HomeMy WebLinkAboutAGENDA BACKUP 08-18-83
Sanitary District
BOARD OF DIRECTORS
NO.
POSITION PAPER
VIA: ROGER J. DOLAN
General Manager-Chief Engineer
DATEA t
ugus
SUBJECT AWARD OF CONTRACT FOR DIS I
PROTECTION BRIDGES, AUTHORIZE THE GM-CE TO EXECUTE AN AGREEMEN
AMENDMENT FOR CONSULTANT SERVICES DURING CONSTRUCTION, AND
000 FROM THE SEWER CONSTRUCTION FUND
INITIATIN,l> DEpT./DIV.. D'"
Jarred Miyamoto-Mills tnglneerlng lV1Slon
TYPE OF ACTION
AWARD CONTRACT
SUBMITTED BY
ISSUE
Sealed bids for District Project No. 3824 - Outfall Protection Bridges
were received and opened on August 15, 1983. The Board of Directors must
award the contract or reject bids within 60 days of the opening of proposals.
BACKGROUND
Bridges are required at three locations near Waterfront Road in Martinez
to protect the District's 72-inch Outfall Sewer from the load of heavy
construction equipment.
The condemnation lawsuit with Acme Fill has been settled. The District
will own the land in which the outfall repair pipeline was placed. The
District has agreed to build these bridges as part of the settlement of
the 1 awsu it.
Plans and Specifications for the project were completed and advertisements
inviting submission of sealed bids were placed on July 29 and August 4,
1983. Eight bids ranging from $138,928 to $247,872 were received (see
attached tabulation). The apparent low bidder is Albay Construction
Company. An evaluation of the bids by the Engineering and Construction
Department and Woodward-Clyde Consultants has determined that the
apparent low bid is reasonable and favorable to the District.
A "post-Bid Preconstruction Cost Estimate" is attached. $197,000 is
needed to complete the project including contract construction, construc-
tion management, consultant services durinq construction and as-built
drawings.
It is required that Woodward-Clyde Consultants provide a portion of the
construction services including field inspection of pile driving
operations, submittal review and geotechnical problem resolution
because of their specialized expertise and the constraints of current
workload on District staff. The work will be provided through an amend-
ment to the existing geotechnical engineering services agreement on a
cost-plus basis. This cost is reflected in the "post-Bid Preconstruction
Cost Estimate".
REVIEWED AND RECOMMENDED FOR SOARD ACTION
JM2
WS
Jl/J{] RAB
INITIATiNG DEPT./DIV.
The new District overhead rate for force account work on capital projects
has not yet been calculated. The project budget will be credited with
the appropriate funds when the new overhead rate is available.
RECOMMENDATION
Award the contract for construction of District Project No. 3824 to Albay
Construction Company per their bid received August 15, 1983 and authorize
$197,000 in sewer construction funds for project completion. Authorize
the GM-CE to execute Agreement Amendment No. 2 with Woodward-Clyde
Consultants for services during construction.
Attachments
REVIEWED AND RECOMMENDED FOFr SOARD ACTION
INITIATING DEPT./DIV.
GEN. MGR./CHIEF ENG.
JM2
CWS
RAB
POST BID - PRECONSTRUCTION ESTIMATE OF COSTS
FOR
DISTRICT SEWERING PROJECT No. 3824
ITEM DESCRIPTION
ITEM AMOUNT
TOTAL
1 .
Construction Contract (As Bid) .
. $
2.
Estimated Construction Contingencies
Sub-total
. $
$
3.
Estimated Construction Incidentals to Project Completion
Survey. . . . . . . . . . . . . . . . $
Inspection . . . .. ........ $
Engineering (; nCllJdj ng c.on.su)tqn't: s~ry; <;e~)s
5 , 1 00
7.500
16,400
Total Estimated Construction Incidentals
29,000
29,000
. . . . $
$
4.
Street Resurfacing or Seal Coat
. . . . . . . . . . . . . $
5. Total Estimate Required to Complete Project .$
6. Pre Bid Expenditures
Survey, Engineering, Printing, Advertising .$ 28,000
Special Services .$
Right-of-Way Acquisition. . $ 3,500
7. Total Preconstruct ion Incidentals (as of 8/18/83 ) . .$ 31,500 $ 31,500
8. Total Estimated Project Cost .$
(Items 5 & 7)
9. Funds Previously Authorized .$ 30,200
10. Total Additional Funds Required to Complete Project. . $
(Item 8 minus Item 9)
%CONST.
CONTRACT
100
o
o
2050-8-78
Cont Costa Sanitary District
BOARD OF DIRECTORS
NO'III. Bids & Awards
2 8 18 3
POSITION PAPER
VIA: ROGER J. DOLAN
General Manager-Chief Engineer
DATE
August 12, 1983
SUBJECT AWARD OF CONTRACT FOR DISTRICT PROJECT 3660 _ CHLORINE TYPE OF ACTION
& SULFUR DIOXIDE FACILITIES IMPROVEMENTS, AUTHORIZE THE GM-CE T AAWuATHRODRCIOzNETRFAUNCTDS
EXECUTE AN AG E N MENDMENT FOR SERVICES DURING CONSTRUCTION
INITIATING DEPT./DIV.
Engineering Division
SUBMITTED BY
Jarred Miyamoto-Mills
ISSUE:
On July 26, 1983 sealed proposals for District Project No. 3660 - Chlorine
and Sulfur Dioxide Facilities Improvements were received and opened. A
tabulation of the bids is attached. The Board of Directors must award the
contract or reject bids within 60 days of the opening of proposals.
BACKGROUND:
In November 1981, Kennedy/Jenks Engineers submitted the results of a
comprehensive study of the alternatives available for disinfection and odor
control at the treatment plant. The study recommended the continued use of
chlorine and sulfur dioxide as well as several improvements to each system.
Following acceptance of the Final Project Report, Kennedy/Jenks
Engineers were retained for design of the recommended improvements which
include:
(1) A new chlorine leak detection/alarm system which interfaces with
building HVAC systems for shut down if a leak occurs.
(2) Automatic safety valves on the chlorine and sulfur dioxide liquid
lines to isolate sections of pipe in the case of a leak or break
in the line.
(3) Provision of chloriniation facilities for primary effluent
bypasses.
(4) Improved piping in the Chlorinator/Evaporator Room for ease of
repair/maintenance of equipment and more flexibility in system
operation.
(5) Improved access and escape routes for the tank car area with
safety hardware and shower at each gate.
(6) An additional sulfur dioxide storage tank and new tank foundations
for more flexible and economical facility operation, and assured
REVIEWED AND RECOMMENDED FOR SOARD ACTION
~
INITIATING DEPT./DIV.
2 of 3
performance during and after an earthquake.
(7) A permanent building housing sulfur dioxide evaporators,
sulfonators and controls and incorporating improved safety
features (leak detection, better control computer interface,
emergency exhaust fan).
Plans and Specifications for the project were completed and advertisements
inviting the submission of sealed bids were placed on June 20 and 27, 1983.
Seven bids ranging from $488,000 to $684,748 were received (see attached
tabulation). The apparent low bidder is Monterey Mechanical Company. The
Engineer's Estimate for the work was $400,000. However, subsequent to the
receipt of bids, understatement of cost in the electrical, mixer modification
and equipment reconditioning portions of the estimate were identified. An'
evaluation of the bids by the Engineering Department and Kennedy/Jenks
project engineer has determined that the apparent low bid is reasonable and
is favorable to the District.
A "Post-Bid-Preconstruction Cost Estimate" is attached. $630,700- is
needed to complete the project including contract construction, construction
management, consultant services during construction, as-built drawings,
and preparation of a comprehensive Operations & Maintenance Manual for the
overall chlorination/dechlorination systems. The cost of construction
incidentals (contract administration, inspection, Plant Operations
Department force account work, etc.) is estimated or the basis for the
following considerations.
o
The modification of existing complex chemical handling
systems requires exceptionall.y close supervision.
The hazard associated with chlorine and sulfur dioxide
requires unusual coordination and scheduling by Plant
Operations, Maintenance, contract administrator and
field inspect~rs.
There must be no interruption of effluent disinfection.
As-built drawings are being allocated as a capital expense
on this project. As-built drawings have generall.y been billed
as an O&M expense in the past.
o
o
o
o
Plant Operations and Maintenance a$sistance in coordination,
review, safety orientation, -troubleshooting, etc. has .been
explicitly budgeted and capitalized on this project. In the
past most of these expenses have been billed against O&M funds.
ItEV,nED AND ItECOUENDED I'01t .0AItD ACTION
INITIATING DEPT./DIV. GEN. MGR.lCHIEF ENG.
3 of 3
It is required that Kennedy/Jenks Engineers provide a portion of the
construction services including electrical/control system inspection,
submittal review and completion of as-built drawings because of the
constraints of current workload on District staff. The work will be
provided through an amendment to the existing agreement on a cost-plus
basis. This cost is reflected in the "Post Bid-Preconstruction Cost Estimate".
The new District overhead rate for force account work on capital projects
has not yet been calculated. The project budget will be credited with the
appropriate funds when the new overhead rate is available.
RECOMMENDATION:
Award the contract for construction of District Project 3660 to Monterey
Mechanical Company per their bid received July 26, 1983 and authorize'1630.700
in sewer construction funds for project completion. Authorize the GM-CE to
execute Agreement Amendment No. 5 with Kennedy/Jenks Engineers for services
during construction.
REVIEWED ~ND RECOMMENDED FOR 80~RD ~CTION
INITIATING OEPT./OIV.
GEN. MGR./CHIEF ENG.
I
I
Costa
BOARD OF DIRECTORS
District
NO. I I I. Bi ds & Awards
3 8 18 83
POSITION PAPER
VIA: ROGER J. DOLAN
General Manager-Chief Engineer
DATE
SUBJECT AWARD OF CONTRACT FOR THE CAUCUS ROOM EXTENSION AND
AUTHORIZE $13,545 FROM SEWER CONSTRUCTION FUNDS
Au ust 18 1983
TYPE OF ACTION
Award of Contract
Jay McCoy
INITIATING DEPT./DIV
Engineering/Construction Services
SUBMITTED BY
ISSUE
Bids have been opened and it is appropriate to award a contract for the Caucus
Room Extension Project.
BACKGROUND
The project for extension of the Caucus Room was formally advertised July 22, 1983.
Invitation notices were mailed to 33 bidders. Three (3) bids were received, as
I isted on attached bid tabulation sheet.
The low bidder, John M. Derespini Construction, $11,287.00, is 12.9% higher than
the District's estimate of $10,000.00. The overage is within acceptable limits,
considering the nature of the project and the variation in bids received.
John M. Derespini Company is currently 80% complete on an elementary school alteration
for Mt. Diablo School District costing $24,000.00. Mr. Ray Dunne, Director of
Maintenance & Operation, Mt. Diablo School District, states this contractor does
satisfactory work on time and recommends John M. Derespini Company as a competent
cont ractor.
RECOMMENDATION
Award a contract to John M. Derespini for construction of the Caucus Room extension
and authorize $11,287.00 for the contract and $2,258.00 for contract administration
and inspection, for a total authorization of $13,545.00.
REVIEWED AND RECOMMENDED FOR SOARD ACTION
f)fjJ
iQ
Q
....
_ G>
'- l.l
3d:
. . ..
0
.- . <i ~
r:: u - ......
.- '" co
0. . 0 N
III - .... .
CIl r::- -
L.. 0'- -
CIl.- :I: <I>
0 ....
u....
::l r:: , .. "
2: L.. III
.... III G> ; .
r:: III III c~ I !
..r:: r:: CIl ::ld:
0 0- ,.'
..,UO-
0
~
<o!l <( - -
to
.... en u 0 co
U r:: -0
= '" 0 . ....
.... W III u..>t. LI'\
en 0 ..r:: r:: CIl -
i5 u- CIl <I>
0 L..
>- . .U
'" - E ~....
<( '" III
.... ..r:: ..r:: ::l <Il
Z ..>t...>t. r:: .~ (,) I
L.. L.._ 5,E
<( III
en :><:.:><: :3 ','
<(
.... r::
en ""
0 0 0
u .- 0
....<( -
<( Uu to 0"1
'" ::l '0 co
.... L.. . r-;,
Z ......>t. ....
0 III CIl ..:t ~
U r:: CIl N
~ 0 L.. <I>
<( uu
'" III .... ~
.... L.. ::l
Z CIl r:: 'lJ
w U
U CIl- c _ I .
0. III :Jet
"':3
Vl
Z
0 0 ~
>= 2 0
<( - 0
..J to '"
::l C '0 0
'" .... 0
<( <II .;
.... w
0 <II -
<I> .
iii 0;
.~ .....s
s;> <Il I
UJ 'c .~ ,
::let I
~
M
co .; '"
0"1 ~I\ s
-
Co ~
..:t .
M - ....
c -
0 iii
'" ....
"'" '"
:::>
.... '" c r:: r
'" :::> .~ 0
w <( a. .-
:::> en III 1;:( r
c:I ~ ti r::
z w w CIl
0 a:: E = <II ....
ci. <Il )( -.j
Vl 0 0 0 w J
z - iii
w '" 0 g
.... 0 .
X M -ci --
w 0 N <Il a::
0"1 >
2: M Z '4; III >-
0 "'" w u ::l II>
0 0- <Il U >-
a:: 0 a: ::l II> 0
::i <Il III W
'" :; u 0
:::> 0 w u..
w .., 0 z -
:::> - w a::
<( 0 0- W
U Z - 0 >
Ie
,;,
I
at
coo
o
....
Contra Sanitary District
BOARD OF DIRECTORS
NO. U 1 . - B j ds & Awa rds
POSITION PAPER
VIA: ROGER J. DOLAN
General Manager-Chief Engineer
DATE
8/15/83
SUBJECT AUTHORIZE THE GENERAL MANAGER-CHIEF ENGINEER TO AWARD
THE CONTRACT FOR THE GROUP I STORM REPAIR PROJECT
(NO. 3874)
TYPE OF ACTION
AUTHORIZE AWARD OF
CONTRACT
Jay S. McCoy
INITIATING DEPT./DIV.
Construction Services
SUBMITTED BY
ISSUE: It is necessary to award the contract for the Group 1 storm damage
repairs as soon as possible to allow the contractor the maximum time to
work before rains commence.
BACKGROUND: The Group 1 storm repair project was put out to bid in early
August 1983. The Group 1 project includes storm damaged sites which require
minimal design for the corrective work. Of the nineteen original sites,
seven are included in this project. The remaining twelve sites have been
determined to be the responsibility of others, will be handled by the CSO
Department or will be deferred for corrective action until a later date.
The staff engineer's estimate of the contract cost is $65,000.
Bids will be opened on August 18, 1983, the day of the Board meeting. If
there is sufficient time to evaluate bids, a tabulation of bids will be
placed in the Board Book. If there is not the time to evaluate bids, the
Board will be asked to delegate authority to the General Manager-Chief
Engineer to award the contract.
A request for funds for force account work and design services during
construction will be forthcoming at the next Board Meeting.
REVIEWED AND RECOMMENDED FOR SOARD ACTION
f!ili
District
BOARD OF DIRECTORS
NO. IV. onsent Ca .
5 8/18/83
POSITION PAPER
VIA: ROGER J. DOLAN
General Manager-Chief Engineer
DATE
August 9, 1983
SUBJECT
TYPE OF ACTION
AUTHORIZATION FOR P.A. 83~12 (CONCORD) TO BE INCLUDED IN A
FUTURE FORMAL ANNEXATION TO THE DISTRICT
Accept for Processing
SUBMITTED BY
Denn i s Ha II
INITIATING DEPT./DIV.
Construction & Services Division
Parcel
No.
Area
Owner
Address
Parcel No. & Acreage
Remarks
Lead
Agenc
83-12
Concord
Ted Lewis
4057 Port Chicago Hwy.
Concord, CA
159-050-015
1.00 Acres
Owner to construct one
office building on site~~
CCCSD to prepare I'Notice
of Exempt ion'l
CCCSD
Recommendation: Authorize P.A. 83-12 to be included in a future formal annexation.
REVIEWED AND RECOMMENDED FOR SOARD ACTION
INITIATING DEPT./DIV.
J1Jf?
DH
JSM
RAB
District
BOARD OF DIRECTORS
N~ IV. Consent Cal.
6 8 18 83
POSITION PAPER
VIA: ROGER J. DOLAN
General Manager-Chief Engineer
DATE
August 1, 1983
SUBJECT ACCEPT tHE CONTRACT FOR THE ELECTRICAL MOTOR DRIVEN
BLOWER (PROJECT 3623) AND AUTHORIZE THE FILING OF THE
NOTICE OF COMPLETION
TYPE OF ACTION
ACCEPT CONTRACT WORK
JAY S. MC COY
SUBMITTED BY
ISSUE: The Electrical Motor Driver Blower contract is ready for acceptance.
BACKGROUND: Amos and Andrews started work on the project in October 1982. The
project was substantially complete on May 25, 1983. Outstanding
items of work have been completed, and it is appropriate to accept
the project.
RECOMMENDATION: Accept the contract for the Electrical Motor Driven Blower
(Project No. 3623) and authorize the fil ing of the Notice of
Completion.
REVIEWED AND RECOMMENDED FOR SOARD ACTION
RAB
~f_~
f /-; yo VQ!j-'?"(D
JSM
f/tt3
BOARD OF DIRECTORS
N~-IV. Consent Cal.
POSITION PAPER
VIA: ROGER J. DOLAN
General Manager-Chief Engineer
DATE
August 18, 1983
SUBJECT
ACCEPT DISTRICT PROJECT X3650, 1982 STORM DAMAGE
REPAIR, SOARES LANE, LAFAYETTE, AND AUTHORIZE THE
FILING OF THE NOTICE OF COMPLETION
TYPE OF ACTION
Project Acceptance
SUBMITTED BY
Jay S. McCoy
INITIATING DEPT./DIV.
Construction and Services
ISSUE: Work on Project 3650, Soares Lane Storm Damage Repair, has been completed,
and it is appropriate to file a Notice of Completion.
BACKGROUND: District made and entered into a contract agreement with Mountain
Cascade, Inc., contractor, on November 2, 1982, for performing the work. The
contract work was completed within the project budget. The original contract
completion date was June 30, 1983. Justifiable delays occurred due to rain
and wet grade which extended the contract completion date to July 27, 1983,
by which time all work was completed.
RECOMMENDATION: Accept District Project X3650, 1982 Storm Damage Repair, Soares
Lane, Lafayette, and authorize the General Manager--Chief Engineer to sign and
file the Notice of Completion.
REVIEWED AND RECOMMENDED FOR SOARD ACTION
~
JSM
RAB
'Central Contra Costa Sanitary District
BOARD OF DIRECTORS
NO. I V. Consent Ca I .
POSITION PAPER
VIA: ROGER J. DOLAN
General Manager-Chief Engineer
DATE
August 12, 1983
SUBJECT AUTHORIZATION OF $3,600 FROM SEWER CONSTRUCTION FUNDS
FOR THE PURCHASE OF A PROGRAMMER FOR THE PLANT OPERATIONS
DEPARTMENT
TYPE OF ACTION
Purchase Equipment
Charles W. Batts
INITIATING DEPT./DIV.
Plant Operations Department
SUBMITTED BY
Issue: It is proposed to purchase a programmer to program, compare, read, and dupl icate
"chips," 256 x 8-bit chips, and I kilobyte chip used in the Treatment Plant's field
microprocessors.
Background: The Treatment Plant's field microprocessors or MUXls, which are used for
process control and data storage, contain chips that have to be programmed to perform
properly. This is done by the plant instrumentation technicians who use a programming
device to "burn" the microscopic semi-conductor junctions open to represent a hexadecimal
number. This device is a 15-year-old design and was used in the original programming of
the MUX and MCU memories.
During the last month there have been several MUX failures from "soft" junctions, which
were due to the failure of the programming device. While the existing unit can be
repaired, the. economics justify the purchase of a new unit that can verify the program-
ming of the chips. By being able to verify and edit the data stored in the chip's
memory and test the programming functions in place, a considerable labor saving is also
anticipated. This unit is needed to maintain the Treatment Plant's microprocessor units.
Recommendation: Authorize $3,600 from Sewer Construction Fu~ds for the purchase of a
programmer for the Plant Operations Department.
REVIEWED AND RECOMMENDED FOR SOARD ACTION
BOARD OF DIRECTORS
NO. VII. Solid Waste
POSITION PAPER
VIA: ROGER J. DOLAN
General Manager-Chief Engineer
DATE
August 12, 1983
TYPE OF ACTION
GARBAGE FRANCHISE
SUBJECT
CONSIDER REQUEST FROM AN ORINDA-MORAGA DISPOSAL CUSTOMER
FOR INCLUSION OF REMITTANCE ENVELOPE WITH BILL
SUBMITTED BY
Walter N. Funasaki
INITIATING DEPT./DIV.
Administrative Department
ISSUE: The attached letter addressed to the Board of Directors requests insertion of
a self-addressed remittance envelope in Orinda-Moraga Disposal Service
bi II ings.
BACKGROUND: On an infrequent basis, customers of Valley Disposal Services, Inc.
and Orinda-Moraga Disposal Service have requested that the refuse collectors
include a remittance envelope with their quarterly billings. Mr. D. Anderson's
letter is the most recent request.
During the past year, Valley Disposal converted its billing to a computer-based
system under which a remittance envelope is produced during bill production.
Orinda-Moraga Disposal discontinued the practice of inserting remittance envelopes
6 years ago as an expense reduction measure; the refuse collector estimates that
an annual expense reduction of approximately $4200 is achieved thereby. If a
change in this refuse collector1s practice is considered appropriate, it would be
reasonable to implement the change coincident with the next rate increase applica-
tion.
RECOMMENDATION: Consider the request of D. Anderson for inclusion of a remittance
envelope in the Orinda-Moraga Disposal Service billing statements.
REVIEWED AND RECOMMENDED FOR SOARD ACTION
WNF
PM
POST BID - PRECONSTRUCTION ESTIMATE OF COSTS
FOR
DISTRICT SEWERING PROJECT No. 3660
%CONST.
ITEM DESCRIPTION ITEM AMOUNT TOTAL CONTRACT
1. Construction Contract (As Bid) . . $ 488,000
2. Estimated Construction Contingencies (.@ .1 O~) . . $ 48,800
536,800 100%
3. Estimated Construction Incidentals to Project Completion
Survey. . $ 2,000
Inspection .$ 44.600
Engineering (including Contract Admin., .$ 48,900
SUDmitta 1 'Review)
Plant Operations & Maintenance 11 ,400
Total Estimated Construction Incidentals .$ $ 106.900 20
4. As-built Drawings & O&M Manual . $ 18,700 3
5. Total Estimate Required to Complete Project . $ 662,400 123
6. Pre Bid Expenditures
District Survey,Engr. ,Print.Advt. .Co.st. $ 35,000
Kennedy Jenks Design Cost . $ 99,800
District Pre-purchase Cost . $ 12.000
7. Total Preconstruction Incidentals (as of 8-18-83 ) . . $ 146,800 $ 146,800 27
8. Total Estimated Project Cost . $ 809,200 151
(Items 5 & 7)
9. Funds Previously Authorized . $ 178,500
10. Total Additional Funds Required to Complete Project. . $ 630,700
(Item 8 minus Item 9)
2050-8-78
CENTR 4 CONTRA COSTA! :\JITARY DISTRICT
SUMMARY . OF 6' DS
JOB District Project 3660
[)J\1rE: July 26. 1983 - 2:00 p~m.
LOCATION
BIDDER
NAME
ADORESS
PHONE
_Mo.t~re.x ,~~,rd(;~L~o..:
~27$ S......Leandro.St. '.' .'
Oatl and, CA;.' 94621.e.;.
Treatment Plant
Martinez CA
ENGR. EST j409.000
BID PRICE
Robert J. Collins
P. O. Box'96
Martinez. CA 94553
$549.129
C.W. Roen Construction
P. O. Box 4
Danville. CA 94526
$56.8.600
-Amos & Andrews, Inc.
1801 Walters Ct.
Fairfield. CA 94533
$583.000
Engineering Construction. Inc.
P. O. Box 906
Concord. CA 94522
$589.490
PMI Corp. .
P. O. Box 15264
Sacramento, CA 95851
$652,460
Albay Construction Co.
865 Howe Road
Martinez, CA 94553
$684,748
JOB
CHKD.BY
BY
DATI!'
SHEET NO.
DATE-__
OF
_......,_..._-.---.~~~----.,.,----_.-_,.._..._----------
Costa Sanitary District
BOARD OF DIRECTORS
NO.V. Eng.
1 8 18 83
POSITION PAPER
VIA: ROGER J. DOLAN
General Manager-Chief Engineer
DATE
Au ust 16 1983
SUBJECT
TYPE OF ACTION
DECLARATION OF EMERGENCY AT 4 STORM DAMAGE LOCATIONS
WITHIN THE COLLECTION SYSTEM
DECLARE EMERGENCY
SUBMITTED BY
Curtis Swanson, Sr. Engineer,
INITIATING DEPT./DIV.
Engi neeri ng
ISSUE: A declaraton of emergency is required to allow repair of storm
damage at 4 locations in the collection system to prevent possible
pollution and public health hazards.
BACKGROUND: The District suffered damage to the collection system at
45 locatons this past winter. Projects to repair damage at 11 locations
were classified as Group 2 projects. Group 2 projects are large or
complex projects requiring detailed engineering evaluation and design.
The preliminary design effort for the Group 2 projects has revealed
that 4 projects must be completed before next winter to prevent possible
public health and pollution hazards. However, these 4 projects cannot
be completed within the time constraints by following conventional
construction contracting methods because of their complex nature. The
locations of the,4 projects are:
- St Mary's Road - Sacramento Northern Right of Way
- Oak Arbor, Orinda
- Evergreen Drive, Orinda
- Tarry Lane, Orinda
A declaration of emergency for these 4 projects will allow the Engineering
and Construction Department to take action to complete construction by
early November.
The Board will be asked to authorize funds for engineering and construction
of the 4 projects at future meetings. The Engineering and Construction
Department may ask for a declaration of emergency for other storm damage
projects at future Board Meetings if an engineering analysis indicates the
need.
RECOMMENDATION: Declare the existance of an emergency at 4 storm damage
locations within the collection system due to possible public health
and pollution hazards.
REVIEWED AND RECOMMENDED FOR SOARD ACTION
./DIV.
!2&/2
RAB