPACT: The estimated project cost is $310,000.00 funded by Measure C Funds (100%). III. REASONS FOR RECOMMENDATIONIBACKGROUND: The purpose of the project is to repair extensive cracking, buckling, and base failure of five roadways in Crockett, by either reconstructing or overlaying the roadways as indicated by the County Pavement Management System. The proposed project consists of excavating, removing, and replacing roadway, pavement grinding; adjusting utilities, drainage inlets, manholes, valve boxes, and monuments to new grades; conforming roadway and driveways; installing asphalt concrete, drainage inlets, storm drains, and other drainage improvement systems, striping, pavement markings; placing asphalt concrete dikes and swales; removing and replacing portions of curb, gutter, and sidewalk; and overlaying existing pavement. The project is located in the west County area in the unincorporated community of Crockett [Bishop Rd. (Hartwell Stto western end of Bishop Rd.), Cooke St. (Pomona St. to Atherton Ave.), Emerson Ave. (Bishop Rd. to Baldwin Ave.), Jackson St. (Winslow St. to southern end ofdackson St), and Vallejo St. (Winslow St. to southern end of Vallejo St.)]. The proposed project consists of the replacement or reconstruction of existing facilities in the same location and with the same purpose and capacity as the facilities replaced,involving negligible expansion of capacity. 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 COSTA INITIAL STUDY COUNTY OF ENVIRONMENTAL SIGNIFICANCE PROJECT# 0662-6R4214 C.P#04-04 PROJECT NAME: Crockett Overlays and Reconstruction - Bishop Ind. (Hartwell St to western end of Bishop Rd.) - Cooke St. (Pomona St. to.Atherton.Ave.) - Emerson.Ave. (Bishop Rd. to Baldwin.Ave.) - Jackson St. (1ylinslow St to southern end of Jackson St - Fall jo St. (Winslow Stt, to southern end of Valljo St.) PREPARED BY: Trina Torres DATE: April 7, 2004 APPROVED BY: a/c'ol et-v5,.5 DATE: ' - /Z _ CSL} RECOMMENDATIONS: (✓) Categorical Exemption ( Cass 2c) { ) Negative Declaration ( ) Environment 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 proposed project consists of the reconstruction of an existing facility in the same location and with the same purpose and capacity as the facility replaced,including replacement or reconstruction of existing facilities involving negligible expansion of capacity. What changes to the project would mitigate the identified impacts . N/A USGS Quad Sheet Benicia Base Map Sheet# D-9 Parcel# N/A GENERAL CONSIDERATIONS: Project Description: 1. Location: West County area in the unincorporated community of Crockett(Figures 1-3). 2. Project Description: The purpose of the project is to repair extensive cracking, buckling, and base failure of five roadways in Crockett, by either reconstructing or overlaying the roadways as indicated by the County Pavement Management System. The proposed project consists of excavating, removing, and replacing roadway (approx. 1.01 acre), pavement grinding; adjusting utilities, drainage inlets, manholes, valve boxes, and monuments to new grades; conforming roadway and driveways; installing asphalt concrete, drainage inlets, storm drains, and other drainage improvement systems, striping, pavement markings; placing asphalt concrete dikes and swales; removing and replacing portions of curb, gutter,and sidewalk;and overlaying existing pavement (approx. 0 3acre). Since the total project impact area is greater than one acre, a Stormwater Pollution Prevention Plan (SWPPP)will be prepared for the project prior to initiation of construction to address erosion and sediment control in compliance with the National Pollutant Discharge Elimination System(NPDES)General Permit for Stormwater Discharges associated with a construction activity. The SW PPP will be available on-site at all times during construction activities for review by enforcement staff from the Regional Water Quality Control Board. Streets will be temporarily closed during construction hours. When not excavating or paving, a minimum of one paved lane shall be open. Outside of construction hours, the full width of roadway shall be left open. Emergency vehicles will have access at all times. Trees and shrubbery may need trimming throughout the project. In order to minimize damage to trees,any roots exposed during excavation will be cut cleanly. An arboristwill be consulted to determine if a non-native tree[approx. 15-inch DBH (diameter at breast height)] may need to be removed as a result of damage to its rout system. Real property transactions, including right of way acquisition, may be necessary in support of this project. G:\GrpData\EngSvc\ENVIRO\TransEng\Crockett Overlays&Recons (2004)\CEQA\Initial Study.dac (Page I of 2) Crockett Overlays and Reconstruction 0662.6124214/ CP#04-04 CEQA-Initial Study 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? [] yes [X] no Agency Name(s) 5. Is the project within the Sphere of influence of any city? NO G:\GrpData\EngSvc\ENVIRO\TransEng\Crockett Overlays&Recons(2004)\CEQA\Initia1 Study.doc (Page 2 of 2) 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) 313-2296Contact Person: Cece Selleren - Public Works Dept Project Description, Common Name (if any) and Location: Crockett Overlays and Reconstruction - Bishop Rd. (Hartwell St to western end of Bishop Rd.), Cooke St. (Pomona St. to.Atherton Ave.), Emerson.Ave. (Bishop R,d to Baldwin Ave.),Jackson St (Winslow St to southern end ofJackson St.), Vall�o St. (Winslow St. to southern end o.f Vall jo St), County File CP# 04-04. Project Description: The purpose of the project is to repair extensive cracking, buckling, and base failure of five roadways in Crockett, by either reconstructing or overlaying the roadways as indicated by the County Pavement Management System. The proposed project consists of excavating, removing, and replacing roadway (approx. 1.©1 acre),pavement grinding; adjusting utilities, drainage inlets, manholes, valve boxes, and monuments to new grades; conforming roadway and driveways; installing asphalt concrete,drainage inlets,storm drains,and other drainage improvement systems,striping,pavement markings;placing asphalt concrete dikes and swales;removing and replacing portions of curb,gutter, and sidewalk;and overlaying existing pavement (approx. 0.3 acre). Since the total project impact area is greater than one acre, a Stormwater Pollution Prevention Plan (SWPPP)will be prepared for the project prior to initiation of construction to address erosion and sediment control in compliance with the National Pollutant Discharge Elimination System(NPDES)General Permit for Stormwater Discharges associated with a construction activity. The SWPPP will be available on-site at all times during construction activities for review by enforcement staff from the Regional Water Quality Control Board. Streets will be temporarily closed during construction hours. When not excavating or paving, a minimum of one paved lane shall be open. Outside of construction hours,the full width of roadway shall be left open. Emergency vehicles will have access at all times.Trees and shrubbery may need trimming throughout the project, in orderto minimize damage to trees, any roots exposed during excavation will be cut cleanly. An arborist will be consulted to determine if a non-native tree [approx. 15-inch DBH (diameter at breast height)] may need to be removed as a result of damage to its root system. Real property transactions, including right of way acquisition, may be necessary in support of this project. Proj. Location: West County area in the unincorporated community of Crockett This project is exempt from CEQA as a: Ministerial Project(Sec. 152.68) 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, Cass 2c for the following reason(s):The proposed project consists of the reconstruction of an existing facility in the same location and with the same purpose and capacity as the facility replaced, including replacement or reconstruction of existing facilities involving negligible expansion of capacity. 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 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) 313-2296contact Person:Cece Sellgren - Public Works Dept Project Description, Common Name (if any) and Location: Crockett Overlays and Reconstruction - Bishop Rd: (Hartwell St. to western end of.Bishop Rd.), Cooke St. (Pomona St. to.Atherton Ave.), .Emerson.Ave. (Bishop Rd. to Baldwin Ave.),Jackson St. fflinslow St. to southern end of jackson St.), Vall�jo St Finslow St. to southern end of Tall io St), County File CP# 04-04. Project Description: The purpose of the project is to repair extensive cracking, buckling, and base failure of five roadways in Crockett, by either reconstructing or overlaying the roadways as indicated by the County Pavement Management System. The proposed project consists of excavating, removing, and replacing roadway (approx. 1.01 acre);pavement grinding; adjusting utilities, drainage inlets, manholes, valve boxes, and monuments to new grades; conforming roadway and driveways; installing asphalt concrete,drainage inlets,storm drains,and otherdrainage improvement systems, striping,pavement markings;placing asphalt concrete dikes and swaies;removing and replacing portions of curb, gutter,and sidewalk; and overlaying existing pavement (approx. 0.3acre). Since the total project impact area is greater than one acre, a Stormwater Pollution Prevention Plan (SWPPP)will be prepared for the project prior to initiation of construction to address erosion and sediment control in compliance with the National Pollutant Discharge Elimination System(NPDES)General Permit for Stormwater Discharges associated with a construction activity. The SWPPP will be available on-site at all times during construction activities for review by enforcement staff from the Regional Water Quality Control Board. Streets will be temporarily closed during construction hours. When not excavating or paving, a minimum of one paved lane shall be open. Outside of construction hours,the full width of roadway shall be left open. Emergency vehicles will have access at all times.Trees and shrubbery may need trimming throughout the project. In order to minimize damage to trees, any roots exposed during excavation will be cut cleanly. An arboristwill be consulted to determine if a non-native tree [approx. 15-inch DBH (diameter at breast height)) may need to be removed as a result of damage to its root system. Real property transactions, including right of way acquisition, may be necessary in support of this project. Proj. Location: West County area in the unincorporated community of Crockett 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 2 c for the following reason(s):The proposed project consists of the reconstruction of an existing facility in the same location and with the same purpose and capacity as the facility replaced, including replacement or reconstruction of existing facilities involving negligible expansion of capacity. By: Conununity 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 l=ee $50 Due UO 00 n _ CD 0 � 1� { a Lnl " ' u a rri _ o � � CT {' )—t„�, c� c� ,cssk ( �•��'� r�' � � hhq'r �n� ., a qp ml ElfCb .. 'blab' o Ir`" AV r o i \ / 67N t AV r j \�V ( ��,,•'/ IT' vii AV \ ` ORT J / W ZMb IST M AV 5T m ,� V7 JGL 2N AV uj " *� y. t5 to AY a'ri�O*g' a K 'CROCp - I,rt e{4 2rN p },� aAV cs 3 x 4s�re"k cr sir sr , > AY ST ° rs flr+ Pt r �a o 6 y - i c � Ci tr.'� ew $ itt'x1 � b � JA T C ntl 4 Yma 'umi'i ,SIR i i �� xoca V LE !5TH & r "TT k'�tstt'"t sp�CD .gtatY�`t'z�„t cS ; yl { Ln�"'� - g's.t?s�:�C3T i .N ,�.sa• �,t�'r'4 `'tg?� •7b' �' 'z F _�, i;•{ :. t d• na etk'1 •.v u r, ! 1 16!s"� � h�•'�''fsp s�a^��3� �' '(t I;v�3. � '�' _ 3 .� •�dx'f' t �s g� FF,N�t� �xr 3� �� 4`tY5' � �z�• 3+ � qq s f f\�N ` r f L 1 1 �� • � A'S`S � i� �°y 6hR a �_a»�i..�. s%.•,zip r �' Nt � r . z � 3 d � �.� 3� ><��•'•fir �� �r . R ''�f a %Yf�y : � f q ��s ss3 ��u.A��, '�� � F � 1 •'°Y•:% - '� ��`' w� w�x.�' t'�+ t. 3 3'" ,V y� k �. lir } b � 7 E��4� Yb.,.; �, �`. �& � f .,� �N'�k �r� z �3� a� �`��,��'1�t"x,�R"`�.. �'��.�x�:4' a �'��� ,,c• '�1� �.",. s #z�'S�' �� '., P � •,- ��'�.m� a a�, �..� �� i�' ''s�����"�y�i3 �. �3� �� �r� �5 -,<t���'��' �s�x � #�. .1 1 Molt ROW, btl`3" �„b• � �`°u,",. ��?,..,m�� + aAd:l �` fP¢��3f3=a�, � � �"+�ft,VN A'} 33xi"�.�57'3��'t. �,�':¢