Loading...
HomeMy WebLinkAboutMINUTES - 07141998 - C24-C27 Recorded at the request of. CONTRA COST{ Co Recorder's Office Contra Costa County STEPHEN L. WEIR, County Recorder Return to: Public Works Department Engineering services DOC -- f3— f C342£S.3 x-00 Thursday, JUL 16, 1998 Q6_--..._ ERE $0,00} " Tt' Pd $0.00 Nbr--0000190083 7 r-c /R9 THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA Adopted this Resolution on July 14, 1998, by the following vote: AYES. Supervisors Uilkema, Gerber, DeSaulnier, Canciamilla, and Rogers NOES: None ABSENT: None ABSTAIN: None RESOLUTION NO.: 98/373 SUBJECT: Completion of Improvements, Road Improvement Agreement for Reliez Valley Road, RA 1021 (x-ref City of Pleasant Hill, Subdivision 7243) and Declaring Certain Roads as County Roads, Reliez Valley area. The Public Works Director having notified this Board that the improvements for RA 1021 have been completed as provided in the Road Improvement Agreement with Davidon Homes heretofore approved by this Board; NOW THEREFORE BE IT RESOLVED that the aforementioned' improvements are ACCEPTED as complete. NOW THEREFORE BE IT RESOLVED that the improvements have been COMPLETED as of June 8; 1998, thereby establishing the six-month terminal period for the filing of liens in case of action under said Road Improvement Agreement: DATE OF AGREEMENT SURETY August b, 1996 The American Insurance Company BE IT FURTHER RESOLVED the payment(labor and materials) surety for$112,500,Bond No. 11127305081 issued by The American Insurance Company be RETAINED for the six month lien guarantee period until January 14, 1999, at which time the Clerk of the Board is AUTHORIZED to release the surety less the amount of any claims on file. SUBJECT: Completion of Improvements, Road Improvement Agreement for Reliez Valley Road, RA 1021 (x-ref. City of Pleasant Hill, Subdivision 7243) and Declaring Certain Roads as County Roads, Reliez Valley area, DATE: July 14, 1998 PAGE -2- BE IT FURTEJER.RESOLVED that the widening of Reliez Valley Road is ACCEPTED and DECLARED to be a County road, BE IT FURTER RESOLVED that the beginning of the warranty period is hereby established, and the $2,250 cash deposit (Auditor's Deposit Permit No. 281179 dated July 18, 1990 made by Davidon Homes and the performance/maintenance surety for $222,750, Bond No, 11127305081 issued by The American Insurance Company be RETAINED pursuant to the requirements of Section 94-4.406 of the Ordinance Code until released by this Board. RL:mw G:\6tpData\EngSvc\BO\B0 7.14-98.doc OriginatContactor: Rich Works I hereby certify that this Is a true and correct Contact: RialtLicrly(313-34a} copy of an action taken and entered on the ee: Public Works Accounting minutes of the Board of Supervisors on the R. Bruno,Construction date shown. Maintenance(W/plat) ,thenPW My 414,1999 ATTESTED: � � Recorder via(Clerk),then PW Engtneeri�Services CSAA-Carta$ PHIL SATO L , Clark of the Board CHP,an Al of Supervisors and County Administrator Sheriff-Patrol Div.Commander Davidon Homes By Deputy 16M South Main 5ireet,Suite 150,Walnut Creak,CA 94596-5394 The American Insurance Company %Kathleen Bryant Attoracy-in-Fact,Sandy Cassidy,%BA Properties,Inc, 333 South Bcaudry Avenue,#20110,Loa Angeles,CA 90017 tr. TO: BOARD OF SUPERVISORS, AS GOVERNING BOARD OF CONTRA COSTA COUNTY AND CONTRA COSTA COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT FROM: J. MICHAEL WALFORD, CHIEF ENGINEER DATE: July 14, 1998 SUBJECT: Reject Bids Received on May 26, 1998 for the Marsh Creek Channel Improvement Project, Brentwood area, Project No.7590-6D8466-96 SPEZ!fFir, ) D Tl N( )&§A?,"KGRO[J_NDXND JUSTi9icXTiZ5N 1. Recommended Action: REJECT all bids received on May 26, 1998 for the Marsh Creek Channel Improvement Project and, DIRECT that any bid bonds posted by the bidders are to be exonerated and any checks or cash submitted for security shall be returned. 11. Financiallmpact: None. Continued on Attachment: X SIGNATURE: 0�� RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE —APPROVE OTHER SIGNATURE(S): ACTION OF BOARD ON July 14, 1998 APPROVED AS RECOMMENDED.X _ VOTE OF SUPERVISORS X UNANIMOUS{ABSENT None ) AYES: NOES: ABSENT: ABSTAIN: RB:tt �:\GrpDatalConst1B01MCC-��,�-1a-t7.doc 1 hereby certify that this is a true and correct copy of an action taken and entered on the Contact: Joseph P.Murphy,(925)313-2320 minutes of the Board of Supervisors on the Orig.Div: Public works(Construction Division) date shown. cc: County Admin-E.Kuevor Ili, CTt�t Auditor-Controller ATTESTED:, ... , ._ PW: Accounting PHIL BATC Lp , Clerk of the Board Construction-R.Bruno of Supervisors and Chun Administrator Design r�g� Project Bidders-via Public Works By /,/(. � .�,,; a -: c� Deputy REJECT BOARD ORDER FOR MARSH CREEK CHANNEL IMPROVEMENT, Proj. No.:7590-6D8466 BOARD DATE: July 14, 1998 Page 2 of 2 III. Reasons for Recommendations and Background: All bids for the Marsh Creek Improvement project were rejected due to the utility conflicts that exist at the Danity Avenue culvert crossing. The City of Brentwood and the Flood Control District have been working with each impacted utility for over two years. Even with these efforts, the utilities have still not been relocated. Since the utilities were not relocated prior to the award, the project cannot be completed prior to the deadlines created by the regulatory agencies issuing permits for this project. We are stillactively coordinating with each utility on this project, and the Flood Control District firmly believes that the conflicts will be relocated prior to next summer. This will allow the project to be readvertised next year and constructed before Fall 1999. IV. Consequences of Negative Action: NONE . . _. ......... ......... ......... _ .... .......... ..._.......... ............ ...............11.11_..... ......... ......... ....._... ......... _. _11.11. ......... ......... ......_.. 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 14, 1998 SUBJECT: Contract Award Recommendation: Marsh Creek Levee Repair Project, Pro`ect No. 7521-6D9L79-97, Oakle 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 Gordon N. Ball, Inc.,the low bidder, in the amount of$96,666.00 and at the unit prices submitted; and REQUIRE the contractor to present surety bonds for Payment and Faithful Performance in the amounts of$48,333.00 and$96,666.00, 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 Director having reviewed and found sufficient all required documents, including t contrac igned by the contractor, the aforementioned surety bonds, and a certificate of in rance. Continued on Attachment: x SIGNATURE: _RECOMMENDATION OF BOARD COMMITTEE APPROVE OTHER SIGNATURE(S): ACTION OF BOARD ON July 14, 1998 APPROVED AS RECOMMENDED VOTE OF SUPERVISORS _ X UNANIMOUS(ABSENT None ) AYES: NOES: ABSENT: ABSTAIN: RB:tt G:AGRPDATAICONSnROV,-fCLR-14-TTDOC Orig.Div.: PW(Consir) I hereby certify that this is a true and correct Contact: Joseph J.Murphy(925)313.2320 copy of an action taken and entered on the cc: AuuntyAontrollirator minutes of the Beard of. Supervisors on the Auditor-Controller Public Works; date shown. R.Bruno,Construction ATTESTED 141, ql� �„I j,�( -R.Gilchrist,Accounting . �. -.,. - TDansp.Eng. PHIL BATCHDtORACIerk of the Board S.B.E. 703 Market St. Of Supervisors and,Cciu y Administrator San Francisco,CA 94103-1000 Contractor By �. S� ._ Deputy $UBJ CT: Contract Award Recommendation: Marsh Creek Levee Repair Project, Project No. 7521-61391.79-97, Oakley area. DATE: July 14, 1998 PAGE Page 2 of 2 L 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 acceptdetailed 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 Gordon N. Ball, 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). II. Financiallmgact: The project, including engineering and appropriate overhead charges, is funded by Flood Control Zone 1 Funds with possible funding from Storm Water Utility Funds& FEMA funding. III. Reasons for Recommendations and Background: The plans and specifications were approved and the project advertised for bids by the Board of Supervisors on June 2, 1998. The bids were received and opened at 255 Glacier Drive, Martinez, California, on Tuesday, July 7, 1998. The construction bids received were as follows: 1. Gordon N. Ball, Inc. .......................................................................$96,666.00 2. Steelhead Contractors, Inc. .........................................................$104,510.00 3. Siteworks Construction, Inc. ........................................................$110,395.43 4. Cimarron Construction .................................................................$117,980.00 5. William G. McCullough, Inc. .........................................................$153,766.75 The Engineer's estimated construction cost was $90,680.00. 2- 6 BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA as the BOARD OF DIRECTORS, CANYON LAKES GEOLOGIC HAZARDABATEMENT DISTRICT Adopted this Resolution on July 14, 1998 by the following vote: AYES: Supervisors Uilkema, Gerber, DeSaulnier, Canciamilla, and Rogers NOES: None ABSENT: None ABSTAIN: None SUBJECT: Amend Resolution No. 86/406 to Revise General } Manager's Authority for Awarding of Contracts ) RESOLUTION 98/ 381 for Canyon Lakes GHAD Repair,Maintenance, and ) Improvement Projects and for Professional and } Support Services ) The Board of Directors of the Canyon Lakes Geologic Hazard Abatement District RESOLVES that: On April 1, 1998, the Board of Directors retained William R. Gray and Company, effective April 1, 1998,to serve as General Manager of the GRAD following the untimely death of the former General Manager, Richard Nystrom. William R. Gray and Company has reviewed current status and scope of work of various GRAD consultants,vendors and suppliers. Board Resolution No. 86/406, approved by the Board of Directors of the Canyon Lakes Geologic Hazard Abatement District(GHAD)on June 24, 1986,established Procedures for Awarding Contracts for Canyon Lakes GHAD Repair Maintenance and Improvement Projects and for Professional and Support Services. The procedures established by Resolution No. 86/406,which have not been changed for twelve years,require the General Manager to secure prior approval of the District Board of Directors prior to executing contracts for repair, maintenance,or improvement projects with a value in excess of$20,000. Prior Board approval is also required for contracts for geotechnical and/or soils engineering services with a value in excess of$5,000. The General Manager is allowed to negotiate contracts for professional or support services (other than for geotechnical and/or soils engineering services)provided such contracts are within the District's budgetary limits. Resolution No. 98/ 381 1 Given the number of large landslides and slip-outs that occurred within the boundaries of the Canyon Lakes CHAD this past year,the District anticipates the need for a number contracts for repair,maintenance and improvement projects in the$20,000 to$50,000 range. In addition, District anticipates the need to retain a number of specialized geotechnical and/or soils engineering consultants to assist with evaluation and/or design of repair contracts. The relatively low contract approval thresholds established under Resolution No. 86/406 will require the General Manager to present most proposed construction and professional services contracts to the Board of Directors for approval. This requirement is likely to slow the District's ability to complete the necessary repairs and/or improvements. Over the years,contract approval thresholds related to work completed by the Contra Costa County Public Works Department have been raised to levels higher than those established by Resolution No. 86/406. Changing the General Manager's contract approval thresholds to levels consistent with those in effect for the Public Works Department will improve the District's ability to respond to and repair landslides and slip-outs. NOW,THEREFORE,THE BOARD OF DIRECTORS HEREBY RESOLVES,FINDS, CERTIFIES AND ORDERS AS FOLLOWS: 1. Section I.A.3 (Projects with Defined Scope of Work)of Resolution No. 86/406 is amended to read: "3. Prior approval by the District Board of Directors shall be required for the execution of all contracts with a value in excess of$50,000. 2. Section I.B.4 (Projects with Undefined Scope of work) of Resolution No. 86/406 is amended to read: "4. Prior approval by the District Board of Directors shall be required for the execution of all contracts with a value in excess of$50,000."' 3. The second paragraph of Section LC (Failure to Receive Bids)of Resolution No. 86/406 is amended to read: "In the event of a negotiated contract,prior approval by the District Board of Directors shall be required for the execution of the contract if the total value is in excess of$50,000." 4. Section I.D(Exceptions to Standard Contract Bidding and Award Procedures)of Resolution No. 86/406 is amended to read: "l. Contracts less than$25.000-the General Manager may accomplish by negotiation or, at the General Manager's discretion,by competitive bidding, improvement contracts with a value of$25,000 or less,provided such contracts are within the District's budgetary limits." Resolution No. 98/ 381 2 . . __ ........ ......._.. ......... . ._.... ......... ..................... _. . __....... _ . ........................................................................... ................................... eel) "2. Emergencies - standard contract bidding and award procedures shall not apply where the project is necessary, in the reasonable judgment of the General Manager,to prevent or mitigate an emergency. Emergency contracts with a value in excess of$50,000 shall be ratified by the District Board of Directors." "For the purpose of these procedures only,the term `emergency' shall include, but not be limited to, conditions or situations actively causing severe damage to valuable property or conditions or situations highly likely to cause such damage or personal injury unless cleanup or mitigation measures are taken immediately." 5. Section ILA (Contracts for Geotechnical/Soils Engineering Consulting Services )of Resolution No. 86/406 is amended to read: "The General Manager may accomplish by negotiating or, at the General Manager's discretion,by Requests for Proposals, contracts for geotechnical/soils engineering services. Prior approval of the District Board of Directors shall be required for all such contracts with a value in excess of$25,000." 5. Section II.B (Contracts for Other Professional and Support Services) of Resolution No. 98/406 is amended to read: "The General Manager may accomplish by negotiation or, at the General Manager's discretion,by Requests for Proposals, contracts for other professional services(e.g., legal, accounting, insurance) and for support services (e.g., office space, office equipment, office staff and vehicles). Prior approval of the District Board of Directors shall be required for all such contracts with a value in excess of$25,000. Prior review and written approval of the County Counsel is required before any legal services agreement may be entered for any Board of Supervisors' governed geologic hazard abatement district by the General Manager." 7. Except as amended by this Resolution, all provisions of Resolutions Nos. 86/370 (as amended) and 86/406 shall remain in full force and effect. SE:cs O:\V pdata\spdist\BoudOrdemlCanyonLakas\Pyma.ims.doc Cc: Auditor I hereby certify that this is a true and correct county copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: (14 PHIL BATCH LC: Cierk of the Board of Supervisors andCounty Administrator By _s . Deputy Resolution No. 98/ 381 3 ...... ._.._.... __. . ......_. _.. . ....... .. .... ........ ........ V• ,// TO: BOARD OF SUPERVISORS AS THE BOARD OF DIRECTORS OF THE BLACKHAWK GRAD # FROM: J. MICHAEL WALFORD, PUBLIC WORKS DIRECTOR DATE: JULY 14, 1998 SUBJECT: AUTHORIZE GENERAL MANAGER TO EXECUTE PROFESSIONAL SERVICE CONTRACT WITH SANDS CONSTRUCTION,BLACKHAWK GHAD,DANVILLE AREA(Project#4504-6X5147) SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION I. Recommended Action: APPROVE and AUTHORIZE William R. Gray and Company, as General Manager of the Blackhawk Geologic Hazard Abatement District(CHAD),to execute a professional service contract for$80,000 with Sands Construction, Lafayette, California, effective on July 1, 1998 to provide Construction and Maintenance Superintendent services to the District. II. Financiallmpact: No impact on the County General Fund. The Blackhawk GHAD is funded through County Service Area M-23. The proposed contracts are consistent with the proposed FY 98/99 program budget. IQI. Reasons for Recommendations and Background: The Board of Directors of the Blackhawk GHAD retained William R. Gray and Company, effective April 1, 1998, to serve as General Manager of the CHAD. Continued on Attachment:X SIGNATURE: d U'11 I X 41 1164 _RECOMMENDATION OF BOARD COMMITTEE APPROVE OTHER SIGNATURE(S): ACTION OF BOARD ON JU1Y APPROVED AS RECOMMENDED 40M_ I he mortify that this is a true and correct copy 0 ah action talon and entered on the VOTE OF SUPERVISORS minutes of the Boardof Supervisors on the X_ UNANIMOUS(ABSENT Nonp } date shown. AYES: NOES: ATTESTED: y jjaq ABSENT: ABSTAIN: PHIL BATC LO , Clerk of the Board SE:JR:cs g:\grpdatatspdist\bo\BlackhawkGHAD\Sands.doo of Supervisors an 0 #y Administrator Orig.Div: Public Works(Special Districts) SSI .10(�,t�w ����."'" Deputy Contact. Skip Epperly(313-2253) 7 cc: County Administrator Assessor Auditor-Controller County Counsel SUBJECT: AUTHORIZE GENERAL MANAGER TO EXECUTE PROFESSIONAL SERVICE CONTRACT WITH SANDS CONSTRUCTION, BLACK.HAWK GRAD, DANVILLE AREA DATE: JULY 14, 1998 PAGE: - - Board Resolutions 86/370 and 98/ 329 established Procedures fir Awarding Contracts,for... Professional and Support Services. Mike Sands, President of Sands Construction,has been serving as the Construction and Maintenance Superintendent for the Blackhawk CHAD for approximately five years. Mr. Sands has extensive experience in responding to and assisting the GRAD with the repair of landslides and landslide related work in Blackhawk and the surrounding area. Given the significant number of landslides and slip-outs that the CHAD must respond to as a result of El Nino,time did not permit a more formal Request for Proposal(RFP)process. Given Mr. Sand's history and experience with the CHAD, District staff recommends that Sands Construction Company, Inc.,continue to be retained to act as the Construction and Maintenance Superintendent for the Blackhawk CHAD. The proposed contract has an effective date of July 1, 1998 and a termination date of June 30, 1999. IV. Consequences of Negative Action: Because of the number of landslides and an extremely short construction season.,the GHAD will not be able to repair all of the landslides if this contract is not approved.