HomeMy WebLinkAboutMINUTES - 03161999 - C16-C18 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: March 16, 1999
SUBJECT: Contract Award Recommendation:
San Ramon Creek Improvements-Phase 2, Project No. 7520-668562, Alamo area
SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND ANIS JUSTIFICATION
1. Recommended Action;
AWARD the contract for furnishing labor and materials for the subject project to C.A. Rasmussen,
Inc., the low bidder, in the amount of $1,647,862.84 and at the unit prices submitted, and
REQUIRE the contractor to present surety bands for Payment and Faithful Performance in the
amounts of$823,931.42 and $1,647,862.84, 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.
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 th bidders be exonerated and any
checks or cash submitted for bid security be rerned.
Continued on Attachment: X SIGNATURE.
V
RECOMMENDATION OF COUNTY ADMINISTRATOR
RECOMMENDATION OF BOARD COMMITTEE
—APPROVE OTHER
SIGNATURES
ACTION OF BOARD ON Marc 1.6, 1999 APPROVED AS RECOMMENDED X VIEW
VOTE OF SUPERVISORS
X UNANIMOUS (ABSENT )
AYES: NOES:
ABSENT: ABSTAIN:
RB:tt
Const\BO\\999103-March\SRI2-16-t03.doc I I hereby certify that this is a true and cC rrsct
Orig.Div: Public Works(Construction_) copy of an action taken and entered on the
Contact: Joseph P.Murphy(925)313-2320 ri nu eS of the Board of 'Supe4'v'so S 0111 the
cc. County Admin:. date S _;7 T'
P W �r
Auditor Controller s
Public Worcs ATTES!o- ): �y
- Accounting,R.Gilchrist PHIL BATCHELOR, Oiork of the Boar:
- Construction-R.Bruno of Supervisors a d Courity Administrator
#istrator
- Design
Flood Control By Deputy
703 Market St.
San Francisco,CA 94103-1000
Contractor
SUBJECT: Contract Award Recommendation:
San Ramon Creek Improvements-Phase 2, Project No. 7520-698562, Alamo area
DATE: March 16, 1999
PAGE 2
1. Recommended Action: (continued)
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 Public Works
Director 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.A. Rasmussen, 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).
FINANCIAL IMPACT:
The project, including engineering and appropriate overhead charges, is funded by Flood Control
Zone 3B (100%).
RECOMMENDATION/BACKGROUND:
The plans and specifications were approved and the project advertised for bids by the Board of
Supervisors on January 26, 1999. The bids were received and opened at 255 Glacier Drive,
Martinez, California, on Tuesday, March 2, 1999, , The construction bids received were as
follows:
1. C.A. Rasmussen, Inc. ......... ......... ....... .....................................$1,647,862.84
2. Clemens Construction Co. ................ ....... ......................................$1,771,771.00
3. Biland Construction Co. ........... ...__... .........................._..........._ $1:773,628.05
4. Gordon N. Ball, Inc. ..........._....... ....... ................... ....... ........$1,878,916.10
5. Hess Concrete Construction Co., Inc. .................................. ...... $1,887,690.50
6. G.S.E. Construction Co. ..... ...... ..._._.......... .......... ... $1,901,454.10
7. RGW Construction, Inc. ...... .............................. ............ ..... $1,929,791.00
8. Cimarron Construction .................. ..._................................._... .... $2,098,809.00
The Engineer's estimated construction cost was $1,341,644.80. The low bid is approximately
$300,000 over the Engineer's estimate.
Construction of the San Ramon Creek Improvement Project was started last year. Due to the El
Nino winter rains of 1997/98, the start of work was delayed due to higher than normal creek flows.
This delay reduced the available working days and required the San Ramon Creek Improvements
to be constructed in two phases over a two year period. The higher than normal creek flows and
the two-phase construction has resulted in increased construction costs.
t-4
SUBJECT: Contract Award Recommendation:
San Ramon Creek Improvernents-Phase 2, Project No. 7520-6138562, Alamo area
DATE: March 16, 1999
PAGE 3
In order to construct the phase 2 improvements and fulfill its commitment to the residents of
Alamo to complete the San Ramon Creek Improvement Project, the Flood Control District will
reimburse the revolving fund for several loans made by Flood Control Zone 313. These
reimbursements will allow the necessary funds to be disbursed from the revolving fund to cover
the increased construction costs.
e.17
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: March 16, 1999
SUBJECT: NIINOR SUBDIVISION 4-94 GRANT DEEDS OF DEVELOPMENT RIGHTS-ANTIOCH AREA
Work Order No: 8738.
T
SPECIFIC REQUESTS)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION
I. Recommended Actio—n:
ACCEPT four Grant Deeds of Development Rights executed by Kaiser Foundation Hospitals, for Minor
Subdivision 4-94 and DIRECT the Real Property Division to have the above referenced Grant Deeds of
Development Rights recorded in the office of the County Recorder.
11. Financial Impact:
ct:
The Grant Deed of Development Rights ensures that future drainage area fees will be paid when the property
develops. There is no immediate financial impact.
11. Reasons for Recommendations and Background:
Accepting the Grant Deed of Development Rights will secure future drainage area fees. Failure to accept
the grant deeds may result in lost fee revenue.
Continued on Attachment:_ SIGNATURE- L4!1
rVE111MMEINDAT-10-N rITOUNTY XVIM",
—RECOMMENDATION OF BOARD COMMITTEE
—APPROVE —OTHER
SIGNATURE(S):
ACTION OF BOARD ON Mearch 16, 1999 APPROVED AS RECOMMENDED-X-
VOTE OF SUPERVISORS
-,Y _ UNANIMOUS(ABSENT
AYES: NOES: — I hereby certify that this is a true and correct
ABSENT:— ABSTAIN: copy of an action taken and entered on the
RLjg minutes of the Board of Supervisors on the
FLDCTL\\Work\SOMS4-N.doc date shown.
Or*.Div: Public Works /7
Contact: Tom Willimns(313-2285) ATTESTED: 222gL , AL-Zez2l
cc: Counly Aft%T.dov"';Ofnec
PHIL BATCHELOR, Clerk of the Board
County Auditor-Contmoller
County counsc! of Supervisors and County Administrator
PW-Flom Control
Rocorder(via") ,-
By— �� -J�
cDeputy
6
TO. BOARD OF SUPERVISORS
FROM: J. MICHAEL WALFORD, PUBLIC WORKS DIRECTOR
DATE: MARCH 16, "1999
SUBJECT: RELOCATION ASSISTANCE AND REAL PROPERTY ACQUISITION GUIDELINES
SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION
I, Recommended Action: ADOPT the 1997 Relocation Assistance and Reel Property Acquisition
Guidelines, and all future amendments thereto, issued by the State of California Department of
Housing and Community Development on behalf of the County.
As the governing body of the Contra Costa County Flood Control and Water Conservation District,
ADOPT the 1997 Relocation Assistance and Real Property Acquisition Guidelines, and all future
amendments thereto, issued by the State Of California Department of Housing and Community
Development on behalf of the District
IL Financial Impact: None.
Ill. Reasons for Recommendations and Background: The guidelines are issued pursuant to the
State Relocation Assistance and Real Property Acquisition Act, Government Code Section 7266-
7277, and are applicable to all public agencies conducting activities that may displace persons and/or
acquire private property for public purposes. These guidelines were substantially updated in 1997
and agencies are required to adopt rules and regulations in conformance with them. However, in the
case of Federally funded projects, relocation assistance and payments shall be made in conformance
with Federal law.
IV. Consequences of Negative Action: The County and the District could be found to be out of
compliance with state law.
Continued on Attachment: SIGNATURE:
RECO NDATION OF COUNTY ADMINISTRATO
_RECOMMENDATION OF BOARD COMMITTEE
APPROVE OTHER
SIGNATURE(S):
ACTION OF BOAR Z519 MEE 15, 1999 A15PFZ75VED AS RECOMMENDED X
VCM CF SUPERVISORS �—
x b�\ANIMOUS (ABSEI\�`I' - - - >
AYES: NOES:
ABSEPvTT - ABS LAIN:
DD:3pp I hereby certify that this is a true and correct
G:\GrpData\ReaiProp\1993-Piles\99-3\B0A3-16c.dcc copy of an action taken and entered on the
Orig. Div: Public Works (RIP) minutes of the Board of Supervisors on the
Contact: Donna Dawkins 9313-2224 date shown.
cc: county Administrator AT TESTED:
Flood Control PHIL BAT CHEL ORO Cierk ct thy;
E3afCl
I of Supervisors and County Administrator
By
Deputy