Loading...
HomeMy WebLinkAboutMINUTES - 05162000 - C16-C19 THE BOARD OF SUPERVISORS OF CONTRA.COSTA COUNTY, CALIFORNIA Adopted this Resolution on May 16, 2000 by the following vote: AYES: SUPERVISORS GIOIA, UILKEMA, DESAULNIER, CANCIAMILLA AND GERBER NOES: NONE ABSENT: NONE ABSTAIN: NONE RESOLUTION NO.: 9w()19z n SUBJECT: Approval of Road Improvement Agreement for(RA 1099)Bixler Road, Subdivision 8166 frontage, located in the Byron area. The following document was presented for Board approval this date for(RA 1099) Bixler Road, located in the Byron area. A Road Improvement Agreement with Talisman Realty Group, Inc., dba Hofinann Land Development, developer,whereby said developer agrees to complete all improvements as required in said Road Improvement Agreement within one year from the date of said agreement. Improvements generally consist of curb, sidewalk, storm drain and pavement widening for Subdivision 8166 frontage improvements. Said document was accompanied by the following: Security to guarantee the completion of road and drainage improvements as required by Title 9 of the County Ordinance Code, as follows: III. Cash Bond Amount: $4,100.00 Auditor's Deposit Permit No. and Date: 348211, April 10, 2000 By: Talisman Realty Group, Inc., dba Hofinan Land Development Federal Tax Identification Number: 68-0419482 State Tax Identification Number: 2118258 IV. Surety Bond Bond Company: The American Insurance Company Bond Number and Date: 11119463724, April 25, 2000 Performance Amount: $406,800.00 Labor&Materials Amount: $205,450.00 Principal: Talisman Realty Group, Inc., dba Hofnann Land Development RESOLUTION NO. : 2000/240 SUBJECT: Approval of Road Improvement Agreement for(RA 1099)Bider Road, Subdivision 8166 frontage, located in the Byron area. DATE: May 16, 2000 PAGE 2 NOW THEREFORE BE IT RESOLVED that said road Improvement Agreement is APPROVED. All deposit permits are on file with the Public Works Department. JD:kw 11I'WS4ISHARDATAIGrpData\EngSvc\BO\2000\BO 5-16-00.doc Originator: Public Works(ES) Contact: Rich Lierly(313-2348) I hereby certify that this is a true and correct copy of an cc: Pubic Works- R.Bruno,Construction action taken and entered on the minutes of the Board of Current Planning,Community Development T 3-16-01 Supervisors on the date Shown. Talisman Realty Group,Inc.dba Hofmann Land Development Po Box 758,Concord,CA 94522 The American Insurance Company ATTESTED' ' 16 2000 One Market Plaza,Spear St.Tower, San Francisco,CA 94111 PHIL BATCHELOR, Clerk of the Board of Supervisors and County Administrator By , Deputy THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA Adopted this Resolution on May 16, 2000 by the following vote: AYES: SUPERVISORS GIOIA, UILKEMA, DESAULNIER, CANCIAMILLA AND GERBER NOES: NONE ABSENT: NONE ABSTAIN: NONE RESOLUTION NO.: 9cm19 j j _ - SUBJECT: Approval of the Final Map and Subdivision Agreement for Subdivision 8229, Pleasant Hill-BART area. The following documents were presented for Board approval this date: L Map The Final Map of Subdivision 8229, property located in the Pleasant Hill-BART area, said map having been certified by the proper officials; IV. Subdivision Agreement A subdivision agreement with Bart Lofts, LLC, subdivider,whereby said subdivider agrees to complete all improvements as required in said subdivision agreement within one year from the date of said agreement. Accompanying said subdivision agreement is security guaranteeing completion of said improvements as follows: A. Cash Deposit Deposit amount: $1,600.00 Deposit made by: Bart Lofts,LLC Auditor's Deposit Permit No. and Date: 349871 dated May 10, 2000 B. Surety Bond Bond Company: American Motorists Insurance Company Bond Number and Date: 3SM98290300 Performance Amount: $158,900.00 Labor&Materials Amount: $80,250.00 Principal: Bart Lofts, LLC RESOLUTION NO. : 2000/241 SUBJECT: Approval of the Final Map and Subdivision Agreement for Subdivision 8229, Pleasant Hill-BART area. DATE: May 16, 2000 PAGE -2- V. Tax Letter Letter from the County Tax Collector stating that there are no unpaid County taxes heretofore levied on the property included in said map and that the 1999-2000 tax lien has been paid in full and the 2000-2001 tax lien,which became a lien on the first day of January 2000, is estimated to be$43,9O0A0, with security guaranteeing payment of said tax lien as follows: • Tax Surety Bond Company: American Motorists Insurance Company Band Number and Date: 3SM9829O4OO Amount: $43,900.00 Paid by/Principal: Bart Lofts, L.L.C. NOW THEREFORE BE IT RESOLVED that said subdivision,together with the provisions for its design and improvement, is DETERMINED to be consistent with the County's general and specific plans; BE IT FURTHER RESOLVED that said Final Map is APPROVED and this Board does not accept or reject on behalf of the public any of the streets, paths, or easements shown thereon as dedicated to public use. All deposit permits are on file with the Public Works Department. BE IT FURTHER.RESOLVED that said subdivision agreement is also APPROVED. I hereby certify that this is a true and correct copy of an action R.L:kw taken and entered on the minutes of the Board of Supervisors on the G:1GrpDatalEngSvc\BO\20001BG 5-16-OO.doc date shown. Originator: Public Works(ES) Contact: Rich Lierly(313-2348) ATTESTED:_ MAY 16. 2()-OQ cc: Public Works-R.Bruno,Construction PHIL BATCHELOP,Clerk of the Board of Supervisors and Current Planning,Community Development County Administrator T—4115100 Bart Lofts,LLC 1500 Park Av.,Suite 200,Emeryville,CA 94608 BY Deputy TO: BOARD OF SUPERVISORS, AS GOVERNING BODY OF THE CONTRA COSTA COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT FROM: MAURICE M. SHIU, CHIEF ENGINEER DATE: MAY 16, 2000 SUBJECT: CONTRACT AWARD RECOMMENDATION: MARSH CREEK CHANNEL IMPROVEMENTS, PROJECT NO. 7590-6D6466-00, BRENTWOOD AREA SPECIFIC RE UE T( )OR RECOMMENDATION(S)&BA K R UND AND JU TIFI A I N 1. Recommended Action: AWARD the contract for furnishing labor and materials for the subject project to Siteworks Construction, Inc., the low bidder, in the amount of$373,460.99 and at the unit prices submitted; and REQUIRE the contractor to present surety bonds for Payment and Faithful Performance in the amounts of$373,460.99 and $373,460.99, respectively. DIRECT the Chief Engineer to prepare the contract for the project. AUTHORIZE the Chief Engineer to sign the contract on behalf of the Board subject to the Chief Engineer having reviewed and found sufficient all required documents, including the contract signed by the contractor, the aforementioned surety bonds, and a certificate of insurance. Continued on Attachment: SIGNATURE: RECOMMENDATION OF BOARD COMMITTEE APPROVE —OTHER SIGNATURE($): ACTION OF BOARD ON MAY 16, 2000 APPROVED AS RECOMMENDED OTHER V E OF SUPERVISORS UNANIMOUS (ABSENT NONE } AYES: NOES: ABSENT: ABSTAIN: RB.ki I hereby certify that this is a true and correct copy of an \\PWS4%SHAROATA\GrpData\Co at\BO\2000\05-May\16-MCCI-awerd.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 MAY 16 2000 Public Works ATTESTED: i -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 44103-1000 By 9 Deputy Contractor moi'`✓ SUBJECT: Contract Award Recommendation: Marsh Creep Channel Improvements,Project No. 7590-6D8466-00,Brentwood area DATE: May 16,2000 PAGE 2 of 2 1. 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 Siteworks Construction, 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 a City of Brentwood Loan (100%) to be repaid by drainage fees collected on new development from Drainage Areas 104, 105, 106, 107, and 108. RECOMMENDATION/BACKGROUND: The plans and specifications were approved and the project advertised for bids by the Board of Supervisors on March 28, 2000. The bids were received and opened at 255 Glacier Drive, Martinez, California, on Tuesday May 2, 2000. The construction bids received were as follows: 1. Siteworks Construction, Inc...................................................................$ 373,460.99 2. Steel River, Inc......................................................................................$ 440,013.00 3. River City Constructors .........................................................................$ 458,934.00 4. RGW Construction, Inc..........................................................................$ 483,633.00 5. Gordon N. Ball, Inc................................................................................$ 495,235.00 6. Jones Brothers Enterprises, Inc. ...........................................................$ 541,422.00 7. A.J. Vasconi General Engineering ........................................................$ 544,947.00 The Engineer's estimated construction cost was $379,084.00. TO: BOARD OF SUPERVISORS, AS GOVERNING BODY OF THE CONTRA COSTA COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT FROM: MAURICE M. SHIU, CHIEF ENGINEER DATE: MAY 16, 2000 SUBJECT: APPROVE PROJECT CONTINGENCY FUND INCREASE AND APPROVE CONTRACT CHANGE ORDER NO. 5 FOR THE PINE CREEK STORM DAMAGE REPAIR PROJECT, PROJECT NO. 7520-6B9P48-99, WALNUT CREEK AREA Specific Request(s) or ecommen a on a)&BaCKground&Justificaton I. Recommended Action: APPROVE Project Contingency Fund increase of$10,000.00 and Contract Change Order No. 5 in the approximate amount of $20,000.00 and AUTHORIZE the Chief Engineer to execute it in order to compensate the contractor, C.V. Larsen Company, to resolve all projects potential claim issues. IL Financiallmpact: The Project Contingency Funds are currently insufficient to cover the compensation cost for Contract Change Order No. 5. The increase in contingency funds will be funde y the Federal Hazard Elimination and Safety Funds (75%) and State Funds (25%)r Continued on attachment: _ yes SIGNATURE: RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE APPROVE OTHER SIGNATURES ACTION OF BOARD ON: MT 16. 2000 APPROVED AS RECOMMENDED X OTHER. I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of VCS E OF SUPERVISORS Supervisors on the date shown. X UNANIMOUS {ABSENT None, AYES: NOES: MAY 16 20010 ABSENT: ABSTAIN: ATTESTED: _ PHIL BATCHELOR, Clerk of the Board of Supervisors and Contact: Mike Carlson, (925)313-2321 County Administrator Orig. Div.: PW(Construction) By , Deputy cc: County Administrator Auditor-Controller Public Works - Accounting, R. Gilchrist - Construction, R. Bruno - Design Contractor RB:kj G:IGRPDATA\CONST\BC\2000\05-MAY\16-PCSD-PCF-CCO.DOC SUBJECT: APPROVAL of Contract Contingency Fund Increase and Contract Change Order No. 5 for the Pine Creek Storm Damage Repair Project DATE: May 16, 2000 PAGE: 2 of 2 111. Reasons for Recommendations and Background: This contract change order shall fully settle all outstanding potential claims issues through a monetary adjustment. Changes made exceed the limits specified in Public Contract Code Section 20395 and exceeded the project contingency fund. APPROVAL of the Change Order and Project Contringency Fund increase is REQUIRED IV. Consequences of Negative Action: The lack of APPROVAL would prevent successful completion of this contract and preclude payment to the contractor for required work.