Loading...
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