Loading...
HomeMy WebLinkAboutMINUTES - 07201999 - C21-C25 1 - , ` t r III III IIIIIII IIIII IIIII 111111 IIIIIII (IIIIIII IIIII Recorded at the request of. CONTRA COSTA Cc Recorder Office Contra Costa County STEPHEN L, WEIR Clerk-Recorder Public Works Department DOC— 199b-0214575-00 99b-02 1 457 00 Engineering Services Division Return to: T, AUG 10, 1999 13:38:59 Public Works Department FRE $0.00 Engineering Services Division Tt 1 Pd $0.00 Nbr-0000633993 Ire/R9/1-5 THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA Adopted this Order on July 20, 1999,by the following vote: AYES: SUPERVISORS GIOIA, UILKEMA, GERBER, AND CANCIAMILLA NOES: NONE ABSENT: SUPERVISOR DESAULNIER ABSTAIN: NONE RESOLUTION NO.: 99/356 SUBJECT: Authorizing Acceptance of Instrument. IT IS BY THE BOARD ORDERED that the following instrument is hereby ACCEPTED: INSTRUMENT REFERENCE GRANTOR AREA Relinquishment of DP 3039-89 Home for Jewish Danville Abutter's Rights Parents 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. RL:JC:mw G:\GtpData\EngSvc\BO\1999\BO 7-20-99.doc Originator: Public Works(ES) ATTESTED: JULY 20, 1999 Contact:Rich Lierly(313-2348) PHIL,BATCHELOR, Clerk of the Board of Supervisors cc: Recorder(via Clerk)then PW Records and County Administrator Current Planning,Community Development By ,Deputy 06/16/99 WED 15:59 FAX 925 313 2333 CCC PUBLIC WORKS 002 Rmrded at the request of Contra Carta County Public Works Dcpwtnent Rdurn to: Contra Costa County Public Works Deparbmnt Re=ds Section Area: Danville Read. Camino Tassajora Co.Road No.; 4721 C Dewdvpment No-! DP 3039-99 AFN: 220.060-019&U20 RELINQUISHMENT OF ABUTTER'S RIGHTS Home for Jewish Parents, the undersigned,being the present title owner of record of the herein described parcel of land,does hereby relinquish abutter's rights along Camino Tassjara,situated in the County of Contra Costa,State of California, along the entire frontage of this parcel. It is understood and agreed that CONTRA COSTA COUNTY and its successors or assigns shall incur no liability with respect to such relinquishment of abutter's Tights. The provisions hereof shall inure to the benefit of and be binding upon heirs, successors, assigns., and personal representatives of the respective parties hereto. The undersigned executed this instrument on fie A7. C1 4T M"). F Home for Jewish Parents,a California non- profit benefit corporation I * (s / 4uU11T )'id i th Greif, Boa r d of Vr-e c t o r s um (Simw)m " - Melvin Gorton,Board of Directors (See attached notary) JC-ww oi\orpn;LuNE;tsSvcV4olmNI"Wung)D?309494m 06/16/99 WED 15:59 FAX 925 313 2333 CCC PUBLIC WORKS X100.3 CALIFORNIA AU—PURPOSE ACKNOWLEDGEMENT State of co-j 1 4"t A\ o— OPTIONAL SECTION County Of. c�- "tx�- C-<>-S CAPACITY CLAIMED BY SIGNER On6-1-7-� before mc. Cljlc--t..�-2'796 Though statute does not require the Notary to rill MTE 14AME T= -JAMB s ty"LIC., In the data below,doing so may prove Invaluable personauy (f,e-N to persons relying on the document. 'S. 1'AM95)Of SIGNMS) 0 INDrvqDUAL X-00?e'RAT6 OIPCER(S) 0 Personally known to me-OR-0 provided to me an the basis of satisfactory evidence to be the person(s)whose names)istare V-(f C- subscribed to ft within m6trumot=4 TITLT'(S) acknowledged to me that beislic/they executed 0 PARTNER(S) 0 LIMITED the some in his/herAticir audwrind 0 GENERAL cogacity(ic3),and that by hi&%crAhcir M.PRITCHAR 0 ATTORNEY-IN-FACT *N sipxture(s)on the instrurmw the person($)or Gomm.4 1165173 0 TRUSTES(S) 140TOAQIY PUBLC the entity upon behalf of which the pmon(s) -CAVORNA acted,executed the instnirricut. U GUARDLAIWCONSERVATOR 0 CONTRA COSTA CQJNTy I n OTHER: Comm.Exp.Dec.11 200 t 77�s�tftyh d and officio�eal SIGNER IS REPRESENTING: j NAM Of MWN(5)UK V4TM(M$)) my OPTIONAL SECTION THIS CERTIFICATE MUST RE ATTACHED Tide or Type of Document 0-(" TO THE DOCUMENT AT RICHT. Number of Pages- ( / t Though the data below is not required by law,it=y prove valuable Date of Document h b I f to persons relying on the document and could prevent fraudulent Signer(s)Other Than Named Aboyc rc-attachment of this form INSTRucnom To n2jax The following information is provided in an effort to expedite processing of the documents. Signatures required on documents Must comply with the following to be acceptable to Contra Costa County. I. FOR ALL SI TI E -The name and in%n-st of the signer should be typed or printed BEM&M the sipaturc. The name must be signed exactly as it is typed or printed. 1I. 5IQrN&'jL2M FOR INDIVIDUALS-The name must be signed exactly as it is printed or typed. The signer's interest in the property must Mated. M. SIGNATUM FOR Z6Ajj=SHIPS-Signing party must be either a general partner or be authorized in writing to have the authonty to sign for and in the*&ership. IV. SIGNATURES F CPR-POPj TIQNS Documents should be signed by two officers, one from each of the following two groups: GROUP I- aThe Chair of the Board The President cl Any Vice-President GROUP 2. aThe Secretary b An Assistant Secretary c The Chief financial Officer Idl The Assistant Treasurer If signatures of officers from each of theabove two groups do not appearon the instrument,a certified copy of a resolution of the Board of Directors authorizing the person signing the instrument to execute instruments of the type in question is required. A currently valid power of attorney,notarized;will suffice. - Notarization of only one corporate signature or signatures from only one group,must contain the following phrase: "...and acknowledged to me that such corporation executed the within instrument pursuant to its by-laws or a resolution of its Board of Directors." JC:ww ftv 3"9 06/16/99 WED 16:00 FAX 925 313 2333 CCC PUBLIC WORKS X1004 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT Slade of L V,h �4o%_ OPTIONAL SECTION County of. ziv-c— CAPACITY CLAUnD BY SIGNER on & betomme. Though statute does not require the Notary to fill DATE NVO.VITLIF.Of OFF MI-C."JANS DOE.NO`rAkY FUJIUC' in the data belavv,doing so may prow*invaluable Z personally appearedto persons relying an the document. _ _221�L4, Njaws)OF StIFNexts) n INDIVIDUAL 411 RZO9 0 parimlly known to am-OR-0 provided w mean On basis of satisfactory evidence to 44-CORATE I;FICER(S) be the person(s)whose name(s)islary subscribed to the within instrunient and TrrLEM acknowledged to Inc that he/she/they cx=ttd 0 PARTNER(S) a LIMITED — — — — — — — — — — — — — the same in his/her/Owir authorized 0 GENERAL DONNA M.PR ITCHAR D capacity(ies),and that by his/her/their 0 ATTORNEY-IN-FACT • Comm.# 1165170 slgnat=(3)On the instrument the pe=n(S)or 0 TRUSTEES) NOTARY fUB11C-CALIFORNIA the entity upon bcb3lf of which the parson(s) ted U GUARDIAN/CONSERVATOIK CONTRA COSTA COUNTY c cc uted instrument. ILI OTHER: Comm.Exp.Dec.11 20()1 — — — — — — — — — —— WTT S my d and official 1*21. SIGNER IS REPRESENTING: j NAMe Of FERSON(S)OR ENTITY(JES)l rIEWT—URR Of—NOTARY OPTIONAL SECTION THIS CERTIFICATS MUST BE ATTACHED Title or Type of Document.,P �ty%.M i)f TO THE DOCUMENT AT RIGHT. Number Of Pages 4104-f fet I,$ p-, Though the data below is not required by law,it may prove valuable Date of Documcn: C,11-7 to persons relying on the document and could prevent Emudulent Signer(s)Other Than Named Above re-attachment of this form MIRIACTIONS TO NOIAM The following information is provided in an effort t©expedite processing of the documents. Signatures required on documents must comply with the following to be acceptable to Contra Costa County. I. FOR ALLSWNAUXES,-The name and interest of the Signer should be typed or printed BEUATH the signature. 11c narm must be signed exactly as it is typed or printed. 11. SIGNATURES FOR INDIVIDUALS-The name must be signed exactly as it is printed or typed. The Signer's interest in the property must meted. III. SIGNATURES FOR PA&WRSHIPS-Signing party must be either a general partner or be authorized in writing to have the authority to sign for and bind the partnership. IV. SIGNATURES MIJ CP=RATI S Documents should be signed by two officers,one from each of the following two groups; GROUP 1. a The Chair of the Board The President Any Vice-President cNc GROUP 2. The Secretary An Assistant Secretary The Chief Financial Officer NC The Assistant Treasurer If signatures of officers from each of theabove two groups do not appear on the instrument a certified copy of a resolution of the Board of Directors authorizing the person signing the instrument to execute instruments of the type in question is required. A currently valid power of attorney,notarized,will suffice. Notarization of only one corporate signature or signatures from only one group,must contain the following phrase: "...and acknowledged to me that such corporation executed the within instrument pursuant to its by-laws or 3 resolution of its Board of Directors." JC.MW AM , THAT THIS IS ,,.� r-rT COPY. UT C ri i ACg5 out'Unk— CAUFORNIA ALL-PURPOSE ACKNOWLEDGMENT . +�••�■OPTIONAL SECTION +�■ State of CAPACITY CLAIMED BY SIGNER Thmgh sm-m does roc regLAM otic Nowy c County of M in the data oe4ow.00:n9 so ffQv Poore i'vaksabie to Peys&16 re"WV On otic 00=xrwx J. INDIVIDUAL On before me, t' DATE rt E Q4DOE-71T1E OF FFK R-E.G..E.G. ' E OO1+OTAfiY PU6t IC CORPORA TE C---,-1CER(S) L' personally appeared NAME(S)of SIGNER(S) Q personally known to me-OR-❑ proved to me on the basis of satisfactory evidence ❑PARTNER(S) C3 Um TED to be the person(s) whose name(s) is/are Q GENERAL subscribed to the within instrument and ac- Q ATTORNEY-IN-FACT knowledged to me that he/she/they exearted Q TRUSTEE(S) the same in his/her/their authorized GUARputrsERVATOR capacity(ies), and that by his/her/their y: Q QTHER: signature(s) on the instrument the person(s), or the entity upon behalf of which the persons)acted, executed the instrument • SIGNER IS REPRESENTING: WITNESS my hand and official seat. ""` °�PeRsoNm °R 94TTTYcaEs Lh sCw►TURE of NOTARY OPTIONAL.SECTION ; THIS CERTIFICATE MUST BE ATTACHED TO TITLE OR TYPE OF DOCUMEM THE DOCUMENT DESCRIBED AT RIGHT. NUMBER OF PAGES DATE OF DOCUMENT T1f1 xVh tale data requested here is no(regAred by law. j t a Ca Preverd Ita:: us"reauadvnect d this tomt SIGNER(S)OTHER THAN NAMED ABOVE 01"2 NATIONAL NOTARY ASS=AT"•8296-P^wr%et Ave..P.O.Box 7.18+4•CWnoga Perk.GA 9t309-7i8 THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA Adopted this Order on July 20, 1999, by the following vote: AYES: SUPERVISORS GIOT-Al UILKEMAI GERBER, AND CANCIAMILIA NOES: NONE ABSENT: SUPERVISOR DESAULNIER ABSTAIN:NONE RESOLUTION NO. 99/361 (Gov. Code § 25365) SUBJECT: Approve Quitclaim Deed to the Contra Costa County Fire Protection District Project No. 7126-6X5126 —Tice Valley Boulevard Station Site Walnut Creek Area The Board of Supervisors of Contra Costa County RESOLVES THAT: Contra Costa County acquired for the benefit of the Contra Costa County Fire Protection District the property described in Exhibit "A" attached hereto and made a part hereof. The District has requested a Quitclaim Deed from the County to correctly vest title to this parcel with the District. The property is a vacant 1.22-acre fire station site on Tice Valley Boulevard, Walnut Creek. This Board hereby DETERMINES that said property is not required for County use, and, pursuant to Government Code Section 25365, this Board hereby APPROVES and AUTHORIZES the conveyance of said property to the Contra Costa County Fire Protection District. The Real Property Division is directed to cause its delivery to the Grantee for acceptance and recording. I hereby certify that this is a true and correct RB:eh copy of an action taken and entered on the GARea1Prop11 999-Files\99-7\BROuitclaimTioeVi.doc minutes of the Board of Supervisors on the date shown. Orig.Dept.: Public Works(RIP} Contact: Ronald Babst(313-2226) ATTESTED: JULY 20, 1999 cc: County Administrator PHIL BATCHELOR,Clerk of the Board of County Assessor Supervisors nd Administrator County Recorder(via RIP} Public Works Accounting By Deputy Grantee(via R/P) 0 RESOLUTION NO. 361 .-EXHIBIT "A" Tice Valley Boulevard Excess Property APN 189-040-016 A portion of the Rancho San Ramon, Contra Costa County, California, described as follows: All that parcel of land granted by State Mutual Life Assurance Company of America, a corporation, and Rossmoor Corporation, a California corporation to Contra Costa County, a political subdivision of State of California, for and on behalf of Contra Costa County Consolidated Fire Protection District, recorded May 6, 1966 in Book 5115 of Official Records at page 71. RB:eh GARea1Prop\1 999-Files\99-7\ExhibitAtcevalley.doc June 3Q, 1999 Recorded at the request of: Contra Costa County Fire Protection District After recording return to: Contra Costa County Public Works Department Real Property Division 255 Glacier Drive Martinez, CA 94553 Attn.: Ronald Babst Title Clearance to District Property Assessors Parcel No. 189-040-016 Title Co. Order No.27-01-90 231665 QUITCLAIM DEED For a valuable consideration, receipt of which is hereby acknowledged, CONTRA COSTA COUNTY, a political subdivision of State of California, for and on behalf of Contra Costa County Consolidated Fire District, Does hereby remise, release and forever quitclaim to the CONTRA COSTA COUNTY FIRE PROTECTION DISTRICT, the following described real property in the unincorporated area of the County of Contra Costa, State of California, FOR DESCRIPTION SEE EXHIBIT ffAw ATTACHED HERETO AND MADE A PART HEREOF. CONTRA COSTA COUNTY Dated C�U'0.60 rs'a jq"Ose' B f V 77 y Cbrir-, Bo d of Supervisors STATE OF CALIFORNIA COUNTY OF CONTRA COSTA) On - before e, Phil Batchelor, CleFkffof t Bobfd of Supervisors and County Ad=Co,pka Costa County, personally appeared who is per nal( 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 acknowl- edged 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. By: Abeputy Clerk Ir RB:eh G:Rea/Prop l 1999-FilesI99-70E40uitclaim Tice V1.doc EXHIBIT "Alf Tice Valley Boulevard Excess Property APN 189-040-016 A portion of the Rancho San Ramon, Contra Costa County, California, described as follows: All that parcel of land granted by State Mutual Life Assurance Company of America, a corporation, and Rossmoor Corporation, a California corporation to Contra Costa County, a political subdivision of State of California, for and on behalf of Contra Costa County Consolidated Fire Protection District, recorded May 6, 1966 in Book 5115 of Official Records at page 71. RB:eh G:\Realftp\1999-Files\99-AExhibitAdcevalley.doc June 30, 1999 TO:, BOARD OF SUPERVISORS, AS GOVERNING BODY OF THE CONTRA 9STA COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT FROM: J. MICHAEL WALFORD, CHIEF ENGINEER DATE: JULY 20, 1999 SUBJECT: CONTRACT AWARD RECOMMENDATION: PINE CREEK STORM DAMAGE REPAIR, PROJECT NO. 7520-6139P48-99, WALNUT CREEK AREA SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION 1. Recommended Action: AWARD the contract for furnishing labor and materials for the subject project to C.V. Larsen Company, the low bidder, in the amount of $71,998.71 and at the unit prices submitted; and REQUIRE the contractor to present surety bonds for Payment and Faithful Performance in the amounts of$71,998.71 and $71,998.71, respectively. DIRECT the Chief Engineer to prepare the contract for the project. AUTHORIZE the Chief Engineer to sign the contract on behalf of the Board subject to the Chief Engineer having reviewed and found sufficient all required documents, including the contract signed by the contractor, the aforementioned surety bonds, and a certificate of insurance. Continued on Attachment: SIGNATURE: J_%z Kr-1.oUfflfflCNUA I 1UN Ur %oUUN I T AWRINIZ41 KA I UK RECOMMENDATION OF BOARD COMMITTEE APPROVE OTHER SIGNATURE(S): ACTION OF BOARD ON JULY 20 199 APPROVED AS RECOMMENDED OTHER VOTEXOF SUPERVISORS UNANIMOUS (ABSENT., AYES: NOES: ABSENT: ABSTAIN: RB:kj I hereby certify that this is a true and correct copy of an G:\GrpData\Const\BO\1999\07-July\20-PCSD.doc action taken and entered on the minutes of the Board of Orig.Div: Public Works(Construction) Supervisors on the date shown. Contact: Mike Carlson(925)313-2320 cc: County Admin. Auditor-Controller Public Works ATTESTED: JULY 204 1999 -Accounting,R.Gilchrist PHIL BATCHELOR, Clerk of the Board of Supervisors and -Construction-R.Bruno County Administrator -Design S.B.E. 703 Market St. San Francisco,CA 94103-1000 By 00172- Deputy Contractor 4� SUBJECT: CONTRACT AWARD RECOMMENDATION: PINE CREEK STORM DAMAGE REPAIR, PROJECT NO. 7520-6B9P48-99, WALNUT CREEK AREA DATE: JULY 2011999 PAGE 2 I. Recommended Action: (continued) DIRECT that, in accordance with the project specifications and/or upon the execution of the contract by the Chief Engineer, any bid bonds posted by the bidders be exonerated and any checks or cash submitted for bid security be returned. Pursuant to Public Contract Code Section 4114, the Board DELEGATES its functions under Public Contract Code Sections 4107 and 4110 to the Chief Engineer or his designee. Pursuant to Section 6705 of the Labor Code, the Board also DELEGATES to the Chief Engineer or to any registered civil or structural engineer designated by him the authority to accept detailed plans showing the design of shoring, bracing, sloping or other provisions to be made for worker protection during trench excavating covered by that section. DECLARE that, should the award of the contract to C.V. Larsen Company be invalidated for any reason, the Board would not in any event have awarded the contract to the second listed bidder or any other bidder, but instead would have exercised its discretion to reject all of the bids received. Nothing herein shall prevent the Board from reawarding the contract to another bidder in cases where the successful bidder establishes a mistake, refuses to sign the contract or fails to furnish required bonds or insurance (see Public Contract Code Sections 5100-5107). 11. FINANCIAL IMPACT: The project, including engineering and appropriate overhead charges, is funded by FEMA (75%) & State (25%). Ill. RECOMMENDATION/BACKGROUND: The plans and specifications were approved and the project advertised for bids by the Board of Supervisors on May 25, 1999. The bids were received and opened at 255 Glacier Drive, Martinez, California, on June 29, 1999, . The construction bids received were as follows: 1. C.V. Larsen Company..............................................................................$71,998.71 2. Celik Engineering Corporation .................................................................$82,000.00 3. Rios Grading, Inc. ....................................................................................$84,700.00 4. Gordon N. Ball, Inc...................................................................................$86,320.00 5. Hoe-4-You................................................................................................$88,405.60 6. DK Environmental ....................................................................................$91,200.00 7. Fanfa, Inc. ................................................................................................$94,353.80 8. George Bianchi Construction, Inc...........................................................$101,255.00 9. Bellicitti & Pellicciotti...............................................................................$119,200.00 10. On Grade Contracting............................................................................$121,215.20 The Engineer's estimated construction cost was $103,500.00. #2 1 L TO: BOARD OF SUPERVISORS, AS GOVERNING BODY OF THE CONTRA COSTA COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT FROM: J. MICHAEL WALFORD, CHIEF ENGINEER DATE: JULY 20, 1999 SUBJECT: CONTRACT AWARD RECOMMENDATION: SAN RAMON CREEK EROSION REPAIR AT GREENBROOK COURT, PROJECT NO. 7520-6138475-99, DANVILLE AREA SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION 1. Recommended Action: AWARD the contract for furnishing labor and materials for the subject project to Fanfa, Inc., the low bidder, in the amount of $69,113.00 and at the unit prices submitted; and REQUIRE the contractor to present surety bonds for Payment and Faithful Performance in the amounts of $69,113.00 and $69,113.00, respectively. DIRECT the Chief Engineer to prepare the contract for the project. AUTHORIZE the Chief Engineer to sign the contract on behalf of the Board subject to the Chief Engineer having reviewed and found sufficient all required documents, including the contract signed by the contractor, the aforementioned surety bonds, and a certificate of insurance. Continued on Attachment: SIGNATURE: Kt3oVMMCNUA I 1UN Ur L#UUN I T AUMINNO I KA I UK RECOMMENDATION OF BOARD COMMITTEE APPROVE OTHER SIGNATURE(S): ACTION OF BOARD ON JftY 201 1999 APPROVED AS RECOMMENDED OTHER VOTE OF SUPERVISORS X UNANIMOUS (ABSENT AYES: NOES: ABSENT: ABSTAIN: RB:kj I hereby certify that this is a true and correct copy of an GAGrpData\Const\B0\1 999\07-July\20-SRCE.doc action taken and entered on the minutes of the Board of Orig.Div: Public Works(Construction) Supervisors on the date shown. Contact: Mike Carlson(925)313-2320 cc: County Admin. Auditor-Controller ATTESTED: JULY 20, 1999 Public Works -Accounting,R.Gilchrist PHIL BATCHELOR, Clerk of the Board of Supervisors and -Construction-R.Bruno County Administrator -Design S.B.E. 703 Market St. By Deputy San Francisco,CA 94103-1000 Contractor SUBJECT: CONTRACT AWARD RECOMMENDATION: SAN RAMON CREEK EROSION REPAIR,PROJECT NO. 7520-6B8475-99,DANVILLE AREA DATE: JULY 209 1999 PAGE 2 I. Recommended Action: (continued) DIRECT that, in accordance with the project specifications and/or upon the execution of the contract by the Chief Engineer, any bid bonds posted by the bidders be exonerated and any checks or cash submitted for bid security be returned. Pursuant to Public Contract Code Section 4114, the Board DELEGATES its functions under Public Contract Code Sections 4107 and 4110 to the Chief Engineer or his designee. Pursuant to Section 6705 of the Labor Code, the Board also DELEGATES to the Chief Engineer or to any registered civil or structural engineer designated by him the authority to accept detailed plans showing the design of shoring, bracing, sloping or other provisions to be made for worker protection during trench excavating covered by that section. DECLARE that, should the award of the contract to Fanfa, Inc. be invalidated for any reason, the Board would not in any event have awarded the contract to the second listed bidder or any other bidder, but instead would have exercised its discretion to reject all of the bids received. Nothing herein shall prevent the Board from reawarding the contract to another bidder in cases where the successful bidder establishes a mistake, refuses to sign the contract or fails to furnish required bonds or insurance (see Public Contract Code Sections 5100-5107). 111. FINANCIAL IMPACT: The project, including engineering and appropriate overhead charges, is funded by Flood Control Zone 3B (100%). III. RECOMMENDATION/BACKGROUND: The plans and specifications were approved and the project advertised for bids by the Board of Supervisors on May 18, 1999. The bids were received and opened at 255 Glacier Drive, Martinez, California, on Tuesday, June 22, 1999, . The construction bids received were as follows: 1. Fanfa, Inc. ................................................................................................$69,113.00 2. Hoe-4-You................................................................................................$72,950.00 3. C.V. Larsen Company..............................................................................$76,222.00 4. Celik Engineering Corporation .................................................................$77,500.00 5. Gordon N. Ball, Inc...................................................................................$85,000.00 6. Siteworks Construction.............................................................................$98,058.50 7. Rios Grading ............................................................................................$99,969.00 8. George Bianchi Construction .................................................................$1001385.00 9. C.A. Rasmussen, Inc. ............................................................................$100,950.00 10. Hess Concrete Construction Co. ...........................................................$101,000.00 11. Pfister Excavating, Inc............................................................................$142,750.00 12. Bruce Carone Grading ...........................................................................$154,847.00 The Engineer's estimated construction cost was $79,850.00. TO: BOARD OF SUPERVISORS FROM: J. MICHAEL WALFORD, PUBLIC WORKS DIRECTOR DATE: JULY 20, 1999 SUBJECT: AMENDMENT NO. 1 TO THE CONSULTING SERVICES AGREEMENT WITH NOLTE ASSOCIATES, INC. FOR THE CAMINO TASSAJARA ROAD REALIGNMENT PROJECT, PROJECT NO. 0662-6R4185-97, TASSAJARA AREA specitiC equest(s)or Recommendation(s)&Background&Justification 1. Recommended Action: APPROVE and AUTHORIZE the Public Works Director to execute Amendment No. 1 to the Consulting Services Agreement with Nolte Associates, Inc. for the Camino Tassajara Road Realignment Project, in the Tassajara area. 11. Financial Impact: There will be no impact to the County General Fund. The $7,500.00 increase will be funded by the Tassajara AOB (100%). Continued on attachment: X yes SIGNATURE: RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE APPROVE OTHER SIGNATURE(S): ACTION OF BOARD ON: JULY ZU 1 1999 APPROVED AS RECOMMENDED X OTHER VOTE OF SUPERVISORS X UNANIMOUS(ABSENT iZ AYES: NOES: ABSENT: ABSTAIN: Contact: Mike Carlson, (925)313-2321 1 hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Orig. Div.: PW(Constr) Supervisors on the date shown. cc: County Administrator Auditor-Controller ATTESTED: JULY 20, 1999 Public Works - Accounting, R. Gilchrist PHIL BATCHELOR, Clerk of the Board of Supervisors and - Construction, R. Bruno County Administrator - Design Contractor By Deputy RB:kj G:\GRPDATAkCONST\BO\1999\07-JULY\20-CTRR(CSA-AD1).DOC SUBJECT: APPROVE AMENDMENT NO. 1 TO CONSULTING SERVICES AGREEMENT WITH NOLTE ASSOCIATES, INC. FOR CAMINO TASSAJARA ROAD REALIGNMENT DATE: JULY 20, 1999 PAGE: 2 111111. Reasons for Recommendations and Background: The Board of Supervisors on June 15, 1999 authorized the Public Works Director to execute a Consulting Services Agreement with Nolte Associates, Inc. to provide construction management support for the Camino Tassajara Road Realignment Project. The original agreement provided Resident Engineering services for 45 working days or 360 working hours, whichever occurred first. Due to the contractors current schedule, and delays caused by the utility companies, the 360 working hours has been exceeded. IV. Consequences of Negative Action: If the Consultant Services Agreement with Nolte Associates, Inc. is not approved, it may result in the consultant not being paid for services rendered.