HomeMy WebLinkAboutMINUTES - 01182000 - C62-C64 TO: REDEVELOPMENT AGENCY/BOARD OF SUPERVISORS
FROM: Phil Batchelor
Executive Director
DATE: January 18, 2000
SUBJECT: Port Chicago Highway Widening Project,Bay Point
SPECIFIC REQUEST(S) OR RECOMMENDATION(S) & BACKGROUND AND JUSTIFICATION
RECOMMENDATIONS
AUTHORIZE the Deputy Director—Redevelopment,on behalf of Contra Costa County Redevelopment
Agency, to execute a First Amendment to the Project Agreement and Work Program for the Port
Chicago Highway Widening Project in the Bay Point Redevelopment Project Area for fiscal year 1999-
2000.
9992000.
AUTHORIZE the Acting Director—Public Works, on behalf of Contra Costa County,to execute a First
Amendment to the Project Agreement and Work Program for the Port Chicago Highway Widening
Project in the Bay Point Redevelopment Project Area for fiscal year 1999-2000.
FISCAL IMPACT
No General Funds would be utilized. Redevelopment Agency funds have been budgeted for this
purpose.
BACKGROUND/REASONS FOR RECOMMENDATIONS
On July 1, 1999, the Redevelopment Agency and the County approved a Project Agreement and Work
Program for the Port Chicago Highway Widening Project in an amount not to exceed $160,000. A
subsequent review of changing project costs resulted in a reduction in the Agency's contribution to the
contract amount. Other funds being used for this project include funds from the Area of Benefit.
Consequently, an amendment of the previously executed contract to reflect an amount not to exceed
$85,000, is recommended for fiscal year 1999-2000. The proposed project is consistent with the Bay
Point Area's AB 1290 Implementation Plan's objectives of continuing to improve the area's
infrastructure and the attractiveness of Bay Point.
CONTINUED ON ATTACHMENT: _Y SIGNATURE:
RECOMMENDATION OF EXECUTIVE DIRECTOR RECONDATION OF AGENCY
COMMITTEE
A_APPROVE ®OTHER 7
SIGNATURE(S):
/jw& ACTION OF
AGENCY ON.Tanuary 18, 2000 APPROVED AS RECOMMENDED X OTHER
This Board Order also relates to item C.71 of the same Board Meeting.
VOTE OF COMMISSIONERS
I HEREBY CERTIFY THAT THIS IS A
X UNANIMOUS (ABSENT } TRUE AND CORRECT COPY OF AN
AYES: NOES: ACTION TAKEN AND ENTERED ON THE
ABSENT: ABSTAIN: MINUTES OF THE REDEVELOPMENT
AGENCY ON THE DATE SHOWN.
Contact: Tai J. Williams
(925) 335-1251 ATTESTED .January 18, 2000
Orig: Redevelopment Agency PHIL BATCHELOR,
cc: County Administrator AGENCY SECRETARY
County Counsel
Public Works
BY , DEPUTY
r ,✓
TO: BOARD OF SUPERVISORS CONTRA
FROM: PHIL BATCHELOR, COUNTY ADMINISTRATOR .4. COSTA
COUNTY
DATE: January18, 2000
SUBJECT: Juvenile Hall Renovation, Tamalpais Wing, 202 Glacier Drive, Martinez (WH399B)
SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION
RECOMMENDATION(S)
DETERMINE that there is a need to continue the emergency action taken by the Board on August
10, 1999 pursuant to Public Contract Code Sections 22035 and 22050, to complete the Juvenile Hall
Renovation, Tamalpais Wing project at 202 Glacier Drive, Martinez.
FINANCIAL IMPACT
Funding for this project has been budgeted. Per the Board's authorization on August 10, 1999,
County Counsel is pursuing appropriate legal remedies against Patrick M. Donaghue, Insurance
Company of the West and any other parties responsbile for damages and expenses incurred by the
County in excess of the previous construction contract balance.
BACKGROUND
1. On December 1, 1993, the Board awarded the construction contract for the Juvenile Hall
Renovation, Tamalpais Wing (Tamalpais) project, located at 202 Glacier Drive, Martinez to
Patrick M. Donaghue (Donaghue) for $1,034,570. The contract required the placement of a
considerable amount of exposed concrete within specified tolerances, consistent with industry
standards.
2. Donaghue performed extensive concrete work that was seriously defective. The resulting work
threatened to compromise the security and appearance of the facility. Donaghue repeatedly
failed to either remove the defects or develop a viable plan for their correction. On August 10,
1999, the Board declared Donaghue to be in material breach an rminated Donaghue's rights
under the contract.
CONTINUED ON ATTACHMENT: X YES SIGNATURE:
----RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDAT N OF OMMITT E
APPROVE OTHER l;
SIGNATURE(S):&ae4k
ACTION OF BOARD ON I a n u r y 18, ,OO 0 APPROVED AS RECOMMENDED-XX OTHER
VOTE OF SUPERVISORS
I HEREBY CERTIFY THAT THIS IS A
XX UNANIMOUS(ABSENT i _ _ - 1 TRUE AND CORRECT COPY OF AN
AYES: NOES: ACTION TAKEN AND ENTERED
ABSENT: ABSTAIN: ON MINUTES OF THE BOARD OF
SUPERVISORS ON THE DATE SHOWN.
ATTESTED January 18, 2000
PHIL BATCH OR,CLERK OF
THE BOARD F UPERVI ORS
B ,DEPUTY
Contact:
cc: See Page 2
BACKGROUND (continued)
3. On August 10, 1999, the Board declared that, due to the public safety threat posed by the
temporary closures at the project, and due to the possible loss of state grant funding, a state of
emergency exists. Furthermore, the Board delegated authority to the County Administrator or
designee to complete the project and to enter into contracts without the need to re-solicit
competitive bids.
4. The County received the bonding company's (Insurance Company of the West; "ICW') response
to the County's claim on November 5, 1999. In its response, ICW recognized the seriousness of
the defective work and recognized that it likely will cost the County at least $510,985.05 over and
above the contract price to fix the defective work. Despite this, ICW gave two unreasonable
alternatives to the County—either accept back the original contractor (Donaghue) who did the
defective work or accept a "low ball" payment of $118,004.31. ICW s bad faith response
amounts to a rejection of the County's claim. Therefore, the County is left with no viable choice
but to hire its own contractor to properly complete the contract work in strict accordance with the
plans and specifications. This will involve removing the defective construction down to the slab
and rebuilding the concrete from that point up.
5. On November 30, 1999, the County Administrator's Office executed a contract with Taber
Construction of Martinez for the completion of the project, and issued a Notice to Proceed
effective December 6, 1999. The contract amount is $1,198,435, and the contract duration is
150 calendar days.
Contact: George Roemer, CAO—County Construction Administrator (5-1055)
cc: CAO Finance
Auditor/Controller
GSD (Accounting)—Terry Mann
O'Brien-Kreitzberg Inc. (via CAO)
F
File: 250-99638.4.1 C
THE BOARD OF SUPERVISORS
CONTRA COSTA COUNTY,CALIFORNIA
Adopted this Order of January 113, 2000,by the following vote:
AYES: SUPERVISORS GIOIA, UILKEMA, DESAULNIER, CANCIAMILLA AND GERBER
NOES: NONE
ABSENT: NONE 2000/28
RESOLUTION NO.
SUBJECT: Approving Plans and Specifications for
Stand Alone Boiler for Family Practice Center at
Contra Costa Regional Medical Center, 2500
Alhambra Avenue, Martinez for Health Services
Department(CP# 99-102)
Authorization No. WPA379
WHEREAS plans and specifications for Stand Alone Boiler for Family Practice Center at
Contra Costa Regional Medical Center, Martinez, have been filed with the Board this day by the
Director of General Services; and
WHEREAS plans and specifications were prepared by W.R. Brown Associates
Engineering Consultants; and
WHEREAS the cost estimate for the initial construction contract is $96,550.00; and
WHEREAS the Board has obtained the general prevailing rates of wages, which shall be
the minimum rates paid on this project; and
WHEREAS the Board hereby DETERMINES that the project is a California
Environmental Quality Act (CEQA) Class 1f Categorical Exemption; DIRECTS the Director of
Community Development to file a Notice of Exemption with the County Clerk; and DIRECTS
the Director of General Services to arrange for payment of the $25.00 handling fee to the County
Clerk for filing the Notice of Exemption and a $25.00 handling fee to Community Development
for administration processing costs.
IT IS BY THE BOARD RESOLVED that said plans and specifications are hereby
APPROVED. Bids for this work will be received on February 17, 2000 at 2:00 p.m., and the
Clerk of this Board is directed to publish a Notice to Contractors in accordance with Section
22037 of the Public Contract Code, inviting bids for said work, said Notice to be published in
Contra Costa Times . The Director of General Services is
directed to mail notices to the construction trade journals specified in Section 22036 of the
Public Contract Code at least 30 days before the date of opening the bids.
IT IS FURTHER RESOLVED that the Director of General Services, or his designee, is
AUTHORIZED to issue bid Addenda, as needed, for clarification of the contract bid
documents, provided the involved changes do not significantly increase the cost estimate for the
initial construction contract.
Orig. Dept.: General Services Dept. - Architectural Division
cc: General Services Department
Architectural Division
G.S. Accounting
File: 250-9963/A.5 1 hereby certify that this is a true and correct
Auditor-Controller copy of an action taken and entered on the
Community Development minutes of the Board of Supervisors on the
J. Frattini date shown.
Health Services Department (A.D.) ATTESTED: .JANUARY 18, 2000
PHIL BATCHELOR, Clerk of the Board
of Supervisors and Count Administrator
LR:cm By
Deputy
1-1:\1999\2509963\9 L06313b.doc